You are on page 1of 818

GAIL (India) Limited

(A Govt. of India Undertaking)


A Navratna Company
NEW DELHI, INDIA

SPURLINES OF DADRI BAWANA NANGAL PIPELINE


(DBNPL) PROJECT
BID DOCUMENT
FOR
CONSTRUCTION OF STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR
SPURLINES OF DADRI BAWANA NANGAL PIPELINE
(DBNPL) PROJECT (PHASE-I)

OPEN INTERNATIONAL COMPETITIVE BIDDING

Vol-I of IV
Bid Document No.: 05/51/23M9/GAIL/001(i)
E-Tender No : 8000001974

MECON LIMITED
(A Govt. of India Enterprise)

August, 2010
1

MASTER TABLE OF CONTENT

NAME OF PROJECT

CONSTRUCTION OF STEEL PIPELINE, TERMINALS


AND ASSOCIATED FACILITIES FOR SPURLINES
OF DADRI BAWANA NANGAL PIPELINE PROJECT
(DBNPL)

Tender Document No.

05/51/23M9/GAIL/001(i)

Sl.No.

Description

1)

Volume-I of IV

IFB, ITB, GCC, SCC & Particular Job Spec. and


Schedule of Rates (SOR)

2)

Volume-II of IV

Technical Specification & Standards for Pipeline


Laying, Piping, Mechanical Works

3)

Volume-III of IV

Technical Specification & Standards - Civil &


Structural Works, Instrumentation & Telecom
Works and Electrical & Cathodic Protection Works

4)

Volume-IV of IV

Tender & Standard Drawings.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Master Table of Content-DBNPL.doc

TABLE OF CONTENTS
Volume I of IV

1.

Section -I

NIT & INVITATION FOR BID (IFB)


ACKNOWLEDGEMENT CUM CONSENT LETTER

2.

Section - II

INSTRUCTIONS TO BIDDER (ITB)


ATTACHMENT A TO ITB :ADDENDUM
TO
PROCUREMENT

ITB

ATTACHMENT B TO ITB :READY


RECKONER
PROCUREMENT

FOR

FOR

3.

Section - III

GENERAL CONDITIONS OF CONTRACT (GCC)

4.

Section - IV

SPECIAL CONDITIONS OF CONTRACT (SCC)

E-

E-

ANNEXURE TO SCC
5.

Section - V

SCHEDULE OF RATES

Attachment I

Forms & formats

Attachment II

Contract Agreement

Attachment III

Indemnity Bond

Attachment IV

Performance Evaluation

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

SECTION I
INVITATION FOR BIDS

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

NIT AS PER NEWS PAPER

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

SECTION I INDEX

1.

INTRODUCTION

2.

BREIF PROJECT DETAILS

3.

BREIF SCOPR OF WORK

4.

TIME SCHEDULE

5.

BID EVALUATION CRITERIA

6.

BID SECURITY

7.

DETAILS OF BID DOCUMENTS

8.

PRE-BID MEETING

9.

ZERO DEVIATION BIDS

10.

BID VALIDITY

11.

GENERAL

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

OPEN INTERNATIONAL COMPETITIVE BIDDING


INVITATION FOR BIDS (IFB)
Bid Document no. 05/51/23M9/GAIL/001-i)
E-Tender no. 8000001974
PROJECT DETAILS
1.1

M/s GAIL (India) Limited proposes to execute Bawana Nangal Pipeline Project-Spur lines under
which Onshore Regassified Liquid Natural Gas (RLNG) Pipelines to be laid from existing IP station-4 at
Ludhiana to Jalandhar. Saharanpur to Haridwar alongwith pipeline network to consumers in Punjab,
Uttarpradesh and Utranchal State. For this project, GAIL has appointed MECON Ltd. as their Project
Management Consultant for implementation of the project.

1.2

MECON Ltd. on behalf of GAIL, invites bids through e-tendering on Open International Competitive
Bidding basis for Laying, Testing & Commissioning of Bawana Nangal Pipeline project Spur lines
Sections (2 Nos.) and associated facilities under single stage two e-envelopes system from Laying
contractor meeting the Bid Evaluation Criteria as detailed herein. Carbon Steel Coated / Bare Line Pipe
shall be supplied as free issue material to successful bidder. Bids submitted online shall only be
considered for processing.

2.0

BRIEF PROJECT DETAILS


The project envisages to lay a 24 Dia. x 84 km approx. long, from Ludhiana to Jalandhar, 16 Dia. x 64
km. approx. long pipeline from Saharanpur to Haridwar and pipeline networks in the respective areas
with Despatch / Receiving Terminals.
The pipeline is designed to carry 1.47MMSCMD R-LNG for Ludhiana to Jalandhar and 2.70 MMSCMD
for Saharanpur-Haridwar-Rishikesh/Dehradun Section.

3.0

BRIEF SCOPE OF WORK


The brief scope of work covered in this bidding document broadly consist of Laying, Testing and
Commissioning of an approximately 164 Km long pipeline and associated facilities for transportation of
Regassified Liquid Natural Gas from Ludhiana to Jalandhar and Saharanpur to Haridwar Section to cater
to the demand of commercial & industrial consumers in Punjab, U.P. & Uttranchal.

3.1

The brief scope of work includes supply of bulk materials (other than free issue), pipe laying work
including but not limited to Construction Management, HSE & Quality Management, Survey, clearing of
ROU, grading. Stringing, bending, welding, trenching, lowering, crossings. Tie-ins, NDT and destructive
testing, backfilling, laying of OFC & HDPE ducts (wherever required), Temporary Cathodic Protection
(TCP), site restoration, hydrotesting, dewatering, drying, pre-commissioning, commissioning and Gas-In
of pipeline of size 24" Dia. & 16 Dia. pipeline as mentioned in para 3.3 below including construction /
installation of related facilities like scraper launching I receiving and other facilities at existing
intermediate pigging stations and dispatch I receiving terminals, sectionalizing valve stations, Tap-off
station, etc. including associated Mechanical, TCP, Civil, Structural, Architectural, Electrical,
Instrumentation, Telecom & CO2 Flooding Works at stations etc. The scope also includes crossing by
HDD, (wherever specified). The main line welding shall be carried out by using Semiautomatic / Manual
welding. The scope of Contractor also includes Video Survey, Pipeline Information Management System
(PIMS)., etc. Section wise detailed scope of work has been defined in the bid document.

3.2

The Commissioning and Gas - In : The scope of each Section contractor will be to commission and GasIn the pipeline from existing Hook-up / Despatch / Receiving of their Section to the despatch / receiving
/Tap-off point stations and covering the commissioning of entire pipeline length of their Section starting
either from existing intermediate pigging station or from existing hook-up point / despatch / receiving
stations. In case, the end battery limit of the Section is not at Intermediate Pigging station / existing
hook-up point / despatch / receiving stations, the contractor shall carryout the commissioning upto the
existing hook-up point / despatch / receiving stations falling in the next Section in the direction of gas
flow.

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

3.3

4.0

The complete work has been divided into two Sections and the salient features of various Sections of the
pipeline Sections are hereunder :
Section-I (24 x 84 km) :

Pipeline from existing intermediate pigging station 4 (IP-4 at ch.295


km of BNPL project.) at Ludhiana at Ch. 0.000 km (for spurline) to
Receiving terminal at Jalandhar (approx. Ch. 84.0 km) including
piping works at despatch terminal at Ludhiana , SV-1, SV-2, SV-3,
SV-4 & SV-5 Stations, Tap-off point and Receiving terminal at
Jalandhar.

Section-II (16 x 64 km):

Pipeline from existing SV station-3 (SV-3 at Ch. 115 km of BNPL


project.) at Ch. 00.00 km (for spurline) to Receiving Terminal at
Haridwar (approx. Ch. 64.00 km) including piping works at
Despatch Terminal at Saharanpur, SV-1, SV-2, SV-3, SV-4, SV-5 &
Tap-off point and Receiving Terminal at Haridwar and SV-1, SV-2
& SV-3 for Consumer line to M/s BHEL & SV-1 for Consumer line
to M/s SIDCUL (8 x 16 km).

TIME SCHEDULE
For any one section, or both the sections shall be 8 (Eight) months for Mechanical Completion including
mobilisation period of 1 (One) month and thereafter 1 (one) month for Commissioning and Gas-In.
The effective date of Time schedule as mentioned above will be the date of issuance of Fax of
Acceptance (FOA).

5.0

BID EVALUATION CRITERIA

5.1

Technical

5.1.1

Incase of Single Bidder

5.1.1.1 The bidder should have completed in last 7 (Seven) years reckoned from the due date, at least one Cross
Country Hydrocarbon (Buried) Steel Pipeline Project of diameter and length as given below for
qualifying for requisite number of sections :
(i)

Minimum 42 km of 18 dia. (457.2 mm) or higher in one project, out of which minimum 20 km
in single stretch, to qualify for section-I.

(ii)

Minimum 32 km of 8 dia. (219.1mm) or higher in one project, out of which minimum 15 km in


single stretch, to qualify for section-II.

(iii)

Minimum 50 km of 18 dia. (457.2 mm) or higher in one project, out of which minimum 25 km
in single stretch, to qualify for both the sections.

5.1.1.2 Experience of a consortium member, if such a member has executed earlier a job within its scope as a
member of the consortium, which is required as experience as per the qualification criteria in clause no.
5.1.1.1, will be considered. Appropriate documentary evidence to establish is to be submitted towards
such experience.
5.1.2

In case of Consortium

5.1.2.1 Bids from Consortium comprising maximum two members (one Leader and one member) are also
acceptable, provided the Leader of such Consortium meets the qualification criteria as defined at 5.1.1.1.
5.1.2.2 The division in scope of work between Consortium members shall commensurate with their past
experience. The overall Project Management shall be performed by the Leader. The members of
Consortium shall assume responsibility jointly and severally and shall submit Agreement / MOU along

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

with the bid clearly defining the scope and responsibility of each member along with the nomination of
the Leader. This Agreement/ MOU must remain in force at least till the pendency of this Contract.
5.1.2.3

The period of seven years shall be reckoned from the due date for submission of bid.

5.2

FINANCIAL CRITERIA

5.2.1

In case of Single bidder:

5.2.1.1

Annual turnover
The minimum annual turnover achieved by the bidder as per their financial results in any one of
the immediate three preceding financial years, shall be as under :
Section
I
II

5.2.1.2

Minimum Annual Turnover Requirement


For Indian Bidder (in INR)
For Foreign Bidder (in USD)
39,58,50,000
8,512,900
23,26,50,000
5,003,200

Net Worth
Net worth of the bidder should be positive as per the immediate preceding years audited
financial results.

.
5.2.1.3

Working Capital
The minimum working capital of the bidder as per the immediate preceding years audited
financial results shall be as under:
Section

I
II
Note:

Minimum Working Capital Requirement


For Indian Bidder
For Foreign Bidder
(in INR)
(in USD)
7,91,70,000
1,702,600
4,65,30,000
1,000,600

If the bidder's working capital is inadequate, the bidder should supplement this with a
letter from the bidder's bank, having net worth not less than Rs. 100 Crores / US $
22.22 million, confirming the availability of the line of credit to cover the inadequacy
of working capital requirement as above.

5.2.1.4

Bidder who intends to qualify for more than one section, shall meet the qualifying
Annual
Turnover and Working Capital requirements on cumulative basis for quoted section (s).

5.2.2

In case of Consortium

5.2.2.1

The Leader of the Consortium shall meet the minimum annual turnover criteria for single bidder
as per clause no. 5.2.1.1.

5.2.2.2

The minimum annual turnover achieved by the other member of Consortium as per their
financial results in any one of the immediate three preceding financial years, shall be as under:
Section

I
II

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

Minimum Annual Turnover Requirement


For Indian Bidder
For Foreign Bidder
(in INR)
(in USD)
19,79,25,000
4,256,500
11,63,25,000
2,501,600

10

5.2.2.3

Net Worth
Net worth of each member of Consortium should be positive as per the immediate preceding
years audited financial results.

5.2.2.4

Working Capital
Leader of Consortium shall meet the requirement of minimum working capital as per the last
audited financial statement as indicated under clause no. 5.2.1.3. If the Leaders working capital
is inadequate, the Leader shall supplement the shortfall with letter issued by his Banker, having
a net worth not less than INR 100 Crores / US $ 22.22 million, confirming the availability of
line of credit to meet the specified working capital requirement.

5.2.2.5

In case the consortium intends to qualify for more than one section, the qualifying Annual
Turnover of Leader as well as member and Working Capital of Leader shall be on cumulative
basis for the quoted section (s).

5.3

EQUIPMENT DEPLOYMENT CRITERIA


Single bidder / consortium bidder (Leader and / or member) shall meet the minimum
construction equipment requirement for individual section as specified in bidding document.
Bidders who intend to qualify for more than one section shall meet the cumulative requirement
for construction equipment specified for individual Section.

6.0

Documents required to be submitted by bidder along with the bid.


The bidder shall furnish documentary evidence by way of copies of work order, completion
certificate issued by Owner / Consultant, equipment deployment details and Balance Sheet or
Audited Financial Statements including Profit & Loss Account etc. along with the Bid to
establish his experience and track record meeting qualification criteria. In case of foreign bidder
all the supporting documents pertaining to qualification criteria submitted as evidence shall be
certified true copies duly signed, dated and stamped by an official authorized for this purpose in
Indian Embassy/ High Commission in Bidders country. Bidders should ensure submission of
complete information/ documentation in the first instance itself. Qualification may be completed
based on the details so furnished without seeking any subsequent additional information..

7.0

8.0

Bidder may quote for one section or more than one section. Purchaser / Consultant reserves the
right to award different sections to different bidders, based on Bid Evaluation Criteria and
Evaluation Methodology mentioned in the Bidding Document.
Bid Security
Section

Bid Security Requirement


For Indian Bidder
For Foreign Bidder
(in INR)
(in USD)
I
79,17,000
170,300
II
46,53,000
100,100
In case bidder quotes for more than one section, the requirement of bid security shall be on cumulative
basis.
9.0

SALIENT FEATURES OF BIDDING DOCUMENT

9.1

Type of Enquiry

9.2

Bid Document No

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

E-tendering on Open International Competitive


Bidding basis.( E-Tender no. 8000001974)
05/51/23M9/GAIL/001-i)
(E-Tender No. 8000001974)
(To be referred in all future correspondence)

11

Rs. 46,500/- (for Indian Bidders)


USD 1000 (For Foreign Bidders)

9.3

Bid Document Fees


(Non Refundable)

9.4

Bid Document on Website

Note i) Foreign bidders can purchase tender


document by submitting tender fee in USD
or equivalent INR (directly or through their
authorized Indian representatives)
ii) In event of a particular tender being
cancelled, the tender fee will be refunded to
the concerned bidders.
From 09.08.2010 to 20.09.2010
At 0800 Hrs. (IST)on 17.08.2010 for Section I
At 0800 Hrs. (IST)on 18.08.2010 for Section II

9.5

9.6

Site Visit

Further details may be collected from

Mr.
Sunil
Kumar (Ph No. 011-22401162 /
9891988824 (M)
Mr. Rakesh Shukla (Ph No. 011-22401159 /
9868392523 (M)
At 1500 hrs.(IST) on 20.08.2010
DGM (Projects)
Date and Time of Pre-Bid
GAIL (India) Limited
Meeting
16, Bhikaji Cama Place, R.K.Puram
Venue
New Delhi 110066, India

9.7

Date and time for submission of


bid

Upto 1400 hrs. (IST) on 20.09.2010.

9.8

Date and time of opening of


Un-priced Bids at GAIL, New
Delhi Office.

At 1500 hrs. (IST) on 20.09.2010


(If the particular day is happened to be a declared
holiday in MECON/GAIL, Delhi, the next working day
shall be considered)

If the particular day is happened to be a declared holiday in MECON/GAIL, Delhi, the next
working day shall be considered.
The qualification criteria alongwith information has been web hosted. The entire tender document
has been web hosted at https://etender.gail.co.in ; http://www.gailtenders.in and
www.meconlimited.co.in websites for the view / participation of the eligible bidders. Bidder meeting
the bid evaluation criteria and intend to submit their bid may download the tender for submission by
the bid due date and time. Bidder shall give an undertaking on his letter head that the content of the
bidding document have not been altered or modified. Bidders desirous to submit their bid have to
submit Bids on GAILs E-Tendering website (https://etender.gail.co.in). Bidders shall submit UNPRICED Bid in Collaboration Folders of e-tendering system and Price Bid in SRM as attachment.
We have enclosed Schedule of Rates Formats as an excel attachment in Bid Document. Bidders are
requested to download the same and quote their prices strictly as per the format without altering the
content of it.
The bid will be submitted in two parts as follows:
PART-I (UN-PRICED Bid)
To be submitted on Collaboration Folders of e-tendering system. Unpriced bid must be complete
with all technical details along with all other required documents including price schedule WITH
PRICE BLANKED OUT, Agreed terms and conditions etc., duly filled in and signed with seal.
Documents as mentioned under Clause 11.4 below shall also be submitted in physical form.

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

12

.
PART-II (PRICED Bid)
To be submitted as an SRM attachment. Price bid should contain only the prices, without any
condition whatsoever. Bids complete in all respects should be submitted on or before last date and
time of Bid submission. The Bids submitted on line in GAILs E-tendering system will only be
considered for evaluation. Physical Bids sent through Fax/E-mail/Courier/Post will not be
accepted.
10.0

PRE-BID MEETING
The bidders or their authorized representatives are requested to attend the Pre-Bid Meeting so that
their queries, if any related to the Bid Document and Scope of Work can be addressed during the
meeting. Pre-bid Meeting shall be held at place and time as mentioned above at 9.5.
A session may also be arranged for bidders to demonstrate the e-Tendering system to facilitate
bidders to submit the Bid Online.
The bidders are requested to send clarifications, if any, by courier or by fax or by e-mail to reach
MECON at least three days before the pre-bid meeting. The clarifications shall be provided during
the pre-bid meeting.
Non attendance of the pre-bid meeting shall not be a cause of disqualification of the bidder.

11.0

ZERO DEVIATION BIDS


This is a ZERO Deviation Bidding Process. Bidder is to ensure compliance of all provisions of the
Bidding Document and submit their bid accordingly. Bids with any deviation to the bid conditions
shall be liable for rejection.

12.

BID VALIDITY

12.1

Bid should be valid for 4 (Four) months from the date of bid submission.

13.

GENERAL

13.1

Payment of bid document fee shall be submitted through Crossed Bank Draft having a 06(six)
months validity from a first class international bank or an Indian Nationalized Bank, in favour of
GAIL (India) Ltd. payable at New Delhi and the same shall be submitted in physical form along
with EMD/ Bid Security. The bid of any bidder shall be considered only if the bid is accompanied
by the prescribed Bid Document fee in the form of Demand Draft along with EMD/Bid Security.

13.2

Bidder can download the Bid Document from MECONs website www.meconlimited.co.in and
GAILs e-Tendering website https://etender.gail.co.in. However, bidders have to submit their bids
only through e-tendering website of GAIL. Only silent details of the bid document shall be on
GAILs website http://www.gailtenders.in as the same is information only. For detailed bid
document bidder shall refer GAILs e-tender website.

13.3

Corrigenda/Addenda, if any, shall also be available on the referred web sites. Further, bidder shall
give an undertaking on their letter head that the content of the bidding document have not been
altered or modified.

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

13

13.4

The following documents in addition to uploading the bid on the GAILs e-Tendering website shall
also be submitted in Original in physical form:
i)
Demand Draft towards Bid Document Fee.
ii)
EMD/Bid Bond
iii)
Power of Attorney.
iv)
Integrity Pact duly filled in Bidders name , name of item and signed by per person holding
Power of Attorney and also signed by both the witness.

13.5

MECON / GAIL will follow purchase preference policy as per prevailing guidelines of Government
of India.

13.6

Single Bidder / any member of Consortium submitting their bids should not be under liquidation,
court receivership or similar proceedings.

13.7

Bids sent through Fax/ E-Mail/ Computer floppy shall not be accepted.

13.8

GAIL/ MECON reserve the right to reject any or all Bids received at its discretion without
assigning any reason whatsoever.

13.9

MECON / GAIL will not be responsible or liable for cost incurred in preparation & delivery of bids,
regardless of the conduct or outcome of the bidding process.

13.10

Bid document is non-transferable. Bids received from bidders in whose name Bid Document fee has
been submitted shall only be considered. Bidder must submit the Bid Document Fee in their name.
Bid document fee will be submitted by bidders as per clause 9.3 & 13.1 above.

13.11

Small scale Industries registered with NSIC and Central Government PSUs are not required to pay
the bid document Fee. However, Industries registered with NSIC shall provide necessary
documentary evidence, whereas PSUs shall submit declaration to this effect that they are Central
PSU and are eligible for getting bid documents free of cost.

13.12

No extension in the bid due date/time shall be considered on account of delay in receipt of any
document.

13.13

The Owner/Consultants determination of a bids responsiveness is to be based on the contents of


the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by
the Employer/Consultant, and may not subsequently be made responsive by the bidder by correction
of the non-conformity.

13.14

Bidder shall send duly filled in Acknowledgement Cum Consent letter through return fax or latest
by within 7 days of date of issue to contact person as mentioned below.

.This Invitation of Bids (IFB) is an integral and inseparable part of the Bid Document.
Yours faithfully
For & on behalf of
GAIL (India) Limited
(S. S. Roy)
Dy. GENERAL MANAGER I/c (Marketing, Contracts & MAS &E)
MECON Limited 15th Floor,
SCOPE Minar, North Tower

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

14

Laxmi Nagar, Distrcit Center


Delhi 110 092
Telephone: +91-11-22401129/22401143
Fax: +91-11-22041214/22421310
E-mail: mecondly@bol.net.in, cont-delhi@meconlimited.co.in

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

15

ACKNOWLEDGEMENT CUM CONSENT LETTER


(On receipt of tender document/ information regarding the tender, bidder shall acknowledge the receipt
and confirm his intention to bid or reasons for non-participation against the enquiry/ tender through email/ fax to concerned executive in MECON issued the tender, by filling up the format)
To,
. (C&P)
GAIL (India) Limited

Fax.:
Email: ..
Sub.:

Tender
No.
..
( Name of Item/ Job)

dated

for

Dear Sir,
We hereby acknowledge receipt of a complete set of bidding document alongwith enclosures for
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 details with respect
to our quoting office:Postal Address with Pin Code

Telephone Number
Fax Number
Contact Person
E-mail Address
Mobile No.
Date
Seal / Stamp
-

.
.
:
.
:
.
:
.
:
.
:
.
:
.
:
.

We are unable to bid for the reasons given below:Reasons for non submission of bid

Agency 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 DGM I/c (Contracts), MECON,
Delhi

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

16

CUT OUT SLIP


DO NOT OPEN - THIS IS A QUOTATION
(Original Bid Security, Tender fee, Power of Attorney & Integrity Pact)
Owner

GAIL (INDIA) LIMITED

Project

SPURLINES OF DADRI BAWANA NANGAL PIPELINE


(DBNPL) PROJECT

Bid Document No.

05/51/23M9/GAIL/001-i)

Item

PIPE LAYING & ASSOCIATED WORKS

Due Date& Time

Upto 1400 Hrs. (IST) on 20.09.2010

From :

To :
The Deputy General Manager I/c (Contracts)
MECON LIMITED
15TH FLOOR, NORTH TOWER,
SCOPE MINAR,
LAXMI NAGAR,
DELHI 110092
Ph No.: 91-11-22041129
Fax No.: 91-11-22041214
Email : mecondly@bol.net.in,
cont-delhi@meconlimited.co.in

(To be pasted on the physical envelope containing Original Bid Security, Tender fee, Power of
Attorney, Integrity Pact) (Part III)

D:\23M9\Laying\Vol.-I after GAIL comments\01 IFB.doc

17

SECTION II
1.

INSTRUCTION TO BIDDERS (ITB)

2.

ADDENDUM TO INSTRUCTIONS TO BIDDERS

3.

READY RECKONERS FOR E-TENDERING

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

18

SECTION II
1.0 INSTRUCTIONS TO BIDDERS (ITB)

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

19

SECTION II INDEX

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45
46
47.

SCOPE OF BID:
ELIGIBLE BIDDERS:
ONE BID PER BIDDER
COST OF BIDDING
SITE VISIT
CONTENT OF BIDDING DOCUMENT
CLARIFICATION ON BID DOCUMENTS
AMENDMENT OF BID DOCUMENTS
LANGUAGE OF BID
BIDS FROM CONSORTIUM
DOCUMENTS COMPRISING THE BID
BID PRICES
BID CURRENCY:
PERIOD OF VALIDITY OF BIDS
BID SECURITY
PRE-BID MEETING
FORMAT AND SIGNING OF BID
ZERO DEVIATION:
E-PAYMENTS
AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
SEALING AND MARKING OF BIDS
DEADLINE FOR SUBMISSION OF BID
LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE
MODIFICATION AND WITHDRAWAL OF BIDS
BID OPENING
PROCESS TO BE CONFIDENTIAL
CONTACTING THE OWNER/CONSULTANT
EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
PRICE BID OPENING
ARITHMETIC CORRECTIONS
CONVERSION TO SINGLE CURRENCY
EVALUATION AND COMPARISON OF BIDS
AWARD OF WORK.
OWNER/CONSULTANTS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
NOTIFICATION OF AWARD
CONTRACT AGREEMENT
PERFORMANCE GUARANTEE
CORRUPT AND FRAUDULENT PRACTICES
WAIVER OR TRANSFER OF THE AGREEMENT
ORDER OF PRESIDENCE
UNSOLICITED POST TENDER MODIFICATIONS
CENVAT CREDIT
EXPORT CREDIT AGEMCY FINANCING
INTEGRITY PACT
PRICE REDUCTION SCHEDULE
ARBITRATION
READY RECKONERS FOR E-TENDERING

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

20

INSTRUCTIONS TO BIDDERS (ITB)


A.

GENERAL

1.0

SCOPE OF BID:

1.1.

The Purchaser/Owner/GAIL/ Owners representative as defined in the General Conditions of


Contract-Works, hereinafter the Owner wishes to receive bids as described in the Bidding
Documents.

1.2.

SCOPE OF WORK: The scope of work shall be as defined in the bidding document.

1.3.

The successful bidder will be expected to complete the Scope of Bid within the period stated in
Special Conditions of Contract.

1.4.

Throughout this bidding documents, the term bid and tender and their derivatives
(bidder/tenderer, Bid/tendered/tender, bidding/tendering, etc.) are synonymous, and day
means calendar day. Singular also means plural.

2.

ELIGIBLE BIDDERS:

2.1

Bidder shall, as part of their bid, submit a written Power of Attorney authorizing the signatory of
the Bid to commit the bidder.

2.2

Pursuant to qualification criteria specified in Invitation for Bids (IFB) the bidder shall furnish all
necessary supporting documentary evidence to establish the bidders claim of meeting
qualification criteria.

2.3

The bidder shall furnish, as part of his bid, documents establishing the bidders eligibility to bid
and his qualifications to perform the Contract if his bid is accepted.

2.4

The invitation of bid is open to any bidder.

2.5

A bidder shall not be affiliated with a firm or entity


(i)

that has provided consulting services related-to the Works to the Owner during the
preparatory stages of the Works or of the Project of which the Works form a part, or

(ii)

that has been hired (or is proposed to be hired) by the Owner as Engineer/ Consultant for
the contract.

2.6

The bidder shall not be under a declaration of ineligibility by Owner/Consultant for corrupt or
fraudulent practices as defined in ITB clause no. 38.

2.7

The bidder is not put on holiday by GAIL or MECON or black listed by any Government
Department/ Public Sector on due date of submission of bid. If the documents were issued
inadvertently / downloaded from website, offers submitted by such bidders shall not be considered
for opening / evaluation / award.

2.8

While evaluating the bids, pursuant to Bid Evaluation Criteria (BEC) as specified in the Notice of
Invitation for Bids (IFB), bidders past performance shall also be assessed for ascertaining the
responsiveness of the bid. In such a case, the decision of the Owner / Consultant shall be final and
binding on the bidder.

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

21

2.9

Job executed by a bidder for its own concern /subsidiary cannot be


considered as experience for Bid Evaluation Criteria.

3.

ONE BID PER BIDDER

3.1.

A bidder shall submit only one bid in the same bidding process. A Bidder who submits or
participates in more than one bid will cause all the proposals in which the bidder has participated
to be disqualified.

3.2

Alternative bids are not acceptable.

4.

COST OF BIDDING

4.1.

The bidder shall bear all costs associated with the preparation and submission of the bid, and
Owner/Consultant, will in no case be responsible or liable for this cost, regardless of the conduct
or outcome of the bidding process.

5.

SITE VISIT

5.1.

The bidder is advised to visit and examine the site of works/ Pipeline route and its surroundings
and obtain for himself on his own responsibility all information that may be necessary for
preparing the bid and entering into the Contract. The cost of visiting the site shall be at Bidder's
own expenses. Claims and objections due to ignorance of existing conditions will not be
considered after submission of the bid and during implementation.

5.2.

The bidder and any of his personnel or agents will be granted permission by the Owner/Consultant
to enter upon his premises and lands for the purpose of such inspection, but only upon the explicit
condition that the Bidder, his personnel or agents will release and indemnify the
Owner/Consultant and his personnel and agents from and against all liability in respect thereof and
will be responsible for personnel injury (whether fatal or otherwise), loss of or damage to property
and any other loss, damage, cost and expenses incurred as a result hereof. Owner/Consultant shall
provide necessary assistance, if required, to the bidder(s) for the purpose of site visit.

B.

BIDDING DOCUMENTS

6.

CONTENT OF BIDDING DOCUMENT

6.1

The bid documents hosted on GAIL and MECON Websites are as stated below and should be read
in conjunction with any addenda issued/hosted in accordance with clause 8 of ITB:
Volume I of IV : Commercial & Schedule of Rates (SOR)
Section -I

NIT & INVITATION FOR BID (IFB)

Section - II

INSTRUCTIONS TO BIDDER (ITB)


ATTACHMENT A TO ITB :-

ADDENDUM TO ITB FOR E-PROCUREMENT

ATTACHMENT B TO ITB :-

READY RECKONER FOR E-PROCUREMENT

Section - III

GENERAL CONDITIONS OF CONTRACT (GCC)

Section - IV

SPECIAL CONDITIONS OF CONTRACT (SCC)

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

22

ANNEXURE TO SCC
Attachment I

Forms & formats

Attachment II

Contract Agreement

Attachment II

Indemnity Bond

Attachment II

Performance Evaluation

Volume II to IV of IV : Technical (Documents, Specification, Drawings etc.)


6.2.

The bidder is expected to examine IFB, e-bidding guidelines on GAIL website, all instructions,
form/formats, terms, specifications and drawings etc., enclosed in the bid documents. The
invitation for bid (IFB) together with all its attachment thereto, shall be considered to be read,
understood and accepted by the bidder. Failure to furnish all information required by the Bid
Documents or submission of a bid not substantially responsive to the Bidding Documents in every
respect will be at bidders risk and may result in the rejection of the Bid.

7.

CLARIFICATION ON BID DOCUMENTS

7.1.

A prospective bidder requiring any information or clarification of the bidding documents, may
notify the Consultant in writing by e-mail/fax/post at Consultants mailing address indicated in the
bid document (MECON Limited, 15th Floor , Scope Minor, North Tower, District Centre , Laxmi
Nagar, Delhi -110092, India. Fax No. 011 22041214 / 22421310). All question/ queries should be
referred to Consultant at least 03 (Three) days before scheduled date of pre-bid meeting. Written
copies of GAIL / MECON response ( including an explanation of the query but withouit
identifying the source of the query) will be sent to bidders and same will be hosted on website
https://etender.gail.co.in and http://www.meconlimited.co.in , before the bid due date. Only
salient features of the tender document shall be hosted on GAILs website
(www.gailtenders.in )

8.

AMENDMENT OF BID DOCUMENTS

8.1.

At any time prior to the deadline for submission of bids, the Owner/Consultant may, for any
reason, whether on its own requirement or in response to a clarification requested by prospective
bidders, modify the bidding documents by issuing addenda.

8.2.

Any addendum/corrigendum/ clarification to the bidders query thus issued shall be part of the
bidding documents pursuant to ITB clause 6.1. These shall also be hosted on the website as
mentioned in clause no. 7.1, above. All the prospective bidders who have attended the Pre Bid
Meeting / submitted the bid document fee till date shall be informed by email / post about the
addendum / corrigendum / clarification to bidders query for their reference. Bidders desirous to
submit its bid have to take into consideration of all the addendum(s) / corrigendum (s) /
clarifications to bidders query hosted on the above websites before submitting the bid.

8.3.

The Owner/Consultant may, at its discretion, extend the date of submission of bids in order to
allow the bidders a reasonable time to furnish their most competitive bid taking into account the
amendments issued.
C.

PREPARATION OF BIDS

9.

LANGUAGE OF BID

9.1.

The bid prepared by the bidder, all correspondence/drawings and documents relating to the bid
exchanged by the bidder with the Owner/Consultant shall be in English Language alone provided
that any printed literature furnished by the bidder may be written in another language so long as

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

23

accompanied by an English translation, in which case, for the purpose of interpretation of the bid,
the English translation shall govern.
9.2.

In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
bidders country shall be submitted by the bidder along with the bid.

10.

BIDS FROM CONSORTIUM

10.1

Bids from Consortium are acceptable provided that they fulfill the qualifying requirements stated
in the IFB. Members of the consortium shall assume responsibility jointly and severally.
Consortium Agreement / MOU shall be submitted along with the bid clearly defining the scope
and responsibilities of each of the consortium members.

10.2

Consortia of Bidders, if any, must clearly define roles / scope of work of each partner / member .
Further, the agreement for a consortium must accompany the Bid and should clearly define the
Leader of such a consortium who shall be responsible for timely completion fo work and shall
communicate with Owner / Consultant on behalf of the consortium, and amongst consortium
members during the period the Bid is under evaluation by Owner / Consultant as well as during
execution of work. In the event work is awarded. Leader of the consortium will be completely
responsible for the execution of the work in accordance with the Contract and Owner / Consultant
will communicate only with the Leader of the consortium.

10.3

A consortium once established at the time of submitting the Bid shall not be allowed to be altered
with respect to constituting members of the consortium or their respective roles / scope of work,
except, if and when required in writing by Owner. If during the evaluation of bids, a consortium
proposes any alterations / changes in orientation of consortium or replacement or inclusion of
expulsion of any partner(s) / member(s) of consortium which has originally submitted the Bid to
drive some advantage / benefits based on any development(s) having come to Owners / MECON
knowledge at any time, the Bid of such a consortium shall be liable for rejection.

10.4

In the event that the successful bidder is a Consortium, the Owner / Consultant requires that the
parties to the Consortium accept jointly and severally liabilities for all obligations under the
Contract.

10.5

Bid submitted by a Consortium, member shall comply with the following requirement:
i)
ii)

iii)

iv)

v)

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

The bid and in case of successful bid, the form of Agreement shall be signed by all the
constituents of the said consortium so as to be legally binding on all members.
One of the member shall be authorized to be Leader and submitting a Power of attorney
signed by legally authorized signatories of all the members shall evidence his
authorization.
Leader shall be authorized to incur liabilities and receive instruction for and on behalf of
any one or all members of the consortium and the entire execution of the contract
including payment shall be executively dealt with the Leader.
All member of the Consortium shall be liable jointly and severally for the execution of
the Contract in accordance with the Contract terms and a relevant statement to this effect
shall be included in the authorization mentioned under ii) above as well as in the Form of
Agreement ( in case of successful bid.) Notwithstanding statement by the member(s) of
the consortium, the leader shall be exclusively responsible for the performance and all the
liabilities of the consortium under the contract.
It is specifically agreed by the members that in the event of the Leader of the Consortium
running into any financial problem and / or otherwise fails to comply with any of the
Leaders obligations under the Contract at any time, other members shall fully undertake
total responsibility to provide all necessary financial resources for the project and shall

24

comply with, in addition to the other partners own obligations, all the obligation under
the Contract of Leader for completing the Project in time without prejudice to the joint
and several responsibilities of all members and Leader.
11.

DOCUMENTS COMPRISING THE BID

11.1.

The e-bid prepared by the bidder shall comprise the following: -

11.2.

Part I : E-Envelope- Techno-Commercial Un-Price Bid (PART-I)

11.2.1

Techno-commercial/Un-priced bid and shall contain the following:i.

Covering letter.

ii.

Bidders General Details/information as per Format F-1.

iii.

Power of Attorney in favour of person (s) signing the bid that such person (s) is/are authorised to
sign the bid on behalf of the bidder and any consequence resulting due to such signing shall be
binding on the bidder.

iv.
v.

Bid Form as per Format F-2.


Documents as required in F-3, Annual Turnover (F-3A) and Financial data (F-3B).All supporting
document submitted by foreign bidders, as evidence of meeting Bid Evaluation criteria specified
in IFB. Shall be certified true copies duly signed , dated and stamped by an official authorized for
this purpose in Indian Embassy / High Commission in bidders country. Along with execution
schedule interlinking various activities in the form of bar chart meeting the progressive delivery /
completion schedule. Bidder shall submit complete copy of audited Annual reports for the last
three years ( as indicated in IFB)

vi.

Copy of SOR ( Schedule of Rates) with prices blanked out mentioning Quoted / Not Quoted
against each item.

vii.

Bid security/EMD in accordance with Clause 15 of ITB as per Format F-4.

viii.

Letter of authority in favour of any one or two of Bidders executives having authority to attend
the un-priced and priced bid opening as per Format F-5

ix.

Confirmation of no deviation as per Format F-6

x.

Certificate as per Format F-7 for confirming the Government of India is not part of Agreement.

xi.

Details of similar work done during past seven years as per Format F-8A and Details of Specific
Experience as per Format F-8B

xii.

Duly signed and stamped Format F-9A & Format F-9B pertaining to Performa for bank Guarantee
for Contract Performance Guarantee & mobilization Advance.

xiii..

PF registration Details as per Format F-10

xiv.

Checklist as per Format F-11

xv.

Integrity Pact as per Format F-12

xvi.

Details of Construction Equipment required. (List provided in Annexure of SCC) as per Format F13

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

25

xvii.

Details of proposed organization along with CVs of key personnel for home and site offices as per
Format F-14 ( in line with manpower listed in Annexure of SCC)

xviii.

Detailed execution philosophy of work as per Format F-15

xix.

Certificate of the bidder that no agent is involved for the bidder as per Format F-16

xx.

Details of Indian Agents as per Format F-17 if Agent / Consultant / Retainer / Associate is
involved.

xxi.

Declaration about bidders income tax liability in India as per Format F-18 (Applicable for
Foreign Bidder)

xxii.
xxiii.
xxiv.
xxv.
xxvi.
xxvii.
xxviii.
xxix.
xxx.
xxxi.

Declaration as per Format F-19


Undertaking as per Format F-20
Documents to be submitted by the bidder as per Format F-21.
ESI Registration certificate.
Scanned copy of the Demand Draft / Bankers cheque as an evidence for cost of bidding document.
Documents establishing the Qualification pursuant to clause of IFB.
Any other information / details required as per Bidding Document.
QA / QC Manuals
Health Safety and Environment (HSE) Policy & manuals.
List of Consultants / sub contractors, is any, and Memorandum of Understanding ( MOU) defining
their involvement and responsibility in this work.
Copies of documents defining constitution or legal status, place of registration and principal place
of business of the company.

xxxii.

Note : All pages of the bid to be e-signed by authorized person of the Bidder.
11.3

E-Envelope Part II: Price Bid

11.3.1

Bidder shall download the Schedule of Rates which is uploaded on website as an excel
attachment. Bidder shall submit Schedule of Rates duly filled in and e-signed strictly as per format
without altering the content of it. The duly filled Schedule of Rates shall be uploaded by bidder on
web site as per e-tendering procedure..

11.4.

Envelope Part III: Documents to be submitted in originals

11.4.1

Part-III shall contain original Bid Security / EMD, tender fee, Power of Attorney , Letter of
Authority & Integrity pact in sealed envelopes and shall be submitted to DGM I/c (Marketing,
Contracts & MAS & E), MECON Limited, 15th Floor, Scope Minar, District centre , Laxmi Nagar,
Delhi 110092 in physical form by bid due date & time as defined in bid document..

11.4.2

The bidder has an option to submit all above document in physical form within 7 (seven) days
reckoned from the bid due date provided scanned copies of the above documents have been
submitted as part of e-bid on or bid due date and time. In case, EMD/Bid security & tender fee (
if applicable) are not received in physical form within 7 days from the date of unpriced bid
opening, the bid will be rejected irrespective of their status/ranking in tender and not
withstanding the fact that a copy of EMD & tender fee were earlier uploaded by the bidder.

12.

BID PRICES

12.1.

The bidder shall e-quote bid prices on the appropriate format for Schedule of Rates enclosed as
part of bidding document.

12.2.

The bidder shall e-quote the prices for items in the Schedule of Rates after careful analysis of cost

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

26

involved for the performance of complete work considering all parts of the bidding documents. In
case, any activity though specifically not covered but is required to complete the work as per
scope of work, scope of supply, specifications, standards, drawings, GCC, SCC or any other part
of bidding document, the prices quoted shall deemed to be inclusive of cost incurred for such
activity.
12.3.

Unless stated otherwise in the bidding documents, the Contract shall be for the total works as
described in Bidding Document for the specified Sections (as specified in the IFB) for which
bidder intends to quote based on the prices in Schedule of Rates submitted by the bidder and
accepted by the Owner/Consultant. Bid for part scope of work of quoted sections shall be rejected.

12.4.

Prices must be filled in format for `Schedule of Rates' enclosed as part of bidding document. If
quoted in separate typed sheets and any variation in item description, unit or quantity is noticed,
the bid is liable to be rejected.

12.5.

All duties and taxes including Excise duty, Sales Tax, VAT, Entry tax, Custom duty, CVD,
additional CVD, Works Contract tax, Turnover Tax and other levies or any other statutory
payment payable by the Contractor under the Contract, or for any other cause, shall be included in
the Schedule of Rates.

12.6.

The bidder shall indicate the amount of Service Tax under composite scheme for Section I
@10.3% and for Section II @ 4.12% on the Net Total amount. Bidder shall provide Cenvatable
bills so that GAIL can claim the Cenvat benefit as per rule.

12.7.

Prices quoted by the bidder, shall remain firm and fixed and valid until completion of the Contract
and will not be subject to variation on any account.

12.8.

Bidder may note that Owner/Consultant will not issue any concessional form for Central Sales
Tax (CST) / Local Sales Tax (LST).

12.9.

The Bidder shall quote the prices both in figures as well as in words. There should not be any
discrepancies between the price indicated in figures and the price indicated in words.

12.10.

Alternative bids shall not be considered.

12.11.

Discount, if any, must indicate in the column provided in Schedule of Rates only. Conditional
discount, if offered, shall not be considered for evaluation.

13.

BID CURRENCY:

13.1.

Indian bidders may submit bid in Indian Rupees and receive payment in Indian Rupees.

13.2.

Foreign bidders may submit bid in the home currency of bidders country or US$/EURO/ INR

13.3.

A bidder expecting to incur a portion of his expenditure in the performance of Contract in more
than one currency (limited to maximum two currencies) (without prejudice to the provisions of
Clause 13.1 & 13.3) and wishing to be paid accordingly shall indicate the same in the bid. In such
a case, the bid shall be expressed in different currencies with the respective amounts in each
currency together making up the total price.

13.4.

Currency once quoted will not be allowed to be changed. Employer shall not be compensating for
any exchange rate fluctuation.

14.

PERIOD OF VALIDITY OF BIDS

14.1.

The bid shall remain valid for acceptance for four (4) months from the bid due date. A bid valid

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

27

for a shorter period shall be rejected being non-responsive.


14.2.

In exceptional circumstances, prior to expiry of the original bid validity period, the Owner/
Consultant may request that the bidder extend the period of validity for a specified additional
period. The requests and the responses thereto shall be made in writing (by e-mail/fax/post). A
bidder may refuse the request without forfeiture of its bid security. A bidder agreeing to the
request will not be required or permitted to modify his bid, but will be required to extend the
validity of its bid security for the period of the extension and in accordance with ITB clause 15 in
all respects.

15.

BID SECURITY

15.1.

The bidder shall furnish, as part of its Bid, a Bid Security in the amount specified in the IFB.

15.2.

The bid security is required to protect the Owner against the risk of bidders conduct which would
warrant the bid securitys forfeiture, pursuant to ITB clause 15.9.

15.3.

Foreign bidder shall submit bid security in US Dollar and Indian Bidders will submit bid security
in Indian Rupees.

15.4.

The bid security shall be in the form of Demand Draft/ Bankers Cheque in favour of GAIL
(India) Ltd., payable at New Delhi (issued by Indian Nationalised/Scheduled bank or first class
international bank) or in the form of an irrevocable Bank Guarantee in favour of GAIL (India) Ltd.
as per format enclosed at F-4.
GAIL shall not be liable to pay any bank charges, commission or interest on the amount of bid
security.
In case, bid security is in the form of irrevocable Bank Guarantee the same shall be from any
Indian scheduled Bank or a branch of an International bank situated in India and registered with
the Reserve Bank of India as scheduled foreign bank in case of Indian Bidder and from any
reputed International Bank or Indian Scheduled Bank in case of foreign bidder. However, in case
of Bank Guarantee from banks other than the Nationalized Indian bank, the bank must be a
commercial bank having net worth in excess of Rs. 100 Crores ( or equivalent US Dollar 19.80
million) and a declaration to this effect should be made by such commercial bank either in the
bank guarantee itself or separately on its letterhead.

15.5

The bid security shall be valid for two (02) months beyond the validity of the bid as specified in
Clause 14 of ITB i.e. 6 (Six) months beyond deadline for bid submission..

15.6.

Any bid not secured in accordance with ITB clause 15.1 and 15.4 shall be rejected by GAIL as
non-responsive.

15.7.

Unsuccessful bidders bid security will be discharged / returned, as promptly as possible but not
later than 30 days after the expiration of period of bid validity prescribed by OWNER pursuant to
ITB clause 14.

15.8.

The successful bidders bid security will be discharged upon the bidders accepting the order,
pursuant to ITB clause 35 and furnishing the Contract Performance Guarantee pursuant to ITB
clause 37.

15.9.

The bid security may be forfeited:

15.9.1.

If a bidder withdraws its bid during the period of Bid validity.

15.9.2.

In case of a successful bidder, if the bidder fails:

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

28

i)
ii)

to accept the award in accordance with clause 35 of ITB or


to accept the arithmetic corrections pursuant to clause 30 of ITB and/or

iii)

in case of a successful Bidder, if the Bidder fails, within the specified period
a)
b)

to sign the Contract and


to furnish the performance guarantee in accordance with Clause 37 of ITB.

15.8.

Bid security should be in favour of GAIL (India) Limited, New Delhi. Bid security must indicate
the bid document and the work for which the bidder is quoting. This is essential to have proper corelation at a later date. The bid security shall be in the form of irrevocable Bank guarantee shall be
in the Format F-4, provided in the bidding document.

15.9.

Central Government of India / Central Government Public Sector Undertakings (PSU) and firms
registered with NSIC are exempted from furnishing Bid Security, provided they are registered for
the quoted items, they intend to quote and subject to their enclosing with their bid a copy of latest
and current registration certificate.

Small Scale, Industries units registered with the NSIC, under its single point Registration
Scheme, shall be exempted from submission of EMD/Bid Bond.
16.

PRE-BID MEETING

16.1.

The bidder (s) or his designated representative, who have downloaded the bid document and have
confirmed their intention to bid are invited to attend a pre-bid meeting which will take place at
GAIL (India) Limited, 16, Bhikaiji Cama Place, New Delhi 110 066, India.

16.2.

The purpose of meeting will be to clarify issues related to tender on any matter that may be raised
at that stage. Session will also be arranged for bidders to demonstrate the e-Tendering system to
facilitate bidders to submit the Bid Online.

16.3.

The bidder is requested, requiring any clarification of the Bidding Document may notify GAIL /
MECON in writing or by fax / e-mail / post at MECON mailing address indicated in the Invitation
for Bids. It may not be practicable at the meeting to answer queries received late, but queries and
responses/clarifications will be transmitted in accordance with the following sub-clause.

16.3.1

MECON will respond in writing to any request for clarification of the Bidding Document, which it
receives at least 03 (three) working days before the Pre-Bid Meeting date. Written copies of
GAIL/MECON response ( including an explanation of the query but without identifying the
source of the query) will be hosted on the websites as mentioned in clause 7.1 above before the bid
due date.

16.3.2

Any addendum/corrigendum/ clarification to the bidders query thus issued shall be part of the
bidding documents pursuant to ITB clause 6.1 and shall also be hosted on the website as defined
in clause no. 7.1, above and will be informed to bidders as per clause 8.2 above.

16.4

Non-attendance of the pre-bid meeting will not be a cause for disqualification of the bidder.

17.

FORMAT AND SIGNING OF BID

17.1.

The bidder shall submit e-bid as per Clause 11 of this ITB on GAILs e-tender website:
(https://etender.gail.co.in). as per guidelines given therein.

17.2.

The e-bid shall be signed by the person or persons duly authorised to sign on behalf of the bidder.
The name and position held by each person signing must be stated below the signature. All pages

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

29

of the bid except any catalogues / literatures shall be signed and sealed by the person or persons
signing the bid.
17.3.

The bid shall contain no alterations, omissions or additions, unless such corrections are initialled
by the person or persons signing the bid.

18.

ZERO DEVIATION:

18.1

Bidder to note that this is a ZERO deviation bidding document. Owner/Consultant will appreciate
submission of offer based on the terms and conditions in the enclosed General Condition of
Contract (GCC-Works), Special Condition of Contract (SCC), Instruction to Bidders (ITB), Scope
of Work, and Technical Specification etc. to avoid wastage of time and money in seeking
clarifications on technical/ commercial aspect of the offer. Bids with any deviation to the bid
conditions shall be liable for rejection.

18.2

Not withstanding to the above, bids with the following deviation(s) to the bid conditions shall be
summarily rejected without any post bid reference to the bidder:

18.2.1.
18.2.2.
18.2.3.
18.2.4.
18.2.5.
18.2.6.
18.2.7.
18.2.8.
18.2.9.

18.2.17

Bid Prices as per clause 12 of ITB


Bid document fee and Bid Security / EMD as per above clauses.
Scope of work as per IFB and as specified in Bid Document ( ol. I to IV)
Technical Specifications as per Volume II to volume IV
Schedule of rates
Completion Schedule.
Period of validity of bid
Price Reduction Schedule (PRS).
Acceptance to Performance Bank Guarantee format and acceptance to submit the same in case of
award.
Guarantee
Arbitration / Resolution of dispute
Force Majeure.
Applicable laws
PF / EPF registration in case of Domestic bidder or in case of Indian member of Consortium.
Any other condition specifically mentioned in the tender documents elsewhere that noncompliance of the clause lead to rejection of the bid.
In case Bidder stipulate deviations, Owner/ MECON have the right to reject such bid at its
absolute discretion without giving any opportunity for such Bidder to make good such deficiency.
Integrity pact, in case the tender being more than one crore.

19.

E-PAYMENTS

19.1.

GAIL (India) Limited has initiated payments to suppliers and Contractors electronically and to
facilitate the payments electronically, the bidder should have an account with HDFC Bank or
ICICI Bank or State Bank of India so that the payment through e-banking be made to the bidder,
in case work is awarded to him. The bidder should give their account number and other details in
any one of the above banks to facilitate payment through E-banking.

20.

AGENTS/CONSULTANTS/REPRESENTATIVES/RETAI NERS/ASSOCIATES

20.1

GAIL would prefer to deal directly with the manufacturers/ principals abroad without involving
any Indian Agent. But in case they decide to have their Agent/Consultant/
Representative/Retainer/Associate in India and pay commission for their services against a
particular tender it should be bare minimum and the principal would have to certify that such a
commission is commensurate with the services rendered to them by such an Agent/ Consultant/
Representative/ Retainer/ Associate in India. The principal will also have to broadly list out
services to be rendered by the Agent/Consultant/ Representative/ Retainer/ Associate in India.

18.2.10.
18.2.11.
18.2.12.
18.2.13.
18.2.14.
18.2.15.
18.2.16.

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

30

20.2

In the event bidder is having Agent/ Consultant/ Representative/ Retainer/ Associate/ servicing
facilities in India (who is not an employee of the bidder) the bidder should indicate in their offer
the name of such an Agent/ Consultant/ Representative /Retainer /Associate, they have for services
in India. The bidder must also indicate clearly the commission payable to the Agent/Consultant/
Representative/ Retainer/Associate in rupees in terms of Agreement (enclosing copy of the same).
The bidder, in his bid will indicate the nature and extent of service to be provided by such an
Agent/Consultant/ Representative/ Retainer/Associate on behalf of the bidder and also
remuneration therefore provided in the price, as a separate item, quoted by the bidder to GAIL.
Such remuneration/commission will be paid by GAIL in non-convertible Indian currency in India.
Should it be established at any subsequent point of time that the above statement of the bidder is
not correct or that any other amount of remuneration/commission either in India or abroad is being
paid to any one (who is not an employee of the bidder), the bidder would be liable to be debarred
from participating in the future tenders of GAIL. Failure to give such information will lead to
rejection of the offer.
The following particulars will also be furnished by the bidder:
a)

Name, address and precise relationship between the foreign manufacturer/principal and
their Agent/Consultant/ Representative/Retainer/Associate in India.

b)

The mutual interest which the manufacturer/principal and the Agent/ Consultant/
Representative/ Retainer/Associate in India have in the business of each other.

c)

Any payment which the Agent/ Consultant/ Representative/ Retainer/ Associate receives
in India or abroad from the manufacturer/principal whether as a commission for the
contract or as a general fee. Bidders quoted price shall be treated as inclusive of such
commission/fee.

d)

Permanent Income Tax number of Agent/ Consultant/ Representative/ Retainer/


Associate in India.

e)

Permanent income tax account number of foreign supplier.

f)

All services to be rendered by the Agent/ Consultant/ Representative /


Retainer/Associate.

g)

Payments to Indian Agent shall only be remitted after getting proof of registration
with RBI, New Delhi.

Note: Bidders which do not comply with the above stipulations are liable to be ignored.
20.3

Foreign
bidder should send e-bids directly. E-Bids sent through Agent/ Consultant
/Representative / Retainer /Associate will not be recognized. Agent/ Consultant/
Representative/Retainer/Associate of the overseas manufacturers/suppliers are, however,
permitted to download biding documents and attend bid opening provided such as Agent/
Consultant/ Representative/Retainer/Associate has a power of attorney/letter of authority setting
out very clearly his role, which will be limited to such areas of activity as downloading of bid
documents, attending of bid opening and claiming of payment for their services, provided further
that such a power of attorney/letter of authority is submitted to GAIL in advanced for scrutiny and
acceptance or otherwise.
SUBMISSION OF BIDS

21.

SEALING AND MARKING OF BIDS

21.1

E-Bid shall be submitted in the following manner in separate e-envelopes duly super scribed as

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

31

below:
Part-I Techno-commercial / un-priced bid
Part-II -Priced Bid
Part-III Documents to be submitted in originals.
21.2.

E-bids for Part I and part II must be received online by GAIL through their e-tendering website by
due date.

21.3.

Part III, Envelopes containing the original documents required to be submitted by the bidder in
hard must be received by MECON Ltd., as per due date and time specified in bid document..

21.4.

Envelopes containing original / physical form of bid ( Part III) shall have bid document number
and shall be addressed to :
DGM I/c (Marketing, Contracts & MAS &E)
MECON Limited
15th Floor, Scope Minor,
District Centre , Laxmi nagar
Delhi - 110092
Attn.: Mr. S.S.Roy
Each envelope shall indicate name and address of the bidder to enable the bid to be returned
unopened, if required.
The bidder has an option to submit hard copies of documents as per clause no. 11.4.2 above.
EMD not received in physical form within 7 days from the date of unpriced bid opening, the bid
will be rejected not withstanding the fact that a copy of EMD was earlier uploaded by the
bidder.

21.5.

If the envelope is not sealed and marked as above, the Owner / Consultant will assume no
responsibility for the misplacement or premature opening of the bid.

22.

DEADLINE FOR SUBMISSION OF BID

22.1.

The deadline for submission of the bid shall be as mentioned in IFB.

22.2.

The Owner/Consultant may, in exceptional circumstances and at its discretion, on giving


reasonable notice by e-mail/fax or any written communication to all prospective bidders who have
downloaded the bid document extend the deadline for the submission of bids in which case all
rights and obligations of the Owner/Consultant and bidders, previously subject to the original
deadline will thereafter be subject to deadline as extended.

23.

LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE

23.1.

E-system of GAIL shall close immediately after the deadline for submission of bid prescribed by
the Consultant pursuant to clause 22 of ITB.

23.2.

Unsolicited bids or bids being submitted in physical form/to address other than one specifically
stipulated in the bid document will not be considered for opening / evaluation / award and will be

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

32

returned to such bidders.


24.

MODIFICATION AND WITHDRAWAL OF BIDS

24.1.

The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but, before the
due date of submission as per provision of e-tendering system of GAIL.

24.2.

No bid shall be modified after the deadline for submission of bid.

24.3.

No bid shall be allowed to be withdrawn in the interval between the deadline for submission of
bids and the expiration of the period of bid validity specified by the bidder on the bid form.
Withdrawal of a bid during this interval shall result in the bidders forfeiture of its bid security,
pursuant to clause 15.9 of ITB.
BID OPENING AND EVALUATION

25.

BID OPENING

25.1.

Un-Priced Techno Commercial bid opening:

25.2.

The Owner/Consultant will open the un-priced techno commercial bids in the presence of
bidders designated representatives at date & time as stipulated in IFB. The bidders
representatives who are present shall sign bid-opening statement evidencing their attendance.

25.3.

Bidders names, the presence (or absence) and amount of bid security, and any other such details
as the consultant may consider appropriate will be announced by the Consultant.

26.

PROCESS TO BE CONFIDENTIAL

26.1.

Information relating to the examination, clarifications, evaluation and comparison of bids, and
recommendations for the award of a Contract shall not be disclosed to bidders or any other person
officially concerned with such process. Any effort by a bidder to influence the Owner/Consultant
in any manner in respect of bid evaluation or award will result in the rejection of that bid.

27.

CONTACTING THE OWNER/CONSULTANT

27.1.

From the time of the bid opening to the time of the Contract award, if any bidder wishes to contact
the Owner for any matter relating to the bid it should do so in writing.

27.2.

Any effort by a bidder to influence the Owner/Consultant in any manner in respect of bid
evaluation or award will result in the rejection of that bid.

28.

EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

28.1.

Techno-Commercial Bid Evaluation.

28.1.1.

The Owner/Consultant will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required securities have been furnished, whether
the documents have been properly signed, and whether the bids are generally in order.

28.1.2.

Prior to the detailed evaluation, the Owner/Consultant will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the Bidding Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms, conditions
and specifications of the Bidding Documents without deviations, objections, conditionality or
reservations.

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

33

28.1.3

No deviation, whatsoever, is permitted in the Bidding Documents and the price bids of those
bidders whose technical and commercial bids contain any exception to the conditions and
stipulations of the Bidding Documents shall not be opened and returned un-opened to such
bidder(s).

28.1.4.

The Owner/Consultants determination of a bids responsiveness is to be based on the contents of


the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by
the Owner/Consultant, and may not subsequently be made responsive by the bidder by correction
of the nonconformity.

28.1.5.

The Owner/Consultant will carry out a detailed evaluation of the bids previously determined to be
responsive in order to determine whether the technical aspects are in accordance with the
requirements set forth in the Bidding Documents. In order to reach such a determination, the
Owner/Consultant will examine and compare the technical aspects of the bids on the basis of the
information supplied by the bidders, taking into account the following factors:
(a)

Overall completeness and compliance with the Technical Specifications; quality, function and
operation of any process control concept included in the bid. The bid that does not meet minimum
acceptable standard of completeness/ specifications defined in the bid document, consistency and
detail will be rejected as non-responsive.

(b)

Any other relevant factor, if any that the Owner/Consultant deems necessary or prudent to be
taken into consideration.

28.1.6.

Requisite forms contains all necessary information including those required for meeting qualifying
criteria stipulated in IFB, etc.

29.

PRICE BID OPENING

29.1.

The Owner/Consultant shall inform the time, date and venue for price bid opening to all such
bidders who qualify pursuant to techno-commercial bid evaluation. Bidders may be required to
attend price bid opening at a short notice of 24 hours.

29.2.

The Owner/Consultant will open price bids of all bidders notified to attend price bid opening in
presence of authorised bidders representatives present at the time of priced bid opening. The
bidders representatives who are present shall sign bid-opening statement evidencing their
attendance.

29.3.

The bidders name, prices, and such other details as the Owner/Consultant, at its discretion, may
consider appropriate will be announced and recorded at the time of bid opening.

30.

ARITHMETIC CORRECTIONS

30.1.

The bids will be checked for any arithmetic errors as follows.

30.2.

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

30.3.

When the rate quoted by the contractor in figures and words tallies but the amount is incorrect,
the rate quoted by the contractor shall be taken as correct and not the amount and the amount
corrected.

30.4

When it is not possible to ascertain the correct rate, in the manner prescribed above, the rate as
quoted in words shall be adopted and the amount worked out, for comparison purposes.

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

34

30.5.

If the bidder does not accept the correction of errors, its bid will be rejected and the bid security
will be forfeited.

31.

CONVERSION TO SINGLE CURRENCY

31.1

To facilitate evaluation and comparison, the Employer / Consultant will covert all bid prices
expressed in the amounts in various currencies in which the bid price is payable to single currency
and that will be Indian Rupees only at the Bills selling exchange rate published by the State Bank
of India on one day prior to the price bid opening date.

32.

EVALUATION AND COMPARISON OF BIDS

32.1

In case, the Bidder has quoted for more than one section and qualified for quoted section(s), his
price bids for all the quoted section(s) shall be opened.

32.2

The Schedule of Rates quoted for various sections shall be taken up for evaluation individually.

32.3

To arrive at the evaluated price, loading on total quoted price shall be done taking into account of
the Extended Stay Compensation as quoted by the bidders in Schedule of Rates.

32.4

Work for individual Section(s) shall be awarded as per the following methodology :

i)

In case, Bidder quotes, qualifies and lowest for Section-I and Section-II, the work of Section-I and
Section-II shall be awarded to him on lowest quote basis.

ii) (a)

In case the bidder happens to be lowest (L1) bidder for higher number of sections but considered
qualified for lesser number of sections (s) as per Bid Qualification Criteria, then the work shall be
awarded to him in a way to result in least cost to Owner basis. In such a case, after selection of
section (s) for award on least cost to Owner basis, prices of this bidder for remaining section (s)
would not be considered for further evaluation to decide inter-se-ranking.

ii) (b)

Same Methodology would be followed for award of left over sections among remaining bidders.

32.5

In case it is observed that any bidder has not quoted for any item in the Schedule of Rates (such
unquoted item note being in large numbers), the quoted price for the purpose of evaluation shall be
considered as the maximum rate quoted by the remaining bidder for such items.
If after evaluation, such bidder is found to be the lowest evaluated bidder, the rated for the missing
item shall be considered as included in quoted bid price.
If the estimated price impact of the unquoted items is more than 10% of the bidders quoted price,
the above provision shall not be applicable and such bid shall be rejected.

32.6

Any uncalled for lump sum/ percentage or adhoc reduction/ increase in prices, offered by the
Bidders after opening of the bid, shall not be considered.

32.7

The unit prices quoted in the price bid is to be considered for evaluation and no cognizance will be
given to the supplementary/ supporting document attached to the price bid, break-up of prices, etc.

32.8

If discounts and prices etc. are not filled up in the Schedule of Prices and are not as per the
requirements of the Bidding Documents, the same shall be omitted from evaluation.

32.9

Preferences

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

35

Purchase Preference to Central Government Public Sector Undertaking (PSU) shall be allowed
as per Government Instructions in vogue.
a)

Purchase Preference
Purchase preference to the products and services of Central / State Government / Public Sector,
Enterprises and Public Sector Construction and Services Enterprises may be accorded in line with
the instructions of the Govt. from time to time.

b)

Price Preference to Indigenous Supplier / Services over Imported Materials against


International Competitive Bidding.
The price preference to be given to the indigenous supplies / services over the imported ones will
be governed in line with the instructions of the Govt. from time to time.

c)

Price / purchase preference to the products of SSS


The price preference to be given to the SSS will be governed in line with the instructions of the
Govt. from time to time.
AWARD OF CONTRACT

33.

AWARD OF WORK.

33.1.

The Owner/ Consultant will award the Contract to the successful bidder (s) whose bid has been
determined to be substantially responsive, meets the technical & financial criteria and/or have
been determined as a lowest bid on least cost basis to Owner and capacity of Bidders is as per
qualification criteria based on IFB and is determined to be qualified to satisfactorily perform the
Contract.

33.2.

Owner also reserves the right to negotiate the quoted prices before award of work.

34.

OWNER/CONSULTANTS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID

34.1.

The Owner/Consultant reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of the contract without thereby incurring any
liability to the affected bidder or bidders or any obligations to inform the affected bidder or
bidders of the ground for Owner/Consultants action.

35.

NOTIFICATION OF AWARD

35.1.

Prior to the expiration of period of bid validity GAIL will notify the successful bidder in writing
by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award
/ Fax of Acceptance will constitute the formation of the Contract.

35.2.

The Progressive Delivery / Completion period shall commence from the date of notification of
award / Fax of Acceptance (FOA).

35.3.

The notification of award will constitute the formation of a Contract, until the Contract has been
effected pursuant to signing of Contract as per Clause 36 of ITB.

36.

CONTRACT AGREEMENT

36.1.

Contract documents for agreement shall be prepared after the acceptance of bid. Until the final
contract documents are prepared and executed this bid document together with the annexed
documents, modifications, deletions agreed upon by the Owner/Consultant and bidders acceptance

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

36

there of shall constitute a binding contract between the successful Bidder and the
Owner/Consultant based on terms contained in the aforesaid documents and the finally submitted
and accepted rates.
36.2.

The Contract document shall consist of the following:


a)
b)
c)
d)

Original Bidding Document along with its enclosures issued.


Amendment/Corrigendum to original Bidding Document issued, if any.
Fax of Acceptance.
Detailed letter of Award/Acceptance along with Statement of Agreed Variation (if any)
and enclosures attached therewith.

36.3.

After the successful bidder has been notified for acceptance of his bid, the bidder is required to
execute the Contract Agreement within 15 days of receipt of Fax of Acceptance in the form
provided in the Bidding Documents. The Contract Agreement is to be executed on the non-judicial
paper of appropriate value (the cost of stamp paper shall be borne by the Contractor).

36.4.

In the event of failure on the part of the successful bidder to sign the Agreement within the abovestipulated period, the Bid Security shall be forfeited and the acceptance of the tender shall be
considered as cancelled.

37.

PERFORMANCE GUARANTEE

37.1

Pursuant to clause no. 24 of GCC-Works bidder will provide Performance Guarantee of


appropriate value within 15 days of receipt of FOA from the Owner. The Performance Guarantee
shall be in form of either Demand Draft or Bankers Cheque or irrevocable Bank Guarantee and
shall be in the currency of Contract. The contract performance bank guarantee shall be valid 03(
three) months beyond the expiry of defect liability period.

Performance Guarantee for 10% of total order/Contract value shall be


exclusive service tax.
Failure of the successful bidder to comply with the requirement of this clause shall constitute a
breach of contract, cause for annulment of the award, forfeiture of the bid security and any such
remedy the Owner may take under the Contract pursuant to Clause 32 (C) of GCC-Works and the
Owner may resort to awarding the Contract to the next ranked bidder.

SSI Units registered with the NSIC, under its single point Registration Scheme shall be
exempted from submission of Security Deposit/ Contact Performance Guarantee to the
Monetary Limit for which the unit is registered.
38.

CORRUPT AND FRAUDULENT PRACTICES

38.1

The Owner requires that Bidders/Contractors observe the highest standard of ethics during the
execution of Contract. In pursuance of this policy, the Owner defines, for the purposes of this
provision, the terms set forth below as follows:
i)

Corrupt Practice means the offering, giving, receiving, or soliciting of anything of value to
influence the action of public official in contract execution; and

ii)

Fraudulent Practice means a misrepresentation of facts in order to influence the execution of a


Contract to the detriment of the Owner, and includes collusive practise among bidders (prior to or
after bid submission) designed to establish bid prices at artificial non-competitive levels and to
deprive the Owner of the benefits of free and open competition.

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

37

38.2.

The Owner will reject a proposal for award if it determines that the bidder recommended for
award has engaged corrupt or fraudulent practices in competing for the Contract in question:

38.3.

The Owner will declare a firm ineligible for a period pursuant to clause 32 (C) of GCC.

38.4.

The bidder(s) are required to execute the Integrity Pact attached in the bid document. In case a
bidder does not sign the Integrity Pact, his bid shall be liable for rejection.

38.5

Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids. If the information/ documents forming basis of evaluation is found to be
false/ forged, the same shall be considered adequate ground for rejection of the bids and forfeiture
of Earnest Money Deposit.

38.6

Incase, the information/ document furnished by the vendor/ contractor forming basis of evaluation
of his bid is found to be false / forged after the award of the contract, GAIL shall have full right to
terminate the contract and get the remaining job executed at the risk & cost of such vendor/
contractor without any prejudice to other rights available to GAIL under the contract such as
forfeiture of CPBG / Security Deposit, withholding of payment etc.

38.7

Incase this issue of submission of false documents comes to the notice after execution of work,
GAIL shall have full right to forfeit any amount due to the vendor/ contractor alongwith forfeiture
of CPBG/ Security Deposit furnished by the vendor/ contractor.

38.8

Further, such bidder/ vendor / contractor shall be put on Blacklist/ Holiday list of GAIL debarring
them from future business with GAIL.

39.

WAIVER OR TRANSFER OF THE AGREEMENT

39.1.

The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part
or in whole, nor waive any interest that is included in the Agreement without the prior written
permission of the Owner.

40.

ORDER OF PRESIDENCE

40.1.

The Articles contained in this Section shall supplement to the Special Conditions of Contract,
General Conditions of Contract Works. Where any portion of Special Conditions of Contracts,
and General Conditions of Contract Works is repugnant or at variance with any provisions of
Instructions to Bidders. Instructions to Bidders shall be deemed to over-ride the provision(s) of
Special Conditions of Contract, and General Conditions of Contract Works only to the extent
that such repugnancies of variations in Instructions to Bidders are not possible of being reconciled
with the provisions of Special Conditions of Contract, General Conditions of Contract Works.

41.

UNSOLICITED POST TENDER MODIFICATIONS

41.1

Bidders are advised to quote as per terms and conditions of the Bidding Document and not to
stipulate deviations/ exceptions. Once quoted, the bidder shall not make any subsequent price
changes, whether resulting or arising out of any technical/ commercial clarifications and details
sought on any deviations, exceptions or stipulations mentioned in the bid unless any amendment to
Bidding Document is issued by GAIL/ MECON. Similarly, no revision in quoted price shall be
allowed should the deviations stipulated by him are not accepted by GAIL and are required to be
withdrawn by him in favour of stipulation of the Bidding Document. Any unsolicited proposed
price change is likely to render the bid liable for rejection.

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

38

42.

CENVAT CREDIT

42.1

Bidders shall provide required documents for availing Cenvat Credit applicable on Excise duty
CST/VAT/LST and Service Tax as per prevailing rules.

43.

EXPORT CREDIT AGENCY FINANCING

43.1

GAIL intends to finance the supply of the material from the Banks / Financial Institution with the
support of Export Credit Agency(ies) of international repute. GAIL will approach the Leading
Bank(s) / Financial Institutions at appropriate time for finalizing the loan based on the guarantee
given by the ECA of the Supplier / Vendor Country. The Supplier shall be required to extend full
co-operation to the ECA, Prospective Lenders (Banks & Financial Institutions) and GAIL to
facilitate the finalization of the loan in terms of inter-alia providing necessary details and
information etc. that may be needed for carrying out the due diligence exercise by the ECA and
the Lending Banks.

44.

Integrity Pact.
GAIL as one of its endeavour to maintain and foster most ethical and corruption free business
environment, have decided to adopt the Integrity Pact, a tool developed by the Transparency
International, to ensure that all activities and transactions between the company (GAIL) and its
counterparties (Bidders, contractors, vendors, Suppliers, Service Providers/ Consultants etc.) are
handled in a fair and transparent manner, completely free of corruption. Accordingly, an MOU on
integrity pact has been signed on 23.07.2007 by GAIL with Transparency International India.
Considering the above, the details mentioned below are applicable as stated in Instruction to
Bidders of Bid document in addition to the existing stipulation regarding corrupt and fraudulent
practices.
The attached copy of the Integrity Pact shall be included in the Bid Submitted by the bidder ( to be
executed by the bidder for all tenders of value Rs. 1(one) crore and above). In case a bidder does
not sign the integrity pact, his bid shall be liable for rejection.

44.1

Bidder is required to sign the Integrity Pact with GAIL as per format & terms and conditions
enclosed with tender. In case a bidder does not sign the Integrity Pact, his bid shall be liable for
rejection.

44.1.1

COMMITMENTS AND OBLIGATIONS OF THE COUNTERPARTY


a)

b)
c)
d)
e)

The Counterparty, directly or indirectly (through agent, consultant, advisor, etc.), shall
not pay any bribe/ influence or give undue/ unlawful benefit to anyone to gain undue
advantage in dealing with GAIL.
The Counterparty will not engage in collusion of any kind including price fixation etc.
with other Counterparts.
The counterparty will not pass GAILs confidential information to any third party unless
specifically authorized by GAIL in writing.
The Counterparties shall promote and observe best ethical practices within their
respective organizations.
The Counterparty shall inform the Independent External Monitor.
i)

If it received any demand, directly or indirectly, for a bribe/ favour or any illegal
gratification/ payment / benefit;
ii)
If it comes to know of any unethical or illegal payment / benefit;
iii) If it makes any payment to any GAIL associate.

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

39

f)

44.1.2

VIOLATIONS & CONSEQUENCES:


a)

b)

c)

d)

e)

44.1.3

The Counterparty shall not make any false or misleading allegations against GAIL or its
associates.

If a Counterparty commits a violation of its Commitments and Obligations under the


Integrity Pact Programme during bidding process, their entire Earnest Money Deposit/
Bid Security, would be forfeited and in addition, they may be blacklisted from the GAIL
business in future.
In case of violation of the Integrity pact by Counterparty after award of the Contract,
GAIL shall be entitled to terminate the Contract. GAIL would forfeit the security
deposits, encash the bank guarantee (s) and other payments payable to Counterparty in
such cases,
Subject to satisfaction of the Independent External Monitor, GAIL may ban/ blacklist/
put on holiday and exclude the Counterparty from future dealings until GAIL is satisfied
that the Counterparty shall not commit any such violation in future.
In addition to above, GAIL reserves its right to initiate criminal proceedings against the
violating Counterparty, if the allegations by Counterparty are found frivolous, untrue and
misleading and may also impose exemplary cost for the same.
The Counterparty will be entitled to claim as determined by the Independent External
Monitor, if the above (d) is found incorrect.

INDEPENDENT EXTRNAL MONITORS (IEMS)


The following three Independent External Monitors (IEMs) have been appointed by GAIL, in
terms of Integrity Pact(IP) which forms part of GAIL Tenders / Contracts.
i)
ii)
iii)

Dr. A.K. Kundra,


Shri S.C. Tripathi
Shri U. Sundarajan

This panel is authorised to examine / consider all references made to it under this tender. The
bidder(s) , in case of any dispute(s) / complaint(s) pertaining to this tender may raise the issue
either with the designated tender issuing officer in GAIL or directly with the IEMs on the panel
c/o Chief Vigilance Officer, GAIL ( India) Limited, GAIL Bhawan, 16, Bhikaiji Cama Place, R.K.
Puram, New Delhi 110066.
45.0

PRICE REDUCTION SCHEDULE


The Contract/order value shall exclude the taxes & duties for the Purpose Price reduction
schedule. The Price reduction schedule indicated at cl. No.27 of GCC shall stand modified the
above extent.

46.0

Arbitartion
5th para of cl. No.107.1 of GCC , shall be modified as per the following:provisions of (Indian)Arbitration & Conciliation Act, 1996 shall be replaced by provisions of
(Indian)Arbitration & Conciliation Act, 1996 as amended time to time

47.

READY RECKONERS FOR E-TENDERING


The ready reckoner for bidder for e-tendering is available at GAILs e-tendering website

( https://etender.gail.co.in).
48.0

DISPUTE RESOLUTION

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

40

48.1

GENERAL
Any dispute(s)/ difference(s)/issue(s) of any kind whatsoever between/ amongst the Parties arising
under/ out of/ in connection with this agreement shall be settled in accordance with provisions of
this Article.

48.2

INVITATION FOR CONCILIATION

48.2.1

In case of any dispute(s)/ difference(s)/issue(s), as mentioned above, a Party shall notify the other
party(ies) in writing about such a dispute(s)/ difference(s)/issue(s) between/ amongst the Parties
and that such a Party wishes to refer the dispute(s)/ difference(s)/issue(s) to Conciliation. Such
Invitation for Conciliation shall contain sufficient information as to the dispute(s)/
difference(s)/issue(s) to enable the other Party (ies) to be fully informed as to the nature of the
dispute(s)/ difference(s)/issue(s), the amount of monetary claim, if any, and apparent cause(s) of
action.

48.2.2

Conciliation proceedings commence when the other Party(ies) accept(s) the invitation to
conciliate. If the acceptance is made orally, It is advisable that it be confirmed in writing. If the
other Party(ies) reject(s) the invitation, there will be no conciliation proceedings.

48.2.3

If the Party initiating conciliation does not receive a reply within thirty days from the date on
which he/she sends the invitation, or within such other period of time as specified in the invitation,
he/she may elect to treat this as a rejection of the invitation to conciliate. If he/ she so elects,
he/she shall inform to other Party(ies) accordingly.

48.3

CONCILIATION

48.3.1

Where Invitation for Conciliation has been furnished under Article 2, the Parties shall attempt to
settle such dispute(s) amicably under Part-III of the Indian arbitration and Conciliation Act, 1996
and GAIL (India) Limited Conciliation Rules, 2010. It would be only after exhausting the option
of Conciliation as an Alternate Dispute Resolution Mechanism that the Parties hereto shall go for
Arbitration as per the provisions of arbitration clause. For the purpose of this Article, the option of
Conciliation shall be deemed to have been exhausted, even in case of rejection of Conciliation
by any of the Parties.

48.3.2

For dispute(s)/ difference(s)/issue(s) pending before Arbitral of Judicial proceeding, pendency of


such proceeding shall not constitute any bar on commencement of Conciliation proceeding and
Invitation for Conciliation under Article 2, even if the Conciliation proceedings under this Article
are on the same subject matter(s)/ issue(s) as the Arbitral or Judicial proceedings.

48.3.3

The cost of Conciliation proceeding including but not limited to fees for Conciliator(s), Airfare,
Local Transport, Accommodation, cost towards conference facility etc. shall be borne by the
Parties equally.

48.3.4

The Parties shall freeze claims (s) of interest, if any, and shall not claim the same during pendency
of Conciliation proceedings.

48.4

The Settlement Agreement, as and when reached/ agreed upon, shall be signed between the Parties
and Conciliation proceeding shall stand terminated on the date of the Settlement Agreement.

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

41

SECTION II
2.0 ADDENDUM TO INSTRUCTION TO BIDDERS

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

42

ADDENDUM TO INSTRUCTION TO BIDDERS


Instructions to Bidders for participation in E-Procurement
GAIL (India) Ltd., has developed a secured and user friendly system which will enable Vendors/Bidders to
Search, View, Download tenders directly from GAIL (India) Ltd. secured website and also enables them to
participate and submit Online Bids/Offers in the E-Procurement site directly from the website in secured
and transparent manner maintaining confidentiality and security throughout the tender evaluation process
and award.
Bidders are requested to read following conditions in conjunction with various conditions, wherever
applicable appearing with this bid invitation for e-Procurement. The conditions mentioned here in under
shall supersede and shall prevail over the conditions enumerated elsewhere in the Bid Document.
1)

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


Vendor/Bidder who wish to participate for E-tenders which are uploaded on GAIL (India) Ltd. Website
should follow the following steps which shall permit them to Search, Display/View, Download and Submit
their electronic Bids/Offers online in a secured manner ensuring confidentiality.
Vendors/Bidders are advised to read the following instructions for participating in the electronic
tenders directly through Internet:

i)

No Late and delayed Bids/Offers after due date/time shall be permitted in e-Tendering system. Time
being displayed on our e-Tendering System shall be final binding on bidder and bids have to be
submitted by bidder(s) considering this time only and not the time as per their location / country. No
bid can be submitted after the last date and time of submission has reached, however if bidder intends to
change the bid already entered may change/revise the same on or before the last date and time of
submission deadline .The system time (IST) that will be displayed on e-Procurement webpage shall be the
time and no other time shall be taken into cognizance.

ii)

Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system well
before the closing date and time of bid.

iii)

No bid can be modified after the dead line for submission of bids.

iv)

No Manual Bids/Offers shall be permitted. The offers submitted through e-tendering system shall only
be considered for evaluation.

2)

HOW TO SEARCH, VIEW AND DOWNLOAD E-TENDER?


Vendors/Bidders must go to e-tender website https://etender.gail.co.in and logon using their user-id and
password. In the case of vendors not possessing the User Id and Password , they can access through Guest
Login as guest. This facilitates viewing of tenders in display mode in Collaboration folder (C Folder). If the
vendor desires to download the NIT and attached e-tender at this stage, he may download the same for
viewing free of cost.
Note: All e-tender notices and Bid Documents are available only in soft copies such as Microsoft Word,
Excel ,PDF files. For downloading / viewing PDF files use Adobe 6 Software utility which can be
installed free of cost from Vendors home page link by any vendor onto his own computer.

3)

PARTICIPATION IN BID, REQUEST FOR USER ID and PASSWORD:


To participate in Bid submission, it is Mandatory on the part of Vendor(s) to have User ID and Password.
To obtain User ID and Password Vendor/Bidder must open https://etender.gail.co.in site and perform the
following steps:

43

i)
ii)

iii)

Click on button Request User ID (For new Bidders)


Fill the on line form and submit. Ensure that the email address given in the form is valid and
active. If you have already been provided with the Vendor Code of GAIL , please mention the 10 digit
Vendor code in specified field , Otherwise leave blank.
Ensure that all the mandatory fields( identified with a star mark) are filled in application form for User ID
creation.
e-Procurement administrator would take possible care to allot an User id and Password within 4 working
days .An Email ( system generated) shall be sent to your email Id ( mentioned by you in the Registration
form) giving details of your User- ID and password. On Receipt of User Id, Please reset the password
immediately by logging to our E-tendering site.
User Id and passwords are unique to each vendor and the vendor can use the same to
view/download/participate in all e-tenders of GAIL.
Note: Without login registration I.D vendor cannot participate in e-tender. There will be single login I.D
permission for one single vendor. There can be more than one I.D for the same vendor at different location
address.
Obtaining User Id is an on-going process and is not linked to any particular Bid Invitation (tender). Any
vendor willing to participate in GAIL tenders can obtain User Id as described above. Each vendor will get
one user id. Vendors are requested to designate one officer from their organization who will submit bids on
line.
Vendors are advised to apply for user id at least 7 days prior to the last date of bid submission in their own
interests. User ids shall be given within 4 days subject to condition that information furnished by the bidder
is complete in all respect. GAIL shall not be responsible for any delays in allocation of user id/password
and the ensuing consequences including but not limited to timely submission of bids.

4)

WHAT IS A DIGITAL SIGNATURE?


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

5)

WHY IS A DIGITAL SIGNATURE REQUIRED?


In order to bid for GAIL e-tenders all the vendors are required to obtain a legally valid Digital Certificate
as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root Certifying
Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India.

6)

HOW TO OBTAIN DIGITAL CERTIFICATE FROM CERTIFYING AUTHORITY (CA)?


Vendors/Bidders cannot submit online Bids/Offers under e-tenders without obtaining valid Digital
Certificate from Certifying Agency(C.A). A hyperlink on Vendor/Bidder home page gives link to
Controller of Certifying Agencys (C.C.A.) website from there the bidder can access web sites of various
CA sites, using the links provided. One Digital Certificate is valid for specified period and can be used for
signing any number of quotations against enquiries issued by GAIL during such validity period.
Note: In terms of I.T Act 2000, only a digitally signed document will be considered as valid signed
document.
The Digital Certificate is issued by C. A. in the name of a person authorized for filing Bids/Offers on behalf
of his Company. The certificate is installed / stored in his computer or preferably received by him (his

44

authorized person) in form as USB token. a Vendor/Bidder can submit their Bids/Offers On-line only after
digitally signing the bid/documents with the above allotted Digital Signatures.
7)

STEPS FOR OBTAINING DIGITAL CERTIFICATE :

Digital Certificate can be obtained by the following steps:


i)
ii)
iii)
iv)

Visit the site of the licensed CA* using internet browser.


Apply for a class 3 Digital Certificate for the designated individual with the name of Organization.
Ensure the Digital Certificate is legally valid in India.
For making payment and submission of documents required for issue of the Digital Certificate ,
follow the instructions on the CA's website.
Use the class 3 Digital Certificate thus obtained for online bidding on GAIL e-Procurement site.
*Links to some licensed CA's are provided below
1. http://www.ncodesolutions.com
2. http://www.safescrypt.com/
3. http://www.tcs-ca.tcs.co.in/
4. http://www.mtnltrustline.com/

8)

PRE-BID MEETING:
Subsequent to opening of bids, GAIL/ MECON may not seek clarifications. Therefore, clarifications, if
any, are to be sought by the bidders during the pre-bid meeting.
During the pre-bid meeting, GAIL/MECON may also arrange demonstration of the e-Procurement portal to
the interested vendors.

9)

BID SECURITY:
Bidders are required to submit the Bid Security amount in original as per clause 14 of Instruction to
Bidders either in person or through courier in Sealed Envelope super scribing the description of Bid
Document , Bid Document No. etc. as per clause 11 below.

10)

BID DOCUMENT FEE : As per IFB clause no. 1.0

11)

SUBMISSION OF DOCUMENTS:
Bidders are required to upload all Tender forms and supporting documents which form part of the
bid/tender in the e-Procurement (COLLABORATION, C-Folders) site only. However, documents specified
to be submitted physically viz: Bid Security, Power of Attorney submitted in a sealed envelope in
accordance with the method described in RFQ and the same should reach MECON Limited,15th Floor,
Scope Minor, Laxmi Nagar District Centre, Delhi 110092, India (cut -out slip attached in Bid Document)
on or before the Bid due date & time fixed for receipt of bids. Bidder shall ensure that all the documents
relevant to bid are uploaded in time and failure to upload the same before bid submission date is the sole
responsibility of bidder. Under no circumstances, GAIL shall entertain any request for acceptance of bid
documents in physical form, which were required to be uploaded in e-form.

i)

ii)

Note:
Bidder is required to save/store their bid documents for each item into their computers before submitting
their bid into e-tendering system by pressing the Hold Button.
Bidder is required to fill up the price/rate strictly in the Schedule of Rate(SOR) attached with the tender.
Inadvertently, if a document is uploaded in Collaboration Folder (C Folder) by the bidders, such document
can be deleted by the Bidder and in its place a new/modified document can be uploaded. The
new/modified document will be required to be signed digitally. Where two similar documents are existing

45

in the folder, the latest version of the document shall only be taken into cognizance for evaluation and
earlier versions shall be ignored.
Bidders are requested to upload small sized documents preferably ( upto 2 MB) at a time to facilitate easy
uploading into e-Procurement site. GAIL does not take any responsibility in case of failure of the bidder to
upload the documents within specified time of tender submission.
12)

PRICES, OTHER DOCUMENTS AND DIGITAL SIGNATURE:


The Prices are to be submitted online strictly as per the Schedule of Rates (SOR). GAIL shall not be
responsible for any failure on the part of the bidder to follow the instructions.
Un-priced techno-commercial bid document should be placed in the private area earmarked in the C-folder.
Before the bid is uploaded, the bid comprising of all attached documents should be digitally signed using
digital signatures issued by an acceptable Certifying Authority (CA) in accordance with the Indian IT Act
2000. If any modifications are required to be made to a document after attaching digital signatures, the
digital signature shall again be attached to the modified documents before uploading the same.
The Authenticity of above digital signatures shall be verified through authorized CA after bid opening and
in case the digital signature is not authorized / valid, the bid will be rejected. Bidder shall be responsible for
ensuring the validity of digital signatures and proper usage of the same by responsible persons who can
bind the bidder. Scanned copy of Power of Attorney of the signatory issued by the bidding company should
be submitted on line along with other documents as per tender conditions.
BIDDERS SHALL OBTAIN THE DIGITAL CERTIFICATE DIRECTLY FROM CERTIFYING
AUTHOIRITY ( CA) ONLY AND DIGITAL CERTIFICATE ISSUED BY SUB CA / AGENT WILL
NOT BE COMPATATIBLE WITH OUR e-TENDERING SYSTEM.
FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL CERTIFICATE FROM
CERTIFYING AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL CERTIFICATE
OBTAINED FROM FOREIGN COUNTRIES ARE NOT ACCEPTABLE.
*Links to some licensed CA's IN India are provided below. Foreign Bidders may obtain the
Digital certificate from these CAs.
1http://www.ncodesolutions.com
2http://www.safescrypt.com/
3http://www.tcs-ca.tcs.co.in/
4http://www.mtnltrustline.com/

13)

PRICES: The bidder needs to enter the prices on line strictly as per the SOR format provided in our ETender. No new conditions shall be added by the bidder.

14)

SUBMISSION AND OPENING OF BIDS:


The bid along with all the copies of documents should be submitted in e-form only through GAIL eProcurement portal.

15)

LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:


System does not allow for submission / receipt of bids beyond the deadline for bid submission. However, if
the bidder for some reason intends to change the bid already entered, he may change/revise the same on or
before the last date and time of submission. The system time displayed on GAILs e-Procurement webpage
shall be final and binding on the bidders for all purposes pertaining to various events of the subject tender
and no other time shall be taken into cognizance.
Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system well
before the closing date and time of bid.

46

Bidders must use any computer having Windows 2000 or Windows XP versions or higher of Window
operating system and an internet Web Browser version Internet explorer V6.0 or higher recommended.
16)

Proxy: If any bidder is unable to access GAILs e-Procurement site or Bid Documents, the bidder may
please check whether they are using proxy to connect to internet or their PC is behind any firewall and may
contact their system administrator to enable connectivity. Please note that Port 443 and Port 8443 should be
enabled on proxy/firewall for HTTPS connectivity. Dial-up internet connectivity without Proxy settings is
another option.

47

SECTION II

3.0 READY RECKONERS FOR E-TENDERING


( The ready reckoner for bidder for e-tendering is avialiable at GAILs e-tender site
(https://etender.gail.co.in))

D:\23M9\Laying\Vol.-I after GAIL comments\02 ITB-Final.doc

48

SECTION - III
GENERAL CONDITIONS OF CONTRACT - WORKS
(GCC WORKS)

GAIL (INDIA) LIMITED

49

SECTION III TABLE OF CONTENTS

Sl.No.

Description

(i)

TABLE OF CONTENTS

(II)

SUBMISSION OF TENDER
GENERAL CONDITIONS OF CONTRACT

SECTION-I (DEFINITIONS)
1.0
Definition of Terms
SECTION-II (GENERAL INFORMATIONS)
2.0
General Information
2.1
(a) Location of Site
(b) Access by Road
2.2
Scope of Work
2.3
Water Supply
2.4
Power Supply
2.5
Land for Contractor's field office,
Godown and Workshop
2.6
Land for Residential Accommodation
SECTION-III (GENERAL INSTRUCTIONS TO TENDERERS)
3.0
Submission of Tender
4.0
Documents
4.1
General
4.2
All pages to be initialed
4.3
Rates to be in figures and words
4.4
Corrections and Erasures
4.5
Signature of Tenderer
4.6
Witness
4.7
Details of Experience
4.8
Liability of Government of India
5.0
Transfer of Tender Documents
6.0
Earnest Money
7.0
Validity
8.0
Addenda/Corrigenda
9.0
Right of Employer to Accept or Reject Tender
10.0
Time Schedule
11.0
Tenderer's Responsibility
12.0
Retired Government or Company Officers
13.0
Signing of the Contract
14.0
Field Management & Controlling/Coordinating
Authority
15.0
Note to Schedule of Rates
16.0
16.1
Policy for Tenders under consideration
16.2
Zero Deviation

Page 2 of 76

50

17.0
18.0
19.0
20.0

Award of Contract
Clarification of Tender Document
Local Conditions
Abnormal Rates

SECTION-IV (GENERAL OBLIGATIONS)


21.1

Priority of Contract Documents

21.2
21.3
21.4
22.0
23.0
24.0
25.0
25.1
25.2
26.0
26.1
26.2
27.0
27.3
28.0
29.0

Headings & Marginal Notes


Singular and Plural
Interpretation
Special Conditions of Contract
Contractor to obtain his own information
Contract Performance Security
Time of Performance
Time for Mobilisation
Time Schedule of Construction
Force Majeure
Conditions for Force Majeure
Outbreak of War
Price Reduction Schedule
Bonus for Early Completion
Rights of Employer to forfeit Contract Performance Security
Failure by the Contractor to comply with the
provisions of the contract
Contractor remains liable to pay compensation
if action not taken under Clause 29.0
Change in Constitution
Termination of Contract for Death
Termination of Contract for Liquidation,
Bankruptcy etc.
Termination of Contract for Non-Performance and subsequently
putting the Contractor on Holiday
Members of the Employer not individually liable
Employer not bound by personal representations
Contractor's office at site
Contractor's subordinate staff and their conduct
Sub letting of Works
i)
Sub contracts for Temporary works etc.
ii)
List of sub-contractors to be supplied
iii)
Contractor's liability not limited by Sub-Contractors
iv)
Employer may terminate sub contracts
v)
No remedy for action taken under this clause

30.0
31.0
32.0 -A
32.0-B
32.0-C
33.0
34.0
35.0
36.0
37.0

38.0
39.0

40.0
41.0

Power of Entry
Contractor's responsibility with Mechanical,
Electrical, Intercommunication System, Air
Conditioning Contractors and other agencies
Other Agencies at site
Notices

Page 3 of 76

51

41.1
41.2
42.0
43.0
44.0
45.0
46.0
47.0
48.0

To the Contractor
To the Employer
Rights of various Interests
Patents and Royalties
Liens
Delays by Employer or his authorised agents
Payments if Contract is terminated
No waiver of Rights
Certificate not to affect Right of Employer and Liability of
Contractor

49.0
50.0
51.0
52.0
53.0
54.0

Languages & Measures


Transfer of Title
Release of Information
Brand Names
Completion of Contract
Spares

SECTION-V (PERFORMANCE OF WORK)


55.0
56.0
57.0
58.0
59.0
60.0
61.0
62.0
63.0
64.0
65.0
66.0
67.0
68.0
69.0
70.0
71.0
72.0
73.0
74.0
75.0
76.0
77.0
78.0
79.0
80.0
80.3
81.0

Execution of Work
Co-ordination and Inspection of work
Work in Monsoon & Dewatering
Work on Sundays & Holidays
General Conditions for construction &
Erection Work
Alterations in specification, Design &
Extra Work
Drawings to be supplied by the Employer
Drawings to be supplied by the Contractor
Setting out works
Responsibility for Levels and Alignment
Materials to be supplied by contractor
Stores supplied by Employer
Conditions for issue of material
Materials Procured with assistance of
Employer/Return of surplus
Materials obtained from dismantling
Articles of Value found
Discrepancies between instructions
Action where no specification is issued
Inspection of Works
Tests for Quality of Works
Samples for approval
Action and Compensation in case of bad work
Suspension of Work
Employer may do part of work
Possession prior to completion
Twelve months period of liability from the
date of issue of completion certificate
Limitation of Liability
Care of Works

Page 4 of 76

52

81.1
81.2
82.0
83.0
84.0
85.0
86.0

Defects prior to taking over


Defects after taking over
Guarantee/Transfer of Guarantee
Training of Employer's personnel
Replacement of Defective parts & materials
Indemnity
Construction Aids, Equipments, Tools & Tackles

SECTION-VI (CERTIFICATES AND PAYMENTS)


87.0

88.0
88.1
88.2
88.3
88.4
89.0
90.0
91.0
92.0
93.0
94.0
94.1
94.2
94.3
95.0
96.0
97.0

Schedule of Rates and Payments


i)
Contractor's Remuneration
ii)
Schedule of Rates to be inclusive
iii)
Schedule of Rates to cover construction
equipment, materials, labour etc.
iv)
Schedule of Rates to cover Royalties, Rents
and claims.
v)
Schedule of Rates to cover taxes & duties
vi)
Schedule of Rates to cover risks of delay
vii)
Schedule of Rates cannot be altered
Procedure for Measurement and billing
of works in progress
Billing Procedure
Secured Advance on materials
Dispute in mode of measurement
Rounding of Amounts
Lumpsum in Tender
Running Account Payments to be regarded
as advances
Notices of Claims for Additional Payments
Payment of Contractor's bills
Receipt for Payment
Completion Certificate
Application for Completion Certificate
Completion Certificate
Completion Certificate Documents
Final Decision & Final Certificate
Certificate and Payments No evidence of completion
Deduction from Contract Price

SECTION-VII (TAXES AND INSURANCE)


98.0
99.0
100.0
101.0
101.1

Insurance

Taxes, Duties, Octroi etc.


Sales Tax/Turnover Tax
Statutory Variations
Insurance
General
i)
Employees State Insurance Act
ii)
Workmen Compensation and Employee's Liability
iii)
Accident or injury to workmen
iv)
Transit Insurance

Page 5 of 76

53

v)
vi)
vii)
Employer
102.0

Automobile
General Liability
Any other Insurance required under law or regulations by

Damage to Property or to any Person or any Third Party

SECTION-VIII (LABOUR LAWS)


103.0
104.0
105.0
106.0

Labour laws
Implementation of Apprentices Act 1961
Contractor to indemnify the Employer
Health and Sanitary Arrangement for worker

SECTION-IX (APPLICABLE LAWS AND SETTLEMENT OF DISPUTES)


107.0
108.0

Arbitration
Jurisdiction

SECTION-X (SAFETY CODES)


109.0
110.0
111.0
112.0
113.0
114.0
115.0
116.0
117.0
118.0
119.0
120.0
121.0
122.0
123.0
124.0

General
Safety Regulations
First Aid and Industrial Injuries
General Rules
Contractor's barricades
Scaffolding
Excavation and Trenching
Demolition/General Safety
Care in Handling Inflammable Gas
Temporary Combustible Structures
Precautions Against Fire
Explosives
Mines Act
Preservation of Places
Outbreak of Infectious diseases
Use of intoxicants

Page 6 of 76

54

General Conditions of Contract


Section- I. Definitions
1. Definition of Terms:

1.1

In this CONTRACT (as here-in-after defined) the following words and


expressions shall have the meanings hereby assigned to them except where the
context otherwise required.

1.1.1

The EMPLOYER/COMPANY/GAIL means GAIL (INDIA) LTD., a public


limited company, incorporated under the Companys act 1956 and having its
Registered office at 16, Bhikaji Cama Place, New Delhi 110066 and includes
its successors and assigns.

1.1.2

The "CONTRACTOR" means the person or the persons, firm or Company or


corporation whose tender has been accepted by the EMPLOYER and includes
the CONTRACTOR's legal Representatives his successors and permitted
assigns.

1.1.3

The ENGINEER/ENGINEER-IN-CHARGE" shall mean the person


designated from time to time by the GAIL and shall include those who are
expressly authorized by him to act for and on his behalf for operation of this
CONTRACT.

1.1.4

The "WORK" shall mean and include all items and things to be supplied/ done
and services and activities to be performed by the CONTRACTOR in
pursuant to and in accordance with CONTRACT or part thereof as the case
may be and shall include all extra, additional, altered or substituted works as
required for purpose of the CONTRACT.

1.1.5

The "PERMANENT WORK" means and includes works which will be


incorporated in and form a part of the work to be handed over to the
EMPLOYER by the CONTRACTOR on completion of the CONTRACT.

1.1.6

"CONSTRUCTION EQUIPMENT" means all appliances/equipment and


things whatsoever nature for the use in or for the execution, completion,
operation, or maintenance of the work or temporary works (as hereinafter
defined) but does not include materials or other things intended to form or to
be incorporated into the WORK, or camping facilities.

1.1.7

"CONTRACT DOCUMENTS" means collectively the Tender Documents,


Designs, Drawings, Specification, Schedule of Quantities and Rates, Letter of
Acceptance and agreed variations if any, and such other documents
constituting the tender and acceptance thereof.

1.1.8

CONSULTANT shall mean M/s.MECON Limited having its registered office


at Ranchi, Jharkhad and its regional office at 15th Floor, North Tower, Scope
Minor, District Centre, LAxmi Nagar, Delhi - 110092 The term consultant
includes successors, assigns of M/s.MECON Limited.

1.1.9

The "SUB-CONTRACTOR" means any person or firm or Company (other


than the CONTRACTOR) to whom any part of the work has been entrusted
by the CONTRACTOR, with the written consent of the
ENGINEER-IN-CHARGE, and the legal representatives, successors and

Page 7 of 76

55

permitted assigns of such person, firm or company.


1.1.10

The "CONTRACT shall mean the Agreement between the EMPLOYER and
the CONTRACTOR for the execution of the works including therein all
contract documents.

1.1.11

The "SPECIFICATION" shall mean all directions the various technical


specifications, provisions attached and referred to the Tender Documents
which pertain to the method and manner of performing the work or works to
the quantities and qualities of the work or works and the materials to be
furnished under the CONTRACT for the work or works, as may be amplified
or modified by the GAIL or ENGINEER-IN-CHARGE during the
performance of CONTRACT in order to provide the unforseen conditions or
in the best interests of the work or works. It shall also include the latest
edition of relevant Standard Specifications including all addenda/corrigenda
published before entering into CONTRACT.

1.1.12

The "DRAWINGS" shall include maps, plans and tracings or prints or


sketches thereof with any modifications approved in writing by the
ENGINEER- IN-CHARGE and such other drawing as may, from time to
time, be furnished or approved in writing by the ENGINEER-IN-CHARGE.

1.1.13

The "TENDER" means the proposal along with supporting documents


submitted by the CONTRACTOR for consideration by the EMPLOYER.

1.1.14

The "CHANGE ORDER" means an order given in writing by the


ENGINEER-IN-CHARGE to effect additions to or deletion from and
alteration in the works.

1.1.15

The "COMPLETION CERTIFICATE" shall mean the certificate to be issued


by the ENGINEER-IN-CHARGE when the works have been completed
entirely in accordance with CONTRACT DOCUMENT to his satisfaction.

1.1.16

The "FINAL CERTIFICATE" in relation to a work means the certificate


regarding the satisfactory compliance of various provision of the
CONTRACT by the CONTRACTOR issued by the ENGINEER-INCHARGE/EMPLOYER after the period of liability is over.

1.1.17

DEFECT LIABILITY PERIOD in relation to a work means the specified


period from the date of COMPLETION CERTIFICATE upto the date of issue
of FINAL CERTIFICATE during which the CONTRACTOR stands
responsible for rectifying all defects that may appear in the works executed by
the CONTRACTOR in pursuance of the CONTRACT and includes
warranties against Manufacturing/Fabrication/ Erection/Construction defects
covering all materials plants, equipment, components, and the like supplied by
the CONTRACTOR, works executed against workmanship defects.

1.1.18

The "APPOINTING AUTHORITY" for the purpose of arbitration shall be the


CHAIRMAN and MANAGING DIRECTOR or any other person so
designated by the EMPLOYER.

1.1.19

"TEMPORARY WORKS" shall mean all temporary works of every kind


required in or about the execution, completion or maintenance of works.

1.1.20

"PLANS" shall mean all maps, sketches and layouts as are incorporated in the
CONTRACT in order to define broadly the scope and specifications of the

Page 8 of 76

56

work or works, and all reproductions thereof.


1.1.21

"SITE" shall mean the lands and other places on, under, in or through which
the permanent works are to be carried out and any other lands or places
provided by the EMPLOYER for the purpose of the CONTRACT.

1.1.22

"NOTICE IN WRITING OR WRITTEN NOTICE" shall mean a notice in


written, typed or printed characters sent (unless delivered personally or
otherwise proved to have been received by the addressee) by registered post to
the latest known private or business address or registered office of the
addressee and shall be deemed to have been received in the ordinary course of
post it would have been delivered.

1.1.23

"APPROVED" shall mean approved in writing including subsequent written


confirmation of previous verbal approval and "APPROVAL" means approval
in writing including as aforesaid.

1.1.24

"LETTER OF INTENT/FAX OF INTENT shall mean intimation by a


Fax/Letter to Tenderer(s) that the tender has been accepted in accordance with
the provisions contained in the letter.

1.1.25

"DAY" means a day of 24 hours from midnight to midnight irrespective of the


number of hours worked in that day.

1.1.26

"WORKING DAY" means any day which is not declared to be holiday or rest
day by the EMPLOYER.

1.1.27

"WEEK" means a period of any consecutive seven days.

1.1.28

"METRIC SYSTEM" - All technical documents regarding the construction of


works are given in the metric system and all work in the project should be
carried out according to the metric system. All documents concerning the
work shall also be maintained in the metric system.

1.1.29

"VALUE OF CONTRACT or TOTAL CONTRACT PRICE shall mean


the sum accepted or the sum calculated in accordance with the prices accepted
in tender and/or the CONTRACT rates as payable to the CONTRACTOR for
the entire execution and full completion of the work, including change order.

1.1.30

"LANGUAGE FOR DRAWINGS AND INSTRUCTION" All the drawings,


titles, notes, instruction, dimensions, etc. shall be in English Language.

1.1.31

"MOBILIZATION" shall mean establishment of sufficiently adequate


infrastructure by the CONTRACTOR at "SITE" comprising of construction
equipments, aids, tools tackles including setting of site offices with facilities
such as power, water, communication etc. establishing manpower organisation
comprising of Resident Engineers, Supervising personnel and an adequate
strength of skilled, semi-skilled and un-skilled workers, who with the so
established infrastructure shall be in a position to commence execution of
work at site(s), in accordance with the agreed Time Schedule of Completion
of Work. "MOBILISATION" shall be considered to have been achieved, if the
CONTRACTOR is able to establish infrastructure as per Time Schedule,
where so warranted in accordance with agreed schedule of work
implementation to the satisfaction of ENGINEER-IN-CHARGE/
EMPLOYER.

Page 9 of 76

57

1.1.32

"COMMISSIONING" shall mean pressing into service of the system


including the plant(s), equipment(s), vessel(s), pipeline, machinery(ies), or any
other section or sub-section of installation(s) pertaining to the work of the
CONTRACTOR after successful testing and trial runs of the same.

"COMMISSIONING" can be either for a completed system or a part of


system of a combination of systems or sub-systems and can be performed in
any sequence as desired by EMPLOYER and in a manner established to be
made suited according to availability of pre-requisites. Any such
readjustments
made
by
EMPLOYER
in
performance
of
"COMMISSIONING" activity will not be construed to be violating
CONTRACT provisions and CONTRACTOR shall be deemed to have
provided for the same.

Section-II General Informations

2. General Information

2.1

a) Location of Site: The proposed location of Project site is defined in the


Special Conditions of Contract.
b) Access by Road: CONTRACTOR, if necessary, shall build other temporary
access roads to the actual site of construction for his own work at his own cost.
The CONTRACTOR shall be required to permit the use of the roads so
constructed by him for vehicles of any other parties who may be engaged on
the project site. The CONTRACTOR shall also facilitate the construction of
the permanent roads should the construction there of start while he is engaged
on this work. He shall make allowance in his tender for any inconvenience he
anticipates on such account.
Non-availability of access roads, railway siding and railway wagons for the
use of the CONTRACTOR shall in no case condone any delay in the
execution of WORK nor be the cause for any claim for compensation against
the EMPLOYER.

2.2 Scope of Work: The scope of WORK is defined in the Technical Part of the tender
document. The CONTRACTOR shall provide all necessary materials, equipment,
labour etc. for the execution and maintenance of the WORK till completion unless
otherwise mentioned in the Tender Document.
2.3 Water Supply: Contractor will have to make his own arrangements for supply of
water to his labour camps and for works. All pumping installations, pipe net work
and distribution system will have to be carried out by the Contractor at his own risk
and cost.
Alternatively the Employer at his discretion may endeavour to provide water to the
Contractor at the Employer's source of supply provided the Contractor makes his
own arrangement for the water meter which shall be in custody of the Employer
and other pipe net works from source of supply and such distribution pipe network
shall have prior approval of the Engineer-in-Charge so as not to interfere with the
layout and progress of the other construction works. In such case, the rate for water

Page 10 of 76

58

shall be deducted from the running account bills.


However, the Employer does not guarantee the supply of water and this does not
relieve the Contractor of his responsibility in making his own arrangement and for
the timely completion of the various works as stipulated.
2.4 Power Supply:
2.4.1

Subject to availability, EMPLOYER will supply power at 400/440 V at only


one point at the nearest sub-station, from where the CONTRACTOR will
make his own arrangement for temporary distribution. The point of supply
will not be more than 500 m away from the CONTRACTOR'S premises. All
the works will be done as per the applicable regulations and passed by the
ENGINEER-IN-CHARGE. The temporary line will be removed forthwith
after the completion of work or if there is any hindrance caused to the other
works due to the alignment of these lines, the CONTRACTOR will re-route or
remove the temporary lines at his own cost. The CONTRACTOR at his cost
will also provide suitable electric meters, fuses, switches, etc. for purposes of
payment to the EMPLOYER which should be in the custody and control of
the EMPLOYER. The cost of power supply shall be payable to the
EMPLOYER every month for Construction Works power which would be
deducted from the running account bills. The EMPLOYER shall not,
however, guarantee the supply of electricity nor have any liability in respect
thereof. No claim for compensation for any failure or short supply of
electricity will be admissible.

2.4.2

It shall be the responsibility of the CONTRACTOR to provide and maintain


the complete installation on the load side of the supply with due regard to
safety requirement at site. All cabling, equipment, installations etc. shall
comply in all respects with the latest statutory requirements and safety
provisions i.e., as per the Central/State Electricity Acts and Rules etc. The
CONTRACTOR will ensure that his equipment and Electrical Wiring etc., are
installed, modified, maintained by a licensed Electrician/Supervisor. A test
certificate is to be produced to the ENGINEER-IN-CHARGE for his
approval, before power is made available.

2.4.3

At all times, IEA regulations shall be followed failing which the EMPLOYER
has a right to disconnect the power supply without any reference to the
CONTRACTOR. No claim shall be entertained for such disconnection by the
ENGINEER-IN-CHARGE. Power supply will be reconnected only after
production of fresh certificate from authorized electrical supervisors.

2.4.4

The EMPLOYER is not liable for any loss or damage to the


CONTRACTOR's equipment as a result of variation in voltage or frequency
or interruption in power supply or other loss to the CONTRACTOR arising
therefrom.

2.4.5

The CONTRACTOR shall ensure that the Electrical equipment installed by


him are such that average power factors does not fall below 0.90 at his
premises. In case power factor falls below 0.90 in any month, he will
reimburse to the EMPLOYER at the penal rate determined by the
EMPLOYER for all units consumed during the month.

2.4.6

The power supply required for CONTRACTOR's colony near the plant site
will be determined by the EMPLOYER and shall be as per State Electricity
Board's Rules and other statutory provisions applicable for such installations

Page 11 of 76

59

from time to time. In case of power supply to CONTRACTOR's colony, the


power will be made available at a single point and the CONTRACTOR shall
make his own arrangement at his own cost for distribution to the occupants of
the colony as per Electricity Rules and Acts. The site and colony shall be
sufficiently illuminated to avoid accidents.
2.4.7

The CONTRACTOR will have to provide and install his own lights and
power meters which will be governed as per Central/State Government
Electricity Rules. The metres shall be sealed by the EMPLOYER.

2.4.8

In case of damage of any of the EMPLOYERs equipment on account of fault,


intentional or unintentional on the part of the CONTRACTOR, the
EMPLOYER reserves the right to recover the cost of such damage from the
CONTRACTOR's bill. Cost of HRC Fuses replaced at the EMPLOYER's
terminals due to any fault in the CONTRACTOR's installation shall be to
CONTRACTOR's
account
at
the
rates
decided
by
the
ENGINEER-IN-CHARGE.

2.4.9

Only motors upto 3 HP will be allowed to be started direct on line. For motors
above 3 HP and upto 100 HP a suitable Starting device approved by the
ENGINEER- IN-CHARGE shall be provided by the CONTRACTOR. For
motors above 100 HP slipring induction motors with suitable starting devices
as approved by the ENGINEER- IN-CHARGE shall be provided by the
CONTRACTOR.

2.4.10

The CONTRACTOR shall ensure at his cost that all electrical lines and
equipment and all installations are approved by the State Electricity Inspector
before power can be supplied to the EMPLOYER.

2.4.11

The total requirement of power shall be indicated by the tenderer alongwith


his tender.

2.5 Land for Contractors Field Office, Godown and Workshop: The EMPLOYER
will, at his own discretion and convenience and for the duration of the execution of
the work make available near the site, land for construction of CONTRACTOR's
Temporary Field Office, godowns workshops and assembly yard required for the
execution of the CONTRACT. The CONTRACTOR shall at his own cost
construct all these temporary buildings and provide suitable water supply and
sanitary
arrangement
and
get
the
same
approved
by
the
ENGINEER-IN-CHARGE.
On completion of the works undertaken by the CONTRACTOR, he shall remove
all temporary works erected by him and have the SITE cleaned as directed by
ENGINEER-IN-CHARGE. If the CONTRACTOR shall fail to comply with these
requirements, the ENGINEER-IN-CHARGE may at he expenses of the
CONTRACTOR remove such surplus, and rubbish materials and dispose off the
same as he deems fit and get the site cleared as aforesaid; and CONTRACTOR
shall forthwith pay the amount of all expenses so incurred and shall have no claim
in respect of any such surplus materials disposed off as aforesaid. But the
EMPLOYER reserves the right to ask the CONTRACTOR any time during the
pendency of the CONTRACT to vacate the land by giving 7 days notice on security
reasons or on national interest or otherwise. Rent may be charged for the land so
occupied from contractor by the Employer.
The CONTRACTOR shall put up temporary structures as required by them for
their office, fabrication shop and construction stores only in the area allocated to

Page 12 of 76

60

them on the project site by the EMPLOYER or his authorised representative. No


tea stalls/canteens should be put up or allowed to be put up by any CONTRACTOR
in the allotted land or complex area without written permission of the
EMPLOYER.
No unauthorised buildings, constructions or structures should be put up by the
CONTRACTOR anywhere on the project site.
For uninterrupted fabrication work, the CONTRACTOR shall put up temporary
covered structures at his cost within Area in the location allocated to them in the
project site by the EMPLOYER or his authorised representative.
No person except for authorised watchman shall be allowed to stay in the plant
area/CONTRACTOR's area after completion of the day's job without prior written
permission from ENGINEER-IN-CHARGE.
2.6 Land for Residential Accommodation:-:No Land shall be made available for
residential accommodation for staff and labour of CONTRACTOR.

Section-III. General Instructions to Tenderers

3. Submission of Tender:

3.1 TENDER must be submitted without making any additions, alterations, and as per
details given in other clauses hereunder. The requisite details shall be filled in by
the TENDERER at space provided under Submission of Tender at the beginning
of GCC of Tender Document. The rate shall be filled only in the schedule given in
this Tender Document.
3.2 Addenda/Corrigenda to this Tender Document, if issued, must be signed,
submitted alongwith the Tender Document. the tenderer should write clearly the
revised quantities in Schedule of Rates of Tender Document and should price the
WORK based on revised quantities when amendments of quantities are issued in
addenda.
3.3 Covering letter alongwith its enclosures accompanying the Tender Document and
all further correspondence shall be submitted in duplicate.
3.4 Tenderers are advised to submit quotations based strictly on the terms and
conditions and specifications contained in the Tender Documents and not to
stipulate any deviations.
3.5 Tenders should always be placed in double sealed covers, superscribing
["QUOTATION DO NOT OPEN" Tender for _________________________
Project
of
GAIL
(India)
Limited
due
for
opening
on
_______________________]. The Full Name, Address and Telegraphic
Address, Fax No. of the Tenderers shall be written on the bottom left hand
corner of the sealed cover.

4. Documents:

4.1 General:
The tenders as submitted, will consist of the following:

Page 13 of 76

61

i)

Complete set of Tender Documents (Original) as sold duly filled in and


signed by the tenderer as prescribed in different clauses of the Tender
Documents.

ii)

Earnest money in the manner specified in Clause 6 hereof.

iii)

Power of Attorney or a true copy thereof duly attested by a Gazetted


Officer in case an authorised representative has signed the tender, as
required by Clause 14 hereof.

iv)

Information regarding tenderers in the proforma enclosed.

v)

Details of work of similar type and magnitude carried out by the


Tenderer in the proforma provided in the tender document.

vi)

Organisation chart giving details of field management at site, the


tenderer proposes to have for this job.

vii)

Details of construction plant and equipments available with the


tenderer for using in this work.

viii)

Solvency Certificate from Scheduled Bank to prove the financial


ability to carry out the work tendered for.

ix)

Latest Balance Sheet and Profit & Loss Account duly audited.

x)

Details of present commitment as per proforma enclosed to tender.

xi)

Data required regarding SUB-CONTRACTOR(s)/ Supplier/


Manufacturers and other technical informations the tenderer wish to
furnish.

xii)

Provident fund registration certificate

xiii)

List showing all enclosures to tender.

4.2 All pages are to be Initiated: All signatures in Tender Documents shall be dated, as
well as, all the pages of all sections of Tender Documents shall be initialed at the
lower right hand corner and signed wherever required in the tender papers by the
TENDERER or by a person holding power of attorney authorising him to sign on
behalf of the tenderer before submission of tender.
4.3 Rates to be in Figures and Words: The tender should quote in English both in
figures as well as in words the rates and amounts tendered by him in the Schedule
of Rates of Tender submitted by the CONTRACTOR for each item and in such a
way that interpolation is not possible. The amount for each item should be worked
out and entered and requisite total given of all items, both in figures and in words.
The tendered amount for the work shall be entered in the tender and duly signed
by the Tenderer.
If some discrepancies are found between the RATES in FIGURES and
WORDS or the AMOUNT shown in the tender, the following procedure shall
be followed:
a)

When there is difference between the rates in figures and words, the rate
which corresponds to the amount worked out by the tenderer shall be

Page 14 of 76

62

taken as correct.
b)

When the rate quoted by the tenderer in figures and words tally but the
amount is incorrect the rate quoted by the tenderer shall be taken as
correct.

c)

When it is not possible to ascertain the correct rate by either of above


methods, the rate quoted in words shall be taken as correct.

4.4 Corrections and Erasures: All correction(s) and alteration(s) in the entries of tender
paper shall be signed in full by the TENDERER with date. No erasure or over
writing is permissible.
4.5 Signature of Tenderer:
4.5.1
The TENDERER shall contain the name, residence and place of business of
person or persons making the tender and shall be signed by the TENDERER
with his usual signature. Partnership firms shall furnish the full names of all
partners in the tender. It should be signed in the partnership's name by all the
partners or by duly authorised representatives followed by the name and
designation of the person signing. Tender by a corporation shall be signed by
an authorised representative, and a Power of Attorney in that behalf shall
accompany the tender. A copy of the constitution of the firm with names of
all partners shall be furnished.
4.5.2

When a tenderer signs a tender in a language other than English, the total
amount tendered should, in addition, be written in the same language. The
signature should be attested by at least one witness.

4.6 Witness: Witness and sureties shall be persons of status and property and their
names, occupation and address shall be stated below their signature.
4.7 Details of Experience: The tenderer should furnish, alongwith his tender, details of
previous experience in having successfully completed in the recent past works of
this nature, together with the names of Employers, location of sites and value of
contract, date of commencement and completion of work, delays if any, reasons of
delay and other details alongwith documentary evidence(s).
4.8 Liability of Government of India: It is expressly understood and agreed by and
between Bidder or/Contractor and M/s GAIL (India) Limited, and that M/s
GAIL (India) Ltd., is entering into this agreement solely on its own behalf and
not on behalf of any other person or entity. In particular, it is expressly
understood and agreed that the Government of India is not a party to this
agreement and has no liabilities, obligations or rights hereunder. It is expressly
understood and agreed that M/s GAIL (India) Ltd. is an independent legal
entity with power and authority to enter into contracts solely on its own behalf
under the applicable Laws of India and general principles of Contract Law.
The Bidder/Contractor expressly agrees, acknowledges and understands that
M/s GAIL (India) Ltd. is not an agent, representative or delegate of the
Government of India. It is further understood and agreed that the Government
of India is not and shall not be liable for any acts, omissions, commissions,
breaches or other wrongs arising out of the contract.
Accordingly,
Bidder/Contractor hereby expressly waives, releases and foregoes any and all
actions or claims, including cross claims, impleader claims or counter claims
against the Government of India arising out of this contract and covenants not
to sue to Government of India as to any manner, claim, cause of action or thing
whatsoever arising of or under this agreement.

Page 15 of 76

63

5. Transfer of Tender
Documents:

5.1 Transfer of Tender Documents purchased by one intending tenderer to another is


not permissible.

6. Earnest Money:

6.1

The bidder must pay Earnest Money as given in the letter /notice inviting
tenders and attach the official receipt with the tender failing which the tender
is liable to be rejected and representatives of such tenderers will not be
allowed to attend the tender opening. Earnest Money can be paid in Demand
Drafts or Bank Guarantee or Bankers Cheque or Letter of Credit from any
Indian scheduled bank or a branch of an International bank situated in India
and registered with Reserve Bank of India as scheduled foreign bank.
However, other than the Nationalised Indian Banks, the banks whose BGs
are furnished, must be commercial banks having net worth in excess of Rs.
100 crores and a declaration to this effect should be made by such
commercial bank either in the bank guarantee itself or separately on a letter
head.
The bid guarantee shall be submitted in the prescribed format .
Note: The Bank Guarantee so furnished by the tenderer shall be in the
proforma prescribed by the EMPLOYER. No interest shall be paid by the
EMPLOYER on the Earnest Money deposited by the tenderer. The Bank
Guarantee furnished in lieu of Earnest Money shall be kept valid for a period
of "SIX MONTHS" from the date of opening of tender.(TWO MONTHS
beyond the bid due date).
The Earnest Money deposited by successful tenderer shall be forfeited if the
Contractor fails to furnish the requisite Contract Performance Security as per
clause 24 hereof and /or fails to start work within a period of 15 days or fails
to execute the AGREEMENT within 15 days of the receipt by him of the
Notification of Acceptance of Tender.
Note: The Earnest Money of the unsuccessful bidder will be returned by

EMPLOYER/CONSULTANT, directly to the tenderer (s), within a


reasonable period of time but not later than 30 days after the
expiration of the period of bid validity prescribed by EMPLOYER.
7

Validity:

7.1

Tender submitted by tenderers shall remain valid for acceptance for a period of
"4 MONTHS" from the date of opening of the tender. The tenderers shall not
be entitled during the said period of 4 months, without the consent in writing
of the EMPLOYER, to revoke or cancel his tender or to vary the tender given
or any term thereof. In case of tender revoking or canceling his tender or
varying any term in regard thereof without the consent of EMPLOYER in
writing, the EMPLOYER shall forfeit Earnest Money paid by him alongwith
tender.

Addenda/Corrigenda

8.1

Addenda/ Corrigenda to the Tender Documents will be issued in duplicate


prior to the date of opening of the tenders to clarify documents or to reflect
modification in design or CONTRACT terms.

8.2

Each addenda/ corrigendum issued will be issued in duplicate to each person


or organisation to whom set of Tender Documents has been issued. Recipient
will retain tenderer's copy of each Addendum/Corrigendum and attach

Page 16 of 76

64

original copy duly signed along with his offer. All Addenda/Corrigenda
issued shall become part of Tender Documents.

Right of Employer to Accept


or Reject Tender:

9.1

The right to accept the tender will rest with the EMPLOYER. The
EMPLOYER, however, does not bind himself to accept the lowest tender, and
reserves to itself the authority to reject any or all the tenders received without
assigning any reason whatsoever. At the option of the Employer, the work for
which the tender had been invited, may be awarded to one Contractor or split
between more than one bidders, in which case the award will be made for only
that part of the work, in respect of which the bid has been accepted. The
quoted rates should hold good for such eventualities.
Tenders in which any of the particulars and prescribed information are
missing or are incomplete in any respect and/or the prescribed conditions are
not fulfilled are liable to be rejected. The Tender containing uncalled for
remarks or any additional conditions are liable to be rejected.
Canvassing in connection with tenders is strictly prohibited and tenders
submitted by the Tenderers who resort to canvassing will be liable to
rejection.

10.1

The WORK shall be executed strictly as per the TIME SCHEDULE specified
in TENDER/CONTRACT Document. The period of construction given in
Time Schedule includes the time required for mobilisation as well as testing,
rectifications if any, retesting and completion in all respects to the entire
satisfaction of the ENGINEER-IN- CHARGE.

10.2

A joint programme of execution of the WORK will be prepared by the


ENGINEER-IN-CHARGE and CONTRACTOR based on priority
requirement of this project. This programme will take into account the time
of completion mentioned in 10.1 above and the time allowed for the priority
works by the ENGINEER-IN-CHARGE.

10.3

Monthly/Weekly construction programme will; be drawn up by the


ENGINEER-IN-CHARGE jointly with the CONTRACTOR, based on
availability of work fronts and the joint construction programme as per 10.2
above. The CONTRACTOR shall scrupulously adhere to these targets
/programmes by deploying adequate personnel, construction tools and tackles
and he shall also supply himself all materials of his scope of supply in good
time to achieve the targets/programmes. In all matters concerning the extent
of targets set out in the weekly and monthly programmes and the degree of
achievements the decision of the ENGINEER-IN-CHARGE will be final and
binding on the CONTRACTOR.

11 Tenderers Responsibility

11.1

The intending tenderers shall be deemed to have visited the SITE and
familiarised submitting the tender. Non-familiarity with the site conditions
will not be considered a reason either for extra claims or for not carrying out
the works in strict conformity with the DRAWINGS and SPECIFICATIONS
or for any delay in performance.

12 Retired Government or
Company Officers

12.1

No Engineer of Gazetted rank or other Gazetted Officer employed in


Engineering or Administrative duties in an Engineering Department of the
States/ Central Government or of the EMPLOYER is allowed to work as a
CONTRACTOR for a period of two years after his retirement from
Government Service, or from the employment of the EMPLOYER without

10 Time Schedule

Page 17 of 76

65

the previous permission of the EMPLOYER. The CONTRACT, if awarded,


is liable to be cancelled if either the CONTRACTOR or any of his employees
is found at any time to be such a person, who has not obtained the permission
of the State/Central Government or of the EMPLOYER as aforesaid before
submission of tender, or engagement in the CONTRACTOR'S service as the
case may be.
13 Signing of the Contract:

13.1

The successful tenderer shall be required to execute an AGREEMENT in the


proforma attached with TENDER DOCUMENT within 15 days of the receipt
by him of the Notification of Acceptance of Tender. In the event of failure on
the part of the successful tenderer to sign the AGREEMENT within the above
stipulated period, the Earnest Money or his initial deposit will be forefeited
and the acceptance of the tender shall be considered as cancelled.

14 Field Management &


Controlling/Coordinating
Authority:

14.1

The field management will be the responsibility of the


ENGINEER-IN-CHARGE, who will be nominated by the EMPLOYER. The
ENGINEER-IN-CHARGE may also authorise his representatives to assist in
performing his duties and functions.

14.2

The ENGINEER-IN-CHARGE shall coordinate the works of various agencies


engaged at site to ensure minimum disruption of work carried out by different
agencies. It shall be the responsibility of the CONTRACTOR to plan and
execute the work strictly in accordance with site instructions to avoid
hindrance to the work being executed by other agencies.

15.1

The Schedule of Rates should be read in conjunction with all the other sections
of the tender.

15.2

The tenderer shall be deemed to have studied the DRAWINGS,


SPECIFICATIONS and details of work to be done within TIME SCHEDULE
and to have aquainted himself of the condition prevailing at site.

15 Note to Schedule of Rates:

15.3 Rates must be filled in the Schedule of Rates of original Tender Documents. If
quoted in separate typed sheets no variation in item description or specification
shall be accepted. Any exceptions taken by the tenderer to the Schedule of
Rates shall be brought out in the terms and conditions of the offer.
15.4 The quantities shown against the various items are only approximate. Any
increase or decrease in the quantities shall not form the basis of alteration of
the rates quoted and accepted.
15.5 The EMPLOYER reserves the right to interpolate the rates for such items of work
falling between similar items of lower and higher magnitude.
16 Policy for Tenders Under
Consideration:

16.1

Only Those Tenders which are complete in all respects and are strictly in
accordance with the Terms and Conditions and Technical Specifications of
Tender Document, shall be considered for evaluation. Such Tenders shall be
deemed to be under consideration immediately after opening of Tender and
until such time an official intimation of acceptance /rejection of Tender is
made by GAIL to the Bidder.

16.2

Zero Deviation: Bidders to note that this is a ZERO DEVIATION


TENDER. GAIL will appreciate submission of offer based on the terms
and conditions in the enclosed General Conditions of Contract (GCC),
Special Conditions of Contract (SCC), Instructions to Bidders (ITB), Scope

Page 18 of 76

66

of Work, technical specifications etc. to avoid wastage of time and money


in seeking clarifications on technical/ commercial aspects of the offer.
Bidder may note that no technical and commercial clarifications will be
sought for after the receipt of the bids. In case of any
deviation/nonconformity observed in the bid, it will be liable for rejection.
17 Award of Contract:

18 Clarification of Tender
Document:

19 Local Conditions:

20 Abnormal Rates:

17.1

The Acceptance of Tender will be intimated to the successful Tenderer by


GAIL either by Telex/ Telegram/ Fax or by Letter or like means-defined as
LETTER OF ACCEPTANCE OF TENDER.

17.2

GAIL will be the sole judge in the matter of award of CONTRACT and the
decision of GAIL shall be final and binding.

18.1

The Tender is required to carefully examine the Technical Specifications,


Conditions of Contract, Drawings and other details relating to WORK and
given in Tender Document and fully inform himself as to all conditions and
matters which may in any way affect the WORK or the cost thereof. In case
the Tenderer is in doubt about the completeness or correctness of any of the
contents of the Tender Documents he should request in writing for an
interpretation/clarification to GAIL in triplicate. GAIL will then issue
interpretation/clarification to Tenderer in writing. Such clarifications and or
interpretations shall form part of the Specifications and Documents and shall
accompany the tender which shall be submitted by tenderer within time and
date as specified in invitations to tender.

18.2

Verbal clarification and information given by GAIL or its employee(s) or its


representatives shall not in any way be binding on GAIL.

19.1

It will be imperative on each tenderer to inform himself of all local conditions


and factors which may have any effect on the execution of WORK covered
under the Tender Document. In their own interest, the tenderer are requested
to familiarise themselves with the Indian Income Tax Act 1961, Indian
Companies Act 1956, Indian Customs Act 1962 and other related Acts and
Laws and Regulations of India with their latest amendments, as applicable
GAIL shall not entertain any requests for clarifications from the tenderer
regarding such local conditions.

19.2

It must be understood and agreed that such factors have properly been
investigated and considered while submitting the tender. No claim for
financial or any other adjustments to VALUE OF CONTRACT, on lack of
clarity of such factors shall be entertained.

20.1

The tenderer is expected to quote rate for each item after careful analysis of
cost involved for the performance of the completed item considering all
specifications and Conditions of Contract. This will avoid loss of profit or
gain in case of curtailment or change of specification for any item. In case it
is noticed that the rates quoted by the tenderer for any item are unusually high
or unusually low, it will be sufficient cause for the rejection of the tender
unless the EMPLOYER is convinced about the reasonableness after scrutiny
of the analysis for such rate(s) to be furnished by the tenderer (on demand).

Section-IV. General Obligations

21

Priority of Contract

21.1

Except if and the extent otherwise provided by the Contract, the

Page 19 of 76

67

provisions of the General Conditions of Contract and Special Conditions


shall prevail over those of any other documents forming part of the
CONTRACT. Several documents forming the CONTRACT are to be
taken as mutually explanatory of one another, but in case of ambiguities
or discrepancies the same shall be explained and adjusted by the
ENGINEER-IN-CHARGE who shall thereupon issue to the Contractor
instructions thereon and in such event, unless otherwise provided in the
Contract, the priority of the documents forming the Contract shall be as
follows :

Documents

1)
2)
3)
4)
5)
6)

The Contract Agreement ;


The Letter of Acceptance;
The (Instructions to Bidders)ITB;
Special Conditions of Contract (SCC);
General Conditions of Contract (GCC)
Any other document forming part of the Contract.

Works shown in the DRAWING but not mentioned in the


SPECIFICATIONS OR described in the SPECIFICATIONS without being
shown in the DRAWINGS shall nevertheless be deemed to be included in
the same manner as if they had been specifically shown upon the
DRAWINGS and described in the SPECIFICATIONS.

22

Special Conditions of
Contract:

21.2

Headings and Marginal Notes: All headings and marginal notes to the
clauses of these General Conditions of Contract or to the
SPECIFICATIONS or to any other Tender Document are solely for the
purpose of giving a concise indication and not a summary of the contents
thereof, and they shall never be deemed to be part thereof or be used in
the interpretation or construction thereof the CONTRACT.

21.3

Singular and Plural: In CONTRACT DOCUMENTS unless otherwise


stated specifically, the singular shall include the plural and vice versa
wherever the context so requires.

21.4

Interpretation: Words implying `Persons' shall include relevant


`Corporate Companies / Registered Associations/ Body of Individuals/
Firm of Partnership' as the case may be.

22.1

Special Conditions of Contract shall be read in conjunction with the


General Conditions of Contract, specification of Work, Drawings and
any other documents forming part of this CONTRACT wherever the
context so requires.

22.2

Notwithstanding the sub-division of the documents into these separate


sections and volumes every part of each shall be deemed to be
supplementary to and complementary of every other part and shall be
read with and into the CONTRACT so far as it may be practicable to do
so.

22.3 Where any portion of the General Condition of Contract is repugnant to or at


variance with any provisions of the Special Conditions of Contract,
unless a different intention appears the provisions of the Special
Conditions of Contract shall be deemed to over-ride the provisions of the
General Conditions of Contract and shall to the extent of such
repugnancy, or variations, prevail.

Page 20 of 76

68

22.4 Wherever it is mentioned in the specifications that the CONTRACTOR shall


perform certain WORK or provide certain facilities, it is understood that
the CONTRACTOR shall do so at his cost and the VALUE OF
CONTRACT shall be deemed to have included cost of such performance
and provisions, so mentioned.

23

Contractor to obtain his


own Information:

22.5

The materials, design and workmanship shall satisfy the relevant


INDIAN STANDARDS, the JOB SPECIFICATIONS contained herein
and CODES referred to. Where the job specification stipulate
requirements in addition to those contained in the standard codes and
specifications, these additional requirements shall also be satisfied.

23.1

The CONTRACTOR in fixing his rate shall for all purpose whatsoever
reason may be, deemed to have himself independently obtained all
necessary information for the purpose of preparing his tender and his
tender as accepted shall be deemed to have taken into account all
contingencies as may arise due to such information or lack of same. The
correctness of the details, given in the Tender Document to help the
CONTRACTOR to make up the tender is not guaranteed.
The CONTRACTOR shall be deemed to have examined the
CONTRACT DOCUMENTS, to have generally obtained his own
information in all matters whatsoever that might affect the carrying out
of the works at the schedules rates and to have satisfied himself to the
sufficiency of his tender. Any error in description of quantity or
omission therefrom shall not vitiate the CONTRACT or release the
CONTRACTOR from executing the work comprised in the
CONTRACT according to DRAWINGS and SPECIFICATIONS at the
scheduled rates. He is deemed to have known the scope, nature and
magnitude of the WORKS and the requirements of materials and labour
involved etc., and as to what all works he has to complete in accordance
with the CONTRACT documents whatever be the defects, omissions or
errors that may be found in the DOCUMENTS. The CONTRACTOR
shall be deemed to have visited surroundings, to have satisfied himself to
the nature of all existing structures, if any, and also as to the nature and
the conditions of the Railways, Roads, Bridges and Culverts, means of
transport and communication, whether by land, water or air, and as to
possible interruptions thereto and the access and egress from the site, to
have made enquiries, examined and satisfied himself as to the sites for
obtaining sand, stones, bricks and other materials, the sites for disposal
of surplus materials, the available accommodation as to whatever
required, depots and such other buildings as may be necessary for
executing and completing the works, to have made local independent
enquiries as to the sub-soil, subsoil water and variations thereof, storms,
prevailing winds, climatic conditions and all other similar matters
effecting these works. He is deemed to have acquainted himself as to his
liability of payment of Government Taxes, Customs duty and other
charges, levies etc.
Any neglect or omission or failure on the part of the CONTRACTOR in
obtaining necessary and reliable information upon the foregoing or any
other matters affecting the CONTRACT shall not relieve him from any
risks or liabilities or the entire responsibility from completion of the
works at the scheduled rates and times in strict accordance with the
CONTRACT.

Page 21 of 76

69

It is, therefore, expected that should the CONTRACTOR have any doubt
as to the meaning of any portion of the CONTRACT DOCUMENT he
shall set forth the particulars thereof in writing to EMPLOYER in
duplicate, before submission of tender. The EMPLOYER may provide
such clarification as may be necessary in writing to CONTRACT, such
clarifications as provided by EMPLOYER shall form part of
CONTRACT DOCUMENTS.
No verbal agreement or inference from conversation with any effect or
employee of the EMPLOYER either before, during or after the execution
of the CONTRACT agreement shall in any way affect or modify and of
the terms or obligations herein contained.
Any change in layout due to site conditions or technological
requirement shall be binding on the CONTRACTOR and no extra
claim on this account shall be entertained.
24

Contract Performance
Security:

24.1

The CONTRACTOR shall furnish to the EMPLOYER, within 15 days


from the date of notification of award, a security in the sum of 10% of
the accepted value of the tender or the actual value of work to be done
whichever is applicable due to any additional work or any other reasons,
in the form of a Bank draft/Bankers cheque or Bank Guarantee or
irrevocable Letter of credit (as per proforma enclosed) as Contract
Performance Security with the EMPLOYER which will be refunded
after the expiry of DEFECTS LIABILITY PERIOD.

24.2

CONTRACTOR can furnish the Contract Performance Security in the


form of Demand Draft or through a Bank Guarantee or through an
irrevocable Letter of Credit from any Indian scheduled bank or a
branch of an International bank situated in India and registered with
Reserve Bank of India as scheduled foreign bank. However, other than
the Nationalised Indian Banks, the banks whose BGs are furnished,
must be commercial banks having net worth in excess of Rs. 100
crores and a declaration to this effect should be made by such
commercial bank either in the bank guarantee itself or separately on a
letter head.
The bank guarantee or the Letter of Credit shall be submitted in the
prescribed format.

24.3 If the CONTRACTOR/SUB-CONTRACTOR or their employees or the


CONTRACTORs agents and representatives shall damage, break,
deface or destroy any property belonging to the EMPLOYER or others
during the execution of the CONTRACT, the same shall be made good
by the CONTRACTOR at his own expenses and in default thereof, the
ENGINEER-IN-CHARGE may cause the same to be made good by
other agencies and recover expenses from the CONTRACTOR (for
which the certificate of the ENGINEER- IN-CHARGE shall be final).
24.4 All compensation or other sums of money payable by the CONTRACTOR
to the EMPLOYER under terms of this CONTRACT may be deducted
from or paid by the encashment or sale of a sufficient part of his Contract
Performance Security or from any sums which may be due or may
become due to the CONTRACTOR by the EMPLOYER of any account
whatsoever and in the event of his Contract Performance Security being

Page 22 of 76

70

reduced by reasons of any such deductions or sale of aforesaid, the


CONTRACTOR shall within ten days thereafter make good in cash,
bank drafts as aforesaid any sum or sums which may have been deducted
from or realised by sale of his Contract Performance Security, or any part
thereof. No interest shall be payable by the EMPLOYER for sum
deposited as Contract Performance Security.
24.5 Failure of the successful bidder to comply with the requirements of this
Clause shall constitute sufficient grounds for the annulment of the award
and the forfeiture of bid security.
25

Time of Performance:

25.1 Time for Mobilisation


The work covered by this CONTRACT shall be commenced within
fifteen (15) days, the date of letter/Fax of Intent and be completed in
stages on or before the dates as mentioned in the TIME SCHEDULE OF
COMPLETION OF WORK. The CONTRACTOR should bear in mind
that time is the essence of this agreement. Request for revision of
construction time after tenders are opened will not receive consideration.
The above period of fifteen (15) days is included within the overall
COMPLETION SCHEDULE, not over and above the completion time to
any additional work or any other reasons.
25.2 Time Schedule of Construction:
25.2.1 The general Time Schedule of construction is given in the TENDER
DOCUMENT. CONTRACTOR should prepare a detailed monthly or
weekly
construction
program
jointly
with
the
ENGINEER-IN-CHARGE within 15 days of receipt of LETTER/FAX
OF INTENT or ACCEPTANCE OF TENDER. The WORK shall be
executed strictly as per the Time Schedule given in the CONTRACT
DOCUMENT. The period of construction given includes the time
required for mobilisation testing, rectifications, if any, retesting and
completion in all respects in accordance with CONTRACT
DOCUMENT
to
the
entire
satisfaction
of
the
ENGINEER-IN-CHARGE.
25.2.2 The CONTRACTOR shall submit a detailed PERT network within the
time frame agreed above consisting of adequate number of activities
covering various key phases of the WORK such as design, procurement,
manufacturing, shipment and field erection activities within fifteen (15)
days from the date of LETTER/FAX OF INTENT. This network shall
also indicate the interface facilities to be provided by the EMPLOYER
and the dates by which such facilities are needed.
25.2.3 CONTRACTOR shall discuss the network so submitted with the
EMPLOYER and the agreed network which may be in the form as
submitted with the EMPLOYER or in revised form in line with the
outcome of discussions shall form part of the CONTRACT, to be signed
within fifteen (15) days from the date of LETTER OF ACCEPTANCE
OF TENDER. During the performance of the CONTRACT, if in the
opinion of the EMPLOYER proper progress is not maintained suitable
changes shall be made in the CONTRACTOR's operation to ensure
proper progress.
The above PERT network shall be reviewed periodically and reports
shall be submitted by the CONTRACTOR as directed by EMPLOYER.

Page 23 of 76

71

26

Force Majeure:

26.1 CONDITIONS FOR FORCE MAJEURES


In the event of either party being rendered unable by Force Majeure to
perform any obligations required to be performed by them under the
CONTRACT the relative obligation of the party affected by such Force
Majeures shall upon notification to the other party be suspended for the
period during which Force Majeures event lasts. The cost and loss
sustained by the either party shall be borne by the respective parties.
The term "Force Majeures" as employed herein shall mean acts of God,
earthquake, war (declared or undeclared), revolts, riots, fires, floods,
rebellions, explosions, hurricane, sabotage, civil commotions and acts
and regulations of respective Government of the two parties, namely the
EMPLOYER and the CONTRACTOR.
Upon the occurrence of such cause(s) and upon its termination, the party
alleging that it has been rendered unable as aforesaid thereby, shall
notify the other party in writing immediately but not later than 72
(Seventy-two) hours of the alleged beginning and ending thereof giving
full particulars and satisfactory evidence in support of its claim.
Time for performance of the relative obligation suspended by the Force
Majeures shall then stand extended by the period for which such cause
lasts.
If deliveries of bought out items and/or works to be executed by the
CONTRACTOR are suspended by Force Majeure conditions lasting for
more than 2 (two) months the EMPLOYER shall have the option to
terminate the CONTRACT or re-negotiate the contract provisions.
26.2

OUTBREAK OF WAR

26.2.1 If during the currency of the CONTRACT there shall be an out-break of


war whether declared or not, in that part of the World which whether
financially or otherwise materially affect the execution of the WORK
the CONTRACTOR shall unless and until the CONTRACT is
terminated under the provisions in this clause continue to use his best
endeavour to complete the execution of the WORK, provided always
that the EMPLOYER shall be entitled, at any time after such out-break
of war to terminate or re-negotiate the CONTRACT by giving notice in
writing to the CONTRACTOR and upon such notice being given the
CONTRACT shall, save as to the rights of the parties under this clause
and to the operation of the clauses entitled settlement of Disputes and
Arbitration hereof, be terminated but without prejudice to the right of
either party in respect of any antecedent breach thereof.
26.2.2 If the CONTRACT shall be terminated under the provisions of the above
clause, the CONTRACTOR shall with all reasonable diligence remove
from the SITE all the CONTRACTOR's equipment and shall give
similar facilities to his SUB-CONTRACTORS to do so.
27

Price reduction schedule:

27.1

Time is the essence of the CONTRACT. In case the CONTRACTOR


fails to complete the WORK within the stipulated period, then, unless
such failure is due to Force Majeure as defined in Clause 26 here above
or due to EMPLOYER's defaults, the Total Contract price shall be

Page 24 of 76

72

reduced by % of the total Contract Price per complete week of delay


or part thereof subject to a maximum of 5 % of the Total Contract Price,
by way of reduction in price for delay and not as penalty. The said
amount will be recovered from amount due to the Contractor/
Contractors Contract Performance Security payable on demand.
The decision of the ENGINEER-IN-CHARGE in regard to applicability
of Price Reduction Schedule shall be final and binding on the
CONTRACTOR.

Bonus For Early


27.3 Completion (*)

27.2

All sums payable under this clause is the reduction in price due to delay
in completion period at the above agreed rate.

27.3

BONUS FOR EARLY COMPLETION


If the Contractor achieves completion of Works in all respect prior to
the time schedule stipulated in the SCC, the Employer shall pay to the
Contractor the relevant sum, if mentioned specifically in SCC, as bonus
for early completion. The bonus for early completion, if provided
specifically in SCC, shall be payable to the maximum ceiling of 2 %
of the total contract price.

(*)

Partial earlier completion may not always produce net benefits to the
Employer, for example where utilization of the completed Works
requires (a) the fulfillment of all parts of the Contract (e.g. the training
of personnel); or (b) the completion of all Sections (e.g. in pipeline
laying, where early completion of the laying of pipeline would not be
useful if the compressor is still under installation); or (c) certain seasonal
effects to take place (e.g. onset of the rainy season, for impounding a
reservoir); or (d) other circumstances. Also a more rapid drawdown of
budgeted funds may be required. All such factors should be considered
prior to the inclusion of a bonus clause in the Contract.

28

Rights of the employer to


forfeit contract performance
security:

28.1

Whenever any claim against the CONTRACTOR for the payment of a


sum of money arises out or under the CONTRACT, the EMPLOYER
shall be entitled to recover such sum by appropriating in part or whole
the Contract Performance Security of the CONTRACTOR. In the event
of the security being insufficient or if no security has been taken from
the CONTRACTOR, then the balance or the total sum recoverable, as
the case may be shall be deducted from any sum then due or which at
any time thereafter may become due to the CONTRACTOR. The
CONTRACTOR shall pay to the EMPLOYER on demand any balance
remaining due.

29

Failure by the contractor to


comply with the provisions
of the contract:

29.1

If the CONTRACTOR refuses or fails to execute the WORK or any


separate part thereof with such diligence as will ensure its completion
within the time specified in the CONTRACT or extension thereof or
fails to perform any of his obligation under the CONTRACT or in any
manner commits a breach of any of the provisions of the CONTRACT
it shall be open to the EMPLOYER at its option by written notice to the
CONTRACTOR:
a)
TO DETERMINE THE CONTRACT in which
event the CONTRACT shall stand terminated and shall cease
to be in force and effect on and from the date appointed by the

Page 25 of 76

73

EMPLOYER on that behalf, whereupon the CONTRACTOR


shall stop forthwith any of the CONTRACTOR's work then in
progress, except such WORK as the EMPLOYER may, in
writing, require to be done to safeguard any property or
WORK, or installations from damage, and the EMPLOYER,
for its part, may take over the work remaining unfinished by
the CONTRACTOR and complete the same through a fresh
contractor or by other means, at the risk and cost of the
CONTRACTOR, and any of his sureties if any, shall be liable
to the EMPLOYER for any excess cost occasioned by such
work having to be so taken over and completed by the
EMPLOYER over and above the cost at the rates specified in
the schedule of quantities and rate/prices.
b)
WITHOUT DETERMINING THE CONTRACT to
take over the work of the CONTRACTOR or any part thereof
and complete the same through a fresh contractor or by other
means at the risk and cost of the CONTRACTOR. The
CONTRACTOR and any of his sureties are liable to the
EMPLOYER for any excess cost over and above the cost at
the rates specified in the Schedule of Quantities/ rates,
occasioned by such works having been taken over and
completed by the EMPLOYER.
29.2

In such events of Clause 29.1(a) or (b) above.


a)
The whole or part of the Contract Performance
Security furnished by the CONTRACTOR is liable to be
forfeited without prejudice to the right of the EMPLOYER to
recover from the CONTRACTOR the excess cost referred to
in the sub-clause aforesaid, the EMPLOYER shall also have
the right of taking possession and utilising in completing the
works or any part thereof, such as materials equipment and
plants available at work site belonging to the CONTRACTOR
as may be necessary and the CONTRACTOR shall not be
entitled for any compensation for use or damage to such
materials, equipment and plant.
b)
The amount that may have become due to the
CONTRACTOR on account of work already executed by him
shall not be payable to him until after the expiry of Six (6)
calendar months reckoned from the date of termination of
CONTRACT or from the taking over of the WORK or part
thereof by the EMPLOYER as the case may be, during which
period the responsibility for faulty materials or workmanship
in respect of such work shall, under the CONTRACT, rest
exclusively with the CONTRACTOR. This amount shall be
subject to deduction of any amounts due from the
CONTRACT to the EMPLOYER under the terms of the
CONTRACT authorised or required to be reserved or retained
by the EMPLOYER.

29.3

Before determining the CONTRACT as per Clause 29.1(a) or (b)


provided in the judgement of the EMPLOYER, the default or defaults
committed by the CONTRACTOR is/are curable and can be cured by
the CONTRACTOR if an opportunity given to him, then the

Page 26 of 76

74

EMPLOYER may issue Notice in writing calling the CONTRACTOR


to cure the default within such time specified in the Notice.
29.4

The EMPLOYER shall also have the right to proceed or take action as
per 29.1(a) or (b) above, in the event that the CONTRACTOR becomes
bankrupt, insolvent, compounds with his creditors, assigns the
CONTRACT in favour of his creditors or any other person or persons,
or being a company or a corporation goes into voluntary liquidation,
provided that in the said events it shall not be necessary for the
EMPLOYER to give any prior notice to the CONTRACTOR.

29.5

Termination of the CONTRACT as provided for in sub- clause 29.1(a)


above shall not prejudice or affect their rights of the EMPLOYER
which may have accrued upto the date of such termination.
In any case in which any of the powers conferred upon the
EMPLOYER BY CLAUSE 29.0 thereof shall have become exercisable
and the same had not been exercised, the non-exercise thereof shall not
constitute a waiver of any of the conditions hereof and such powers
shall notwithstanding be exercisable in .the event of any further case of
default by the CONTRACTOR for which by any clause or clauses
hereof he is declared liable to pay compensation amounting to the whole
of his Contract Performance Security, and the liability of the
CONTRACTOR for past and future compensation shall remain
unaffected. In the event of the EMPLOYER putting in force the power
under above sub-clause (a), (b) or (c) vested in him under the preceding
clause he may, if he so desired, take possession of all or any tools, and
plants, materials and stores in or upon the works or the site thereof
belonging to the CONTRACTOR or procured by him and intended to
be used for the execution of the WORK or any part thereof paying or
allowing for the same in account at the CONTRACT rates or in case of
these not being applicable at current market rates to be certified by the
ENGINEER-IN-CHARGE whose certificate thereof shall be final,
otherwise the ENGINEER-IN- CHARGE may give notice in writing to
the CONTRACTOR or his clerk of the works, foreman or other
authorised agent, requiring him to remove such tools, plant, materials or
stores from the premises (within a time to be specified in such notice),
and in the event of the CONTRACTOR failing to comply with any such
requisition, the ENGINEER-IN-CHARGE may remove them at the
CONTRACTOR's expense or sell them by auction or private sale on
account of the CONTRACTOR and at his risk in all respects without
any further notice as to the date, time or place of sale and the certificate
of the ENGINEER-IN-CHARGE as to the expenses of any such
removal and the amount of the proceeds and expenses of any such sale
shall be final and conclusive against the CONTRACTOR.

30

Contractor remains liable to


pay compensation if action
not taken under clause 29:

30.1

31

Change in constitution:

31.1

Where the CONTRACTOR is a partnership firm, the prior approval of


the EMPLOYER shall be obtained in writing, before any change is
made in the constitution of the firm. Where the CONTRACTOR is an
individual or a Hindu undivided family business concern, such approval
as aforesaid shall,likewise be obtained before such CONTRACTOR
enters into any agreement with other parties, where under, the
reconstituted firm would have the right to carry out the work hereby
undertaken by the CONTRACTOR. In either case if prior approval as
aforesaid is not obtained, the CONTRACT shall be deemed to have
been allotted in contravention of clause 37 hereof and the same action

Page 27 of 76

75

may be taken and the same consequence shall ensure as provided in the
said clause.
32

Termination of contract

32(A)

TERMINATION OF CONTRACT FOR DEATH:


If the CONTRACTOR is an individual or a proprietary concern and
the individual or the proprietor dies or if the CONTRACTOR is a
partnership concern and one of the partner dies then unless, the
EMPLOYER is satisfied that the legal representative of the individual
or the proprietory concern or the surviving partners are capable of
carrying out and completing CONTRACT, he (the EMPLOYER)is
entitled to cancel the CONTRACT for the uncompleted part without
being in any way liable for any compensation payment to the estate of
the diseased CONTRACTOR and/or to the surviving partners of the
CONTRACTOR'S firm on account of the cancellation of
CONTRACT. The decision of the EMPLOYER in such assessment
shall be final and binding on the parties. In the event of such
cancellation, the EMPLOYER shall not hold the estate of the diseased
CONTRACTOR and/or the surviving partners of the
CONTRACTOR'S firm liable for any damages for non-completion of
CONTRACT.

32(B)

TERMINATION OF CONTRACT IN CASE OF LIQUIDATION /


BANKRUPTCY ETC.
If the Contractor shall dissolve or become bankrupt or insolvent or
cause or suffer any receiver to be appointed of his business of any
assets thereof compound with his Creditors, or being a corporation
commence to be wound up, not being a members voluntary winding
up for the purpose of amalgamation or reconstruction, or carry on its
business under a Receiver for the benefits of its Creditors any of
them, EMPLOYER shall be at liberty :To terminate the contract forthwith upon coming to know of the
happening of any such event as aforesaid by notice in writing to the
Contractor or to give the Receiver or liquidator or other person, the
option of carrying out the contract subject to his providing a guarantee
upto an amount to be agreed upon by EMPLOYER for due and faithful
performance of the contract.

32 (C)

33

Members of the employer


not individually liable :

33.1

In case of termination of CONTRACT herein set forth (under clause


29.0) except under conditions of Force Majeure and termination after
expiry of contract, the CONTRACTOR shall be put under holiday [i.e.
neither any enquiry will be issued to the party by GAIL (India) Ltd.
against any type of tender nor their offer will be considered by GAIL
against any ongoing tender (s) where contract between GAIL and that
particular CONTRACTOR (as a bidder) has not been finalized] for
three years from the date of termination by GAIL (India) Ltd. to such
CONTRACTOR.
No Director, or official or employee of the EMPLOYER/
CONSULTANT shall in any way be personally bound or liable for the
acts or obligations of the EMPLOYER under the CONTRACT or
answerable for any default or omission in the observance or
performance of any of the acts, matters or things which are herein
contained.

Page 28 of 76

76

34

Employer not bound by


personal representations:

34.1

The CONTRACTOR shall not be entitled to any increase on the


scheduled rates or any other right or claim whatsoever by reason of any
representation, explanation statement or alleged representation, promise
or guarantees given or alleged to have been given to him by any person.

35

Contractor's office at site:

35.1

The CONTRACTOR shall provide and maintain an office at the site for
the accommodation of his agent and staff and such office shall be open
at all reasonable hours to receive instructions, notice or other
communications. The CONTRACTOR at all time shall maintain a site
instruction book and compliance of these shall be communicated to the
ENGINEER-IN CHARGE from time to time and the whole document
to be preserved and handed over after completion of works.

36

Contractor's subordinate
staff and their conduct

36.1

The CONTRACTOR, on or after award of the WORK shall name and


depute a qualified engineer having sufficient experience in carrying out
work of similar nature, to whom the equipments, materials, if any, shall
be issued and instructions for works given. The CONTRACTOR shall
also provide to the satisfaction of the ENGINEER-IN- CHARGE
sufficient and qualified staff to superintend the execution of the WORK,
competent sub-agents, foremen and leading hands including those
specially qualified by previous experience to supervise the types of
works comprised in the CONTRACT in such manner as will ensure
work of the best quality, expeditious working. Whenever in the opinion
of the ENGINEER-IN- CHARGE additional properly qualified
supervisory staff is considered necessary, they shall be employed by the
CONTRACTOR without additional charge on accounts thereof. The
CONTRACTOR shall ensure to the satisfaction of the
ENGINEER-IN-CHARGE that SUB- CONTRACTORS, if any, shall
provide competent and efficient supervision, over the work entrusted to
them.

36.2

If and whenever any of the CONTRACTOR's or SUBCONTRACTOR'S agents, sub-agents, assistants, foremen, or other
employees shall in the opinion of ENGINEER-IN- CHARGE be guilty
of any misconduct or be incompetent or insufficiently qualified or
negligent in the performance of their duties of that in the opinion of the
EMPLOYER or the ENGINEER-IN-CHARGE, it is undesirable for
administrative or any other reason for such person or persons to be
employed in the works, the CONTRACTOR, is so directed by the
ENGINEER-IN-CHARGE, shall at once remove such person or persons
from employment thereon. Any person or persons so removed from the
works shall not again be employed in connection with the WORKS
without the written permission of the ENGINEER-IN- CHARGE. Any
person so removed from the WORK shall be immediately re-placed at
the expense of the CONTRACTOR by a qualified and competent
substitute. Should the CONTRACTOR be requested to repatriate any
person removed from the works he shall do so and shall bear all costs in
connection herewith.

36.3

The CONTRACTOR shall be responsible for the proper behaviour of


all the staff, foremen, workmen, and others, and shall exercise a proper
degree of control over them and in particular and without prejudice to
the said generality, the CONTRACTOR shall be bound to prohibit and

Page 29 of 76

77

prevent any employees from trespassing or acting in any way


detrimental or prejudicial to the interest of the community or of the
properties or occupiers of land and properties in the neighborhood and
in the event of such employee so trespassing, the CONTRACTOR shall
be responsible therefore and relieve the EMPLOYER of all consequent
claims or actions for damages or injury or any other grounds
whatsoever. The decision of the ENGINEER-IN-CHARGE upon any
matter arising under this clause shall be final. The CONTRACTOR
shall be liable for any liability to EMPLOYER on account of
deployment of CONTRACTOR's staff etc. or incidental or arising out
of the execution of CONTRACT.
The CONTRACTOR shall be liable for all acts or omissions on the part
of his staff, Foremen and Workmen and others in his employment,
including misfeasance or negligence of whatever kind in the course of
their work or during their employment, which are connected directly or
indirectly with the CONTRACT.

37

Sub-letting of works:

36.4

If and when required by the EMPLOYER and CONTRACTOR's


personnel entering upon the EMPLOYER's premises shall be properly
identified by badges of a type acceptable to the EMPLOYER which
must be worn at all times on EMPLOYER's premises. CONTRACTOR
may be required to obtain daily entry passes for his staff/employees
from EMPLOYER to work within operating areas. These being safety
requirements, no relaxations on this account shall be given to
CONTRACTOR.

37.1

No part of the CONTRACT nor any share or interest therein shall in any
manner or degree be transferred, assigned or sublet by the
CONTRACTOR directly or indirectly to any person, firm or corporation
whatsoever
without
the
consent
in
writing,
of
the
ENGINEER/EMPLOYER except as provided for in the succeeding
sub-clause.
i)

SUB-CONTRACTS FOR TEMPORARY WORKS

ETC.:

The EMPLOYER may give written consent to Sub- contract


for the execution of any part of the WORK at the site, being
entered in to by CONTRACTOR provided each individual
Sub- contract is submitted to the ENGINEER-IN-CHARGE
before being entered into and is approved by him.
ii)

LIST OF SUB-CONTRACTORS TO BE SUPPLIED:


At the commencement of every month the CONTRACTOR
shall furnish to the ENGINEER-IN- CHARGE list of all
SUB-CONTRACTORS or other persons or firms engaged by
the CONTRACTOR and working at the SITE during the
previous month with particulars of the general nature of the
Subcontract or works done by them.

iii)

CONTRACTOR'S LIABILITY NOT LIMITED BY


CONTRACTORS:

SUB-

Notwithstanding any sub-letting with such approval as

Page 30 of 76

78

aforesaid
and
notwithstanding
that
the
ENGINEER-IN-CHARGE shall have received copies of
any Subcontracts, the contractor shall be and shall
remain
solely responsible for the quality, proper and expeditious execution of
the Contract in all respects as if
such sub-letting or Subcontracting
had not taken place,
and as if such work had been done directly
by the CONTRACTOR. The CONTRACTOR shall bear all
responsibility for any act or omission on the part of subcontractors in regard to work to be performed under the
CONTRACT.

iv)

EMPLOYER MAY TERMINATE SUB-CONTRACTS:


If any SUB-CONTRACTOR engaged upon the works at the
site executes any works which in the opinion of the
ENGINEER-IN-CHARGE is not in accordance with the
CONTRACT documents, the EMPLOYER may by written
notice to the CONTRACTOR request him to terminate such
subcontract and the CONTRACTOR upon the receipt of such
notice shall terminate such Subcontract and dismiss the
SUB-CONTRACTOR(S) and the later shall forthwith leave
the works, failing which the EMPLOYER shall have the right
to remove such SUB- CONTRACTOR(S) from the site.

v)

NO REMEDY FOR ACTION TAKEN UNDER THIS


CLAUSE:
No action taken by the EMPLOYER under the clause shall
relieve the CONTRACTOR of any of his liabilities under the
CONTRACT or give rise to any right or compensation,
extension of time or otherwise failing which the EMPLOYER
shall have the right to remove such SUB-CONTRACTOR(S)
from the site.

38

Power of entry:

38.1

If the CONTRACTOR shall not commence the WORK in the manner


previously described in the CONTRACT documents or if he shall at any
time in the opinion of the ENGINEER-IN-CHARGE.
i)

fail to carry out the WORK in conformity with the


CONTRACT documents, or

ii)

fail to carry out the WORK in accordance with


the Time Schedule, or

iii)

substantially suspend work or the WORK for a


period of fourteen days without authority from
the ENGINEER-IN-CHARGE, or

iv)

fail to carry out and execute the WORK to the


satisfaction of the ENGINEER-IN-CHARGE, or

v)

fail to supply sufficient or suitable construction


plant, temporary works, labour, materials or things,

or

Page 31 of 76

79

vi)
Commit, suffer, or permit any other breach of any of
the provisions of the CONTRACT on his
part
to
be
performed or observed or persist in any of the above
mentioned breaches of the CONTRACT for fourteen days,
after notice in
writing shall have been given to the
CONTRACTOR
by
the
ENGINEER-IN-CHARGE requiring such breach
to be remedied, or
vii)

if the CONTRACTOR shall abandon the WORK


or

viii)

If the CONTRACTOR during the continuance of the


CONTRACT shall become bankrupt,
make
any arrangement or composition with his creditors,
or permit any execution to be levied or go into
liquidation whether compulsory or voluntary not
being merely a voluntary liquidation for the purpose
of amalgamation or reconstruction

then in any such case, the EMPLOYER shall have the power to enter
upon the WORK and take possession thereof and of the materials,
temporary WORK, construction plant, and stock thereon, and to revoke
the CONTRACTOR's licence to use the same, and to complete the
WORK by his agents, other CONTRACTORS or workmen or to relate
the same upon any terms and to such other person, firm or corporation
as the EMPLOYER in his absolute discretion may think proper to
employ and for the purpose aforesaid to use or authorise the use of any
materials, temporary work, CONSTRUCTION PLANT, and stock as
aforesaid, without making payment or allowance to the
CONTRACTOR for the said materials other than such as may be
certified in writing by the ENGINEER-IN-CHARGE to be reasonable,
and without making any payment or allowance to the CONTRACTOR
for the use of the temporary said works, construction plant and stock or
being liable for any loss or damage thereto, and if the EMPLOYER
shall by reason of his taking possession of the WORK or of the WORK
being completed by other CONTRACTOR (due account being taken of
any such extra work or works which may or be omitted) then the
amount of such excess as certified by the ENGINEER-IN- CHARGE
shall be deducted from any money which may be due for work done by
the CONTRACTOR under the CONTRACT and not paid for. Any
deficiency shall forthwith be made good and paid to the EMPLOYER
by the CONTRACTOR and the EMPLOYER shall have power to sell
in such manner and for such price as he may think fit all or any of the
construction plant, materials etc. constructed by or belonging to and to
recoup and retain the said deficiency or any part thereof out of proceeds
of the sale.
39

Contractor's responsibility
with the mechanical,
electrical,
intercommunication system,
airconditioning contractors
and other agencies:

39.1

Without repugnance of any other condition, it shall be the responsibility


of the CONTRACTOR executing the work of civil construction, to
work in close cooperation and coordinate the WORK with the
Mechanical, Electrical, Air-conditioning and Intercommunication
Contractor's and other agencies or their authorised representatives, in
providing the necessary grooves, recesses, cuts and opening etc., in wall,
slabs beams and columns etc. and making good the same to the desired

Page 32 of 76

80

finish as per specification, for the placement of electrical,


intercommunication cables, conduits, air-conditioning inlets and outlets
grills and other equipments etc. where required. For the above said
requirements in the false ceiling and other partitions, the
CONTRACTOR before starting-up the work shall in consultation with
the Electrical, Mechanical, Intercommunication, Air-conditioning
contractor and other agencies prepare and put-up a joint scheme,
showing the necessary openings, grooves, recesses, cuts, the methods of
fixing required for the WORK of the aforesaid, and the finishes therein,
to the ENGINEER-IN-CHARGE and get the approval.
The
CONTRACTOR before finally submitting the scheme to the
ENGINEER-IN-CHARGE, shall have the written agreement of the
other agencies. The ENGINEER- IN-CHARGE, before communicating
his approval to the scheme, with any required modification, shall get the
final agreement of all the agencies, which shall be binding. No claim
shall be entertained on account of the above.
The CONTRACTOR shall confirm in all respects with provision of any
statutory regulations, ordinances or byelaws of any local or duly
constituted authorities or public bodies which may be applicable from
time to time to the WORK or any temporary works.
The
CONTRACTOR shall keep the EMPLOYER indemnified against all
penalties and liabilities of every kind, arising out of non- adherance to
such stains, ordinances, laws, rules, regulations, etc.
40

Other agencies at site:

40.1

The CONTRACTOR shall have to execute the WORK in such place


and conditions where other agencies will also be engaged for other
works such as site grading, filling, and levelling, electrical and
mechanical engineering works, etc. No claim shall be entertained due to
WORK being executed in the above circumstances.

41

Notice:

41.1

TO THE CONTRACTOR:
Any notice hereunder may be served on the CONTRACTOR or his duly
authorised representative at the job site or may be served by registered
mail direct to the address furnished by the CONTRACTOR. Proof of
issue of any such notice could be conclusive of the CONTRACTOR
having been duly informed of all contents therein.

41.2

TO THE EMPLOYER:
Any notice to be given to the EMPLOYER under the terms of the
CONTRACTOR shall be served by sending the same by Registered
mail to or delivering the same at the respective site offices of M/S.
GAIL (INDIA) LTD. addressed to the HEAD/SITE-IN-CHARGE.

42

Right of various interests:

42.1

i)

The EMPLOYER reserves the right to distribute the work


between
more
than
one
agency(ies).
The
CONTRACTOR shall cooperate and afford other
agency(ies) reasonable
opportunity for access to the
WORK for the carriage and storage of materials and
execution of their works.

ii)

Wherever the work being done by any department of the


EMPLOYER or by other agency(ies) employed by the
EMPLOYER is contingent upon WORK covered by this

Page 33 of 76

81

CONTRACT, the respective rights of the various


interests involved shall be determined by the
ENGINEER-IN-CHARGE to secure the completion of the
various portions of the work in general harmony.

43

Patents and royalties:

43.1

The CONTRACTOR, if licensed under any patent covering equipment,


machinery, materials or compositions of matter to be used or supplied or
methods and process to be practised or employed in the performance of
this CONTRACT, agrees to pay all royalties and licence fees which
may be due with respect thereto. If any equipment, machinery,
materials, composition of matters, be used or supplied or methods and
processes to be practised or employed in the performance of this
CONTRACT,is covered by a patent under which the CONTRACTOR
is not licensed then the CONTRACTOR before supplying or using the
equipment, machinery materials, composition method or processes shall
obtain such licences and pay such royalties and licence fees as may be
necessary for performance of this CONTRACT. In the event the
CONTRACTOR fails to pay any such royalty or obtain any such
licence, any suit for infringement of such patents which is brought
against the CONTRACTOR or the EMPLOYER as a result such failure
will be defended by the CONTRACTOR at his own expense and the
CONTRACTOR will pay any damages and costs awarded in such suit.
The CONTRACTOR shall promptly notify the EMPLOYER if the
CONTRACTOR has acquired the knowledge of any plant under which
a suit for infringement could be reasonably brought because of the use
by the EMPLOYER of any equipment, machinery, materials, process,
methods to be supplied hereunder. The CONTRACTOR agrees to and
does hereby grant to EMPLOYER, together with the right to extend the
same to any of the subsidiaries of the EMPLOYER as irrevocable,
royalty free licence to use in any country, any invention made by the
CONTRACTOR or his employee in or as result of the performance of
the WORK under the CONTRACT.

43.2

All charges on account of royalty. toilage, rent, octroi terminal or sales


tax and/or other duties or any other levy on materials obtained for the
work or temporary work or part thereof (excluding materials provided
by the EMPLOYER) shall be borne by the CONTRACTOR.

43.3

The CONTRACTOR shall not sell or otherwise dispose of or remove


except for the purpose of this CONTRACT, the sand, stone, clay,
ballast, earth, rock or other substances, or materials obtained from any
excavation made for the purpose of the WORK or any building or
produce upon the site at the time of delivery of the possession thereof,
but all such substances, materials, buildings and produce shall be the
property of the EMPLOYER provided that the CONTRACTOR may
with the permission of the ENGINEER-IN-CHARGE, use the same for
the purpose of the work by payment of cost of the same at such a rate as
may be determined by the ENGINEER-IN- CHARGE.

43.4

The EMPLOYER shall indemnify and save harmless the


CONTRACTOR from any loss on account of claims against
CONTRACTOR for the contributory infringement of patent rights
arising out and based upon the claim that the use of the EMPLOYER of
the process included in the design prepared by the EMPLOYER and
used in the operation of the plant infringes on any patent right. With

Page 34 of 76

82

respect to any subcontract entered into by CONTRACTOR pursuant to


the provisions of the relevant clause hereof, the CONTRACTOR shall
obtain from the SUB-CONTRACTOR an undertaking to provide the
EMPLOYER with the same patent protection that CONTRACTOR is
required to provide under the provisions of this clause.
44

45

Liens:

Delays by employer or his


authorised agents:

44.1

If, at any time there should be evidence or any lien or claim for which
the EMPLOYER might have become liable and which is chargeable to
the CONTRACTOR, the EMPLOYER shall have the right to retain out
of any payment then due or thereafter to become due an amount
sufficient to completely indemnify the EMPLOYER against such lien or
claim and if such lien or claim be valid, the EMPLOYER may pay and
discharge the same and deduct the amount so paid from any money
which may be or may become due and payable to the CONTRACTOR.
If any lien or claim remain unsettled after all payments are made, the
CONTRACTOR shall refund or pay to the EMPLOYER all money that
the latter may be compelled to pay in discharging such lien or claim
including all costs and reasonable expenses. EMPLOYER reserves the
right to do the same.

44.2

The EMPLOYER shall have lien on all materials, equipments including


those brought by the CONTRACTOR for the purpose of erection,
testing and commissioning of the WORK.

44.3

The final payment shall not become due until the CONTRACTOR
delivers to the ENGINEER-IN-CHARGE a complete release or waiver
of all liens arising or which may arise out of his agreement or receipt in
full or certification by the CONTRACTOR in a form approved by
ENGINEER-IN-CHARGE that all invoices for labour, materials,
services have been paid in lien thereof and if required by the
ENGINEER-IN-CHARGE in any case an affidavit that so far as the
CONTRACTOR has knowledge or information the releases and receipts
include all the labour and material for which a lien could be filled.

44.4

CONTRACTOR will indemnify and hold the EMPLOYER harmless,


for a period of two years after the issue of FINAL CERTIFICATE, from
all liens and other encumbrances against the EMPLOYER on account of
debts or claims alleged to be due from the CONTRACTOR or his
SUB-CONTRACTOR to any person including SUB- CONTRACTOR
and on behalf of EMPLOYER will defend at his own expense, any
claim or litigation brought against the EMPLOYER or the
CONTRACTOR in connection therewith. CONTRACTOR shall
defend or contest at his own expense any fresh claim or litigation by any
person including his SUB-CONTRACTOR, till its satisfactory
settlement even after the expiry of two years from the date of issue of
FINAL CERTIFICATE.

45.1

In case the CONTRACTOR's performance is delayed due to any act or


omission on the part of the EMPLOYER or his authorised agents, then
the CONTRACTOR shall be given due extension of time for the
completion of the WORK, to the extent such omission on the part of the
EMPLOYER has caused delay in the CONTRACTOR's performance of
his WORK.

45.2

No adjustment in CONTRACT PRICE shall be allowed for reasons of


such delays and extensions granted except as provided in TENDER

Page 35 of 76

83

DOCUMENT, where the EMPLOYER reserves the right to seek


indulgence of CONTRACTOR to maintain the agreed Time Schedule
of Completion.
In such an event the CONTRACTOR shall be obliged for working by
CONTRACTOR's personnel for additional time beyond stipulated
working hours as also Sundays and Holidays and achieve the
completion date/interim targets.
46

Payment if the contract is


terminated:

46.1

If the CONTRACT shall be terminated as per Tender pursuant to Clause


no. 29 of GCC, the CONTRACTOR shall be paid by the EMPLOYER
in so far as such amounts or items shall not have already been covered
by payments of amounts made to the CONTRACTOR for the WORK
executed and accepted by ENGINEER-IN-CHARGE prior to the date
of termination at the rates and prices provided for in the CONTRACT
and in addition to the following:
a)
The amount payable in respect of any preliminary
items, so far as the Work or service comprised therein has been
carried out or performed and an appropriate portion as certified
by ENGINEER-IN- CHARGE of any such items or service
comprised in which has been partially carried out or
performed.
b)
Any other expenses which the CONTRACTOR has
expended for performing the WORK under the CONTRACT
subject
to
being
duly
recommended
by
ENGINEER-IN-CHARGE and approved by EMPLOYER for
payment, based on documentary evidence of his having
incurred such expenses.

46.2

The CONTRACTOR will be further required to transfer the title and


provide the following in the manner and as directed by the
EMPLOYER.
a)

Any and all completed works.


b)
Such partially completed WORK including drawings,
informations and CONTRACT rights as the CONTRACTOR
has specially performed, produced or acquired for the
performance of the CONTRACTOR.

47

No waiver of rights:

47.1

Neither the inspection by the EMPLOYER or any of their officials,


employees, or agents nor any order by the EMPLOYER for payment of
money or any payment for or acceptance of the whole or any part of the
Work by the EMPLOYER nor any extension of time, nor any
possession taken by EMPLOYER shall operate as a waiver of any
provision of the CONTRACT, or of any power herein reserved to the
EMPLOYER, or any right to damages herein provided, nor shall any
waiver of any breach in the CONTRACT be held to be a waiver of any
other subsequent breach.

Page 36 of 76

84

48

Certificate not to affect right


of employer and liability of
contractor:

48.1

No interim payment certificate(s) issued by the Engineer-in-Charge of


the EMPLOYER, nor any sum paid on account by the EMPLOYER,
nor any extension of time for execution of the work granted by
EMPLOYER shall affect or prejudice the rights of the Employer against
the CONTRACTOR or relieve the CONTRACTOR of his obligations
for the due performance of the CONTRACT, or be interpreted as
approval of the WORK done or of the equipment supplied and no
certificate shall create liability for the EMPLOYER to pay for
alterations, amendments, variations or additional works not ordered, in
writing, by EMPLOYER or discharge the liability
of the
CONTRACTOR for the payment of damages whether due, ascertained,
or certified or not or any sum against the payment of which he is bound
to indemnify the EMPLOYER.

49

Language and measures:

49.1

All documents pertaining to the CONTRACT including Specifications,


Schedules, Notices, Correspondence, operating and maintenance
Instructions, DRAWINGS, or any other writing shall be written in
English language. The Metric System of measurement shall be used in
the CONTRACT unless otherwise specified.

50

Transfer of title:

50.1

The title of Ownership of supplies furnished by the CONTRACTOR


shall not pass on to the EMPLOYER for all Supplies till the same are
finally accepted by the EMPLOYER after the successful completion of
PERFORMANCE TEST and GUARANTEE TEST and issue of
FINAL CERTIFICATE.

50.2

However, the EMPLOYER shall have the lien on all such works
performed as soon as any advance or progressive payment is made by
the EMPLOYER to the CONTRACTOR and the CONTRACTOR shall
not subject these works for use other than those intended under this
CONTRACT.

51

Release of information:

51.1

The CONTRACTOR shall not communicate or use in advertising,


publicity, sales releases or in any other medium, photographs, or other
reproduction of the Work under this CONTRACT or description of the
site dimensions, quantity , quality or other information, concerning the
Work unless prior written permission has been obtained from the
EMPLOYER.

52

Brand names:

52.1

The specific reference in the SPECIFICATIONS and documents to any


material by trade name, make or catalogue number shall be construed as
establishing standard or quality and performance and not as limited
competition.
However, TENDERER may offer other similar
equipments provided it meets the specified standard design and
performance requirements.

53

Completion of contract:

53.1

Unless otherwise terminated under the provisions of any other relevant


clause, this CONTRACT shall be deemed to have been completed at the
expiration of the PERIOD OF LIABILITY as provided for under the
CONTRACT.

54

Spares:

54.1

The CONTRACTOR shall furnish to the EMPLOYER all spares


required for COMMISSIONING of the plants, recommendatory and/or
mandatory spares, which are required essential by the
manufacturer/supplier. The same shall be delivered at SITE, 3(Three)

Page 37 of 76

85

months before COMMISSIONING.


Also the CONTRACTOR should furnish the manufacturing drawings
for fast wearing spares.

54.2

The CONTRACTOR guarantees the EMPLOYER that before the


manufacturers of the equipments, plants and machineries go out of
production of spare parts for the equipment furnished and erected by
him, he shall give at least twelve (12) months' advance notice to the
EMPLOYER, so that the latter may order his requirement of spares in
one lot, if he so desires.

SECTION-V Performance of Work

55 Execution of work:

55.1

56 Co-ordination and inspection of


work:

56.1

57 Work in monsoon and


dewatering:

57.1

Unless otherwise specified elsewhere in the tender, the execution of the


WORK may
entail working in the monsoon
also.
The
CONTRACTOR must maintain a minimum labour force as may be
required for the job and plan and execute the construction and erection
according to the prescribed schedule. No extra rate will be considered
for such work in monsoon.

57.2

During monsoon and other period, it shall be the responsibility of the


CONTRACTOR to keep the construction work site free from water at
his own cost.

58.1

For carrying out Work on Sundays, and Holidays, the CONTRACTOR


will approach the ENGINEER-IN-CHARGE or his representative at

58 Work on sundays and holidays:

All the Works shall be executed in strict conformity with the provisions
of the CONTRACT Documents and with such explanatory detailed
drawings, specification and instructions as may be furnished from time
to time to the CONTRACTOR by the ENGINEER-IN-CHARGE
whether mentioned in the CONTRACT or not. The CONTRACTOR
shall be responsible for ensuring that works throughout are executed in
the most substantial, proper and workmanlike manner with the quality of
material and workmanship in strict accordance with the
SPECIFICATIONS and to the entire satisfaction of the
ENGINEER-IN-CHARGE. The CONTRACTOR shall provide all
necessary materials equipment labour etc. for execution and maintenance
of WORK till completion unless otherwise mentioned in the
CONTRACT.
The coordination and inspection of the day-to-day work under the
CONTRACT
shall
be
the
responsibility
of
the
ENGINEER-IN-CHARGE. The written instruction regarding any
particular job will normally be passed by the ENGINEER-IN-CHARGE
or his authorised representative. A work order book will be maintained
by the CONTRACTOR for each sector in which the aforesaid written
instructions will be entered.
These will be signed by the
CONTRACTOR or his authorised representative by way of
acknowledgement within 12 hours.

Page 38 of 76

86

least two days in advance and obtain permission in writing. The


CONTRACTOR shall observe all labour laws and other statutory rules
and regulations in force. In case of any violations of such laws, rules and
regulations, consequence if any, including the cost thereto shall be
exclusively borne by the CONTRACTOR and the EMPLOYER shall
have no liability whatsoever on this account.

59 General conditions for


construction and erection work:

60 Alterations in specifications,
design and extra works:

59.1

The working time at the site of work is 48 hours per week. Overtime
work is permitted in cases of need and the EMPLOYER will not
compensate the same. Shift working at 2 or 3 shifts per day will become
necessary and the CONTRACTOR should take this aspect into
consideration for formulating his rates for quotation. No extra claims
will be entertained by the EMPLOYER no this account. For carrying
out work beyond working hours the CONTRACTOR will approach the
ENGINEER-IN-CHARGE or his authorised representative and obtain
his prior written permission.

59.2

The CONTRACTOR must arrange for the placement of workers in such


a way that the delayed completion of the WORK or any part thereof for
any reason whatsoever will not affect their proper employment. The
EMPLOYER will not entertain any claim for idle time payment
whatsoever.

59.3

The CONTRACTOR shall submit to the EMPLOYER/ENGINEER-INCHARGE reports at regular intervals regarding the state and progress of
WORK. The details and proforma of the report will mutually be agreed
after the award of CONTRACT. The CONTRACTOR shall provide
display boards showing progress and labour strengths at worksite, as
directed by the ENGINEER-IN-CHARGE.

60.1

The WORK covered under this CONTRACT having to be executed by


the CONTRACTOR on a lumpsum firm price/item rate quoted by him,
the EMPLOYER will not accept any proposals for changes in VALUE
OF CONTRACT or extension in time on account of any such changes
which may arise to the CONTRACTOR's scope of WORK as a result of
detailed Engineering and thereafter during the execution of WORK. The
only exception to this will be a case where the EMPLOYER requests in
writing to the CONTRACTOR to upgrade the SPECIFICATIONS or the
size of any major pieces of equipments, plant or machinery beyond what
is normally required to meet the scope of WORK as defined in the
CONTRACT DOCUMENT.
In such cases, a change order will be initialled by the CONTRACTOR at
the appropriate time for the EMPLOYER's prior approval giving the full
back-up data for their review and for final settlement of any impact on
price within 30 (thirty) days thereafter.

60.2

The ENGINEER-IN-CHARGE shall have to make any alterations in,


omission from, additions to or substitutions for, the Schedule of Rates,
the original specifications, drawings, designs and instructions that may
appear to him to be necessary or advisable during the progress of the
WORK and the CONTRACTOR shall be bound to carry out the such
altered/ extra/ new items of WORK in accordance with any instructions
which may be given to him in writing signed by the ENGINEER-IN-

Page 39 of 76

87

CHARGE, and such alterations, omissions, additions or substitutions


shall not invalidate the CONTRACT and any altered, additional or
substituted work which the CONTRACTOR may be directed to do in
the manner above specified as part of the WORK shall be carried out by
the CONTRACTOR on the same conditions in all respects on which he
agreed to do the main WORK. The time of completion of WORK may
be extended for the part of the particular job at the discretion of the
ENGINEER-IN- CHARGE, for only such alterations, additions or
substitutions of the WORK, as he may consider as just and reasonable.
The rates for such additional, altered or substituted WORK under this
clause shall be worked out in accordance with the following provisions:I.

For Item Rate Contract


a)

If the rates for the additional, altered or substituted


WORK are specified in the CONTRACT for the
WORK, the CONTRACTOR is bound to carry on the
additional, altered or substituted WORK at the same
rates as are specified in the CONTRACT.

b)

If the rates for the additional, altered or substituted


WORK are not specifically provided in the
CONTRACT for the WORK, the rates will be derived
from the rates for similar class of WORK as are
specified in the CONTRACT for the WORK. The
opinion of the ENGINEER-IN- CHARGE, as to
whether or not the rates can be reasonably so derived
from the items in this CONTRACT will be final and
binding on the CONTRACTOR.

c)

If the rates for the altered, additional or substituted


WORK cannot be determined in the manner specified
in sub-clause(s) and (b) above, then the
CONTRACTOR shall, within 7 days of the date of
receipt of order to carry out the WORK, inform the
ENGINEER-IN-CHARGE of the rates which it is his
intention to charge for such class of WORK,
supported by analysis of the rate or rates claimed, and
the ENGINEER-IN-CHARGE shall determine the
rate or rates on the basis of the prevailing market
rates, labour cost at schedule of labour rates plus 10%
to cover contractor's supervision, overheads and profit
and pay the CONTRACTOR accordingly. The
opinion of the ENGINEER- IN-CHARGE as to
current market rates of materials and the quantum of
labour involved per unit of measurement will be final
and binding on the CONTRACTOR.

d)

Where the item of work will be executed through


nominated specialist agency as approved by the
ENGINEER-IN-CHARGE, then the actual amount
paid to such nominated agency supported by
documentary evidence and as certified by
ENGINEER-IN-CHARGE shall be considered plus
10% (ten percent) to cover all contingencies,
overhead, profits to arrive at the rates.

Page 40 of 76

88

e)

Provisions contained in the Sub-clause (a) & (d)


above shall, however, not apply for the following:Where the value of additions of new items together
with the value of alterations, additions/deletions or
substitutions does not exceed by or is not less than
plus/minus (+
_)25% of the VALUE OF CONTRACT.
The item rates in the Schedule of Rates shall hold
good for all such variations between the above
mentioned
limits,
irrespective
of
any
increase/decrease of quantities in the individual items
of Schedule of Rates.
Where the value of addition of new items together
with the value of alterations, additions/deletions or
substitutions reduces more than 25% of the contract
value but is within the following limits the tenderer
shall be paid compensation for decrease in the value
of work, as follows:

S.No.

Range of Variation

Percentage
compensation
for
decrease in the value of work in
the respective range.

a)

Beyond (+) 25% upto &


inclusive of (+) 50%

No increase and/or decrease


shall be applicable for the Schedule
of Rates (The rates quoted for this
increase shall be valid).

b)

Beyond (-) 25% upto &


inclusive of (-) 50%

For reduction beyond 25%


contractor shall be compensated by
an amount equivalent to 10% of
the reduction in value of the
contract as awarded. For example
if the actual contract value is 70%
of awarded value then
compensation shall be 10% of
(75-70) i.e. 0.5% of awarded
contract value.

II.

For Lumpsum Contracts


CONTRACTOR shall, within 7 days of the date of receipt of
order to carry out the WORK, inform the ENGINEER-INCHARGE of the rates which it is his intention to charge for
such class of WORK, supported by analysis of the rate or rates
claimed, and the ENGINEER-IN-CHARGE shall determine
the rate or rates on the basis of the prevailing market rates,
labour cost at schedule of labour rates plus 10% to cover
contractor's supervision, overheads and profit and pay the
CONTRACTOR accordingly.
The opinion of the
ENGINEER- IN-CHARGE as to current market rates of
materials and the quantum of labour involved per unit of
measurement will be final and binding on the CONTRACTOR.

Page 41 of 76

89

61 Drawings to be supplied by the


employer

62 Drawings to be supplied by the


contractor:

61.1

The drawings attached with tender are o0nly for the general guidance to the
CONTRACTOR to enable him to visualize the type of work contemplated
and scope of work involved. The CONTRACTOR will be deemed to
have studied the DRAWINGS and formed an idea about the WORK
involved.

61.2

Detailed working drawings on the basis of which actual execution of the


WORK is to proceed, will be furnished from time to time during the
progress of the work. The CONTRACTOR shall be deemed to have gone
through the DRAWINGS supplied to him thoroughly and carefully and in
conjunction with all other connected drawings and bring to the notice of
the ENGINEER-IN-CHARGE discrepancies, if any, therein before
actually carrying out the Work.

61.3

Copies of all detailed working drawings relating to the WORK shall be


kept at the CONTRACTOR's office on the site and shall be made available
to the ENGINEER-IN- CHARGE at any time during the CONTRACT.
The drawings and other documents issued by the EMPLOYER shall be
returned to the EMPLOYER on completion of the WORK.

62.1

The drawings/date which are to be furnished by the CONTRACTOR are


enumerated in the special conditions of contract, and shall be furnished
within the specified time.

62.2

Where
approval/review
of
drawings
before
manufacture/
construction/fabrication has been specified, it shall be CONTRACTOR's
responsibility to have these drawings prepared as per the directions of
ENGINEER-IN-CHARGE and got approved before proceeding with
manufacture/construction/fabrication as the case may be. Any change that
may have become necessary in these drawings during the execution of the
work shall have to be carried out by the CONTRACTOR to the satisfaction
of ENGINEER-IN-CHARGE at no extra cost. All final drawings shall
bear the certification stamp as indicated below duly signed by both the
CONTRACTOR and ENGINEER-IN-CHARGE.
"Certified true for ___________________________________ (Name of
Work)
Agreement
No.___________________________________________________
Signed:_________________
(CONTRACTOR)

_________________
(ENGINEER-IN-CHARGE)

62.3

The DRAWINGS submitted by the CONTRACTOR shall be reviewed by


the ENGINEER-IN-CHARGE as far as practicable within 3 (Three) weeks
and shall be modified by the CONTRACTOR, if any modifications and/or
corrections are required by the ENGINEER-IN-CHARGE.
The
CONTRACTOR shall incorporate such modifications and/or corrections
and submit the final drawings for approval. Any delays arising out of
failure by the CONTRACTOR to rectify the drawing in good time shall
not alter the Contract Completion Time.

62.4

As built drawings showing all corrections, adjustments etc. shall be

Page 42 of 76

90

furnished by the CONTRACTOR in six copies and one transparent for


record purposed to the EMPLOYER.

63.1

The ENGINEER-IN-CHARGE shall furnish the CONTRACTOR with


only the four corners of the Works site and a level bench mark and the
CONTRACTOR shall set out the Works and shall provide an efficient staff
for the purpose and shall be solely responsible for the accuracy of such
setting out.

63.2

The CONTRACTOR shall provide, fix and be responsible for the


maintenance of all stakes, templates, level marks, profiles and other similar
things and shall take all necessary precautions to prevent their removal or
disturbance and shall be responsible for the consequence of such removal
or disturbance should the same take place and for their efficient and timely
reinstatement. The CONTRACTOR shall also be responsible for the
maintenance of all existing survey marks, boundary marks, distance marks
and center line marks, either existing or supplied and fixed by the
CONTRACTOR. The work shall be set out to the satisfaction of the
ENGINEER-IN-CHARGE. The approval there of joining with the
CONTRACTOR by the ENGINEER- IN-CHARGE in setting out the
work, shall not relieve the CONTRACTOR of any of his responsibility.

63.3

Before beginning the Works, the CONTRACTOR shall at his own cost,
provide all necessary reference and level posts, pegs, bamboos, flags,
ranging rods, strings and other materials for proper layout of the works in
accordance with the schemes for bearing marks acceptable to the
ENGINEER-IN-CHARGE. The center, longitudinal or face lines and
cross lines shall be marked by means of small masonry pillars. Each pillar
shall have distinct mark at the centre to enable theodolite to be set over it.
No work shall be started until all these points are checked and approved by
the ENGINEER-IN-CHARGE in writing but such approval shall not
relieve the CONTRACTOR of any of his responsibilities.
The
CONTRACTOR shall also provide all labour, material and other facilities,
as necessary, for the proper checking of layout and inspection of the points
during construction.

63.4

Pillars bearing geodetic marks located at the sites of units of WORKS


under construction should be protected and fenced by the CONTRACTOR.

63.5

On completion of WORK, the CONTRACTOR must submit the geodetic


documents according to which the WORK was carried out.

64 Responsibility for level and


alignment:

64.1

The CONTRACTOR shall be entirely and exclusively responsible for the


horizontal and vertical alignment, the levels and correctness of every part
of the WORK and shall rectify effectively any errors or imperfections
therein, such rectifications shall be carried out by the CONTRACTOR, at
his own cost, when instructions are issued to that effect by the
ENGINEER- IN-CHARGE.

65 Materials to be supplied by
contractor:

65.1

The CONTRACTOR shall procure and provide within the VALUE OF


CONTRACT the whole of the materials required for the construction
including steels, cement and other building materials, tools, tackles,
construction plant and equipment for the completion and maintenance of

63 Setting out works:

Page 43 of 76

91

the WORK except the materials which will be issued by the EMPLOYER
and shall make his own arrangement for procuring such materials and for
the transport thereof.
The EMPLOYER may give necessary
recommendation to the respective authority if so desired by the
CONTRACTOR but assumes no further responsibility of any nature. The
EMPLOYER will insist on the procurement of materials which bear ISI
stamp and/or which are supplied by reputed suppliers.

66 Stores supplied by the employer:

67 Conditions for issue of


materials:

65.2

The CONTRACTOR shall properly store all materials either issued to him
or brought by him to the SITE to prevent damages due to rain, wind, direct
exposure to sun, etc. as also from theft, pilferage, etc. for proper and
speedy execution of his works. The CONTRACTOR shall maintain
sufficient stocks of all materials required by him.

65.3

No material shall be despatched from the CONTRACTOR's stores before


obtaining the approval in writing of the ENGINEER-IN-CHARGE.

66.1

If the SPECIFICATION of the WORK provides for the use of any material
of special description to be supplied from the EMPLOYER's stores or it is
required that the CONTRACTOR shall use certain stores to be provided by
the ENGINEER-IN-CHARGE, such materials and stores, and price to be
charged there for as hereinafter mentioned being so far as practicable for
the convenience of the CONTRACTOR, but not so as in any way to
control the meaning or effect of the CONTRACT, the CONTRACTOR
shall be bound to purchase and shall be supplied such materials and stores
as are from time to time required to be used by him for the purpose of the
CONTRACT only. The sums due from the CONTRACTOR for the value
of materials supplied by the EMPLOYER will be recovered from the
running account bill on the basis of the actual consumption of materials in
the works covered and for which the running account bill has been
prepared.
After the completion of the WORK, however, the
CONTRACTOR has to account for the full quantity of materials supplied
to him as per relevant clauses in this document.

66.2

The value of the stores/materials as may be supplied to the


CONTRACTOR by the EMPLOYER will be debited to the
CONTRACTOR's account at the rates shown in the schedule of materials
and if they are not entered in the schedule, they will be debited at cost
price, which for the purpose of the CONTRACT shall include the cost of
carriage and all other expenses whatsoever such as normal storage
supervision charges which shall have been incurred in obtaining the same
at the EMPLOYER's stores.
All materials so supplied to the
CONTRACTOR shall remain the absolute property of the EMPLOYER
and shall not be removed on any account from the SITE of the WORK, and
shall be at all times open for inspection to the ENGINEER-IN-CHARGE.
Any such materials remaining unused at the time of the completion or
termination of the CONTRACT shall be returned to the EMPLOYER's
stores or at a place as directed by the ENGINEER-IN-CHARGE in
perfectly good condition at CONTRACTOR's cost.

67.1

i)

Materials specified as to be issued by the EMPLOYER will be


supplied to the CONTRACTOR by the EMPLOYER form his
stores. It shall be responsibility of the CONTRACTOR to take
delivery of the materials and arrange for its loading, transport and
unloading at the SITE of WORK at his own cost. The materials
shall be issued between the working hours and as per the rules of

Page 44 of 76

92

the EMPLOYER as framed from time to time.


ii)

The CONTRACTOR shall bear all incidental charges for the


storage and safe custody of materials at site after these have been
issued to him.

iii)

Materials specified as to be issued by the EMPLOYER shall be


issued in standard sizes as obtained from the manufacturers.

iv)

The CONTRACTOR shall construct suitable Godowns at the


SITE of WORK for storing the materials safe against damage by
rain, dampness, fire, theft etc. He shall also employ necessary
watch and ward establishment for the purpose.

v)

It shall be duty of the CONTRACTOR to inspect the materials


supplied to him at the time of taking delivery and satisfy himself
that they are in good condition. After the materials have been
delivered by the EMPLOYER, it shall be the responsibility of the
CONTRACTOR to keep them in good condition and if the
materials are damaged or lost, at any time, they shall be repaired
and/or replaced by him at his own cost according to the
instructions of the ENGINEER-IN-CHARGE.

vi)

The EMPLOYER shall not be liable for delay in supply or


non-supply of any materials which the EMPLOYER has
undertaken to supply where such failure or delay is due to natural
calamities, act of enemies, transport and procurement difficulties
and any circumstances beyond the control of the EMPLOYER.
In no case, the CONTRACTOR shall be entitled to claim any
compensation or loss suffered by him on this account.

vii)

It shall be responsibility of the CONTRACTOR to arrange in


time all materials required for the WORK other than those to be
supplied by the EMPLOYER. If, however, in the opinion of the
ENGINEER-IN-CHARGE the execution of the WORK is likely
to be delayed due to the CONTRACTOR's inability to make
arrangements for supply of materials which normally he has to
arrange for, the ENGINEER-IN-CHARGE shall have the right at
his own discretion to issue such materials, if available with the
EMPLOYER or procure the materials from the market or as
elsewhere and the CONTRACTOR will be bound to take such
materials at the rates decided by the ENGINEER-IN-CHARGE.
This, however, does not in any way absolve the CONTRACTOR
from responsibility of making arrangements for the supply of
such materials in part or in full, should such a situation occur nor
shall this constitute a reason for the delay in the execution of the
WORK.
None of the materials supplied to the CONTRACTOR will be
utilised by the CONTRACTOR for manufacturing item which
can be obtained as supplied from standard manufacturer in
finished form.

viii)

ix)

The CONTRACTOR shall, if desired by the ENGINEERIN-CHARGE, be required to execute an Indemnity Bond in the
prescribed form for safe custody and accounting of all materials
issued by the EMPLOYER.

Page 45 of 76

93

x)

The CONTRACTOR shall furnish to the ENGINEER-INCHARGE sufficiently in advance a statement showing his
requirement of the quantities of the materials to be supplied by
the EMPLOYER and the time when the same will be required by
him for the works, so as to enable the ENGINEER-IN-CHARGE
to make necessary arrangements for procurement and supply of
the material.

xi)

Account of the materials issued by the EMPLOYER shall be


maintained by CONTRACTOR indicating the daily receipt,
consumption and balance in hand. This account shall be
maintained
in
a
manner
prescribed
by
the
ENGINEER-IN-CHARGE along with all connected papers viz.
requisitions, issues, etc., and shall be always available for
inspection in the CONTRACTOR's office at SITE.

xii)

The CONTRACTOR should see that only the required quantities


of materials are got issued. The CONTRACTOR shall not be
entitled to cartage and incidental charges for returning the surplus
materials, if any, to the stores wherefrom they were issued or to
the place as directed by the ENGINEER-IN-CHARGE.

xiii)

Materials/Equipment(s) supplied by EMPLOYER shall not be


utilised for any purpose(s) than issued for.

68 Material procured with


assistance of employer/return of
surplus:

68.1

Notwithstanding anything contained to the contrary in any or all the


clauses of this CONTRACT where any materials for the execution of the
CONTRACT are procured with the assistance of the EMPLOYER either
by issue from EMPLOYER's stock or purchases made under order or
permits or licences issued by Government, the CONTRACTOR shall hold
the said materials as trustee for the EMPLOYER and use such materials
economically and solely for the purpose of the CONTRACT and not
dispose them off without the permission of the EMPLOYER and return, if
required by the ENGINEER-IN-CHARGE, shall determine having due
regard to the condition of the materials. The price allowed to the
CONTRACTOR, however, shall not exceed the amount charged to him
excluding the storage charges, if any.
The decision of the
ENGINEER-IN-CHARGE shall be final and conclusive in such matters.
In the event of breach of the aforesaid condition, the CONTRACTOR
shall, in terms of the licences or permits and/or criminal breach of trust, be
liable to compensate the EMPLOYER at double rate or any higher rate, in
the event of those materials at that time having higher rate or not being
available in the market, then any other rate to be determined by the
ENGINEER-IN-CHARGE and his decision shall be final and conclusive.

69 Materials obtained from


dismantling:

69.1

If the CONTRACTOR in the course of execution of the WORK is called


upon to dismantle any part for reasons other than those stipulated in
Clauses 74 and 77 hereunder, the materials obtained in the WORK of
dismantling etc., will be considered as the EMPLOYER's property and will
be disposed off to the best advantage of the EMPLOYER.

Page 46 of 76

94

70 Articles of value found:

70.1

All gold, silver and other minerals of any description and all precious
stones, coins, treasure relics, antiquities and other similar things which
shall be found in, under or upon the SITE, shall be the property of the
EMPLOYER and the CONTRACTOR shall duly preserve the same to the
satisfaction of the ENGINEER-IN-CHARGE and shall from time to time
deliver the same to such person or persons indicated by the EMPLOYER.

71 Discrepancies between
instructions:

71.1

Should any discrepancy occur between the various instructions furnished to


the CONTRACTOR, his agent or staff or any doubt arises as to the
meaning of any such instructions or should there be any misunderstanding
between the CONTRACTOR's staff and the ENGINEER-IN- CHARGE's
staff, the CONTRACTOR shall refer the matter immediately in writing to
the ENGINEER-IN-CHARGE whose decision thereon shall be final and
conclusive and no claim for losses alleged to have been caused by such
discrepancies between instructions, doubts, or misunderstanding shall in
any event be admissible.

72 Action where no specification is


issued:

72.1

In case of any class of WORK for which there is no SPECIFICATION


supplied by the EMPLOYER as mentioned in the Tender Documents such
WORK shall be carried out in accordance with Indian Standard
Specifications and if the Indian Standard Specifications do not cover the
same, the WORK should be carried out as per standard Engineering
Practice subject to the approval of the ENGINEER-IN-CHARGE.

73 Inspection of works:

73.1

The ENGINEER-IN-CHARGE will have full power and authority to


inspect the WORK at any time wherever in progress either on the SITE or
at the CONTRACTOR's premises/workshops wherever situated, premises/
workshops of any person, firm or corporation where WORK in connection
with the CONTRACT may be in hand or where materials are being or are
to be supplied, and the CONTRACTOR shall afford or procure for the
ENGINEER-IN- CHARGE every facility and assistance to carry out such
inspection. The CONTRACTOR shall, at all time during the usual
working hours and at all other time at which reasonable notice of the
intention of the ENGINEER-IN- CHARGE or his representative to visit
the WORK shall have been given to the CONTRACTOR, either himself
be present or receive orders and instructions, or have a responsible agent
duly accredited in writing, present for the purpose. Orders given to the
CONTRACTOR's agent shall be considered to have the same force as if
they had been given to the CONTRACTOR himself.
The
CONTRACTOR shall give not less than seven days notice in writing to the
ENGINEER-IN-CHARGE before covering up or otherwise placing
beyond reach of inspection and measurement of any work in order that the
same may be inspected and measured. In the event of breach of above the
same shall be uncovered at CONTRACTOR's expense for carrying out
such measurement or inspection.

73.2

No material shall be despatched from the CONTRACTOR's stores before


obtaining the approval in writing of the Engineer-in-Charge.
The CONTRACTOR is to provide at all time during the progress of the
WORK and the maintenance period, proper means of access with ladders,
gangways etc. and the necessary attendance to move and adopt as directed
for inspection or measurements of the WORK by the ENGINEERIN-CHARGE.

Page 47 of 76

95

73.3

The CONTRACTOR shall make available to the ENGINEER-INCHARGE free of cost all necessary instruments and assistance in checking
or setting out of WORK and in the checking of any WORK made by the
CONTRACTOR for the purpose of setting out and taking measurements of
WORK.

74.1

All workmanship shall be of the respective kinds described in the


CONTRACT DOCUMENTS and in accordance with the instructions of
the ENGINEER-IN-CHARGE and shall be subjected from time to time to
such test at CONTRACTOR's cost as the ENGINEER-IN-CHARGE may
direct at the place of manufacture or fabrication or on the site or at all or
any such places.
The CONTRACTOR shall provide assistance,
instruments, labour and materials as are normally required for examining,
measuring and testing any workmanship as may be selected and required
by the ENGINEER-IN-CHARGE.

74.2

All the tests that will be necessary in connection with the execution of the
WORK as decided by the ENGINEER- IN-CHARGE shall be carried out
at the field testing laboratory of the EMPLOYER by paying the charges as
decided by the EMPLOYER from time to time. In case of non- availability
of testing facility with the EMPLOYER, the required test shall be carried
out at the cost of CONTRACTOR at Government or any other testing
laboratory as directed by ENGINEER-IN-CHARGE.

74.3

If any tests are required to be carried out in conjunction with the WORK or
materials or workmanship not supplied by the CONTRACTOR, such tests
shall be carried out by the CONTRACTOR as per instructions of
ENGINEER-IN-CHARGE and cost of such tests shall be reimbursed by
the EMPLOYER.

75 Samples for approval:

75.1

The CONTRACTOR shall furnish to the ENGINEER-IN-CHARGE for


approval, when requested or if required by the specifications, adequate
samples of all materials and finished to be used in the WORK. Such
samples shall be submitted before the WORK is commenced and in ample
time to permit tests and examinations thereof. All materials furnished and
finishes applied in actual WORK shall be fully equal to the approved
samples.

76 Action and compensation in case


of bad work:

76.1

If it shall appear to the ENGINEER-IN-CHARGE that any work has been


executed with unsound, imperfect or unskilled workmanship, or with
materials of any inferior description, or that any materials or articles
provided by the CONTRACTOR for the execution of the WORK are
unsound, or of a quality inferior to that contracted for, or otherwise not in
accordance with the CONTRACT, the CONTRACTOR shall on demand
in writing from the ENGINEER-IN-CHARGE or his authorised
representative specifying the WORK, materials or articles complained of
notwithstanding that the same may have been inadvertently passed,
certified and paid for, forthwith rectify or remove and reconstruct the
WORK so specified and provide other proper and suitable materials or
articles at his own cost and in the event of failure to do so within the
period specified by the ENGINEER-IN-CHARGE in his demand
aforesaid, the CONTRACTOR shall be liable to pay compensation at the
rate of 1 % (One percent) of the estimated cost of the whole WORK, for
every week limited to a maximum of 10% (ten percent) of the value of the
whole WORK, while his failure to do so shall continue and in the case of
any such failure the ENGINEER-IN-CHARGE may on expiry of notice

74 Tests for quality of work:

Page 48 of 76

96

period rectify or remove and re-execute the WORK or remove and


replaced with others, the materials or articles complained of to as the case
may be at the risk and expense in all respects of the CONTRACTOR. The
decision of the Engineering-in-charge as to any question arising under this
clause shall be final and conclusive.
77 Suspension of works:

77.1

i)

Subject to the provisions of sub-para (ii) of this clause, the


CONTRACTOR shall, if ordered in writing by the
ENGINEER-IN-CHARGE, or his representative, temporarily
suspend the WORKS or any part thereof for such written
order, proceed with the WORK therein ordered to be
suspended until, he shall have received a written order to
proceed therewith. The CONTRACTOR shall not be entitled to
claim compensation for any loss or damage sustained by him by reason
of temporary suspension of the
WORKS aforesaid. An extension of
time for completion,
corresponding with the delay caused by any
such
suspension of the WORKS as aforesaid will be granted to
the CONTRACTOR should he apply for the same provided
that the suspension was not consequent to any default or
failure on the part of the CONTRACTOR.

ii)

In case of suspensions of entire WORK, ordered in writing


by ENGINEER-IN-CHARGE, for a period of more than
two months, the CONTRACTOR shall have the option to
terminate the CONTRACT.

78 Employer may do part of work:

78.1

Upon failure of the CONTRACTOR to comply with any instructions given


in accordance with the provisions of this CONTRACT the EMPLOYER
has the alternative right, instead of assuming charge of entire WORK, to
place additional labour force, tools, equipments and materials on such parts
of the WORK, as the EMPLOYER may designate or also engage another
CONTRACTOR to carry out the WORK. In such cases, the EMPLOYER
shall deduct from the amount which otherwise might become due to the
CONTRACTOR, the cost of such work and material with ten percent
(10%) added to cover all departmental charges and should the total amount
thereof exceed the amount due to the CONTRACTOR, the
CONTRACTOR shall pay the difference to the EMPLOYER.

79 Possession prior to completion:

79.1

The ENGINEER-IN-CHARGE shall have the right to take possession of or


use any completed or partially completed WORK or part of the WORK.
Such possession or use shall not be deemed to be an acceptance of any
work completed in accordance with the CONTRACT agreement.
If such prior possession or use by the ENGINEER-IN- CHARGE
delays the progress of WORK, equitable adjustment in the time of
completion will be made and the CONTRACT agreement shall be deemed
to be modified accordingly.

80 (Defects liability period) twelve


months period of liability from
the date of issue of completion
certificate:

80.1

The CONTRACTOR shall guarantee the installation/WORK for a period


of 12 months from the date of completion of WORK as certified by the
ENGINEER-IN-CHARGE which is indicated in the Completion
Certificate. Any damage or defect that may arise or lie undiscovered at the
time of issue of Completion Certificate, connected in any way with the
equipment or materials supplied by him or in the workmanship, shall be
rectified or replaced by the CONTRACTOR at his own expense as deemed
necessary by the ENGINEER-IN-CHARGE or in default, the

Page 49 of 76

97

ENGINEER- IN-CHARGE may carry out such works by other work and
deduct actual cost incurred towards labour, supervision and materials
consumables or otherwise plus 100% towards overheads (of which the
certificate of ENGINEER-IN-CHARGE shall be final) from any sums that
may then be or at any time thereafter, become due to the CONTRACTOR
or from his Contract Performance Security, or the proceeds of sale thereof
or a sufficient part on thereof.
80.2

If the CONTRACTOR feels that any variation in WORK or in quality of


materials or proportions would be beneficial or necessary to fulfil the
guarantees called for, he shall bring this to the notice of the ENGINEERIN-CHARGE in writing.
If during the period of liability any portion of the WORK/equipment, is
found defective and is rectified/ replaced, the period of liability for such
equipment/ portion of WORK shall be operative from the date such
rectification/ replacement are carried out and Contract Performance
Guarantee shall be furnished separately for the extended period of liability
for that portion of WORK/ equipment only. Notwithstanding the above
provisions the supplier's, guarantees/warantees for the replaced equipment
shall also be passed on to the EMPLOYER.

80.3

LIMITATION OF LIABILITY
Notwithstanding anything contrary contained herein, the aggregate total
liability of CONTRACTOR under the Agreement or otherwise shall be
limited to 100% of Agreement / Contract Value. However, neither party
shall be liable to the other party for any indirect and consequential
damages, loss of profits or loss of production.

81 Care of works:

81.0

From the commencement to completion of the WORK, the


CONTRACTOR shall take full responsibility for the care for all works
including all temporary works and in case any damages, loss or injury shall
happen to the WORK or to any part thereof or to any temporary works
from any cause whatsoever, shall at his own cost repair and make good the
same so that at completion the WORK shall be in good order and in
conformity in every respects with the requirement of the CONTRACT and
the ENGINEER-IN- CHARGE's instructions.

81.1

DEFECTS PRIOR TO TAKING OVER:


If at any time, before the
ENGINEER-IN-CHARGE shall:

WORK

is

taken

over,

the

a)
Decide that any works done or materials used by the
CONTRACTOR or by any SUB-CONTRACTOR is defective or
not in accordance with the CONTRACT, or that the works or any
portion thereof are defective, or do not fulfill the requirements of
CONTRACT (all such matters being hereinafter, called `Defects'
in this clause), and
b)
As soon as reasonably practicable, gives to the
CONTRACTOR notice in writing of the said decision, specifying
particulars of the defects alleged to exist or to have occurred, then
the CONTRACTOR shall at his own expenses and with all speed
make good the defects so specified.

Page 50 of 76

98

In case CONTRACTOR shall fail to do so, the EMPLOYER may take, at


the cost of the CONTRACTOR, such steps as may in all circumstances, be
reasonable to make good such defects. The expenditure so incurred by the
EMPLOYER will be recovered from the amount due to the
CONTRACTOR. The decision of the ENGINEER-IN-CHARGE with
regard to the amount to be recovered from the CONTRACTOR will be
final and binding on the CONTRACTOR. As soon as the WORK has
been completed in accordance with the CONTRACT (except in minor
respects that do not affect their use for the purpose for which they are
intended and except for maintenance there of provided in clause 80.1 of
General Conditions of Contract) and have passed the tests on completion,
the ENGINEER-IN-CHARGE shall issue a certificate (hereinafter called
Completion Certificate) in which he shall certify the date on which the
WORK have been so completed and have passed the said tests and the
EMPLOYER shall be deemed to have taken over the WORK on the date
so certified. If the WORK has been divided into various groups in the
CONTRACT, the EMPLOYER shall be entitled to take over any group or
groups before the other or others and there upon the
ENGINEER-IN-CHARGE shall issue a Completion Certificate which will,
however, be for such group or groups so taken over only. In such an event
if the group /section/ part so taken over is related, to the integrated system
of the work, not withstanding date of grant of Completion Certificate for
group/ section/ part. The period of liability in respect of such group/
section/ part shall extend 12 (twelve) months from the date of completion
of WORK.
81.2

DEFECTS AFTER TAKING OVER:


In order that the CONTRACTOR could obtain a COMPLETION
CERTIFICATE he shall make good, with all possible speed, any defect
arising from the defective materials supplied by the CONTRACTOR or
workmanship or any act or omission of the CONTRACT or that may have
been noticed or developed, after the works or groups of the works has been
taken over, the period allowed for carrying out such WORK will be
normally one month. If any defect be not remedied within a reasonable
time, the EMPLOYER may proceed to do the WORK at
CONTRACTOR's risk and expense and deduct from the final bill such
amount as may be decided by the EMPLOYER.
If by reason of any default on the part of the CONTRACTOR a
COMPLETION CERTIFICATE has not been issued in respect of any
portion of the WORK within one month after the date fixed by the
CONTRACT for the completion of the WORK, the EMPLOYER shall be
at liberty to use the WORK or any portion thereof in respect of which a
completion certificate has not been issued, provided that the WORK or the
portion thereof so used as aforesaid shall be afforded reasonable
opportunity for completing these works for the issue of Completion
Certificate.

82 Guarantee/transfer of
guarantee:

82.1

For works like water-proofing, acid and alkali resisting materials,


pre-construction soil treatment against termite or any other specialized
works
etc.
the
CONTRACTOR
shall
invariably
engage
SUB-CONTRACTORS who are specialists in the field and firms of repute
and such a SUB-CONTRACTOR shall furnish guarantees for their

Page 51 of 76

99

workmanship to the EMPLOYER, through the CONTRACTOR. In case


such a SUB-CONTRACTOR/ firm is not prepared to furnish a guarantee
to the EMPLOYER, the CONTRACTOR shall give that guarantee to the
EMPLOYER directly.
83 Training of employer's
personnel:

83.1

The CONTRACTOR undertakes to provide training to Engineering


personnel selected and sent by the EMPLOYER at the works of the
CONTRACTOR without any cost to the EMPLOYER. The period and the
nature of training for the individual personnel shall be agreed upon
mutually between the CONTRACTOR and the EMPLOYER. These
engineering personnel shall be given special training at the shops, where
the equipment will be manufactured and/ or in their collaborator's works
and where possible, in any other plant where equipment manufactured by
the CONTRACTOR or his collaborators is under installation or test to
enable those personnel to become familiar with the equipment being
furnished by the CONTRACTOR. EMPLOYER shall bear only the to
and fro fare of the said engineering personnel.

84 Replacement of defective parts


and materials:

84.1

If during the progress of the WORK, EMPLOYER shall decide and inform
in writing to the CONTRACTOR, that the CONTRACTOR has
manufactured any plant or part of the plant unsound or imperfect or has
furnished plant inferior to the quality specified, the CONTRACTOR on
receiving details of such defects or deficiencies shall at his own expenses
within 7 (seven) days of his receiving the notice, or otherwise within such
time as may be reasonably necessary for making it good, proceed to alter,
re-construct or remove such work and furnish fresh equipments upto the
standards of the specifications. In case the CONTRACTOR fails to do so,
EMPLOYER may on giving the CONTRACTOR 7 (seven) day's notice in
writing of his intentions to do so, proceed to remove the portion of the
WORK so complained of and at the cost of CONTRACTOR's, perform all
such works or furnish all such equipments provided that nothing in the
clause shall be deemed to deprive the EMPLOYER of or affect any rights
under the CONTRACT, the EMPLOYER may otherwise have in respect
of such defects and deficiencies.

84.2

The CONTRACTOR's full and extreme liability under this clause shall be
satisfied by the payments to the EMPLOYER of the extra cost, of such
replacements procured including erection/installation as provided for in the
CONTRACT; such extra cost being the ascertained difference between the
price paid by the EMPLOYER for such replacements and the
CONTRACT price portion for such defective plants and repayments of any
sum paid by the EMPLOYER to the CONTRACTOR in respect of such
defective plant. Should the EMPLOYER not so replace the defective plant
the CONTRACTOR's extreme liability under this clause shall be limited to
the repayment of all such sums paid by the EMPLOYER under the
CONTRACT for such defective plant.

85.1

If any action is brought before a Court, Tribunal or any other Authority


against the Employer or an officer or agent of the EMPLOYER, for the
failure, omission or neglect on the part of the CONTRACTOR to perform
any acts, matters, covenants or things under the CONTRACT, or damage
or injury caused by the alleged omission or negligence on the part of the
CONTRACTOR, his agents, representatives or his SUBCONTRACTOR's, or in connection with any claim based on lawful
demands of SUB-CONTRACTOR's workmen suppliers or employees, the
CONTRACTOR, shall in such cases indemnify and keep the EMPLOYER

85 Indemnity

Page 52 of 76

100

and/or their representatives harmless from all losses, damages, expenses or


decrees arising out of such action.
86 Construction aids, equipments,
tools & tackles:

87 Schedule of rates and payments:

86.1

CONTRACTOR shall be solely responsible for making available for


executing the WORK, all requisite CONSTRUCTION EQUIPMENTS,
Special Aids, Barges, Cranes and the like, all Tools, Tackles and Testing
Equipment and Appliances, including imports of such equipment etc. as
required. In case of import of the same the rates applicable for levying of
Custom Duty on such Equipment, Tools, & Tackles and the duty drawback
applicable thereon shall be ascertained by the CONTRACTOR from the
concerned authorities of Government of India. It shall be clearly
understood that EMPLOYER shall not in any way be responsible for
arranging to obtain Custom Clearance and/or payment of any duties and/or
duty draw backs etc. for such equipments so imported by the
CONTRACTOR and the CONTRACTOR shall be fully responsible for all
taxes, duties and documentation with regard to the same. Tenderer in his
own interest may contact, for any clarifications in the matter, concerned
agencies/Dept./Ministries of Govt. of India. All clarifications so obtained
and interpretations thereof shall be solely the responsibility of the
CONTRACTOR.

SECTION-VI

Certificates and Payments

87.1

CONTRACTOR'S REMUNERATION:

i)

The price to be paid by the EMPLOYER to CONTRACTOR for


the whole of the WORK to be done and for the performance of all
the obligations undertaken by the CONTRACTOR under the
CONTRACT DOCUMENTS shall be ascertained by the
application of the respective Schedule of Rates (the inclusive
nature of which is more particularly defined by way of
application but not of limitation, with the succeeding sub-clause
of this clause) and payment to be made accordingly for the
WORK actually executed and approved by the ENGINEERIN-CHARGE. The sum so ascertained shall (excepting only as
and to the extent expressly provided herein) constitute the sole
and inclusive remuneration of the CONTRACTOR under the
CONTRACT and no further or other payment whatsoever shall
be or become due or payable to the CONTRACTOR under the
CONTRACT.
ii)

SCHEDULE OF RATES TO BE INCLUSIVE:


The prices/rates quoted by the CONTRACTOR shall remain firm
till the issue of FINAL CERTIFICATE and shall not be subject to
escalation. Schedule of Rates shall be deemed to include and
cover all costs, expenses and liabilities of every description and
all risks of every kind to be taken in executing, completing and
handing over the WORK to the EMPLOYER by the
CONTRACTOR. The CONTRACTOR shall be deemed to have
known the nature, scope, magnitude and the extent of the WORK
and materials required though the CONTRACT DOCUMENT
may not fully and precisely furnish them. Tenderer's shall make
such provision in the Schedule of Rates as he may consider

Page 53 of 76

101

necessary to cover the cost of such items of WORK and materials


as may be reasonable and necessary to complete the WORK. The
opinion of the ENGINEER-IN-CHARGE as to the items of
WORK which are necessary and reasonable for COMPLETION
OF WORK shall be final and binding on the CONTRACTOR,
although the same may not be shown on or described specifically
in CONTRACT DOCUMENTS.
Generality of this present provision shall not be deemed to cut
down or limit in any way because in certain cases it may and in
other cases it may not be expressly stated that the
CONTRACTOR shall do or perform a work or supply articles or
perform services at his own cost or without addition of payment
or without extra charge or words to the same effect or that it may
be stated or not stated that the same are included in and covered
by the Schedule of Rates.
iii)
SCHEDULE
OF
RATES
TO
COVER
CONSTRUCTION EQUIPMENTS, MATERIALS, LABOUR
ETC.:
Without in any way limiting the provisions of the preceding
sub-clause the Schedule of Rates shall be deemed to include and
cover the cost of all construction equipment, temporary WORK
(except as provided for herein), pumps, materials, labour,
insurance, fuel, consumables, stores and appliances to be supplied
by the CONTRACTOR and all other matters in connection with
each item in the Schedule of Rates and the execution of the
WORK or any portion thereof finished, complete in every respect
and maintained as shown or described in the CONTRACT
DOCUMENTS or as may be ordered in writing during the
continuance of the CONTRACT.
iv)
SCHEDULE OF RATES TO COVER ROYALTIES, RENTS
AND CLAIMS:
The Schedule of Rates (i.e., VALUE OF CONTRACT) shall be
deemed to include and cover the cost of all royalties and fees for
the articles and processes, protected by letters, patent or otherwise
incorporated in or used in connection with the WORK, also all
royalties, rents and other payments in connection with obtaining
materials of whatsoever kind for the WORK and shall include an
indemnity to the EMPLOYER which the CONTRACTOR
hereby gives against all actions, proceedings, claims, damages,
costs and expenses arising from the incorporation in or use on the
WORK of any such articles, processes or materials, octroi or
other municipal or local Board Charges, if levied on materials,
equipment or machineries to be brought to site for use on WORK
shall be borne by the CONTRACTOR.
v)

SCHEDULE OF RATES TO COVER TAXES AND DUTIES:


No exemption or reduction of Customs Duties, Excise Duties,
Sales Tax, Sales Tax on works Contract quay or any port dues,
transport charges, stamp duties or Central or State Government or
local Body or Municipal Taxes or duties, taxes or charges (from

Page 54 of 76

102

or of any other body), whatsoever, will be granted or obtained, all


of which expenses shall be deemed to be included in and covered
by the Schedule or Rates. The CONTRACTOR shall also obtain
and pay for all permits or other privileges necessary to complete
the WORK.
vi)

SCHEDULE OF RATES TO COVER RISKS OF

DELAY:

The Schedule of Rates shall be deemed to include and cover the


risk of all possibilities of delay and interference with the
CONTRACTOR's conduct of WORK which occur from any
causes including orders of the EMPLOYER in the exercise of his
power and on account of extension of time granted due to various
reasons and for all other possible or probable causes of delay.
vii)

SCHEDULE OF RATES CANNOT BE ALTERED:


For WORK under unit rate basis, no alteration will be allowed in
the Schedule of Rates by reason of works or any part of them
being modified, altered, extended, diminished or committed. The
Schedule of Rates are fully inclusive of rates which have been
fixed by the CONTRACTOR and agreed to by the EMPLOYER
and cannot be altered.
For lumpsum CONTRACTS, the payment will be made
according to the WORK actually carried out, for which purpose
an item wise, or work wise Schedule of Rates shall be furnished,
suitable for evaluating the value of WORK done and preparing
running account bill.
Payment for any additional work which is not covered in the
Schedule of Rates, shall only be released on issuance of change
order.

88 Procedure for measurement and


billing of work in progress:

88.1

BILLING PROCEDURE:
Following procedures shall be adopted for billing of works executed by the
CONTRACTOR.

88.1.1 All measurements shall be recorded in sextuplicate on standard measurement


sheets
supplied
by
EMPLOYER
and
submitted
to
EMPLOYER/CONSULTANT for scrutiny and passing.
88.1.2 EMPLOYER/CONSULTANT shall scrutinise and check the measurements
recorded on the sheets and shall certify correctness of the same on the
measurement sheets.
88.1.3 ENGINEER-IN-CHARGE shall pass the bills after carrying out the
comprehensive checks in accordance with the terms and conditions of the
CONTRACTS, within 7 days of submission of the bills, complete in all
respects and send the same to the Employer to effect payment to the
CONTRACTOR.
88.1.4 GAIL shall make all endeavour to make payments of undisputed amount of
the bills submitted based on the joint measurements within 15 (Fifteen)
days from the date of certification by the Engineer-in-Charge.

Page 55 of 76

103

88.1.5 Measurements shall be recorded as per the methods of measurement spelt out
in EMPLOYER/CONSULTANT SPECIFICATIONS / CONTRACT
DOCUMENT. EMPLOYER/CONSULTANT shall be fully responsible
for checking the measurements quantitatively and qualitatively as recorded
in the Measurement Books/ Bills.
88.1.6 While preparing the final bills overall measurements will not be taken again.
Only volume of work executed since the last measured bill alongwith
summary of final measurements will be considered for the final bill.
However, a detailed check shall be made as to missing measurements and
in case there are any missing items or measurements the same shall be
recorded.
88.1.7

COMPUTERISED BILLING SYSTEM : GAIL (India) Limited has


introduced Computerised Billing System whereby when the Bills are
submitted in GAIL by a Contractor, a receipt number is generated. The
Contractor can know the status of the Bill through GAILs website.

88.2

SECURED ADVANCE ON MATERIAL:


Unless otherwise provided elsewhere in the tender, no `Secured Advance'
on security of materials brought to site for execution of contracted items(s)
shall be paid to the Contractor whatsoever.

88.3

DISPUTE IN MODE OF MEASUREMENT:


In case of any dispute as to the mode of measurement not covered by the
CONTRACT to be adopted for any item of WORK, mode of measurement
as per latest Indian Standard Specifications shall be followed.

88.4

ROUNDING OF AMOUNTS:
In calculating the amount of each item due to the CONTRACTOR in every
certificate prepared for payment, sum of less than 50 paise shall be omitted
and the total amount on each certificate shall be rounded off to the nearest
rupees, i.e., sum of less than 50 paise shall be omitted and sums of 50 paise
and more upto one rupee shall be reckoned as one rupee.

89 Lumpsum in tender:

89.1

90 Running account payments to


be regarded as advance:

90.1

The payment against any Lumpsum item shall be made only on completion
of that item as per the provision of the CONTRACT after certification by
ENGINEER-IN-CHARGE.
All running account payments shall be regarded as payment by way of
advance against the final payment only and not as payments for WORK
actually done and completed and shall not preclude the requiring of bad,
unsound and imperfect or unskilled work to be removed and taken away
and reconstructed or re-erected or be considered as an admission of the due
performance of the CONTRACT, or any part thereof, in this respect, or of
the accurring of any claim by the CONTRACTOR, nor shall it conclude,
determine or affect in any way the powers of the EMPLOYER under these
conditions or any of them as to the final settlement and adjustment of the
accounts or otherwise, or in any other way vary or affect the CONTRACT.
The final bill shall be submitted by the CONTRACTOR within one month
of the date of physical completion of the WORK, otherwise, the
ENGINEER-IN-CHARGE's certificate of the measurement and of total

Page 56 of 76

104

amount payable for the WORK accordingly shall be final and binding on
all parties
91 Notice of claims for additional
payments:

92 Payment of contractor's bill:

91.1

Should the CONTRACTOR consider that he is entitled to any extra


payment for any extra/additional WORKS or MATERIAL change in
original SPECIFICATIONS carried out by him in respect of WORK he
shall forthwith give notice in writing to the ENGINEER-IN-CHARGE
that he claims extra payment. Such notice shall be given to the
ENGINEER-IN-CHARGE upon which CONTRACTOR bases such
claims and such notice shall contain full particulars of the nature of such
claim with full details of amount claimed. Irrespective of any provision in
the CONTRACT to the contrary, the CONTRACTOR must intimate his
intention to lodge claim on the EMPLOYER within 10 (ten) days of the
commencement of happening of the event and quantify the claim within 30
(thirty) days, failing which the CONTRACTOR will lose his right to claim
any compensation/reimbursement/damages etc. or refer the matter to
arbitration. Failure on the part of CONTRACTOR to put forward any
claim without the necessary particulars as above within the time above
specified shall be an absolute waiver thereof. No omission by
EMPLOYER to reject any such claim and no delay in dealing therewith
shall be waiver by EMPLOYER of any of this rights in respect thereof.

91.2

ENGINEER-IN-CHARGE shall review such claims within a reasonably


period of time and cause to discharge these in a manner considered
appropriate after due deliberations thereon. However, CONTRACTOR
shall be obliged to carry on with the WORK during the period in which his
claims are under consideration by the EMPLOYER, irrespective of the
outcome of such claims, where additional payments for WORKS
considered extra are justifiable in accordance with the CONTRACT
provisions, EMPLOYER shall arrange to release the same in the same
manner as for normal WORK payments. Such of the extra works so
admitted by EMPLOYER shall be governed by all the terms, conditions,
stipulations and specifications as are applicable for the CONTRACT. The
rates for extra works shall generally be the unit rates provided for in the
CONTRACT. In the event unit rates for extra works so executed are not
available as per CONTRACT, payments may either be released on day
work basis for which daily/hourly rates for workmen and hourly rates for
equipment rental shall apply, or on the unit rate for WORK executed shall
be derived by interpolation/ extrapolation of unit rates already existing in
the CONTRACT. In all the matters pertaining to applicability of rate and
admittance of otherwise of an extra work claim of CONTRACTOR the
decision of ENGINEER-IN-CHARGE shall be final and binding.

92.1

No payment shall be made for works estimated to cost less than


Rs.10,000/- till the whole of the work shall have been completed and a
certificate of completion given. But in case of works estimated to cost
more than Rs.10,000/-, that CONTRACTOR on submitting the bill thereof
be entitled to receive a monthly payment proportionate to the part thereof
approved and passed by the ENGINEER-IN-CHARGE, whose certificate
of such approval and passing of the sum so payable shall be final and
conclusive against the CONTRACTOR. This payment will be made after
making necessary corrections/deductions as stipulated elsewhere in the
CONTRACT DOCUMENT for materials, Contract Performance Security,
taxes etc.

Page 57 of 76

105

92.2

Payment due to the CONTRACTOR shall be made by the EMPLOYER


by Account Payee cheque forwarding the same to registered office or the
notified office of the CONTRACTOR. In no case will EMPLOYER be
responsible if the cheque is mislaid or misappropriated by unauthorised
person/persons. In all cases, the CONTRACTOR shall present his bill
duly pre-receipted on proper revenue stamp payment shall be made in
Indian Currency.

92.3

In general payment of final bill shall be made to CONTRACTOR within


60 days of the submission of bill on joint measurements, after completion
of all the obligations under the CONTRACT.

93 Receipt for payment:

93.1

Receipt for payment made on account of work when executed by a firm,


must be signed by a person holding due power of attorney in this respect on
behalf of the CONTRACTOR, except when the CONTRACTOR's are
described in their tender as a limited company in which case the receipts
must be signed in the name of the company by one of its principal officers
or by some other person having authority to give effectual receipt for the
company.

94 Completion certificate:

94.1

APPLICATION FOR COMPLETION CERTIFICATE:


When the CONTRACTOR fulfils his obligation under Clause 81.1 he shall
be eligible to apply for COMPLETION CERTIFICATE.
The ENGINEER-IN-CHARGE shall normally issue to the
CONTRACTOR the COMPLETION CERTIFICATE within one month
after receiving any application therefore from the CONTRACTOR after
verifying from the completion documents and satisfying himself that the
WORK has been completed in accordance with and as set out in the
construction and erection drawings, and the CONTRACT DOCUMENTS.
The CONTRACTOR, after obtaining the COMPLETION CERTIFICATE,
is eligible to present the final bill for the WORK executed by him under the
terms of CONTRACT.

94.2

COMPLETION CERTIFICATE:
Within one month of the completion of the WORK in all respects, the
CONTRACTOR shall be furnished with a certificate by the
ENGINEER-IN-CHARGE of such completion, but no certificate shall be
given nor shall the WORK be deemed to have been executed until all
scaffolding, surplus materials and rubbish is cleared off the SITE
completely nor until the WORK shall have been measured by the
ENGINEER-IN-CHARGE whose measurement shall be binding and
conclusive. The WORKS will not be considered as complete and taken
over by the EMPLOYER, until all the temporary works, labour and staff
colonies are cleared to the satisfaction of the ENGINEER-IN-CHARGE.
If the CONTRACTOR fails to comply with the requirements of this clause
on or before the date fixed for the completion of the WORK, the
ENGINEER-IN-CHARGE may at the expense of the CONTRACTOR
remove such scaffolding, surplus materials and rubbish and dispose off the
same as he thinks fit and clean off such dirt as aforesaid, and the

Page 58 of 76

106

CONTRACTOR shall forthwith pay the amount of all expenses so


incurred and shall have no claim in respect of any such scaffolding or
surplus materials as aforesaid except for any sum actually realised by the
sale thereof.
94.3

COMPLETION CERTIFICATE DOCUMENTS:


For the purpose of Clause 94.0 the following documents will be deemed to
form the completion documents:
i)

The technical documents according to which the WORK


was carried out.

ii)

Six (6) sets of construction drawings showing therein the


modification and correction made during the course of execution
and signed by the ENGINEER-IN-CHARGE.

iii)
COMPLETION CERTIFICATE for `embedded' and
up work.
iv)

Certificates of final levels as set out for various works.

v)

Certificates of tests performed for various WORKS.

`covered'

vi)

Material appropriation, Statement for the materials issued


by the EMPLOYER for the WORK and list of surplus materials
returned to the EMPLOYER's store duly
supported by necessary
documents.

95 Final decision and final


certificate:

95.1

Upon expiry of the period of liability and subject to the


ENGINEER-IN-CHARGE being satisfied that the WORKS have been
duly maintained by the CONTRACTOR during monsoon or such period as
hereinbefore provided in Clause 80 & 81 and that the CONTRACTOR has
in all respect duly made-up any subsidence and performed all his
obligations under the CONTRACT, the ENGINEER-IN- CHARGE shall
(without prejudice to the rights of the EMPLOYER to retain the provisions
of relevant Clause hereof) otherwise give a certificate herein referred to as
the FINAL CERTIFICATE to that effect and the CONTRACTOR shall
not be considered to have fulfilled the whole of his obligations under
CONTRACT until FINAL CERTIFICATE shall have been given by the
ENGINEER-IN- CHARGE notwithstanding any previous entry upon the
WORK and taking possession, working or using of the same or any part
thereof by the EMPLOYER.

96 Certificate and payments on


evidence of completion:

96.1

Except the FINAL CERTIFICATE, no other certificates or payments


against a certificate or on general account shall be taken to be an
admission by the EMPLOYER of the due performance of the
CONTRACT or any part thereof or of occupancy or validity of any claim
by the CONTRACTOR.

97 Deductions from the contract


price:

97.1

All costs, damages or expenses which EMPLOYER may have paid or


incurred, which under the provisions of the CONTRACT, the
CONTRACTOR is liable/will be liable, will be claimed by the
EMPLOYER. All such claims shall be billed by the EMPLOYER to the
CONTRACTOR regularly as and when they fall due. Such claims shall be

Page 59 of 76

107

paid by the CONTRACTOR within 15 (fifteen) days of the receipt of the


corresponding bills and if not paid by the CONTRACTOR within the said
period, the EMPLOYER may, then, deduct the amount from any moneys
due i.e., Contract Performance Security or becoming due to the
CONTRACTOR under the CONTRACT or may be recovered by actions
of law or otherwise, if the CONTRACTOR fails to satisfy the
EMPLOYER of such claims.

SECTION-VII Taxes and Insurance

98

Taxes, Duties, Octroi etc:

98.1

The CONTRACTOR agrees to and does hereby accept full and exclusive
liability for the payment of any and all Taxes, Duties, including Excise
duty, octroi etc. now or hereafter imposed, increased, modified, all the
sales taxes, duties, octrois etc. now in force and hereafter increased,
imposed or modified, from time to time in respect of WORKS and
materials and all contributions and taxes for unemployment compensation,
insurance and old age pensions or annuities now or hereafter imposed by
any Central or State Government authorities which are imposed with
respect to or covered by the wages, salaries, or other compensations paid
to the persons employed by the CONTRACTOR and the CONTRACTOR
shall be responsible for the compliance of all SUB-CONTRACTORS,
with all applicable Central, State, Municipal and local law and regulation
and requirement of any Central, State or local Government agency or
authority. CONTRACTOR further agrees to defend, indemnify and hold
EMPLOYER harmless from any liability or penalty which may be
imposed by the Central, State or Local authorities by reason or any
violation by CONTRACTOR or SUB-CONTRACTOR of such laws, suits
or proceedings that may be brought against the EMPLOYER arising
under, growing out of, or by reason of the work provided for by this
CONTRACT, by third parties, or by Central or State Government
authority or any administrative sub-division thereof.
Tax deductions will be made as per the rules and regulations in force in
accordance with acts prevailing from time to time.

99

Sales tax/turnover tax:

99.1

Tenderer should quote all inclusive prices including the liability of Sales
Tax/Turnover Tax whether on the works contract as a whole or in respect
of bought out components used by the CONTRACTOR in execution of
the CONTRACT. EMPLOYER shall not be responsible for any such
liability of the CONTRACTOR in respect of this CONTRACT.

100

Statutory variations

100.1

Tenderer should quote prices inclusive of excise-duty and sales tax


applicable on finished product. Any statutory variations in Excise Duty
and sales tax on finished product during the contractual completion
period, shall be to the Employer's account for which the Contractor will
furnish documentary evidence(s) in support of their claims to GAIL.
However, any increase in the rate of these taxes and duties (E.D. and
S.T.) beyond the contractual completion period shall be to Contractor's
account and any decrease shall be passed on to GAIL.

101

Insurance:

101.1

GENERAL

Page 60 of 76

108

CONTRACTOR shall at his own expense arrange secure and maintain


insurance with reputable insurance companies to the satisfaction of the
EMPLOYER as follows:
CONTRACTOR at his cost shall arrange, secure and maintain insurance
as may be necessary and to its full value for all such amounts to protect the
WORKS in progress from time to time and the interest of EMPLOYER
against all risks as detailed herein. The form and the limit of such
insurance, as defined here in together with the under works thereof in each
case should be as acceptable to the EMPLOYER. However, irrespective
of work acceptance the responsibility to maintain adequate insurance
coverage at all times during the period of CONTRACT shall be that of
CONTRACTOR alone. CONTRACTOR's failure in this regard shall not
relieve him of any of his responsibilities and obligations under
CONTRACT.
Any loss or damage to the equipment, during ocean transportation,
port/custom clearance, inland and port handling, inland transportation,
storage, erection and commissioning till such time the WORK is taken
over by EMPLOYER, shall be to the account of CONTRACTOR.
CONTRACTOR shall be responsible for preferring of all claims and make
good for the damage or loss by way of repairs and/or replacement of the
parts of the Work damaged or lost. CONTRACTOR shall provide the
EMPLOYER with a copy of all insurance policies and documents taken
out by him in pursuance of the CONTRACT. Such copies of document
shall be submitted to the EMPLOYER immediately upon the
CONTRACTOR having taken such insurance coverage. CONTRACTOR
shall also inform the EMPLOYER at least 60(Sixty) days in advance
regarding the expiry cancellation and/or changes in any of such documents
and ensure revalidation/renewal etc., as may be necessary well in time.
Statutory clearances, if any, in respect of foreign supply required for the
purpose of replacement of equipment lost in transit and/or during erection,
shall be made available by the EMPLOYER. CONTRACTOR shall,
however, be responsible for obtaining requisite licences, port clearances
and other formalities relating to such import. The risks that are to be
covered under the insurance shall include, but not be limited to the loss or
damage in handling, transit, theft, pilferage, riot, civil commotion, weather
conditions, accidents of all kinds, fire, war risk (during ocean
transportation only) etc. The scope of such insurance shall cover the entire
value of supplies of equipments, plants and materials to be imported from
time to time.
All costs on account of insurance liabilities covered under CONTRACT
will be to CONTRACTOR's account and will be included in VALUE OF
CONTRACT. However, the EMPLOYER may from time to time, during
the currency of the CONTRACT, ask the CONTRACTOR in writing to
limit the insurance coverage risk and in such a case, the parties to the
CONTRACT will agree for a mutual settlement, for reduction in VALUE
OF CONTRACT to the extent of reduced premium amounts.
CONTRACTOR as far as possible shall cover insurance with Indian
Insurance Companies, including marine Insurance during ocean
transportation.

Page 61 of 76

109

i)

EMPLOYEES STATE INSURANCE ACT:


The CONTRACTOR agrees to and does hereby accept full and
exclusive liability for the compliance with all obligations
imposed by the Employee State Insurance Act 1948 and the
CONTRACTOR further agrees to defend, indemnify and hold
EMPLOYER harmless for any liability or penalty which may be
imposed by the Central, State or Local authority by reason of
any
asserted
violation
by
CONTRACTOR
or
SUB-CONTRACTOR of the Employees' State Insurance Act,
1948, and also from all claims, suits or proceeding that may be
brought against the EMPLOYER arising under, growing out of
or by reasons of the work provided for by this CONTRACTOR,
by third parties or by Central or State Government authority or
any political sub- division thereof.
The CONTRACTOR agrees to fill in with the Employee's State
Insurance Corporation, the Declaration Forms, and all forms
which may be required in respect of the CONTRACTOR's or
SUB- CONTRACTOR's employees, who are employed in the
WORK provided for or those covered by ESI from time to time
under the Agreement. The CONTRACTOR shall deduct and
secure the agreement of the SUB- CONTRACTOR to deduct the
employee's contribution as per the first schedule of the
Employee's State Insurance Act from wages and affix the
Employees Contribution Card at wages payment intervals. The
CONTRACTOR shall remit and secure the agreement of
SUB-CONTRACTOR to remit to the State Bank of India,
Employee's State Insurance Corporation Account, the
Employee's contribution as required by the Act.
The
CONTRACTOR agrees to maintain all cards and Records as
required under the Act in respect of employees and payments and
the CONTRACTOR shall secure the agreement of the SUBCONTRACTOR to maintain such records. Any expenses
incurred for the contributions, making contributions or
maintaining records shall be to the CONTRACTOR's or
SUB-CONTRACTOR's account.
The EMPLOYER shall retain such sum as may be necessary
from the total VALUE OF CONTRACT until the
CONTRACTOR shall furnish satisfactory proof that all
contributions as required by the Employees State Insurance Act,
1948, have been paid.
This will be pending on the
CONTRACTOR when the ESI Act is extended to the place of
work.
ii)
WORKMEN COMPENSATION AND EMPLOYER'S
LIABILITY INSURANCE:
Insurance shall be effected for all the CONTRACTOR's
employees engaged in the performance of this CONTRACT. If
any of the work is sublet, the CONTRACTOR shall require the
SUB-CONTRACTOR to provide workman's Compensation and
employer's liability insurance for the later's employees if such
employees are not covered under the CONTRACTOR's
Insurance.

Page 62 of 76

110

iii)

ACCIDENT OR INJURY TO WORKMEN:


The EMPLOYER shall not be liable for or in respect of any
damages or compensation payable at law in respect or in
consequence of any accident or injury to any workman or other
person in the Employment of the CONTRACTOR or any
SUB-CONTRACTOR save and except an accident or injury
resulting from any act or default of the EMPLOYER, his agents
or servants and the CONTRACTOR shall indemnify and keep
indemnified the EMPLOYER against all such damages and
compensation (save and except and aforesaid) and against all
claims, demands, proceeding, costs, charges and expenses,
whatsoever in respect or in relation thereto.

iv)

TRANSIT INSURANCE

In respect of all items to be transported by the CONTRACTOR to the


SITE of WORK, the cost of transit insurance should be borne by the
CONTRACTOR and the quoted price shall be inclusive of this cost.
V)

COMPREHENSIVE AUTOMOBILE INSURANCE

This insurance shall be in such a form as to protect the Contractor


against all claims for injuries, disability, disease and death to members
of public including EMPLOYERs men and damage to the property of
others arising from the use of motor vehicles during on or off the `site
operations, irrespective of the Employership of such vehicles.
VI)

COMPREHENSIVE GENERAL LIABILITY INSURANCE


a)

This insurance shall protect the Contractor against all


claims arising from injuries, disabilities, disease or
death of member of public or damage to property of
others due to any act or omission on the part of the
Contractor, his agents, his employees, his
representatives and Sub-Contractors or from riots,
strikes and civil commotion.

b)

Contractor shall take suitable Group Personal Accident


Insurance Cover for taking care of injury, damage or
any other risks in respect of his Engineers and other
Supervisory staff who are not covered under Employees
State Insurance Act.

c)

The policy shall cover third party liability. The third


party (liability shall cover the loss/ disablement of
human life (person not belonging to the Contractor) and
also cover the risk of damage to others materials/
equipment/ properties during construction, erection and
commissioning at site. The value of third party liability
for compensation for loss of human life or partial/full
disablement shall be of required statutory value but not

Page 63 of 76

111

less than Rs. 2 lakhs per death, Rs. 1.5 lakhs per full
disablement and Rs. 1 lakh per partial disablement and
shall nevertheless cover such compensation as may be
awarded by Court by Law in India and cover for
damage to others equipment/ property as approved by
the Purchaser. However, third party risk shall be
maximum to Rs. 10(ten) lakhs to death.
d)

The Contractor shall also arrange suitable insurance to


cover damage, loss, accidents, risks etc., in respect of all
his plant, equipments and machinery, erection tools &
tackles and all other temporary attachments brought by
him at site to execute the work.

e)

The Contractor shall take out insurance policy in the


joint name of EMPLOYER and Contractor from one or
more nationalised insurance company from any branch
office at Project site.

f)

Any such insurance requirements as are hereby


established as the minimum policies and coverages
which Contractor must secure and keep in force must be
complied with, Contrator shall at all times be free to
obtain additional or increased coverages at Contractors
sole expenses.

vii)
ANY OTHER INSURANCE REQUIRED UNDER
LAW OR REGULATIONS OR BY EMPLOYER:
CONTRACTOR shall also carry and maintain any and all other
insurance(s) which he may be required under any law or
regulation from time to time without any extra cost to
EMPLOYER. He shall also carry and maintain any other
insurance which may be required by the EMPLOYER.
102

Damage to Property or to any


Person or any Third Party

102.1

i)

CONTRACTOR shall be responsible for making good to


the satisfaction of the EMPLOYER any loss or any
damage
to structures and properties belonging to the EMPLOYER or being
executed or procured or being
procured by the EMPLOYER or of
other agencies within in the premises of all the work of the
EMPLOYER, if such
loss or damage is due to fault and/or the
negligence or
willful acts or omission of the CONTRACTOR, his
employees,
agents,
representatives
or
SUB-CONTRACTORs.
ii)

The CONTRACTOR shall take sufficient care in moving his


plants, equipments and materials from one place to another so
that they do not cause any damage to any person or to the
property of the EMPLOYER or any third party including
overhead and underground cables and in the event of any
damage resulting to the property of the EMPLOYER or of a
third party during the movement of the aforesaid plant,
equipment or materials the cost of such damages including
eventual loss of production, operation or services in any plant or
establishment as estimated by the EMPLOYER or ascertained or
demanded by the third party shall be borne by the

Page 64 of 76

112

CONTRACTOR. Third party liability risk shall be Rupees One


lakh for single accident and limited to Rupees Ten lakhs.
iii)

SECTION-VIII

103

Labour laws:

103.1 i)

The CONTRACTOR shall indemnify and keep the


EMPLOYER harmless of all claims for damages to property
other than EMPLOYER's property arising under or by reason of
this agreement, if such claims result from the fault and/or
negligence or willful acts or omission of the CONTRACTOR,
his employees, agents, representative of SUB-CONTRACTOR.

Labour Laws

No labour below the age of 18 (eighteen) years shall be


employed on the WORK.

ii)

The CONTRACTOR shall not pay less than what is provided


under law to labourers engaged by him on the WORK.

iii)

The CONTRACTOR shall at his expense comply with all


labour laws and keep the EMPLOYER indemnified in respect
thereof.

iv)

The CONTRACTOR shall pay equal wages for men and


women in accordance with applicable labour laws.

v)

If the CONTRACTOR is covered under the Contract labour


(Regulation and Abolition) Act, he shall obtain a licence from
licensing authority (i.e. office of the labour commissioner) by
payment of necessary prescribed fee and the deposit, if any,
before starting the WORK under the CONTRACT. Such
fee/deposit shall be borne by the CONTRACTOR.

vi)

The CONTRACTOR shall employ labour in sufficient numbers


either directly or through SUB- CONTRACTOR's to maintain
the required rate of progress and of quality to ensure
workmanship of the degree specified in the CONTRACT and to
the satisfaction of the ENGINEER-IN-CHARGE.

vii)

The CONTRACTOR shall furnish to the ENGINEER-INCHARGE the distribution return of the number and description,
by trades of the work people employed on the works. The
CONTRACTOR shall also submit on the 4th and 19th of every
month to the ENGINEER-IN-CHARGE a true statement
showing in respect of the second half of the preceding month
and the first half of the current month (1) the accidents that
occurred during the said fortnight showing the circumstances
under which they happened and the extent of damage and injury
caused by them and (2) the number of female workers who have
been allowed Maternity Benefit as provided in the Maternity
Benefit Act 1961 on Rules made thereunder and the amount paid
to them.

viii)

The CONTRACTOR shall comply with the provisions of the


payment of Wage Act 1936, Employee Provident Fund Act

Page 65 of 76

113

1952, Minimum Wages Act 1948. Employers Liability Act


1938. Workmen's Compensation Act 1923, Industrial Disputes
Act 1947, the Maternity Benefit Act 1961 and Contract Labour
Regulation and Abolition Act 1970, Employment of Children
Act 1938 or any modifications thereof or any other law relating
thereto and rules made thereunder from time to time.
ix)

The ENGINEER-IN-CHARGE shall on a report having been


made by an Inspecting Officer as defined in Contract Labour
(Regulation and Abolition) Act 1970 have the power to deduct
from the money due to the CONTRACTOR any sum required or
estimated to be required for making good the loss suffered by a
worker or workers by reason of non- fulfillment of the
Conditions of the Contract for the benefit of workers,
non-payment of wages or of deductions made from his or their
wages which are not justified by the terms of the Contract or
non-observance of the said regulations.

x)

The CONTRACTOR shall indemnify the EMPLOYER against


any payments to be made under and for the observance of the
provisions of the aforesaid Acts without prejudice to his right to
obtain indemnity from his SUB-CONTRACTOR's. In the event
of the CONTRACTOR committing a default or breach of any of
the provisions of the aforesaid Acts as amended from time to
time, of furnishing any information or submitting or filling and
Form/ Register/ Slip under the provisions of these Acts which is
materially incorrect then on the report of the inspecting Officers,
the CONTRACTOR shall without prejudice to any other liability
pay to the EMPLOYER a sum not exceeding Rs.50.00 as
Liquidated Damages for every default, breach or furnishing,
making, submitting, filling materially incorrect statement as may
be fixed by the ENGINEER-IN- CHARGE and in the event of
the CONTRACTOR's default continuing in this respect, the
Liquidated Damages may be enhanced to Rs.50.00 per day for
each day of default subject to a maximum of one percent of the
estimated cost of the WORK put to tender.
The
ENGINEER-IN-CHARGE shall deduct such amount from bills
or Contract Performance Security of the CONTRACTOR and
credit the same to the Welfare Fund constitute under these acts.
The decision of the ENGINEER-IN-CHARGE in this respect
shall be final and binding.

104

Implementation of
apprentices act, 1961:

104.1

The CONTRACTOR shall comply with the provisions of the Apprentices


Act, 1961 and the Rules and Orders issued thereunder from time to time.
If he fails to do so, his failure will be a breach of the CONTRACT and the
ENGINEER-IN-CHARGE may, at his discretion, cancel the
CONTRACT. The CONTRACTOR shall also be liable for any pecuniary
liability arising on account of any violation by him of the provisions, of
the Act.

105

Contractor to indemnify
the employer:

105.1 i)

The CONTRACTOR shall indemnify the EMPLOYER and


every member, office and employee of the EMPLOYER, also
the ENGINEER-IN-CHARGE and his staff against all actions,
proceedings, claims, demands, costs and expenses whatsoever
arising out of or in connection with the matters referred to in

Page 66 of 76

114

Clause 102.0 and elsewhere and all actions, proceedings, claims,


demands, costs and expenses which may be made against the
EMPLOYER for or in respect of or arising out of any failure by
the CONTRACTOR in the performance of his obligations under
the CONTRACT DOCUMENT. The EMPLOYER shall not be
liable for or in respect of or arising out of any failure by the
CONTRACTOR in the performance of his obligations under the
CONTRACT DOCUMENT. The EMPLOYER shall not be
liable for or in respect of any demand or compensation payable
by law in respect or in consequence of any accident or injury to
any workmen or other person. In the employment of the
CONTRACTOR
or
his
SUB-CONTRACTOR
the
CONTRACTOR shall indemnify and keep indemnified the
EMPLOYER against all such damages and compensations and
against all claims, damages, proceedings, costs, charges and
expenses whatsoever in respect thereof or in relation thereto.
ii)

PAYMENT OF CLAIMS AND DAMAGES:


Should the EMPLOYER have to pay any money in respect of
such claims or demands as aforesaid the amount so paid and the
costs incurred by the EMPLOYER shall be charged to and paid
by the CONTRACTOR and the CONTRACTOR shall not be at
liberty to dispute or question the right of the EMPLOYER to
make such payments notwithstanding the same, may have been
made without the consent or authority or in law or otherwise to
the contrary.

iii)

106

Health and sanitary


arrangements for workers:

In every case in which by virtue of the provisions of Section 12,


Sub-section (i) of workmen's compensation Act, 1923 or other
applicable provision of Workmen Compensation Act or any
other Act, the EMPLOYER is obliged to pay compensation to a
workman employed by the CONTRACTOR in execution of the
WORK, the EMPLOYER will recover from the
CONTRACTOR the amount of the compensation so paid, and
without prejudice to the rights of EMPLOYER under Section
12, Sub- section (2) of the said act, EMPLOYER shall be at
liberty to recover such amount or any part thereof by deducting
it from the Contract Performance Security or from any sum due
to the CONTRACTOR whether under this CONTRACT or
otherwise. The EMPLOYER shall not be bound to contest any
claim made under Section 12, Sub-section (i) of the said act,
except on the written request of the CONTRACTOR and upon
his giving to the EMPLOYER full security for all costs for
which the EMPLOYER might become liable in consequence of
contesting such claim.

106.1

In respect of all labour directly or indirectly employed in the WORKS for


the performance of the CONTRACTOR's part of this agreement, the
CONTRACTOR shall comply with or cause to be complied with all the
rules and regulations of the local sanitary and other authorities or as
framed by the EMPLOYER from time to time for the protection of health
and sanitary arrangements for all workers.

106.2

The CONTRACTOR shall provide in the labour colony all amenities such
as electricity, water and other sanitary and health arrangements. The

Page 67 of 76

115

CONTRACTOR shall also provide necessary surface transportation to the


place of work and back to the colony for their personnel accommodated in
the labour colony.

SECTION-IX

107

Arbitration:

107.1

Applicable Laws and Settlement of Disputes

Unless otherwise specified, the matters where decision of the Engineer-inCharge is deemed to be final and binding as provided in the Agreement
and the issues/disputes which cannot be mutually resolved within a
reasonable time, all disputes shall be referred to arbitration by Sole
Arbitrator.
The Employer [GAIL (India) Ltd.] shall suggest a panel of three
independent
and
distinguished
persons
to
the
bidder/contractor/supplier/buyer (as the case may be) to select any one
among them to act as the Sole Arbitrator.
In the event of failure of the other parties to select the Sole Arbitrator
within 30 days from the receipt of the communication suggesting the
panel of arbitrators, the right of selection of the sole arbitrator by the
other party shall stand forfeited and the EMPLOYER (GAIL) shall
have discretion to proceed with the appointment of the Sole Arbitrator.
The decision of Employer on the appointment of the sole arbitrator
shall be final and binding on the parties.
The award of sole arbitrator shall be final and binding on the parties
and unless directed/awarded otherwise by the sole arbitrator, the cost of
arbitration proceedings shall be shared equally by the parties. The
Arbitration proceedings shall be in English language and venue shall be
New Delhi, India.
Subject to the above, the provisions of (Indian) Arbitration &
Conciliation ACT 1996 and the Rules framed there under shall be
applicable. All matter relating to this contract are subject to the
exclusive jurisdiction of the court situated in the state of Delhi.
Bidders/suppliers/contractors may please note that the Arbitration &
Conciliation Act 1996 was enacted by the Indian Parliament and is
based on United Nations Commission on International Trade Law
(UNCITRAL model law), which were prepared after extensive
consultation with Arbitral Institutions and centers of International
Commercial Arbitration. The United Nations General Assembly vide
resolution 31/98 adopted the UNCITRAL Arbitration rules on 15
December 1976.

107.2

FOR THE SETTLEMENT


OF DISPUTES BETWEEN
GOVERNMENT DEPARTMENT AND ANOTHER AND ONE
GOVERNMENT DEPARTMENT AND PUBLIC ENTERPRISE AND
ONE PUBLIC ENTERPRISE AND ANOTHER THE ARBITRATION
SHALL BE AS FOLLOWS:
"In the event of any dispute or difference between the parties hereto,
such dispute or difference shall be resolved amicably by mutual

Page 68 of 76

116

consultation or through the good offices of empowered agencies of the


Government. If such resolution is not possible, then, the unresolved
dispute or difference shall be referred to arbitration of an arbitrator to
be nominated by Secretary, Department of Legal Affairs ("Law
Secretary") in terms of the Office Memorandum No.55/3/1/75-CF,
dated the 19th December 1975 issued by the Cabinet Secretariat
(Department of Cabinet Affairs), as modified from time to time. The
Arbitration Act 1940 (10 of 1940) shall not be applicable to the
arbitration under this clause. The award of the Arbitrator shall be
binding upon parties to the dispute. Provided, however, any party
aggrieved by such award may make a further reference for setting aside
or revision of the award to Law Secretary whose decision shall bind the
parties finally and conclusively.
108

Jurisdiction:
The CONTRACT shall be governed by and constructed according to the
laws in force in INDIA. The CONTRACTOR hereby submits to the
jurisdiction of the Courts situated at DELHI for the purposes of disputes,
actions and proceedings arising out of the CONTRACT, the courts at
DELHI only will have the jurisdiction to hear and decide such disputed,
actions and proceedings.

SECTION-X

Safety Codes

109

General:

109.1

CONTRACTOR shall adhere to safe construction practice and guard


against hazardous, and unsafe working conditions and shall comply with
EMPLOYER's safety rules as set forth herein. Prior to start of
construction, CONTRACTOR will be furnished copies of EMPLOYER's
"Safety Code" for information and guidance, if it has been prepared.

110

Safety regulations:

110.1

i)

In respect of all labour, directly employed in the WORK for


the performance of CONTRACTOR's part of this
agreement, the CONTRACTOR shall at his own expense
arrange for all the safety provisions as per safety codes of
C.P.W.D., Indian Standards Institution. The Electricity Act,
The Mines Act and such other acts as applicable.

ii)

The CONTRACTOR shall observe and abide by all fire and


safety regulations of the EMPLOYER.
Before starting
construction work CONTRACTOR shall consult with
EMPLOYER's safety Engineers or ENGINEER- IN-CHARGE
and must make good to the satisfaction of the EMPLOYER any
loss or damage due to fire to any portion of the work done or to
be done under this agreement or to any of the EMPLOYER's
existing property.

111

First aid and industrial


injuries:

111.0

i)
CONTRACTOR shall maintain first aid facilities for its
employees and those of its SUB-CONTRACTOR.
ii)
CONTRACTOR shall make outside arrangements for
ambulance service and for the treatment of industrial injuries.
Names of those providing these services shall be furnished to
EMPLOYER prior to start of construction and their telephone
numbers shall be prominently posted in CONTRACTOR's field

Page 69 of 76

117

office.
iii)
All critical industrial injuries shall be reported promptly
to EMPLOYER, and a copy of CONTRACTOR's report
covering each personal injury requiring the attention of a
physician shall be furnished to the EMPLOYER.
112

General rules:

112.0

Smoking within the battery area, tank farm or dock limits is strictly
prohibited. Violators of the no smoking rules shall be discharged
immediately.

113

Contractor's barricades:

113.0

i)
CONTRACTOR shall erect and maintain barricades
required in connection with his operation to guard or protect:a)

Excavations

b)

Hoisting Areas.

c)

Areas adjudged hazardous by CONTRACTOR's or


EMPLOYER's inspectors.

d)

EMPLOYER's existing property subject to damage by


CONTRACTOR's Operations.

e)

Rail Road unloading spots.

ii)
CONTRACTOR's employees and those of his SUBCONTRACTOR's shall become acquainted with EMPLOYER's
barricading practice and shall respect the provisions thereof.
iii)
Barricades and hazardous areas adjacent to, but not
located in normal routes of travel shall be marked by red flasher
lanterns at nights.

114

Scaffolding:

114.1

i)
Suitable scaffolding should be provided for workmen
for all works that cannot safely be done from the ground or from
solid construction except such short period work as can be done
safely from ladders. When a ladder is used an extra Mazdoor
shall be engaged for holding the ladder and if the ladder is used
for carrying material as well, suitable footholds and handholds
shall be provided on the ladder and the ladder shall be given an
inclination not steeper than 1 in 4 (1 horizontal and 4 vertical).
ii)

Scaffolding or staging more than 4 metres above the ground or


floor, swing suspended from an overhead support or erected
with stationary support shall have a guard rail properly attached,
bolted, braced and otherwise retarded at least one metre high
above the floor or platform of such scaffolding or staging and
extending along the entire length of the outside and ends thereof
with only such openings as may be necessary for the delivery of
materials. Such scaffolding or staging shall be so fastened as to
prevent it from swaying from the building or structure.
iii)
Working platform, gangway and stairway should be so
constructed that they should not sag unduly or unequally and if

Page 70 of 76

118

the height of platform of the gangway or the stairway is more


than 4 metres above the ground level or floor level, they should
be closely boarded, should have adequate width and should be
suitably fastened as in ii) above.
iv)

Every opening in the floor of a building or in a working platform


shall be provided with suitable means to prevent the fall of
persons or materials by providing suitable fencing of railing
whose minimum heights shall be 1 metre.
v)
Safe-means of access shall be provided to all working
platforms and other working places, every ladder shall be
securely fixed. No portable single ladder shall be over 9 metres
in length while the width between side rails in rung ladder shall
in no case be less than 30 cms for ladder upto and including 3
metres in length. For longer ladder this width should be
increased 5mm for each additional foot of length. Uniform steps
spacing shall not exceed 30 cms. Adequate precautions shall be
taken to prevent danger from electrical equipment. No materials
on any of the sites or work shall be so stacked or placed to cause
danger or inconvenience to any person or public. The
CONTRACTOR shall also provide all necessary fencing and
lights to protect the workers and staff from accidents, and shall
be bound to bear the expenses of defense of every suit, action or
other proceeding of law that may be brought by any person for
injury sustained owing to neglect of the above precautions and
pay any damages and costs which may be awarded in any such
suit or action or proceeding to any such person or which may
with the consent of the CONTRACTOR be paid to compromise
any claim by any such person.

115

Excavation and trenching:

115.1

All trenches 1.2 metres or more in depth, shall at all times be supplied
with at least one ladder for each 50 metres length or fraction thereof.
Ladder shall be extended from bottom of the trenches to atleast 1 metre
above the surface of the ground. The sides of the trenches which are
1.5M in depth shall be stepped back to give suitable slope or securely held
by timber bracing, so as to avoid the danger of sides to collapse. The
excavated materials shall not be placed within 1.5 metres of the edge of
the trench or half of the trench width whichever is more. Cutting shall be
done from top to bottom. Under no circumstances undermining or
under-cutting shall be done.

116

Demolition/general safety:

116.1

i)
Before any demolition work is commenced and also
during the progress of the demolition work
a)

All roads and open areas adjacent to the work site shall
either be closed or suitably protected.

b)

No electric cable or apparatus which is liable to be a


source of danger shall remain electrically charged.

c)

All practical steps shall be taken to prevent danger to


persons employed from risk of fire or explosion or
flooding. No floor, roof or other part of the building

Page 71 of 76

119

shall be so overloaded with debris or materials as to


render it unsafe.
ii)
All necessary personal safety equipment as considered
adequate by the ENGINEER-IN-CHARGE, should be kept
available for the use of the persons employed on the SITE and
maintained in condition suitable for immediate use, and the
CONTRACTOR shall take adequate steps to ensure proper use
of equipment by those concerned.
a)

Workers employed on mixing asphaltic materials,


cement and lime mortars shall be provided with
protective footwear and protective gloves.

b)

Those engaged in white washing and mixing or


stacking or cement bags or any material which are
injurious to the eyes be provided with protective
goggles.

c)

Those engaged in welding and cutting works shall be


provided with protective face & eye shield, hand
gloves, etc.

d)

Stone breakers shall be provided with protective


goggles and protective clothing and seated at
sufficiently safe intervals.

e)

When workers are employed in sewers and manholes,


which are in use, the CONTRACTOR shall ensure that
the manhole covers are opened and are ventilated
atleast for an hour before the workers are allowed to
get into the manholes, and the manholes so opened
shall be cordoned off with suitable railing and
provided with warning signals or board to prevent
accident to the public.

f)

The CONTRACTOR shall not employ men below the


age of 18 years and women on the work of painting
with products containing lead in any form. Wherever
men above the age of 18 years are employed on the
work of lead painting, the following precautions
should be taken.
1)
No
paint
containing lead or lead product shall be used
except in the form of paste or readymade
paint.
2)
Suitable
face
masks should be supplied for use by the
workers when paint is applied in the form of
spray or a surface having lead paint dry
rubbed and scrapped.
3)
Overalls shall be
supplied by the CONTRACTOR to the

Page 72 of 76

120

workmen and adequate facilities shall be


provided to enable the working painters to
wash them during and on cessation of work.
iii)

When the work is done near any place where there is risk of
drowning, all necessary safety equipment should be provided
and kept ready for use and all necessary steps taken for prompt
rescue of any person in danger and adequate provision should be
made for prompt first aid treatment of all injuries likely to be
sustained during the course of the work.

iv)

Use of hoisting machines and tackles including their


attachments, anchorage and supports shall conform to the
following standards or conditions:
a)

These shall be of good mechanical construction, sound


materials and adequate strength and free from patent
defect and shall be kept in good working order.

b)

Every rope used in hoisting or lowering materials or as


means of suspension shall be of durable quality and
adequate strength and free from patent defects.

c)

Every crane driver or hoisting appliance operator shall be


properly qualified and no person under the age of 21
years should be in charge of any hoisting machine
including any scaffolding, winch or give signals to the
operator.

d)

In case of every hoisting machine and of every chain ring


hook, shackle, swivel, and pulley block used in hoisting
or lowering or as means of suspension, the safe working
load shall be ascertained by adequate means. Every
hoisting machine and all gears referred to above shall be
plainly marked with the safe working load of the
conditions under which it is applicable and the same shall
be clearly indicated. No part of any machine or any gear
referred to above in this paragraph shall be loaded
beyond safe working load except for the purpose of
testing.

e) In case of departmental machine, the safe working load shall


be notified by the ENGINEER- IN-CHARGE. As
regards
CONTRACTOR's
machines,
the
CONTRACTOR shall notify the safe working load of
the machine to the ENGINEER-IN-CHARGE whenever
he brings any machinery to SITE of WORK and get it
verified by the Engineer concerned.
v)

Motors, gears, transmission lines, electric wiring and other


dangerous parts of hoisting appliances should be provided with
efficient safeguards. Hoisting appliances should be provided
with such means as to reduce to minimum the accidental descent
of the load, adequate precautions should be taken to reduce the
minimum risk of any part or parts of a suspended load becoming
accidentally displaced. When workers are employed on

Page 73 of 76

121

electrical installations which are already energised, insulating


mats, wearing apparel, such as gloves, sleeves, and boots as may
be necessary should be provided. The workers shall not wear
any rings, watches and carry keys or other materials which are
good conductors of electricity.
vi)

All scaffolds, ladders and other safety devices mentioned or


described herein shall be maintained in safe conditions and no
scaffolds, ladder or equipment shall be altered or removed while
it is in use. Adequate washing facilities should be provided at or
near places of work.

vii)

These safety provisions should be brought to the notice of all


concerned by displaying on a notice board at a prominent place
at the work-spot. The person responsible for compliance of the
safety code shall be named therein by the CONTRACTOR.

viii)

To ensure effective enforcement of the rules and regulations


relating to safety precautions, the arrangements made by the
CONTRACTOR shall be open to inspection by the Welfare
Officer, ENGINEER-IN- CHARGE or safety Engineer of the
Administration or their representatives.

ix)

Notwithstanding the above clauses there is nothing in these to


exempt the CONTRACTOR for the operations of any other Act
or rules in force in the Republic of India. The work throughout
including any temporary works shall be carried out in such a
manner as not to interfere in any way whatsoever with the traffic
on any roads or footpath at the site or in the vicinity thereto or
any existing works whether the property of the Administration
or of a third party.
In addition to the above, the CONTRACTOR shall abide by the
safety code provision as per C.P.W.D. Safety code and Indian
Standard Safety Code from time to time.

117

Care in handling inflammable


gas:

117.1

The CONTRACTOR has to ensure all precautionary measures and


exercise utmost care in handling the inflammable gas
cylinder/inflammable liquids/paints etc. as required under the law and/or
as advised by the fire Authorities of the EMPLOYER

118

Temporary combustible
structures:

118.1

Temporary combustible structures will not be built near or around work


site.

119

Precautions against fire:

119.1

The CONTRACTOR will have to provide Fire Extinguishers, Fire


Buckets
and
drums
at
worksite
as
recommended
by
ENGINEER-IN-CHARGE. They will have to ensure all precautionary
measures and exercise utmost care in handling the inflammable gas
cylinders/ inflammable liquid/ paints etc. as advised by
ENGINEER-IN-CHARGE. Temporary combustible structures will not be
built near or around the work-site.

Page 74 of 76

122

120

Explosives:

120.1

Explosives shall not be stored or used on the WORK or on the SITE by


the
CONTRACTOR
without
the
permission
of
the
ENGINEER-IN-CHARGE in writing and then only in the manner and to
the extent to which such permission is given. When explosives are
required for the WORK they will be stored in a special magazine to be
provided at the cost of the CONTRACTOR in accordance with the
Explosives Rules. The CONTRACTOR shall obtain the necessary licence
for the storage and the use of explosives and all operations in which or for
which explosives are employed shall be at sole risk and responsibility of
the CONTRACTOR and the CONTRACTOR shall indemnify the
EMPLOYER against any loss or damage resulting directly or indirectly
therefrom.

121

Mines act:

121.1

SAFETY CODE: The CONTRACTOR shall at his own expense arrange


for the safety provisions as required by the ENGINEER-IN-CHARGE in
respect of all labour directly employed for performance of the WORKS
and shall provide all facilities in connection therewith. In case the
CONTRACTOR fails to make arrangements and provides necessary
facilities as aforesaid, the ENGINEER-IN- CHARGE shall be entitled to
do so and recover the costs thereof from the CONTRACTOR.

121.2

Failure to comply with Safety Code or the provisions relating to report on


accidents and to grant of maternity benefits to female workers shall make
the CONTRACTOR liable to pay Company Liquidated Damages an
amount not exceeding Rs.50/- for each default or materially incorrect
statement. The decision of the ENGINEER-IN-CHARGE in such matters
based on reports from the Inspecting Officer or from representatives of
ENGINEER-IN-CHARGE shall be final and binding and deductions for
recovery of such Liquidated Damages may be made from any amount
payable to the CONTRACTOR from all the provisions of the Mines Act,
1952 or any statutory modifications or re-enactment thereof the time
being in force and any Rules and Regulations made thereunder in respect
of all the persons employed by him under this CONTRACT and shall
indemnify the EMPLOYER from and against any claim under the Mines
Act or the rules and regulations framed thereunder by or on behalf of any
persons employed by him or otherwise.

122

Preservation of place:

122.1

The CONTRACTOR shall take requisite precautions and use his best
endeavours to prevent any riotous or unlawful behaviour by or amongst
his worker and others employed or the works and for the preservation of
peace and protection of the inhabitants and security of property in the
neighborhood of the WORK. In the event of the EMPLOYER requiring
the maintenance of a Special Police Force at or in the vicinity of the site
during the tenure of works, the expenses thereof shall be borne by the
CONTRACTOR and if paid by the EMPLOYER shall be recoverable
from the CONTRACTOR.

123

Outbreak of infectious
diseases:

123.1

The CONTRACTOR shall remove from his camp such labour and their
facilities who refuse protective inoculation and vaccination when called
upon to do so by the ENGINEER-IN-CHARGE's representative. Should
Cholera, Plague or other infectious diseases break out the
CONTRACTOR shall burn the huts, beddings, clothes and other
belongings or used by the infected parties and promptly erect new huts on
healthy sites as required by the ENGINEER-IN-CHARGE failing which
within the time specified in the Engineer's requisition, the work may be

Page 75 of 76

123

done by the EMPLOYER and the cost thereof recovered from the
CONTRACTOR.
124

Use of intoxicants:

124.1

The unauthorised sale of spirits or other intoxicants, beverages upon the


work in any of the buildings, encampments or tenements owned, occupied
by or within the control of the CONTRACTOR or any of his employee is
forbidden and the CONTRACTOR shall exercise his influence and
authority to the utmost extent to secure strict compliance with this
condition.
In addition to the above, the CONTRACTOR shall abide by the safety
code provision as per C.P.W.D. safety code and Indian Standard Code
framed from time to time.

Page 76 of 76

124

SPECIAL CONDITIONS
OF
CONTRACT

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 1 of 40

125

INDEX

1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0
9.0
10.0
11.0
12.0
13.0
14.0
15.0
16.0
17.0
18.0
19.0
20.0
21.0
22.0
23.0
24.0
25.0
26.0
27.0
28.0
29.0
30.0
31.0
32.0
33.0
34.0
35.0
36.0
37.0
38.0
39.0
40.0
41.0
42.0
43.0
44.0
45.0
46.0
47.0
48.0
49.0
50.0

GENERAL
SCOPE OF WORK & SCOPE OF SUPPLY
SUPPLY OF WATER , POWER & OTHER UTILITIES
TIME OF COMPLETION
DRAWINGS AND DOCUMENTS
COMPLIANCE WITH LAWS
GOVERNMENT OF INDIA NOT LIABLE
REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES (FOR
FOREIGN BIDDER)
LIMITATION OF LIABILITY
CRITICAL WORKS TO BE CARRIED OUT BY CONSORTIUM LEADER
CONTRACT PERFORMANCE GUARANTEE
TAXES, DUTIES AND LEVIES IN INDIA
TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES
SUBSEQUENT LEGISLATION
STATUTORY VARIATION IN TAXES & DUTIES
INCOME TAX & CORPORATE TAX
CUSTOM DUTY
CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS
ISSUE OF ESSENTIALITY CERTIFICATE
IMPORT LICENCE
WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS
INTELLECTUAL PROPERTY
FIRM PRICE
WORKS CONTRACT
PROVIDENT FUND ACT
MOBILIZATION ADVANCE
CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS
CONSTRUCTION RIGHT -OF-USE AND PERMITS
CONSTRUCTION EQUIPMENT AND ORGANIZATION
MECHANISED CONSTRUCTION
GENERAL GUIDELINES DURING AND BEFORE ERECTION
PRICE ADJUSTMENT DUE TO DELAYED MOBILIZATION OR SHORTFALL IN
MOBILISATION OF MINIMUM EQUIPMENT AND MANPOWER
MEASUREMENT OF WORKS
TERMS OF PAYMENT
REPAIR OF PIPE DEFECTS
ISSUE OF EMPLOYER/CONSULTANT SUPPLIED MATERIAL
LOCATION OF DUMPYARD
STATUTORY APPROVALS
TESTS AND INSPECTION
INSPECTION OF SUPPLY ITEMS
FINAL INSPECTION
COMPENSATION FOR EXTENDED STAY
COMPUTERIZED CONTRACTORS BILLING SYSTEM
TEMPORARY WORKS
DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE
QUALITY ASSURANCE/ QUALITY CONTROL
HEALTH SAFETY AND ENVIRONMENT (HSE) MANAGEMENT
SITE CLEANING
COMPLETION DOCUMENTS
COORDINATION WITH OTHER AGENCIES

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 2 of 40

126

51.0
52.0
53.0
54.0
55.0
56.0
57.0
58.0
59.0
60.0
61.0
62.0
63.0
64.0
65.0
66.0
67.0
68.0
69.0
70.0
71.0
72.0
73.0
74.0
75.0
76.0
77.0
78.0
79.0
80.0

SETTLEMENT OF DISPUTE BETWEEN TWO PSUs


UNDERGROUND AND OVERHEAD STRUCTURES
TEST CERTIFICATES
ROYALTY
EXCAVATION BY BLASTING
SITE FACILITIES FOR WORKMEN
EXECUTION OF ELECTRICAL WORKS
HYDROSTATIC TESTING
ARBITRATION
MAKE OF MATERIALS
ADDITIONAL WORKS/ EXTRA WORKS
COMPENSATION FOR DELAY/PRICE REDUCTION SCHEDULE FOR ANY DELAY
PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM
RESPONSIBILITY OF CONTRACTOR
CHECKING OF LEVELS
STORAGE FACILITIES
ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)
INSURANCE FOR FREE ISSUE MATERIAL
INSURANCES IN INDIA
INSURANCE IN FOREIGN COUNTRIES
BANK GUARANTEES
SUBMISSION OF COLOURED PHOTOGRAPHS
DISPOSAL OF EMPTY OFC CABLE DRUM
VIDEOTAPE
SINGLE POINT RESPONSIBILITY
SPARES
BUILDING AND OTHER CONSTRUCTION WORKERS ACT
BONUS FOR EARLY COMPLETION
REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS
REQUIREMENT OF PAN FOR FOREIGN BIDDER

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 3 of 40

127

1.0

GENERAL

1.1

Special Conditions of Contract shall be read in Conjunction with the General


conditions of Contract, specification of work, Drawings and any other documents
forming part of this Contract wherever the context so requires.

1.2

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

1.3

Where any portion of the General Condition of Contract is repugnant to or at variance


with any provisions of the Special Conditions of Contract, unless a different intention
appears, the provisions of the special Conditions of Contract shall be deemed to
over-ride the provisions of the General Conditions of Contract and shall to the extent
of such repugnancy, or variations, prevail.

1.4

Wherever it is mentioned in the specifications that the Contractor shall perform


certain work or provide certain facilities, it is understood that the Contractor shall do
so at his cost and the value of contract shall be deemed to have included cost of
such performance and provisions, so mentioned.

1.5

The materials, design, and workmanship shall satisfy the relevant Indian Standards,
the Job Specifications contained herein and Codes referred to. Where the job
specification stipulate requirements in addition to those contained in the standard
codes and specifications, these additional requirements shall also be satisfied.

1.6

In case of an irreconcilable conflict between Indian or other applicable standards,


General Conditions of Contract, Special Conditions of Contract, Specifications,
Drawings or Schedule of Rates, the following shall prevail to the extent of such
irreconcilable conflict in order of precedence :
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)

Letter of Acceptance along with Statement of Agreed Variations.


Fax / Letter of Intent / Fax of Acceptance.
Schedule of Rates as enclosures to Letter of Acceptance.
Job / Particular Specifications.
Drawings
Technical / Material Specifications.
Special Conditions of Contract.
General Conditions of Contract.
Indian Standards
Other applicable Standards

1.7

It will be the Contractor's responsibility to bring to the notice of Engineer-in-Charge


any irreconcilable conflict in the contract documents before starting the work (s) or
making the supply with reference which the conflict exists.

1.8

In the absence of any Specifications covering any material, design of work (s) the
same shall be performed / supplies / executed in accordance with Standard
Engineering Practice as per the instructions / directions of the Engineer-in-Charge,
which will be binding on the Contractor.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 4 of 40

128

2.0

SCOPE OF WORK & SCOPE OF SUPPLY


The scope of work covered in this Contract will be as described in Annexure-1,
Particular job specifications, Standard Specifications, Schedule of Rates etc. The
scope of supply covered in this Contract will be as described in Annexure-2,
Particular Job Specifications, Standard Specifications, Schedule of Rates etc. It is
however, explicitly understood that scope described is not limiting, in s far as the
responsibilities of the contractor are concerned and shall include, interaiia, carrying
out any and all works and providing any and all facilities as are required to complete
the works in all respect.

3.0

SUPPLY OF WATER , POWER & OTHER UTILITIES

3.1

The Clause No. 2.3 to 2.5 given in General Conditions of Contract is modified to
following extent:

3.2

The Contractor shall be responsible at his own cost for arranging and providing all
the required Water, Power, land required for temporary site office , fabrication yard
and other utilities, in the quantities and at the times required for performance of work
under the contract. The contract price shall be deemed to include all costs towards
the same.
The Employer/Consultant shall not supply water, power and other utilities.

3.3

Contractor shall, if required by him, for the entire duration of the execution of the
work make available near the site, land for construction of Contractors office,
Warehouse, Workshops and for any purpose in connection with providing
infrastructure required for the execution of the Contract. The Contractor shall at his
own cost construct all temporary buildings and provide suitable water supply and
sanitary arrangement as required. On completion of the work undertaken by the
Contractor, he shall remove all temporary works erected by him and have the site
cleared as directed by Engineer-in-Charge. If the Contractor shall fail to comply with
these requirements, the Engineer-in-Charge may at the expense of the Contractor
remove such surplus and rubbish materials and dispose off the same as he deems fit
and get the site cleared as aforesaid, and the Contractor shall forthwith pay the
amount of all expenses so incurred and shall have no claims in respect of any such
surplus material disposed of as aforesaid.

3.4

Cutting of trees shall not be permitted except in the case that tree is falling on the line
of ROU/ROW. In such circumstances, details of such tree being cut shall be
prepared and forest/ municipal authorities be informed and necessary approval be
obtained by contractor. However, after backfilling of trench & restoration, contractor
should plant equal number of saplings in that area, cutting of tree for any purposes
(fuel etc.) by workers are strictly prohibited.

4.0

TIME OF COMPLETION

4.1

The work shall be executed strictly as per Time schedule given in Annexure-3 in the
bidding document. The period of completion given includes the time required for
mobilization [1 (One) month] as well as testing, rectifications, if any, retesting and
completion in all respects to the entire satisfaction of the Engineer-in-Charge.

4.1.1

The time of completion is applicable for individual section or both the sections. The
work for each section shall commence concurrently.

4.2

A joint programme of execution of work will be prepared by the Engineer-in-Charge


and Contractor. This programme will take into account the time of completion
mentioned above.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 5 of 40

129

4.3

Monthly/ weekly construction programme will be drawn up by Engineer-in-Charge


jointly with the contractor based on availability of work fronts and the joint
construction programmes as above clause. The Contractor shall scrupulously
adhere to these Targets/ Programme by deploying adequate personnel, construction
tools & tackles and he shall also supply himself all materials of his scope of supply in
good time to achieve the targets set out in the weekly and monthly programme. In all
matters concerning the extent of targets set out in the weekly and achievements, the
decision of the Engineer-in-Charge shall be final and binding on the contractor.

4.4

Contractor shall give every day report on category wise labour and equipment
deployed along with the progress of work done on previous day in the proforma
prescribed by the Engineer-in-Charge.

4.5

The contractor shall submit fortnightly report covering all major activities indicating
schedule / actual progress, slippages & its reasons and catch up plan.

5.0

DRAWINGS AND DOCUMENTS

5.1

The drawings accompanying the bid document (if any) are of indicative nature and
issued for bidding purpose only. Purpose of these drawing is to enable the bidder to
make an offer in line with the requirements of the Employer/Consultant. However no
extra claim whatsoever, shall be entertained for variation in the "Approved for
Construction" and "Bid document drawings" regarding any changes/units.
Construction shall be as per drawings/specifications issued /approved by the
Engineer-in-Charge during the course of execution of work. Detailed construction
drawings (wherever required) on the basis of which actual execution of work is to
proceed will be prepared by the contractor.

5.2

The drawings and documents to be submitted by the Contractor to


Employer/Consultant after award of the work as per the requirements enlisted in the
bidding document shall be for Employer/Consultant's review, information and record.
The Contractor shall ensure that drawings and documents submitted to
Employer/Consultant are accompanied by relevant calculations, data as required and
essential for review of the document/ drawings. MECON shall review the drawings/
documents within two weeks from the date of submission provided the same are
accompanied by relevant calculations, data as required and essential for review.

5.3

All documents and drawings including those of Contractors sub-vendor's


manufacturer's etc. shall be submitted to Employer/Consultant after having been fully
vetted in detail, approved and co-opted by the Contractor & shall bear Contractor
seal/ certifications to this effect. All documents/drawings & submissions made to
Employer/Consultant without compliance to this requirement will not be acceptable
and the delay & liability owing to this shall be to the Contractor's account.

5.4

The review of documents and drawings by Employer/Consultant shall not absolve


Contractor from his responsibility to meet the requirements of specifications,
drawings etc. and liabilities for mistakes and deviations. Upon receiving the
comments on the drawing/documents reviewed by Employer/Consultant, Contractor
shall incorporate the comments as required and ensure their compliance.

5.5

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 at any time during execution of the contract. However no extra
claim what so ever shall be entertained for any variation in the approved/issued for

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 6 of 40

130

construction drawings and tender drawings regarding any changes/units unless


otherwise agreed.
5.6

The Contractor shall rectify any inaccuracies, errors and non-compliance to


contractual requirements. Any delay occurring on this shall not construe a reason for
delay/ extension.

6.0

COMPLIANCE WITH LAWS

6.1

The Contractor shall abide by all applicable rules, regulations, statutes, laws
governing the performance of works in India, including but not limited to the following:
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
xii)

Contract Labour (Regulation & Abolition) Act 1970 & the centre rules, 1971
framed there under.
Payment of Wages Act.
Minimum Wages Act.
Employers Liability Act.
Factory Act.
Apprentices Act.
Workmans Compensation Act.
Industrial Dispute Act.
Environment Protection Act.
Wild life Act.
Maritime Act.
Any other Statute, Act, Law as may be applicable.

7.0

GOVERNMENT OF INDIA NOT LIABLE

7.1

It is expressly understood and agreed by and between the Contractor and the
Employer/Consultant that the Employer/Consultant is entering into this agreement
solely on its own behalf and not on behalf of any other person or entity. In particular,
it is expressly understood and agreed that the Government of India is not a party to
this agreement and has no liabilities, obligations or rights there under. It is expressly
understood and agreed that the Employer/Consultant is an independent legal entity
with power and authority to enter into contract, solely in its own behalf under the
applicable laws of India and general principal of Contract Law. The Contractor
expressly agrees, acknowledges and understands that the Employer/Consultant is
not an agent, representative or delegate of Govt. of India. It is further understood and
agreed that the Govt. of India is not and shall not be liable for any acts, omissions,
commissions, breaches or other wrongs arising out of the contract. Accordingly,
contractor hereby expressly waives, releases and foregoes any and all actions or
claims, including cross claims, impleader claims or counter claims against the Govt.
of India arising out of this contract and covenants not to sue to Govt. of India as to
any manner, claim, cause of action or thing whatsoever arising of or under this
agreement.

8.0

REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES (FOR


FOREIGN BIDDER)

8.1

Within 30 days of execution of the Contract agreement, the Contractor shall register
themselves and the Contract at their own cost with the Reserve Bank of India,
Income Tax, Sales Tax and such other statutory authorities, as may be required
under the rules and regulations governing in India. The Contract Price shall be
deemed to include all costs towards the same. A copy of all documents related to all
such registration shall be submitted to Employer/Consultant for record.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 7 of 40

131

9.0

LIMITATION OF LIABILITY
Add the following at the end of clause no. 80.3 of GCC.

9.1

The final payment by the Employer/Consultant in pursuance of the Contract terms


shall not mean release of the Contractor from all of his liabilities under the Contract.
The Contractor shall be liable and committed under this contract to fulfil all his
liabilities and responsibilities, till the time of release of contract performance
guarantee by the Employer/Consultant.

10.0

CRITICAL WORKS TO BE CARRIED OUT BY CONSORTIUM LEADER

10.1

The Leader of Consortium shall assume the overall management including


construction management of the Contract and perform the critical activities of works
for Pipeline laying. The minimum critical activities envisaged are as follows:
a)
Residual Engineering
b)
Welding
c)
Carrying out NDT
d)
Horizontal Directional Drilling (HDD)
e)
Lowering of Pipeline/OFC duct/Cable in trench
f)
Hydro-testing/Leak Test
g)
Commissioning

10.2

All balance non-critical activities such as ROU (C&G), trenching, backfilling, and civil
works for terminals and SV stations etc. may be executed by member of Consortium.

11.0

CONTRACT PERFORMANCE GUARANTEE


The clause no. 24.0 of GCC shall stand modified to the following extent only :

11.1

As a Contract Security, the Contractor to whom the work is awarded, within 15


(Fifteen) days of such award of contract shall furnish a Contract Performance
Guarantee in favour of the Employer/Consultant in the form of an irrevocable and
unconditional Bank Guarantee as per proforma approved by Employer/Consultant.
This Bank Guarantee shall be issued by any Indian Nationalised /Scheduled Bank or
reputed International Bank as stipulated at Clause 71.0 below. The Guarantee
amount shall be 10% (Ten Percent) of the Contract Price as awarded, for the faithful
performance of the contract strictly in accordance with terms and conditions of
contract. The Guarantee shall be valid till expiry of 90 (Ninety) days after the end of
Defect Liability Period.

11.2

In the event completion of works is delayed beyond the Scheduled Completion Date
for any reasons whatsoever, the Contractor shall have the validity of the guarantee
suitably extended to cover the period mentioned above.

11.3

The Employer/Consultant shall have an unqualified option under this guarantee to


invoke the Bankers Guarantee and claim the amount there under in the event of the
Contractor failing to honour any of the commitments entered into under this Contract
and/or in respect of any amount due from the Contractor to the Employer/Consultant.
In case Contractor fails to furnish the requisite Bank Guarantee as stipulated above,
then the Employer/Consultant shall have the option to terminate the Notification of
Award of Work and forfeit the Bid Security/Earnest Money amount and no
compensation for the works performed shall be payable upon such termination.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 8 of 40

132

11.4

Upon completion of the Works as per Completion Schedule stipulated in the


Contract, the above said guarantee shall be considered to constitute the Contractors
warranty/guarantee for the work done by him or for the Works supplied and their
performance as per the specifications and any other conditions against this Contract.
The warranty/guarantee shall remain in force for 12 months from the date of issuance
of certificate of Completion and Acceptance against this Contract as per GCC. The
Contractor shall also arrange for the Performance Guarantee to remain valid until the
expiration of the guarantee period for entire works covered under the contract.

11.5

In the event of Completion of Project being delayed beyond the Scheduled


Completion Date, the Employer/Consultant may without prejudice to any other right
or remedy available to the Employer/Consultant, operate the Bank Guarantee to
recover the Compensation for delay leviable as per Clause 62.0 below. The Bank
Guarantee amount shall thereupon be increased to the original amount, or the
Contractor may alternatively submit a fresh Bank Guarantee for the equivalent
amount of compensation for delay recovered.

12.0

TAXES, DUTIES AND LEVIES IN INDIA

12.1

The Contractor agrees to and does hereby accept full and exclusive liability for the
payment of any and all taxes, duties, including excise duty, service tax, custom duty,
CVD, additional CVD, octroi etc. now in force and hereafter increased, imposed or
modified from time to time in respect of works and materials and all contributions and
taxes for unemployment compensation, insurance and old age pensions or annuities
now or hereafter imposed by any Central or State Government authorities which are
imposed with respect to or covered by the wages, salaries, or other compensations
paid to the persons employed by the Contractor and the Contractor shall be
responsible for the compliance with all obligations and restrictions imposed by the
Labour Law or any other law affecting employer-employee relationship and the
Contractor further agrees to comply, and to secure the compliance of all subcontractors with all applicable Central, State, Municipal and local law and regulation,
and requirement of any central, State or Local Government agency or authority.
Contractor further agrees to defend, indemnify and hold Employer/Consultant
harmless from any liability or penalty which may be imposed by the Central, State or
Local authorities by reason of any violation by Contractor or Subcontractor of such
laws, regulations or requirements and also from all claims, suits or proceedings that
may be brought against the Employer/Consultant arising under, growing out of, or by
reason of the work provided for by this Contract, by third parties, or by Central or
State Government authority or any administrative sub-division thereof. The prices
shall also be inclusive of Sales Tax /Works Contract Tax/ VAT/ Trade tax/ turnover
tax as applicable.

12.2

Employer/Consultant shall make from Contractors bills such tax deductions as are
required as per rules and regulations in force from time to time.

12.3

Any errors of interpretation of applicability of taxes / duties by bidders shall be to their


account.

12.4

If excise duty is applicable during site fabrication, the same must be assessed and
deemed to be included by the bidder in the quoted prices. The bidder in this regard
shall arrange all required formalities.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 9 of 40

133

13.0

TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES

13.1

The Contractor agrees to and does hereby accept full and exclusive liability at is own
cost for the payment of any and all taxes, duties and levies etc as are payable to any
government, local or statutory authority in any country other than India, as are now in
force or as hereafter imposed, increased or modified, and as are payable by
Contractor, his agents, sub-contractor and their employees etc. for performance of
work under this contract. The Contractor shall be deemed to have been fully informed
with respect to all such liabilities and considered the same in his bid, and the contract
shall not be varied in any way on this account.

14.0

SUBSEQUENT LEGISLATION

14.1

All duties, taxes (including sales tax on works contract/ trade tax/ turnover tax/service
tax as applicable), fees, charges, expenses, etc. (except where otherwise expressly
provided in the Contract) as may be levied/ imposed in consequence of execution of
the works or in relation thereto or in connection therewith as per the Acts, Laws,
Rules, Regulations in force shall be to Contractor's account. However, any new taxes
/duties imposed after the date of submission of last price bid & up to Contractual
Completion date shall be to the GAILs account but such Taxes /duties imposed
beyond Contractual Completion date shall be to the Contractors account. However if
such new taxes etc. is in substitute of existing taxes, same will be considered on
merit of each case.

15.0

STATUTORY VARIATION IN TAXES & DUTIES

15.1

Clause 100.1 of GCC is modified to the following extent.

15.2

a)

Prices quoted by the bidder, shall remain firm and fixed and valid until
completion of the contract and will not be subject to variation except statutory
variation in service tax.
However any increase in the rate of service tax beyond the contractual
completion period shall be on contractors account whereas any decrease in
rate of service tax shall be passed on to the employer.

b)

Any new taxes & duties, if imposed by Govt. of India on output services after
the Bid Due Date but before the contractual delivery / completion, shall be
reimbursed to the contractor on submission of documentary evidence for
proof of payment to Govt. Authorities and after ascertaining its applicability
with reference to the contract. However if such new taxes etc., as in
substitution of existing taxes same will be considered on merit of each case.

15.3

The base date for the purpose of applying statutory variation shall be due date of
submission of bid.

15.4

Regarding Service Tax, Contractor shall submit Cenvatable bills giving break-up of
tax amount, so that Employer/Consultant can avail the Cenvat benefit as per rule.
The Cenvatable Invoice to be raised on
Office In Charge (NCR), (O&M)
GAIL (India) Limited
New Delhi

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 10 of 40

134

16.0

INCOME TAX & CORPORATE TAX

16.1

Income Tax deductions shall be made from all payments made to the Contractor as
per the rules and regulations in force in accordance with the Income Tax Act
prevailing from time to time.

16.2

Corporate Tax liability, if any, shall be to the contractors account.

16.3

Works Contract tax/ VAT as may be applicable shall be deducted as per the trade tax
act.

17.0

CUSTOM DUTY

17.1

The Contract Price shall include the following duties i.e Custom Duties, CVD,
additional CVD for all materials and consumables envisaged to be imported for
incorporation in the permanent works. It shall be clearly understood by the Contractor
that custom duty shall neither be paid nor reimbursed by Employer/Consultant.
Contractor shall be fully responsible for port clearance including stevedoring,
handling, unloading, loading, storage, inland transportation and receipt of materials at
site etc. and cost thereof shall be included in the contract price. The contractor shall
also be fully responsible for any delays, penalties, demurrages, shortages and other
charges and losses, if any, in this regard.

18.0

CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS

18.1

Contractor is liable to pay custom duty on the equipments brought into India for
executing the project. The Contractor shall be fully liable for observing all the
formalities in this regard as well as to pay the custom duty chargeable on the
equipments, including any deposit payable for such purposes. No adjustment in
contracted rates shall be permissible for any change in duty drawback applicable in
respect of equipment & machinery brought in India for the use of the project and for
re-export of equipment and machinery, on completion of the project.

18.2

If the Custom Authorities require the Contractor to furnish a bond to secure payment
of any custom duty in respect of any import and that such Bond shall be furnished by
the Employer/Consultant, the Employer/Consultant may at the request of the
Contractor furnish the said Bond against the Contractor furnishing a Bank Guarantee
to the Employer/Consultant, of the like amount in the form and from a Bank in India
approved by the Employer/Consultant.

18.3

If for any reason the Employer/Consultant is required by the Customs Authorities


during pendency of Contract to pay any customs duty due to the importation or
retention by the Contractor of any imports, the Contractor shall forthwith on demand
by the Employer/Consultant pay the same to the Employer/Consultant, with the right
in the Employer/Consultant (without prejudice to any other mode of recovery or right
of the Employer/Consultant) to deduct the same from the on account and other
payments due and/or becoming due or payable to the Contractor from time to time.
The payments under such a case shall be subject to submission of Bank Guarantee
from a Bank approved by Employer/Consultant, by the Contractor in favour of the
Employer/Consultant for an amount equivalent to amount of custom duty.

18.4

The obligations undertaken and/or any bond or facility provided by the


Employer/Consultant to the Contractor shall be based on the clear understanding
that the said equipment shall be utilised by the Contractor only for the performance of
the work covered under this contract and that the Employer/Consultant shall be

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 11 of 40

135

discharged forthwith from all said obligations and shall be entitled forthwith to
discontinue and recall any bond or other facility to the Contractor if the Contractor
shall utilise or permit to be utilised the said equipment(s) or any of them for the
performance of any work other than the work covered by the Contract in which event
any amount due from Contractor in this connection shall also carry interest @22%
(Twenty two percent) per annum from the date of relative payment by
Employer/Consultant up to the date of recovery in full.
19.0

ISSUE OF ESSENTIALITY CERTIFICATE

19.1

The Essentiality Certificate qualifying the imports at a concessional rate of Project


Import Duty shall be issued to the Contractor for the value of CIF contents indicated
in the Bill of Materials.

19.2

For materials cosigned to GAIL (India) Ltd., the Essentiality Certificate shall be
issued by the Ministry of Petroleum of Natural Gas to enable Employer/Consultant to
avail the benefit of Project Import.

19.3

In order to enable the Employer/Consultant to obtain Essentiality Certificate from the


concerned authorities, the Contractor shall furnish the Employer/Consultant the
required particulars (e.g. Description of Materials, Quantity, Value, Vendor
particulars, Purchase Order particulars, Port of Discharge etc.) at least 10 (ten)
weeks prior to the expected receipt of relative materials at Indian Port. The
Employer/Consultant does not assume any responsibility or liability for any delay in
timely issue of Essentiality Certificate covering the materials imported into India for
incorporation in the works.

19.4

The Contractor shall after completion of the Project provide utilisation details of the
material imported under EC to the Employer/Consultant/Engineer-in-Charge in the
format prescribed. The Employer/Consultant/Engineer-in-Charge or their authorized
representative shall have the right to audit the utilisation of such material. In such
cases, the Contractor shall extend necessary co-operation and provide documents
required for carrying out audits.

19.5

Essentiality Certificate required in respect of foreign supplied materials required to be


imported into India for the purpose of replacing defective materials or materials
damaged or destroyed during transit, storage, fabrication, erection, testing, precommissioning, commissioning or otherwise upto and until issue of the Completion
Certificate shall also be provided by the Employer/Consultant in accordance with the
provisions hereof foregoing, provided that the Employer/Consultant shall not pay nor
shall be liable to pay any customs or customs related duties (including countervailing
duties) on any value beyond the said duties payable at the applicable rate(s) on the
CIF value of imported materials indicated in the Price Schedule.

19.6

Contractor shall appoint a Customs House Clearing Agent of good standing and
ensure speedy customs clearance.

19.7

Contractor shall be responsible to register the import Licence/Essentiality Certificate


with Customs Authorities at the Port of Import, and to answer and sort out technical
queries (if any) raised by Customs Authorities in regard to any import(s).

19.8

On the completion of the Works, the Contractor shall undertake a reconciliation of the
materials imported for permanent incorporation in the Works with the EC provided by
the Employer/Consultant and shall obtain an appropriate No-Objection Certificate in
this behalf from the Custom Authority, Director General Foreign Trade or other

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 12 of 40

136

Authority concerned. The production of such a certificate shall be a pre-condition to


the release of any payment against the Final Bill and/or release of any bank
guarantee furnished by way of security deposit to the Employer/Consultant.
19.9

If for any cause, the Contractor is unable to complete the reconciliation of the
imported materials at site with the Essentiality Certificate with the Customs or other
Authorities concerned before the payment to the Contractor of the Final Bill, the
Contractor shall submit a suitable bank guarantee in a format and from a bank in
India (including the Indian branch of a foreign bank) acceptable to the
Employer/Consultant,
for
an amount
mutually agreed
between
the
Employer/Consultant and the Contractor to secure the Employer/Consultant against
any claims by the Customs or other concerned Authority for duty or penalty on any
un-reconciled material imported by the Contractor, and release of payment against
the Final Bill shall be subject to the Contractor furnishing such bank guarantee. The
said bank guarantee shall be valid initially for period of one year, and shall be
renewed thereafter until the Contractor produces the No Objection Certificate (NOC)
from the Customs Authority or other concerned or satisfactory proof of reconciliation
with the Customs Authority of the imports under the Contract and release of the Bond
submitted in this behalf by the Employer/Consultant to the Custom Authorities. If the
un-reconciled value of imported materials and penalties leviable thereon are greater
than the amount payable on the Final Bill, then this Bank Guarantee shall be
submitted to the Employer/Consultant prior to release of the Bank Guarantee(s)
submitted by the Contractor towards security deposit

20.0

IMPORT LICENCE

20.1

Contractor shall arrange import of all materials required for permanent incorporation
in the works as well as construction equipment as per the guidelines laid down by the
Government of India. Employer/Consultant shall not provide import licence.

21.0

WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS

21.1

Contractor agrees for withholding from wages and salaries of its agents, servants or
employees all sums, required to be withheld by the laws of the Republic of India or
any other agency having jurisdiction over the area where Contractor is conducting
operations, and to pay the same promptly and directly when due to the proper
authority. Contractor further agrees to comply with all accounting and reporting
requirements of any Nation having jurisdiction over the subject matter hereof and to
conform to such laws and regulations and to pay the cost of such compliance. If
requested, 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.

22.0

INTELLECTUAL PROPERTY

22.1

Neither Employer/Consultant nor Contractor nor their personnel, agents nor any subcontractor shall 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 during the course of execution of the works so
long as and to the extent that the information has not become part of the public
domain. This obligation does not apply to information furnished or made known to the
recipient of the information without restriction as to its use by third parties or which
was in recipient's possession at the time of disclosure by the disclosing party. Upon
completion of the works or in the event of termination pursuant to the provisions of
the contract, Contractor shall immediately return to Employer/Consultant all
drawings, plans, specifications and other documents supplied to the Contractor by or

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 13 of 40

137

on behalf of Employer/Consultant or prepared by the Contractor solely for the


purpose of the performance of the works, including all copies made thereof by the
Contractor.
23.0

FIRM PRICE

23.1

The quoted prices shall be firm and shall not subjected to price escalation till the
work is completed in all respects.

24.0

WORKS CONTRACT

24.1

The work covered under this contract shall be treated as "Works Contract".

25.0

PROVIDENT FUND ACT

25.1

The Contractor shall strictly comply with the provisions of Employees Provident Fund
Act and register themselves with RPFC before commencing work. The Contractor
shall deposit Employees and Employers contributions to the RPFC every month. The
Contractor shall furnish along with each running bill, the challan/ receipt for the
payment made to the RPFC for the preceding months.

26.0

MOBILIZATION ADVANCE

26.1

Contractor, if requested, shall be paid recoverable interest bearing Mobilization


Advance up to a maximum of 10% (Ten Percent) of awarded Contract Value. The
mobilization advance will attract an interest rate (medium term) at PLR charged by
SBI (applicable as on date of award) plus 2% p.a on reducing balance basis.
Mobilization Advance shall be paid to the Contractor in two installments after signing
the contract agreement and submission of initial security deposit, in the following
manner:

26.1.1 FIRST INSTALLMENT


i)

5% (Five percent) of awarded Contract value shall be payable as the first installment
of mobilization advance after fulfilling the following formalities by the Contractor:

a)

Signing of contract agreement by the Contractor.

b)

Submission of a separate bank guarantee towards Contract Performance from a


Indian Nationalised/Scheduled Bank/ International Bank as stipulated in Clause no.
71.0 herein in proforma approved by Employer/Consultant towards due performance
of contract equivalent to 10% of awarded contract value which shall be kept valid till
up to 3 Months after expiry of defect liability period. However, such bank guarantee
would be release on completion of recovery of corresponding mobilization advance
alongwith interest thereon in full and final and as per recommendation of Engineer-incharge.

c)

Submission of a separate Bank Guarantee from a Indian Nationalised /Scheduled


Bank/ reputed International Bank as stipulated in Clause no. 71.0 herein in proforma
approved by Employer/Consultant equivalent to 10% of awarded contract value
covering mobilization advance which shall be kept valid till settlement of the
mobilization advance along with interest thereon. However, contractor may submit
Bank Guarantee of 10% as above in two stages of 5% each for availing advance
against sub-clause 26.1.1 & 26.1.2.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 14 of 40

138

26.1.2 SECOND INSTALLMENT


i)

26.2

Balance 5% Mobilization Advance shall be payable to the Contractor after


completion of initial mobilization period of thirty days (Clause 4.1 of SCC) and
is ready to start the work to the entire satisfaction of Engineer -in-Charge and
commencement of work at site.

RECOVERY OF MOBILISATION ADVANCE

26.2.1 The Mobilisation Advance together with the interest accrued, shall be recovered from
each running account bill @ 12.5% of gross amount of Monthly R.A. Bill in such a
manner that the total advance and interest accrued is recovered when approximate
80% of the contract value gets paid. Balance amount, if any, remaining recovered
shall be deducted in full from the pre-final bill.
27.0

CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS

27.1

A change order will be initiated in case:


i)

ii)

The Employer/Consultant directs the Contractor to include any addition to the


scope of work not covered under this contract or delete any Section of the
scope of the work under the contract.
Contractor requests to delete any part of the work which will not adversely
affect the operational capabilities of the project and if agreed by the
Employer/Consultant and for which cost and time benefits shall be passed on
to the Employer/Consultant.

27.2

Any changes required by the Employer/Consultant before giving their approval to


detailed procedure or any other document relating to material procurement, layout
plans etc for complying with the requirements of bidding document shall not be
construed to be a change in the scope of work under the contract.

27.3

Any change order as above comprising an alteration which involves a change in the
cost of the works (which sort of alteration is hereinafter called a Variation") shall
have impact on the contract value that shall be dealt towards end of contract. All
change orders shall be approved by the EIC.

27.4

If the contract provides applicable rates for the valuation of the variation in question
the contract price shall be increased or decreased in accordance with those rates. If
the parties agree that the contract does not contain applicable rates then the parties
shall negotiate a revision of the contract price which shall represent the change in
cost of the works caused by the variations. Any change order must be duly approved
by the Employer/Consultant in writing.

27.5

If there is a difference of opinion between Contractor and Employer/Consultant


whether a particular work constitutes a change order or not, the matter shall be
handled in accordance with the procedures set forth in para 27.7.8 and 27.7.9 here
below.

27.6

Within 10(Ten) working days of receiving the comments from the


Employer/Consultant on the documents submitted by the Contractor for approval, the
Contractor's response in writing stating which item(s) is/are potential change (s), if
applicable, will be submitted to the Employer/Consultant.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 15 of 40

139

27.7

Procedure

27.7.1 During execution of work if the Contractor observes that any new requirements which
is not specific or intended in the bidding document has been indicated by
Employer/Consultant, they shall discuss the matter with Employer/Consultant's
representatives.
27.7.2 In case such requirement arises from the side of the Contractor they would also
discuss the matter with Employer/Consultant's Representative.
27.7.3 In either of the two cases above, the representatives of both the parties shall discuss
the project requirement and mutually decide whether the project requirement
constitutes a change order.
27.7.4 If it is mutually agreed that the project requirement/Inquiry constitutes a "Change
Order" then a joint memorandum will be prepared to confirm a "Change Order" and
basic ideas of necessary agreed modifications.
27.7.5 Contractor will study the work required in accordance with the Joint memorandum
and assess subsequent schedule and cost effect if any.
27.7.6 The results of this study would be discussed mutually to enable Employer/Consultant
to give a final decision whether Contractor should proceed with the Change Order or
not, in the best interest of the Project.
27.7.7 If Employer/Consultant's representative accepts the change order in writing then
Contractor shall proceed with the work stipulated in the Change order. Time worked
by all workmen employed and a statement showing the description and quantity of all
materials and plant utilised for extra work shall be submitted to Employer/Consultant.
The Employer/Consultants representative shall sign and return to the Contractor the
statement, as agreed. At the end of each month the Contractor shall 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 the
Contractor and the Employer/Consultant, the voucher shall nevertheless be signed
by the Employer/Consultant as a record of time worked and materials used. List and
vouchers so signed will be the subject of negotiations between the
Employer/Consultant and the Contractor regarding their costs allocation.
27.7.8 In case, mutual agreement as above that is whether Project Requirement constitutes
a Change order or not, is not reached, then Contractor, in the interest of the project,
shall take up the implementation of the work, if advised in writing to do so by
Employer/Consultant's representative pending settlement between the two parties to
the effect whether the Project Requirement constitutes a change order or not as per
the terms and conditions of Contract Documents.
27.7.9 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 compensated taking into account the records kept and in
accordance with the contract.
27.7.10 Should the amount of Extra Work/ Change Order, if any, which the Contractor may
be required to perform by the Employer/Consultant, fairly entitles the Contractor to
extensions of time beyond the scheduled completion date for completion of either the
whole of the works or for such Extra Work only, the Employer/Consultant and the
Contractor shall mutually discuss and decide the extension of time, if any to be

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 16 of 40

140

granted to the Contractor.


28.0

CONSTRUCTION RIGHT-OF-USE AND PERMITS:

28.1

Company has acquired the ROU free of any encroachments/ temporary/permanent


structures under P&MP act in general. Acquiring of ROU means publishing of 3(1)
and 6(1) Gazette notification under P&MP act 1962.
Contractor shall open the ROU with revenue team of competent authority appointed by
GAIL and start the construction activities. Opening of ROU to start for construction and
related activities & maintaining of ROU during entire period of construction shall be the
responsibility of contractor. In case any obstruction by landowner(s)/farmers or
encroachments or structures are encountered during execution, the same shall be got
removed by the contractor. All costs towards such activities shall be to Contractors
account. Necessary compensations applicable under P&MP act shall be paid by
COMPANY.

28.2

For pipeline construction purposes, ROU of varying width shall be made available
depending upon site condition. In cross country areas the ROU of 30 m width for
Ludhiana to Jalandhar Line Pipe and 20 mtr width for Saharanpur to Haridwar pipe line
shall normally be available to Contractor to the extent feasible. Pipeline shall be laid on
one side of boundary of ROU as advised by Engineer-in-Charge. In Forest areas, hilly
terrain and congested areas such as built-up areas etc., ROU of 10 m or less shall be
available. The pipeline shall be laid at 2 m from the ROU edge in reserve forest areas. All
these eventualities shall be taken into account. It shall be Contractors responsibility to
make arrangement for any additional land required for fabrication, construction, storage
and all other work areas.

28.3

Contractor shall carry out construction work with in the width as made available to
him. Where the pipeline route passes through forest/plantation areas contractor shall
clear only the minimum width required for laying the pipeline as per Companys
approved procedure for pipeline construction. Felling of trees/plants shall be
minimized. Damage to any obstruction, temporary/permanent structure, boundary
walls etc. within ROU shall be repaired and restored and cost of repairs/restoration
shall be to Contractors account.

28.4

The Contractor must ensure that during laying of the pipeline minimum damage
occurs to the land. The land has to be restored to original condition. All construction
activities shall be in accordance with the local Government regulations and shall be
performed by the competent and qualified persons for providing adequate protection
to the general public, livestock, wild life, forest, power lines, buildings etc. in the
vicinity of the pipeline.

28.5

During pipeline construction, measures shall be adopted in order to minimize the


impact of pipeline construction activities on the environment. During ROU clearance,
the vegetation shall be cut off at ground level leaving the roots intact. Only stumps
and roots directly over the trench shall be removed for pipeline Installation.

28.6

In case of any detour from the acquired ROU due to constructability problems or
otherwise, contractor may be permitted to do so after approval from the Company. All
immediate measures for taking the land and compensations to land owner(s) shall be
to Contractors account. All statutory payments shall be paid/ reimbursed by
Company. However, such activity shall not affect the construction schedule and
overall completion period. In case of local detour due to non availability of Legal
ROU, contractor has to negotiate and arrange the ROU for laying of pipe line without
affecting the schedule. Compensation payable under P&MP act shall be paid by

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 17 of 40

141

GAIL. All other costs if any shall be to the contractors account. Company shall
proceed with regular notifications etc. in due course for the detoured portion.
28.7

Clean-up and restoration of ROU and other conveniences like road, rail, canals,
cultivable land, water facilities, irrigation facilities, boundary wall/fence etc. to original
condition as per specification and drawings to the entire satisfaction of Company
and/or Landowner/Cultivator/ Authorities having jurisdiction over the same, including
disposal of surplus excavated soil and other construction materials to a location
identified by Contractor approved by local authority without causing any disturbance
to environment and to the entire satisfaction of Company.

28.8

Contractor shall arrange necessary clearance from the concerned authorities/land


owners to the effect that ROU/ ROW has been restored back to original condition.
Contractor shall carry out joint survey with representative of Competent Authority
(CA) and will obtain clearance in writing from CA that ROU has been restored to
original condition. Necessary clearance from statutory authority / NOC for restoring
the ROU to original condition shall be in Contractors scope. However, if the owner
does not give the NOC, payment can be released if the restoration is done physically
and to the satisfaction of GAIL/MECON/CA and is certified & accepted by Engineerin-charge as per the tender specifications.

28.9

Local state Government may impose Taxes/ Duties/ royalty etc towards the
excavation and filling of earth for the pipe line and terminals works. It is the
responsibility of contractor to make such payments without any cost implications to
GAIL.

29.0

CONSTRUCTION EQUIPMENT AND ORGANIZATION

29.1.1 Bidder shall meet the requirement regarding deployment of minimum construction
equipments for individual Section as specified in the Bidding Document at Annexure9. Bidders who intend to quote for more than one Section shall meet the requirement
equal to the sum of the equipments specified for individual Section. Bidder shall also
submit their compliance for deployment of equipments as above along with the bid.
29.1.2 The Section-wise complete list of minimum critical equipments required to be owned
by the bidder is attached as Annexure-9A with the Bidding Document.
29.1.3 Deleted
29.1.4 The Employer/Consultant shall supply no Construction Equipment.
29.1

CONSTRUCTION EQUIPMENT

29.2

MANPOWER DEPLOYMENT

29.2.1 Bidder shall meet the requirement regarding deployment of minimum construction
manpower for individual Section as specified in the bidding document at Annexure10. Bidders who intend to quote for more than one Section shall meet the
requirement equal to the sum of the construction manpower specified for individual
Section. Bidder shall also submit their compliance for deployment of manpower along
with the bid. Qualification and experience of key construction personnel shall be as
per Annexure-10A.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 18 of 40

142

29.2.2 Schedule of Labour & Equipment Rates


Hiring / Recovery Rate for Deployment of Manpower attached as Annexure-11 to
SCC shall be used for analyzing rates for extra items and recovery for nondeployment of manpower.
29.2.3 Equipment Hiring / Recovery Rates attached as Annexure-12 to SCC shall be used
for analysing rates for extra items and recovery for non-deployment of equipment.
30.0

MECHANISED CONSTRUCTION

30.1

Contractor shall without prejudice to his overall responsibility to execute and


complete the work as per specifications and time schedule adopt as far as
practicable, mechanized construction techniques for major site activities. Contractor
agrees that he will deploy the required numbers and types of the plant & machinery
applicable for different activities in consultation with the Engineer-in-charge during
execution of works.

30.2

Contractor further agrees that Contract price is inclusive of all the associated costs,
which he may incur for actual mobilization, required in respect of use of mechanised
construction techniques and that the Employer/Consultant/Consultant in this regard
shall entertain no claim whatsoever.

31.0

GENERAL GUIDELINES DURING AND BEFORE ERECTION

31.1

Contractor shall be responsible for organising the lifting of the equipment in the
proper sequence, that orderly progress of the work is ensured and access routes for
erecting the other equipments are kept open.

31.2

Orientation of all foundation, elevations, lengths and disposition of anchor bolts and
diameter of holes in the supports saddles shall be checked by contractor, well in
advance. Minor rectifications including chipping of foundations as the case may be
shall be carried out at no extra cost by the contractor after obtaining prior approval of
the Engineer-in-Charge. The Contractor shall also be provided with the necessary
structural drawings and piping layouts etc., wherever required for reference. During
the structural member need to be dismantled, to facilitate the equipment erection,
same shall be done by the contractor after ensuring proper stability of main structure
with prior permission of Engineer-in-Charge. All such dismantled members shall be
put in position back after the completion of equipment erection to satisfaction of
Engineer-in-Charge.

31.3

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 which shall be supplied and installed by the Contractor as required
till the installation work is satisfactorily completed. Such guys, shoring, bracing,
strutting, planking supports etc. shall not interfere with the work of other agencies
and shall not damage or cause distortion to other works executed by him or other
agencies.

31.4

Manufacturer's recommendations and detailed specifications for the installation of the


various equipment and machines will be passed on to the contractor to the extent
available during the performance of work. The requirements stipulated in these
clauses shall be fulfilled by the Contractor.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 19 of 40

143

31.5

Various tolerances required as marked on the drawings and as per specifications and
instructions of the Engineer-in-Charge, shall be maintained. Verticality shall be
maintained. Verticality shall be verified with the Theodolite.

31.6

ERECTION OF EQUIPMENTS

31.6.1 All the erection shall be carried out by Cranes of suitable capacity. Erection by
derrick shall not be permissible. The contractor shall arrange the crane of suitable
capacity required for erection and include cost for same in respective items without
any liability on the part of Employer/Consultant.
31.6.2 Bidder shall submit the indicative erection scheme for compressor/equipment and
shall undertake the erection only after obtaining approval of erection scheme by
Engineer-in-charge.
31.6.3 Grouting of equipments, anchor bolts, pockets and under base plates shall be carried
out as per technical specifications.
32.0

PRICE ADJUSTMENT DUE TO DELAYED MOBILIZATION OR SHORTFALL IN


MOBILISATION OF MINIMUM EQUIPMENT AND MANPOWER

32.1

Contractor shall mobilise and deploy equipments in good working condition as per
month wise built-up of equipments indicated in the Minimum Construction Equipment
Deployment Schedule (MCEDS) enclosed as Annexure-9 to SCC. In case issue of line
pipe is later than 75 days from F.O.A., the Zero date of MCEDS will be shifted to the
extent of deferment of issue of line pipe.

32.2

In case during execution, adequate front is not available at site. Contractor may request
for delayed mobilisation of certain equipments and submit for approval of Engineer-incharge, the revised equipment built up schedule, maintaining the minimum peak
requirement in each category of equipment and the total quantum of equipment day/
equipment month to be deployed remain unchanged. In such case, the Revised
Minimum Construction Equipment Deployment Schedule as approved by Engineer-incharge shall be applicable.

32.3

Contractor shall maintain record of actual mobilization of each equipment and key
personnel. Joint record of equipment mobilization will be maintained month-wise.

32.4

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
contractors running bills as certified by ENGINEER-IN-CHARGE. The recovery shall be
for the delayed period / shortfall beyond but not including the permissible mobilization
period / month for each such equipment based on the hiring / recovery rates specified
elsewhere in the bidding document.

32.5

In case of early mobilization or additional mobilization of equipment as compared to


required equipment (based on approved MCEDS) to meet the schedule requirement.
Contractor shall not be entitled for any extra claim.

32.6

An equipment and key personnel may be demobilized by the contractor on completion


of its equivalent at site after written clearance of Engineer-in-charge. Unilateral
withdrawal of any equipment / key manpower by the contractor will attract recovery as
per the hiring / recovery rates specified in Annexure-11 & 12 to SCC.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 20 of 40

144

32.7

Deduction under this clause is in addition to PRS applicable pursuant to GCC clause
27.0. The provision of GCC clause no. 27.0 shall have no bearing on this clause.
The Contractors maximum liability towards deduction for non-deployment of requisite
minimum equipment shall be limited to 2.5% of contract price.

33.0

MEASUREMENT OF WORKS

33.1

In addition to the provisions of relevant clause of GCC and associated provisions


thereof, the provisions of Annexure-4 shall also apply.

34.0

TERMS OF PAYMENT

34.1

Basis and terms of payment for making On Account Payment shall be as set out in
Annexure-5.

35.0

REPAIR OF PIPE DEFECTS

35.1

Immediately prior to aligning pipe for welding, the bevelled ends of each joint of pipe
and the area immediately 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 power drive wire buffing wheels, disc sanders,
or by other methods approved by Employer/Consultant. This shall be done at no
extra cost to Employer/Consultant.

35.2

All damaged ends of pipe that are bent, cut or otherwise mutilated to such an extent
that in the opinion of the Employer/Consultant, faulty alignment or unacceptable
welding would result, shall be repaired or cut-off and rebevelled to the correct angle
with a bevelling machine of a type approved by Employer/Consultant.
No
compensation shall be allowed by reason of such recutting or bevelling, except when
required because of the original bevel being damaged before the pipe is "taken over"
by Contractor.

35.3

Dents in bevels with a depth of less than 1 mm shall be removed by Contractor


during cleaning and grinding, ahead of the welding in the field. Contractor shall
rebevel dented bevel ends with a depth between 1 and 3 mm. Dents over 3mm depth
shall be repaired by cutting and rebevelling.

36.0

ISSUE OF EMPLOYER/CONSULTANT SUPPLIED MATERIAL

36.1

The conditions for issue of material and reconciliation refer enclosed Annexure-8.

36.2

The reconciliation of material shall be applicable only for the material issued by
Employer/Consultant as free issue to the contractor.

37.0

LOCATION OF DUMPYARD

37.1

The dump yard is situated at the location as mentioned in the scope of work.

37.2

The Contractor shall collect the line pipes from the above dump yard and arrange
handling of pipes including crane etc. for unloading, transportation of pipes to
required location or pipeline ROU shall be the responsibility of contractor.

37.3

Similarly other items issued as Free Issue Material (FIM) shall be collected by the
Contractor from Employer/Consultants designated storage yard as directed by
Engineer-in-Charge. Contractor shall arrange for handling of FIM including crane etc

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 21 of 40

145

for loading/unloading, transportation of FIM to required site location free of cost.


38.0

STATUTORY APPROVALS

38.1

Employer shall obtain a general in-principle permissions from most of the authorities
having jurisdiction over the area as necessary for construction of the pipeline.
However, for some of the permissions, if not available, Contractor shall do the follow
up with the concerned authorities to get the permissions to execute the job in time.
However, all the statutory payment required for such permissions shall be
reimbursed by Employer at actuals.

38.2

The Contractor shall arrange the inspection of the works by the authorities and
necessary co-ordination and liaison work in this respect shall be the responsibility of
the contractor. However statutory fees paid, if any, for all inspections and approvals
by such authorities shall be reimbursed at actual by the Employer/Consultant to the
contractor on production of documentary evidence.

38.3

Any change/ addition required to be made to meet the requirements of the statutory
authorities shall be carried out by the contractor free of charge. The inspection and
acceptance of the work by statutory authorities shall however, not absolve the
contractor from any of his responsibilities under this contract.

39.0

TESTS AND INSPECTION

39.1

The Contractor shall carry out the various tests as enumerated in the technical
specifications of this bid document and the technical documents that will be furnished
to him during the performance of the work.

39.2

All the tests either on the field or at outside laboratories concerning the execution of
the work and supply of materials by the Contractor shall be carried out by Contractor
at his own cost.

39.3

The work is subject to inspection at all times by the Engineer-in-Charge. The


contractor shall carry out all instructions given during inspection and shall ensure that
the work is being carried out according to the technical specifications of this bid
document, the technical documents and the relevant codes of practice will be
furnished to him during the performance of the work.

39.4

The Contractor shall provide for purposes of inspection access ladders, lighting and
necessary instruments at his own cost.

39.5

Any work not conforming to execution drawings, specifications or codes shall be


rejected forthwith and the Contractor shall carryout the rectifications at his own cost.

39.6

All results of inspection and tests will be recorded in the inspection reports, proforma
of which will be approved by the Engineer-in-Charge. These reports shall form part
of the completion documents.

39.7

For materials supplied by Employer/Consultant, Contractor shall carryout the tests, if


required by the Engineer-in-Charge, and the Employer/Consultant shall reimburse
the cost of such tests at actual to the Contractor on production of documentary
evidence.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 22 of 40

146

39.8

Statutory fees paid to IBR authorities and for repeat tests and inspection due to
failures, repairs etc. such reasons attributable to the Contractor shall be borne by the
Contractor.

39.9

Inspection and acceptance of work shall not relieve the Contractor from any of his
responsibilities under this Contract.

40.0

INSPECTION OF SUPPLY ITEMS

40.1

All inspection and tests on bought out items shall be made as per the specifications
forming part of this contract. Various stages of inspection and testing shall be
identified after receipt of Quality Assurance Programme from the Contractor/
Manufacturer.

40.2

Inspection calls shall be given for associations of Employer/Consultants


representative as per mutually agreed programme in prescribed proforma with 15
days margin, giving details of equipment 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/Consultant and copies
shall be made available to Employer/Consultant before hand for undertaking
inspection.

40.3

The contractor shall ensure full and free access to the inspection Engineer of
Employer/Consultant at the Contractors or their sub-contractors premises at any
time during contract period to facilitate him to carry out inspection and testing
assignments.

40.4

The contractor/ sub-contractor shall provide all instruments, tools, necessary testing
and other inspection facilities to inspection engineer of Employer/Consultant free of
cost for carrying out inspection.

40.5

Where facilities for testing do not exist in the Contractors/ sub-contractors


laboratories, samples and test pieces shall be drawn by the Contractor/ SubContractor in presence of Inspection Engineer of a Employer/Consultant and duly
sealed by the later and sent for testing in Government approved Test House or any
other testing laboratories approved by the Inspection Engineer at the Contractors
cost.

41.0

FINAL INSPECTION

41.1

After completion of all tests as per specification the whole work will be subject to a
final inspection to ensure that job has been completed as per requirement. If any
defects noticed in the work attributable to Contractor, the Contractor at his own cost
shall attend these, as and when the Employer/Consultant brings them to his notice.
The Employer/Consultant shall have the right to have these defects rectified at the
risk and cost of the contractor if he fails to attend to these defects immediately

42.0

COMPENSATION FOR EXTENDED STAY

42.1

The clause no. 87 (vi) of GCC is modified to the following extent:

42.1.1 In case the time of completion of work is delayed beyond the time schedule indicated
in the bidding document plus a grace period equivalent to 1/5th of the time schedule
or 8 weeks whichever is more, due to reasons solely attributable to

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 23 of 40

147

Employer/Consultant, the contractor shall be paid extended stay compensation in


order to maintain necessary organizational set up and construction tools, tackles,
equipments etc. at site of work. The bidder shall mention the rate for such extended
stay compensation per month in the 'Priced Part" which will be considered for
evaluation. The period for the purpose of evaluation shall be 1/5th of the time
schedule or 1 (One) month whichever is less.
42.1.2 In case bidder does not indicate the rate for extended stay compensation as per the
proforma in Priced Part, it will be presumed that no extended stay compensation is
required to be paid to the contractor.
42.1.3 In case the completion of work is delayed beyond a period of one month after the
grace period then both the Employer/Consultant and the Contractor shall mutually
decide the future course of action including payment of further extended stay
compensation.
42.1.4 Bidder to note that in case they don't indicate the rate for extended stay
compensation as per proforma, provisions of clause no. 42.0 will not be applicable for
them.
43.0

COMPUTERIZED CONTRACTORS BILLING SYSTEM

43.1

Without prejudice to stipulation in General Conditions of Contract, Contractor should


follow following billing system.

43.2

The bills will be prepared by the contractors on their own PCs as per the standard
formats and codification scheme proposed by GAIL/MECON. The contractors will be
provided with data entry software to capture the relevant billing data for subsequent
processing. Contractors will submit these data to GAIL/MECON in an electronic
media along with the hard copy of the bill, necessary enclosures and documents. The
contractor will also ensure the correctness and consistency of data so entered with
the hard copy of the bill submitted for payment.

43.3

Employer/Consultant will utilize these data for processing and verification of the
Contractor's bill and payment."

44.0

TEMPORARY WORKS

44.1

All Temporary and ancillary works including enabling works connected with the work
shall be responsibility of the Contractor and the price quoted by them shall be
deemed to have included the cost of such works which shall be removed by the
contractor at his cost, immediately after completion of his work.

45.0

DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE

45.1

To distinguish between work in foundations and superstructures, the following criteria


shall apply:

45.1.1 For all Equipment pedestals, pipe racks, other foundation and R.C.C. Structures,
work done upto 300 mm level above finished grade level will be taken as work in
foundations and work above this level will be treated as work in superstructures and
payments would be made accordingly.
45.1.2 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

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 24 of 40

148

treated as "Work in superstructure".


45.1.3 Irrespective of what has been stated above, all pavements, R.C.C. Retaining wall, all
pipe sleepers and any similar item would be taken as work done in foundations
irrespective of locations, nomenclature and levels given anywhere.
45.1.4 Where not specifically pointed out all works in Cellars/ sumps, Tank Pads, Cable
trenches, or such similar item would be taken as work in foundation.
46.0

QUALITY ASSURANCE/ QUALITY CONTROL

46.1

Bidder shall include in his offer the Quality Assurance Programme containing the
overall quality management and procedures, which is required to be adhered to
during the execution of contract. After the award of the contract detailed quality
assurance programme shall be prepared by the contractor for the execution of
contract for various works, which will be mutually discussed and agreed to.

46.2

The Contractor shall establish document and maintain an effective quality assurance
system outlined in recognised codes.

46.3

Quality Assurance System plans/procedures of the Contractor shall be furnished in


the form of a QA manual. This document should cover details of the personnel
responsible for the Quality Assurance, 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 and quality assurance of the construction activities, at all stages of work at
site as well as at manufacture's works and dispatch of materials.

46.4

The Employer/Consultant/Consultant or their representative shall reserve the right to


inspect/witness, review any or all stages of work at shop/site as deemed necessary
for quality assurance.

46.5

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 carryout the work as per standards and all code requirements.
In case Engineer-in-Charge feels that Contractor's QA/QC Engineer(s) are
incompetent or insufficient, contractor has to deploy other experienced Engineer(s)
as per site requirement and to the full satisfaction of Engineer-In-Charge.

46.6

In case contractor fails to follow the instructions of Engineer-in-charge with respect to


above clauses, next payment due to him shall not be released unless until he
complies with the instructions to the full satisfaction of Engineer-in-charge.

46.7

The Contractor shall adhere to the quality assurance system as per MECON
Specification enclosed in the Bidding Document as Annexure-6.

47.0

HEALTH SAFETY AND ENVIRONMENT (HSE) MANAGEMENT

47.1

The Contractor, during entire duration of the Contract, shall adhere to HSE
requirement as per spec. enclosed in the bidding document as Annexure-7.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 25 of 40

149

48.0

SITE CLEANING

48.1

The Contractor shall clean and keep clean the work site from time to time to the
satisfaction of the Engineer-in-Charge for easy access to work site and to ensure
safe passage, movement and working.

48.2

If the work involves dismantling of any existing structure in whole or part, care shall
be taken to limit the dismantling up to the exact point and/or lines as directed by the
Engineer-in-Charge and any damage caused to the existing structure beyond the
said line or point shall be repaired and restored to the original condition at the
Contractor's cost and risks to the satisfaction of the Engineer-in-Charge, whose
decision shall be final and binding upon the Contractor.

48.3

The Contractor shall be the custodian of the dismantled materials till the Engineer-inCharge takes charge thereof.

48.4

The Contractor shall dispose off the unserviceable materials, debris etc. to any area
as decided by the Engineer-in-Charge.

48.5

The Contractor shall sort out, clear and stack the serviceable materials obtained from
the dismantling/renewal at places as directed by the Engineer-in-Charge.

48.6

No extra payment shall be paid on this account.

49.0

COMPLETION DOCUMENTS

49.1

Notwithstanding the provisions contained in standard specification, upon completion


of work, the Contractor shall complete all of the related drawings to the "AS BUILT"
stage (including all vendor/sub-vendor drawings for bought out items), all Free Issue
Material (FIM) documents and provide the Owner / Consultant, the following :
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)

49.2

One complete set of all original tracings.


One complete set of full size reproducible.
One complete set of reduced size (279mm x 432mm) prints.
One complete set of microfilm of all original drawings.
Six complete sets of reduced size (279mm x 432mm) prints.
Six complete bound sets of Contractors specification including design
calculations.
Three copies of daily progress report.
Three sets of all raw data collected/generated for and during execution of the
entire job.
Electronic Geometry Pigging results & reports as specified in technical
document.
Edited master videotape plus six VHS format copies.

Completion Document

49.2.1 The following documents shall be submitted in hard binder by the CONTRACTOR in 6
(Six) sets, as a part of completion documents:
i)
ii)
iii)
iv)
v)

Welding Procedure Qualification Report.


Welder Qualification Report.
Radiographic Procedure Qualification.
Radiographic Report along with radiographs (Radiographs only with the original).
Batch Test Certificate from manufacturers for electrodes.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 26 of 40

150

vi)
vii)
viii)
ix)
x)
xi)

Hydrostatic and other test results & reports.


Electronic Geometry Pigging results & reports as specified in technical document.
Pre-commissioning/ Commissioning checklist.
All other requirements as specified in the respective specifications.
As built drawings.
Any other drawing/document/report specified elsewhere in the bidding document

Note : The Contractor shall be eligible to apply for issue of completion certificate after
submission of completion documents as mentioned above.
50.0

COORDINATION WITH OTHER AGENCIES

50.1

Work shall be carried out in such a manner that the work of other agencies operating
at the site is not hampered due to any action of the Contractor. Proper coordination
with other agencies will be Contractor's responsibility. In case of any dispute, the
decision of Engineer-in-Charge shall be final and binding on the Contractor.

51.0

SETTLEMENT OF DISPUTE BETWEEN TWO PSUs

51.1

In the event of any disputes or difference relating to the interpretation and application
of the provisions of the contracts, such disputes or differences shall be referred by
either party to the Arbitration in the Department of Public Enterprises nominated by
the Secretary to the Govt. of India in charge of the Board of Public Enterprises, Govt.
of India. The Arbitration and Conciliation of shall not be applicable to such arbitration.
The award of the Arbitrator shall be binding upon the parties to the dispute, provided,
however, any party aggrieved by such award may make a further reference for
setting aside or revision of the award to the Law Secretary, Ministry of Law and
Justice, Government of India. Upon such reference the dispute shall be decided by
the Law Secretary or the Special/ Additional Secretary when so authorized by the
Law Secretary whose decision shall bind the parties finally and conclusively. The
parties to the dispute will share equally the cost of arbitration as intimated by the
Arbitrator.

52.0

UNDERGROUND AND OVERHEAD STRUCTURES

52.1

The information to possible extent regarding existing structures/overhead lines,


existing pipelines and utilities are already indicated on alignment sheets. Over and
above contractor may encounter other structure/pipelines/ OFC etc. which may not
be appearing on alignment sheet, the contractor is required to collect such
information on his own before commencing the work. The Contractor shall execute
the work in such a manner that the said structures, utilities, pipelines etc. are not
disturbed or damaged, and shall indemnify and keep indemnified the
Employer/Consultant from and against any destruction thereof or damages thereto.

53.0

TEST CERTIFICATES

53.1

Bidder shall be required to submit recent test certificates for the material being used
in works from the recognised laboratories. These certificates should indicate all
properties of the materials as required in relevant IS Standards or International
Standards.

53.2

Contractor shall also submit the test certificate with every batch of material supplied
which will be approved by Engineer-in-Charge. No secured advance will be given for
the materials not having test certificate. In case any test is to be carried out, the
same shall be got done in the approved laboratory at the cost of contractor.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 27 of 40

151

54.0

ROYALTY

54.1

Contractor's quoted rate should include the royalty on different applicable items as
per the prevailing Government rates. In case, Employer/Consultant is able to obtain
the exemption of Royalty from the State Government, the contractor shall pass on
the same to Employer/Consultant for all the items involving Royalty.

55.0

EXCAVATION BY BLASTING

55.1

The Contractor shall obtain licence from the District authorities for undertaking
blasting work as well as for obtaining and storing the explosive as per Explosive
Rules 1940, corrected up to date. He shall purchase the Explosives, fuses,
detonators etc. only from a licensed dealer. He shall be responsible for the safe
custody and proper accounting of the explosive materials. The Engineer-in-Charge
and his authorised representative shall have the access to check the contractor's
store of explosives and his accounts. In case where the explosive are required to be
transported and stored at site, relevant clauses of the Explosive rules 1940 as
amended subsequently shall apply. The Contractor shall be responsible for any
accident to workman, public or property, due to blasting operations.

56.0

SITE FACILITIES FOR WORKMEN

56.1

Following facilities are to be ensured at all work places where workmen are
deployed/engaged by Contractor.
i)
ii)
iii)
iv)
v)

Arrangement of first aid


Arrangement for clean drinking water.
Toilets
Canteen where tea & snacks are available
A creche where 10 or more women workmen are having children below the
age of 6 years.

57.0

EXECUTION OF ELECTRICAL WORKS

57.1

The Contractor shall engage an approved electrical agency for execution of electrical
works, holding valid electrical contractor licence. In case contractor himself executes
electrical works then he shall arrange valid electrical contractor licence before start of
electrical works at site. Not withstanding , contractor shall adhere to all the safety
standard as included in bidding document.

58.0

HYDROSTATIC TESTING

58.1

The bidder as per the Technical specification along with their offer taking into account
the completion schedule shall furnish the detailed procedure proposed for the
hydrostatic testing of pipeline. The necessary piping, pumps etc. shall be provided by
the contractor. The final disposal of water after testing shall be contractor's
responsibility and should be in such a way that neither the traffic movement even
pedestrians nor the standing crop in nearby fields gets affected. Suitable drains shall
be provided for this purpose as directed by the Engineer-in-Charge within the
contracted prices.

58.2

The Contractor shall propose and obtain approval of Engineer-in-Charge for exact
number of test sections, based on drawings, availability of water for hydro testing and
keeping in view other exigencies, if any before starting hydro testing work. The

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 28 of 40

152

Contractor will carryout the hydrostatic test for approved number of test section
including preparation for test and tie-ins, without any time and cost implication on this
account to Employer/Consultant.
59.0

ARBITRATION

59.1

Clause No.107.0 of GCC pertaining to Arbitration shall be replaced by the following:-

59.1.1 All disputes, controversies, or claims between the parties (except in matters where
the decision of the Engineer-in-Charge is deemed to be final and binding) which
cannot be mutually resolved within a reasonable time shall be referred to Arbitration
by sole arbitrator.
59.1.2 The Employer/Consultant (GAIL) shall suggest a panel of three independent and
distinguished persons to the other party (Bidder/Contractor/ Supplier/Buyer as the
case may be) to select any one among them to act as the sole Arbitrator.
59.1.3 In the event of failure of the other party to select the sole Arbitrator within 30 days
from the receipt of the communication suggesting the panel of arbitrators, the right of
selection of sole Arbitrator by the other party shall stand forfeited and the
Employer/Consultant shall have discretion to proceed with the appointment of the
sole Arbitrator. The decision of the Employer/Consultant on the appointment of Sole
Arbitrator shall be final and binding on the parties.
59.1.4 The award of the Sole Arbitrator shall be final and binding on the parties and unless
directed/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings
shall be shared equally by the Parties. The arbitration proceeding shall be in English
language and the venue shall be at New Delhi, India.
59.1.5 Subject to the above, the provisions of (Indian) Arbitration & Conciliation Act, 1996
and the rules framed there under shall be applicable.
59.1.6 All matters relating to this contract are subject to the exclusive jurisdiction of the
Courts situated in the State of Delhi (India).
59.1.7 Bidders/ Supplier/ Contractors may please note that the Arbitration & Conciliation
Act, 1996 was enacted by the Indian Parliament and is based on United Nations
Commission on International Trade Law (UNCITRAL, model law), which were
prepared after extensive consultation with Arbitral Institutions and centres of
International Commercial Arbitration. The United Nations General Assembly vide
resolution 31/98 adopted the UNCITRAL Arbitration rules on 15 December 1976.

59.1.8

DISPUTE RESOLUTION

59.1.8.1

GENERAL
Any dispute(s)/ difference(s)/issue(s) of any kind whatsoever between/
amongst the Parties arising under/ out of/ in connection with this agreement
shall be settled in accordance with provisions of this Article.

59.1.8.2

INVITATION FOR CONCILIATION

59.1.8.2.1

In case of any dispute(s)/ difference(s)/issue(s), as mentioned above, a Party


shall notify the other party(ies) in writing about such a dispute(s)/

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 29 of 40

153

difference(s)/issue(s) between/ amongst the Parties and that such a Party


wishes to refer the dispute(s)/ difference(s)/issue(s) to Conciliation. Such
Invitation for Conciliation shall contain sufficient information as to the
dispute(s)/ difference(s)/issue(s) to enable the other Party (ies) to be fully
informed as to the nature of the dispute(s)/ difference(s)/issue(s), the amount
of monetary claim, if any, and apparent cause(s) of action.

59.1.8.2.2

Conciliation proceedings commence when the other Party(ies) accept(s) the


invitation to conciliate. If the acceptance is made orally, It is advisable that it
be confirmed in writing. If the other Party(ies) reject(s) the invitation, there will
be no conciliation proceedings.

59.1.8.2.3

If the Party initiating conciliation does not receive a reply within thirty days
from the date on which he/she sends the invitation, or within such other
period of time as specified in the invitation, he/she may elect to treat this as a
rejection of the invitation to conciliate. If he/ she so elects, he/she shall inform
to other Party(ies) accordingly.

59.1.8.3

CONCILIATION

59.1.8.3.1

Where Invitation for Conciliation has been furnished under Article 2, the
Parties shall attempt to settle such dispute(s) amicably under Part-III of the
Indian arbitration and Conciliation Act, 1996 and GAIL (India) Limited
Conciliation Rules, 2010. It would be only after exhausting the option of
Conciliation as an Alternate Dispute Resolution Mechanism that the Parties
hereto shall go for Arbitration as per the provisions of arbitration clause. For
the purpose of this Article, the option of Conciliation shall be deemed to have
been exhausted, even in case of rejection of Conciliation by any of the
Parties.

59.1.8.3.2

For dispute(s)/ difference(s)/issue(s) pending before Arbitral of Judicial


proceeding, pendency of such proceeding shall not constitute any bar on
commencement of Conciliation proceeding and Invitation for Conciliation
under Article 2, even if the Conciliation proceedings under this Article are on
the same subject matter(s)/ issue(s) as the Arbitral or Judicial proceedings.

59.1.8.3.3

The cost of Conciliation proceeding including but not limited to fees for
Conciliator(s), Airfare, Local Transport, Accommodation, cost towards
conference facility etc. shall be borne by the Parties equally.

59.1.8.3.4

The Parties shall freeze claims (s) of interest, if any, and shall not claim the
same during pendency of Conciliation proceedings.

The Settlement Agreement, as and when reached/ agreed upon, shall be signed
between the Parties and Conciliation proceeding shall stand terminated on the date
of the Settlement Agreement.
60.0

MAKE OF MATERIALS

60.1

The materials required to be supplied by the contractor under this contract shall be
procured only from Employer/Consultant approved vendors. Where the makes of
materials are not indicated in the Bidding document contractor shall furnish the
details of makes and shall obtain prior approval of Engineer-in-Charge of
vendors/sub-vendors before placing order.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 30 of 40

154

61.0

ADDITIONAL WORKS/ EXTRA WORKS

61.1

Employer/Consultant reserves their right to execute any additional works/ extra


works, during the execution of work, either by themselves or by appointing any other
agency, even though such works are incidental to and necessary for the completion
of works awarded to the Contractor. In the event of such decisions taken by
Employer/Consultant Contractor is required to extend necessary cooperation, and act
as per the instructions of Engineer-in-Charge.

62.0

COMPENSATION FOR DELAY / PRICE REDUCTION SCHEDULE FOR ANY


DELAY

62.1

Clause No: 27.0 of GCC, pertaining to Compensation For Delay (Liquidated


Damages) stands modified to the following extent:

62.1.1 The contractual completion period is as given in the Invitation for Bids and
subdivided into two parts:
i)

ALL WORKS (PIPING & TERMINAL) INCLUDING MECHANICAL


COMPLETION, PRE-COMMISSIONING (INCLUDING EGP) & MAKING
READY FOR COMMISSIONING.

ii)

COMMISSIONING AND GAS-IN INCLUDING ALL STATIONS / TERMINALS.

62.1.2 The total liability of the Contractor to Employer/ Consultant under sub clause no.
62.1.1 on Compensation for Delay/Liquidated Damages shall not exceed 5% (Five
Percent) of contract value. The compensation on account of any liability (ies) other
than above shall be as per provisions of Bidding Documents.
62.1.3 In case the Contractor achieves the contractual completion period for commissioning
of the pipeline, the already deducted amount against deductions on account of
MCEDS shall be refunded. However, in case the contractor fails to achieve the
contractual completion period for commissioning of the pipeline, the already
deducted amount shall not be refunded.
63.0

PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM


The following schedules/documents/reports shall be prepared and submitted by the
Bidder/Contractor for review/approval at various stages of the contract.

63.1

After the Award of Contract


a)

Time Schedule
The Completion Time Schedule for the work (including mobilization period) as
per Annexure-3 to SCC of Tender in all respect, from the date of issue of
telex/telegram/letter/Fax of Intent.
The Bidder is required to submit a Project Time Schedule in Primavera. The
Schedule shall cover all aspects like sub-ordering, manufacturing and delivery,
indicated in the Bid Document. The Owner interface activities shall be clearly
identified with their latest required dates. Owner reserves the right to disqualify
the Bidder if the above Schedule submitted by the Bidder is not in line with the
over all Project requirement.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 31 of 40

155

b)

Scheduling & Monitoring System


The Bidders should describe their system of Project Scheduling and monitoring,
the extent of computerization, level of detailing, tracing methodology etc. with
the name of computer package and sample outputs.

c)

Overall Project Schedule


The Contractor shall submit within 1 week of Fax of Intent, a sufficiently detailed
over all Project Schedule in the activity network form, clearly indicating the major
milestones, interrelationship/ interdependence between various activities
together with analysis of critical path and floats.
The network will be reviewed and approved by Engineer- in-Charge and the
comments if any shall be incorporated in the network before issuing the same
for implementation. The network thus finalised shall form part of the contract
document and the same shall not be revised without the prior permission from
Engineer-in- Charge during the entire period of contract.

d)

Progress Measurement Methodology


The contractor is required to submit within 1 week of award of WORK, the
methodology of progress measurement of sub-ordering, manufacturing/
delivery, sub- contracting construction and commissioning works and the basis
of computation of overall services/physical progress informed. Owner reserves
the right to modify the methodology in part or in full.

e)

Functional Schedules
The contractor should prepare detailed functional schedules in line with network
for functional monitoring and control and submit scheduled progress covers for
each function viz. ordering, delivery and construction.

63.2

Project Review Meetings


The Contractor shall present the programme and status at various review
meetings as required.
a)

Weekly Review Meeting


Level of
Participation

Contractors/Consultants RCM/
Site Incharge & Job Engineers.

Agenda

a)

b)
c)
Venue

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Weekly programme v/s actual


achieved in the past week &
programme for next week.
Remedial Actions and hold up
analysis.
Client query/ approval.

Site Office

Page 32 of 40

156

b)

63.3

Monthly Review Meeting


Level of
Participation

Senior Officers of GAIL/MECON and


Contractors.

Agenda

a)
b)
c)
d)
e)
f)

Venue

GAIL/MECON Office/ Site


discretion of Owner/ MECON

Progress Status/ Statistics


Completion Outlook
Major hold ups/slippages
Assistance required
Critical issues
Client query/ approval
at

the

Progress Reporting Proforma


A)

Monthly Progress Report


This report shall be submitted on a monthly basis within 10 (ten)
calendar days from cut-off date, as agreed upon covering overall
scenarios of the work. The report shall include, but not limited to the
following :
a)
b)
c)

d)
e)
f)
g)
B)

Brief Introduction of the work.


Activities executed/ achievements during the month.
Schedule versus actual percentage progress and progress
curves for Detail Engg. Sub-ordering, Manufacturing/ Delivery,
Sub-contracting, Construction, Commissioning and Overall and
quantum wise status & purchase orders against schedule.
Area of concern/ problem/ hold-ups, impacts and action plans.
Resources deployment status.
Annexures giving status summary for drawings, MRs,
deliveries, sub-contracting and construction.
Procurement status for items to be supplied by Contractor.

Weekly Reports
The report will be prepared and submitted by the Contractor on weekly basis
and will cover following items :
a)
b)
c)
d)
e)

C)

Activities programmed and completed during the week.


Resource deployed men and machines.
Quantities achieved against target in construction
Record of Mandays lost.
Construction percentage progress schedule and actual.

Daily Repots
a)
b)
c)

Activity programme for the day


Progress of the previous day and commutative progress.
Manpower & machinery deployed.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 33 of 40

157

63.4

Progress Reports

63.4.1

CONTRACTOR shall make every effort to keep the OWNER adequately


informed as to the progress of the WORK throughtout the CONTRACT period.
CONTRACTOR shall keep the OWNER informed well in advance of the
construction schedule so as to permit the OWNER to arrange for requisite
inspection to be carried out in such a manner as to minimize interference with
progress of WORK. It is imperative that close coordination be maintained with
the OWNER during all phases of WORK.

63.4.2

By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER a
detailed report covering the progress as of the last day of the previous month.
These reports will indicate actual and scheduled percentage of completion of
construction as well as general comments of interest or the progress of various
phases of the WORK. The frequency of progress reporting by the
CONTRACTOR shall be weekly.

63.4.3

Once a week, CONTRACTOR shall submit a summary of the WORK


accomplished during the preceding week in form of percentage completion of
the various phases of the WORK, to the OWNER.

63.4.4

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 be required by the OWNER and shall be
submitted in at least 3 (three) copies.

63.4.5

Contractor shall prepare daily progress report (DPR) in the desired format and
submit it to Engineer-in-charge alongwith schedule of next day to Engineer-incharge.

64.0

RESPONSIBILITY OF CONTRACTOR

64.1

It shall be the responsibility of the Contractor to obtain the approval for any revision
and/or modifications decided by the Contractor from the Employer/Consultant/
Engineer-in-charge before implementation. Also such revisions and/or modifications
if accepted/ approved by the Employer/Consultant/Engineer-in-charge shall be
carried out at no extra cost to the Employer/Consultant. Any changes required during
and/or after approval for detailed construction drawings due to functional
requirements or for efficient running of system keeping the basic parameters
unchanged and which has not been indicated by the Contractor in the data/drawings
furnished along with the offer will be carried out by the Contractor at no extra cost to
the Employer/Consultant.

64.2

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 separate payments on account of such expenses shall be entertained.

64.3

It shall be entirely the Contractor's responsibility to provide, operate and maintain all
necessary construction equipments, scaffoldings and safety gadgets, cranes and
other lifting tackles, tools and appliances to perform the work in a workman like and
efficient manner and complete all the jobs as per time schedules.

64.4

Preparing approaches and working areas for the movement and operation of the
cranes, levelling the areas for assembly and erection shall also be the responsibility

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 34 of 40

158

of the Contractor. The Contractor shall acquaint himself with access availability,
facilities such as railway siding, local labour etc. to provide suitable allowances in his
quotation. The Contractor may have to build temporary access roads to aid his own
work, which shall also be taken care while quoting for the work.
64.5

The procurement and supply in sequence and at the appropriate time of all materials
and consumables shall be entirely the Contractor's responsibility and his rates for
execution of work will be inclusive of supply of all these items.

65.0

CHECKING OF LEVELS

65.1

The Contractor shall be responsible for checking levels, orientation plan of all
foundations, foundation bolts, etc., well in advance of taking up the actual erection
work and bring to the notice of Engineer-in-Charge discrepancies, if any. In case of
minor variations in levels etc. the Contractor shall carry out the necessary
rectifications to the foundations within his quoted price.

65.2

The Contractor shall also be responsible for checking with templates, wherever
necessary, the disposition of foundation bolts with the corresponding bases of
structure and shall effect rectifications, as directed, within his quoted rate.

66.0

STORAGE FACILITIES

66.1

The Contractor shall maintain wherever required an air-conditioned room for the
storage of the instruments as well as for calibration and testing of the instruments at
his own cost. The contractor shall provide these facilities with in the quoted price.

67.0

ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)

67.1

Clause No. 20.0 of GCC is modified to the following extent:

67.2

"In items rate contract where the quoted rates for the items exceed 50% of the
owners/ estimated rates, such items will be considered as Abnormally High Rates
Items (AHR) and payment of AHR items beyond the SOR stipulated quantities shall
be made at the least of the following rates:
i)
ii)

Rates as per SOR, quoted by the Contractor.


Rate of the item, which shall be derived as follows:
a)

b)

Based on rates of machine and labour as available from the contract


(which includes contractor's supervision, profit, overheads and other
expenses).
In case rates are not available in the contract, rates will be calculated
based on prevailing market rates of machine, material and labour plus
15% to cover contractor's supervision profit, overhead & other
expenses.

68.0

INSURANCE FOR FREE ISSUE MATERIAL

68.1

Contractor shall at his own expense arrange, secure and maintain insurance cover
for Employer/Consultants supplied free issue materials as defined in Bidding
Document. Contractors quoted price shall be inclusive of all costs on account of
insurance liabilities covered under the Contract. Contractor to note that the
beneficiary of insurance cover shall be GAIL (India) Limited (GAIL). The insurance
cover of the free issue material shall be for the period from the date of handing over

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 35 of 40

159

the material to Contractor from Employer/Consultant's designated place of issue/


dumpsite to date of handing over the completed work to Employer/Consultant. The
approximate cost of free issue material for each Section is as below:
Section-I: INR 123 Cr / USD 26.68 Million
Section-II: INR 64 Cr. / USD 13.88 Million
68.2

The schedule of insurance cover for free issue materials given above stands revised
as follows:
Upto 3 Months
After 3 Months Upto 5 Months
Beyond 5 Months

25% of value
70% of value
100% of value

The percentage breakup is indicative in nature which may vary as per the material
receipt.
69.0

INSURANCES IN INDIA

69.1

In addition to the insurance covers specified in the General Conditions of Contract to


be obtained and maintained by the Contractor, Contractor shall at his own expense
arrange, secure and maintain insurance with reputable insurance companies to the
satisfaction of the Employer/Consultant as may be necessary and to its full value for
all such amounts to protect the works in progress from time to time and the interest of
Employer/Consultant against all risks as detailed herein. The form and the limit of
such insurance as defined herein together with the under writer works thereof in each
case should be as acceptable to the Employer/Consultant. However, irrespective of
work acceptance, the responsibility to maintain adequate insurance coverage at all
times during the period of Contract shall be that of Contractor alone. Contractors
failure in this regard shall not relieve him of any of his responsibilities and obligations
under Contractor.

69.2

Any loss or damage to the equipment during ocean transportation, port/custom


clearance, inland and port handling, inland transportation, storage, erection and
commissioning till such time the Work is taken over by Employer/Consultant, shall be
to the account of Contractor. Contractor shall be responsible for preferring of all
claims and make good for the damage or loss by way of repairs and/or replacement
of the parts of the Work damaged or lost. Contractor shall provide the
Employer/Consultant with a copy of all insurance policies and documents taken out
by him in pursuance of the Contract. Such copies of documents shall be submitted to
the Employer/Consultant immediately upon the Contractor having taken such
insurance coverage. Contractor shall also inform the Employer/Consultant at least 60
(Sixty) days in advance regarding the expiry cancellation and/or changes in any of
such documents and ensure revalidation/renewal etc., as may be necessary well in
time.

69.3

Statutory clearances, if any, in respect of foreign supply required for the purpose of
replacement of equipment lost in transit and/or during erection, shall be made
available by the Employer/Consultant. Contractor shall, however, be responsible for
obtaining requisite licenses, port clearances and other formalities relating to such
import. The risks that are to be covered under the insurance shall include, but not be
limited to the loss or damage in handling, transit, theft, pilferage, riot, civil commotion,
weather conditions, accidents of all kinds, fire, war risk (during ocean transportation
only) etc. The scope of such insurance shall cover the entire value of supplies of
equipments, plants and materials to be imported from time to time.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 36 of 40

160

69.4

All costs on account of insurance liabilities covered under this Contract will be to
Contractors account and will be included in Contract Price. However, the
Employer/Consultant may from time to time, during the currency of the Contract, ask
the Contractor in writing to limit the insurance coverage risk and in such a case, the
parties to the Contract will agree for a mutual settlement, for reduction in Value Of
Contract to the extent of reduced premium amounts.

69.5

Contractor as far as possible shall cover insurance with Indian Insurance Companies,
including marine Insurance during ocean transportation.

70.0

INSURANCE IN FOREIGN COUNTRIES

70.1

The Contractor shall at his own cost arrange, secure and maintain separate
insurance cover from the reputable insurance companies, for all such amounts and
for such periods as may be necessary to protect the works, Contractor and subcontractors personnel and the interests of the Employer/Consultant as per applicable
laws of land.

70.2

The form and the limit of insurance cover taken by Contractor shall be satisfactory to
Employer/Consultant and one copy of all insurance policies and related documents
shall be submitted to Employer/Consultant, immediately on execution. Contractor
shall inform Employer/Consultant at least 60 days before any insurance policies
expire or are cancelled or changed.

71.0

BANK GUARANTEES

71.1

The provision relating to submission of Bank Guarantee from any Nationalized Bank
wherever appearing in above documents stand replaced by the following:

i)

Bank guarantees towards Bid Security from any Indian scheduled bank or a branch
of an International bank situated in India and registered with Reserve Bank of India
as scheduled foreign bank in case of Indian bidder and from any reputed
International Bank or Indian scheduled bank in case of foreign bidder, may be
accepted. However, other than the Nationalized Indian Banks, the banks whose BGs
are furnished, must be commercial banks having net worth in excess of Rs.1000
Million and a declaration to this effect should be made by such commercial bank
either in the bank guarantee itself or separately on a letter head.

ii)

Similarly, bank guarantees towards Performance and Advance Payments may be


accepted from any Indian scheduled bank or a branch of an International bank
situated in India and registered with Reserve Bank of India as scheduled foreign
bank in case of Indian bidder as well as foreign bidder. However, other than the
Nationalised Indian Banks, the banks whose BGs are furnished, must be commercial
banks having net worth in excess of Rs.1000 Million and a declaration to this effect
should be made by such commercial bank either in the bank guarantee itself or
separately on a letter head.

iii)

Guarantee towards Bid Security/Contract and Equipment Performance / Advance


Payment may also be acceptable from All India Level Public Financial Institution on
case to case basis meeting the following criteria :
a)
The Institution is All India Level Public Financial Institution.
b)
It should be rated AAA by any rating agency like CRISIL.
c)
The Institution should be authorised by way of Law/its memorandum to issue
such guarantee.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 37 of 40

161

72.0

SUBMISSION OF COLOURED PHOTOGRAPHS

72.1

The Contractor shall shoot, prepare and submit coloured photographs in 2 sets to
MECON site office along with monthly progress report covering all the activities of
pipeline constructions highlighting the progress or other areas of work. Similarly
photographs for problem areas should be submitted well in advance with a proposed
methodology to execute the works and meet the construction schedule. The cost of
same shall be deemed to be inclusive in the rates and no separate payment shall be
made.

73.0

DISPOSAL OF EMPTY OFC CABLE DRUM


Deleted

74.0

VIDEOTAPE

74.1

Contractor shall develop and submit a videotape of three hours duration covering the
construction activities showing the nature and magnitude of the work. The tape shall
be shot and edited to Indian broadcast standards. Videotape recorded in field shall
be shot by professional camerapersons and shall meet the technical standards of the
Hi-8 format or better. Tape shall cover, but not limited to the following construction
activities:
Mobilisation of equipment/ machinery
ROW cleaning/grading
Trenching
Stringing
Semi Automatic Welding
Radiography
Joint Coating
Pipe laying
Back filling
River crossings
Rail/Road/Canal crossings
Hydrotesting Pre-drying and drying
Restoration of ROU
Laying of optical fibre cable
Various construction and installation at sectionalising valve stations etc.

74.2

Videotape shall also have coverage on new/special techniques used in the Contract
and major problems encountered, if any, and the measures taken to resolve them.
The tape shall be supplemented with suitable narration and subtitles explaining the
job, techniques and methodology, etc. The video shall be prepared with two narration
tracks, one in Hindi one in English. Professional narrators shall voice both. The script
shall include explanations of job activities, techniques used methodologies etc.
Elements of the video programme sequencing and editing techniques shall be
discussed with Employer/Consultant and mutually agreed to before videotaping
begins.
Draft script shall be submitted to Employer/Consultant for approval before editing
commences.

74.3

Following completion of editing and review and approval of programme by


Employer/Consultant, Contractor shall deliver edited master tape to
Employer/Consultant plus six VHS-Format copies of the programme

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 38 of 40

162

75.0

SINGLE POINT RESPONSIBILITY

75.1

The entire work as per scope of work covered under this contract shall be awarded on
single point responsibility basis.

76.0

SPARES

76.1

Contractor shall procure and supply all spare parts required during commissioning of the
various items / materials supplied by him as enumerated in the Bidding Document. The
quoted lumpsum prices shall be deemed to have been inclusive of all such provision of
commissioning spares, required till commissioning of such items. Contractor shall make
available all the commissioning spares required at site at least 4 (four) weeks before start
of commissioning. However, listed spares not used during commissioning shall be
handed over to Employer at their designated place. Contractor shall also supply
commissioning spares not listed but required during commissioning within the contracted
price.

76.2

In addition to above, special tools & tackles required, if any, for operation & maintenance
shall also be supplied by the Contractor and the quoted prices shall be deemed to have
been inclusive of all such provisions.

77.0

BUILDING AND OTHER CONSTRUCTION WORKERS ACT

77.1

In order to govern welfare and working conditions of labourers engaged in construction


activities, the Building and other Construction Workers (Regulation of Employment and
Conditions of Service RE &CS) Act, 1996 came into force. RE&CS Act1996 is
applicable in respect of building and other construction work. Wherever applicable, The
SUB-CONTRACTOR shall strictly comply with the following provisions pertaining to RE
&CS Act1996.

a.

The SUB-CONTRACTOR must be registered with the concerned authorities under the
Building and Other Construction Workers (RE&CS) Act, 1996 or in case of nonregistration; the SUB-CONTRACTOR should obtain registration within one month of the
award of contract.

b.

The SUB-CONTRACTOR shall be responsible to comply with all provisions of the


Building and Other Construction Workers (RE&CS) Act, 1996, the Building and Other
Construction Workers Welfare Cess Act, 1996, the Building and other Construction
Workers (RE&CS) Rules, 1998 and the Building and Other Construction Workers
Welfare Cess Rules, 1998.

c.

Cess as per the prevailing rate, shall be deducted at source from bills of the SUBCONTRACTOR by the engineer-in-Charge of the contract and remitted to the Secretary,
Building and Other Construction Workers Welfare Board of the concerned State. The
SUB-CONTRACTOR shall be responsible to submit final assessment return of the cess
amount to the assessing officer after adjusting the cess deducted at source.

78.0

BONUS FOR EARLY COMPLETION

78.1

The Clause 27.3 of GCC for Bonus for early completion shall not be applicable in this
Contract.

79.0

REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS

79.1

All Foreign nationals coming to India for execution of Projects/ Contracts will have to
apply for Employment Visa only and that grant of Employment Visa would be subject to
strict adherence of following norms:

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 39 of 40

163

79.1.1 Employment Visa is granted only for the skilled and qualified professionals or to a person
who is being engaged or appointed by a Company, Organisation, Industry or Undertaking
etc. in India on contract or employment basis at a senior level, skilled position such as
technical expert, senior executive or in managerial position etc.
79.1.2 Request for Employment Visa for jobs for which large number of qualified Indians are
available, is not considered.
79.1.3 Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/
clerical jobs.
79.2

CONTRACTORS are advised in their own interest to check latest Visa rules from Indian
Embassy/ High Commission in their country in case Foreign nationals are required to be
deputed to India during execution of the Contract.

80.0

REQUIREMENT OF PAN FOR FOREIGN BIDDER

80.1

In case of Foreign Bidder, it is mandatory to furnish Permanent Account Number (PAN),


as per the Indian Income Tax requirements, failing which Foreign Bidder shall be
responsible for any additional tax deduction at source as per the provisions of the Indian
Income Tax Act/Rules. The PAN shall be furnished before release of any payment or
within one month of award of work, which ever is earlier.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc

Page 40 of 40

164

3.0

ANNEXURE TO SCC

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 1 of 34

165

ANNEXURES TO SCC
CONTENTS

Annexure-1

Scope of Work

Annexure-2

Scope of Supply

Annexure-3

Time Schedule

Annexure-4

Measurement Work

Annexure-5

Terms of Payment

Annexure-6

Specification for Quality Assurance System requirements from


Bidders

Annexure-7

Specification for
Management

Annexure-8

Conditions for issue & reconciliation of material

Annexure-9

List of minimum nos. of construction equipment deployment


schedule.

Annexure-9A

List of Minimum Equipments required to be owned by the single


bidder / leader of the consortium for each section.

Annexure-10

Minimum no. of skilled labour to be deployed

Annexure-10A

Experience Criteria for Key Personnel to be Deployed

Annexure-11

Hiring / Recovery Rate for Deployment of Manpower

Annexure-12

Equipment Hiring / Recovery Rate

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Health,

Safety

and

Environment

(HSE)

Page 2 of 34

166

SCOPE OF WORK
(ANNEXURE-1 TO SPECIAL CONDITIONS OF CONTRACT)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 3 of 34

167

ANNEXURE-1 TO SCC
1.0

SCOPE OF WORK
Scope of work shall be as detailed in Particular Job Specification, Technical
Specifications, Schedule of Rates & various other parts of this Bidding Document.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 4 of 34

168

SCOPE OF SUPPLY
(ANNEXURE-2 TO SPECIAL CONDITIONS OF CONTRACT)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 5 of 34

169

ANNEXURE-2 TO SCC
1.0

SCOPE OF SUPPLY

1.1

Owners Scope of Supply


Owners scope of supply shall be as specified in Particular Job Specification, Technical
Specifications, 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 Owners
storage point(s) and transporting the same to work site(s) at his own cost.
GAILs designated store and dumpyard for this project shall be located as follows :
I)
II)

For Section I at Near Ludhiana Jalandhar Highway


For Section II Near Haridwar

Conditions for Issue And Reconciliation of Materials shall be as per Document enclosed
as Annexure-8 to Special Conditions of Contract.
1.2

Contractors Scope of Supply


All materials except what is under Owners scope of supply as mentioned in Clause No.
1.1 above, and required for successful completion of works in all respects shall be
supplied by the Contractor and the cost of such supply shall be deemed to have been
included in the quoted price without any additional liability on the part of Owner.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 6 of 34

170

TIME SCHEDULE
(ANNEXURE-3 TO SPECIAL CONDITIONS OF CONTRACT)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 7 of 34

171

ANNEXURE-3 TO SCC

TIME SCHEDULE
Name of Work
CONSTRUCTION OF STEEL PIPELINE, A)
TERMINALS
AND
ASSOCIATED
FACILITIES FOR SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE
PROJECT (PHASE-I)

Time of Completion
ALL WORKS (PIPING & TERMINAL)
INCLUDING
MECHANICAL
COMPLETION, PRE-COMMISSIONING
(INCLUDING EGP) & MAKING READY
FOR COMMISSIONING 8 (EIGHT)
MONTHS
FROM
FAX
OF
ACCEPTANCE.

B)

COMMISSIONING
AND
GAS-IN
INCLUDING
ALL
STATIONS
/
TERMINALS - 1 (ONE) MONTH AFTER
MECHANICAL COMPLETION.

Note:
1.

The time of completion is applicable for individual section or both the sections. The work
for each Section shall commence concurrently.

2.

The time of completion as mentioned above is for the total scope of work including
closure of contract (work order) as mentioned in the bidding document and includes the
one month mobilization period.

3.

Effective Date shall mean the date on which Contractor's obligations will commence and
that will be date of issuance of Fax of Acceptance.

4.

Mechanical Completion shall mean completion of pipeline and station work including precommissioning and make the system ready to start commissioning activities.

5.

Commissioning shall mean activities including final drying, filling the nitrogen (if required),
commissioning with gas, testing of golden tie-ins at Gas MOP, acceptance of final
dossier. It also includes all works related to Civil, Electrical, Instrumentation and
Telecommunication.

________________________________
(STAMP & SIGNATURE OF BIDDER)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 8 of 34

172

MEASUREMENT OF WORK
(ANNEXURE-4 TO SPECIAL CONDITIONS OF CONTRACT)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 9 of 34

173

ANNEXURE-4 TO SCC
MEASUREMENT OF WORK
1.0

GENERAL

1.1

The mode of measurement shall be as mentioned in relevant standard specification


incorporated in the Bidding Document. Any other mode of measurements not covered in
above specifications shall be followed in accordance with relevant BIS codes/ Schedule
of Rates/ Specifications etc. and/ or as decided by Engineer-in-charge.

1.2

Payment will be made on the basis of joint measurements taken by Contractor and
certified by Engineer-in-charge.
Measurement shall be based on Approved for
Construction drawings, to be the extent that the work conforms to the drawings and
details are adequate.

1.3

Wherever work is executed based on instructions of Engineer-in-charge or details are not


adequate in the drawings, physical measurements shall be taken by Contractor in the
presence of Engineer-in-charge.

1.4

Measurements of weights shall be in metric tonnes corrected to the nearest Kilogram.


Linear measurements shall be in meters corrected to the nearest centimeters.

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 shall include all
mountings.

1.6

Welds, bolts, nuts, washers etc. shall not be measured. Rates for structural steel work
shall be deemed to include the same.

1.7

No other payment either for temporary works connected with this Contractor for any other
item such as weld, shims, packing plates etc. shall be made. Such items shall be
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 following
basis as indicated in the unit column.
i)
ii)
iii)
iv)
v)

Weight
Length
Number
Volume
Area

:
:
:
:
:

MT or Kg
M (Metre)
No.
Cu.M
Sq.M

1.9

All measurements shall be in metric system. All the works in progress will be jointly
measured by the representative of the Engineer-in-charge and the contractor's authorised
agent progressively. Such measurements will be either recorded/typed by the contractor
in the numbered measurement sheets to be supplied by Engineer-in-Charge / Owner or
computerized by Contractor themselves. The measurements shall be signed in token of
acceptance by the contractor or his authorized representative. The contractor shall submit
the bill in the approved performa in quintriplicate to the Engineer-in-Charge of the work.

2.0

PIPING

2.1

Length of pipes shall be measured along the curvilinear centre of the pipelines laid/
installed and shall include all types of specials, fittings, mitre bends etc. but excluding all
types of valves. Length of valves shall be excluded from piping measurement and shall
be considered on number basis.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 10 of 34

174

2.2

All Socket weld fittings & hot/cold bends, reducers etc. for size 1" and below shall be
fabricated and erected as per requirements by the contractor at no additional cost and his
rates for piping of size 1" 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 at the
corresponding unit rates for similar sizes of pipe. Other piping attachment such as
couplings, earthing lugs etc. shall be supplied & erected by the contractor within his
quoted rates for piping.

2.4

Fabrication of spool pieces for temporary use to aid Contractor's work such as fabrication,
erection, flushing and testing of piping etc. shall be done by Contractor as part of piping
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 the main
line except in case of equal size branches, in which case measurement shall be made
from centre line of the branching header.

2.6

Erection of Valves
Erection 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 the
Schedule of Rates. Any dismantling and re-erection of the valves required for the purpose
of testing, calibration etc. will be carried out by the contractor within his quoted rates.

2.7

3.0

Fabrication of Supports

Fabrication 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 washers
including U-bolt will be supplied by contractor. Weight of bolts, nuts and clamps etc.
shall not be added to the weight of pipe support for payment purpose.

Erection of all types of supports, spring supports and turn buckles, including grouting
of supports, if required, shall be carried out by the Contractor as part of piping work
and no separate payment will be made for it.

While fabricating the supporting elements, the contractor will ensure that the
dimensions shown in the drawings match with site conditions. No payment shall be
made for rectification arising out of discrepancies in dimensions of the fabricated
items of supporting elements due to site conditions.

Additional supports as necessary with the site condition shall be fabricated and
erected in accordance with the standard engineering practices and instructions of
Engineer-in-charge.

RADIOGRAPHY/DYE-PENETRANT EXAMINATIONS/MAGNETIC PARTICLE TEST


(MPT)
Payment for radiography shall be made on the basis of circumferential joints for different
pipe dia. Repeat radiography due to defective films or on repaired joint due to
Contractor's fault or for additional radiography necessitated due to poor performance of
Contractor's welder will be done at Contractor's cost.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 11 of 34

175

TERMS OF PAYMENT
(ANNEXURE-5 TO SPECIAL CONDITIONS OF CONTRACT)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 12 of 34

176

ANNEXURE-5 TO SCC
TERMS OF PAYMENT
Pending completion of the whole works, provisional progressive payments for the part of work
executed by the contractor shall be made by Owner on the basis of said work completed and
certified by the Owners representative as per the agreed milestone payment schedule and the
percentage break-ups given below.
Contractor shall submit his invoices to the Owners representative fortnightly in the manner as
instructed by Owner. Each invoice will be supported by documentation acceptable to Owner and
certified by the Owners representative. Payments made by owner to the contractor for any part of
the work shall not deem that the Owner has accepted the work. All payments against running bills
are advance against the work and shall not be taken as final acceptance of work / measurement
carried out till the final bill. Owner will release payment through e-payments only as detailed in the
bidding document.
1.0

MAINLINE WORKS

1.1

Pipeline Laying with Associated Works

1.1.1

Completion of site development, stacking, clearing


and grading of ROU, trenching by excavation

15% progressively

1.1.2

Completion of fabrication, alignment, stringing,


field welding, radiography (NDT).

25% progressively

1.1.3

Completion of joint coating & lowering

10% progressively

1.1.4

Completion of tie-ins, NDT, Joint Coating and


backfilling

20% progressively

1.1.5

Completion of hydro testing, dewatering, swabbing,


magnetic cleaning plus electronic geometry pigging

15% progressively

1.1.6

Completion and restoration

5% progressively

1.1.7

Completion of all activities and their acceptance.


Submission of final documents, final bill and
acceptance of these by owner thereafter for
successful closure of work order.

10%

The above payment shall be made subject to the following :


i)

The stage payment of 20% as per sub-clause 1.1.4 above will be released on
completion of continuous stretch of 5 km.

ii)

For discontinuity on account of major crossings specified in SOR, crossing length shall
not be taken into account for (i) above for payment purposes. The payment towards
such crossings shall be made on the basis of item rate in SOR.

1.2

OPTICAL FIBRE CABLE

1.

Completion of Laying/ Blowing of OFC in same


Pipeline Trench

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

30% progressively

Page 13 of 34

177

2.

Supply & Erection of Jointing Pit, Jointing of OFC


as per Specification

20% progressively

3.

OFC Testing as per Specification

40% progressively

4.

Final completion, handing over of complete


:
pipeline system and acceptance of the system by Owner

1.3

HDPE DUCT

1.

Completion of Laying of Duct in same Pipeline


Trench

30% progressively

2.

Supply & Erection of blowing pit every km, duct


jointing for testing & termination of duct in the pit
with end cap

25% progressively

3.

Testing of HDPE Duct & Accessories after laying,


preparation of report as per Specification

35%

4.

Final completion, handing over of complete


:
pipeline system and acceptance of the system by Owner

1.2

Crossing & Other items not covered above or elsewhere in the Tender

2.0

10%

10%

a)

Completion of individual items of work

: 90% progressively

b)

Completion of all activities and their acceptance.


Submission of final documents, final bill and
acceptance of these by owner thereafter for
successful closure of work order.

: 10%

CATHODIC PROTECTION WORKS


The basis for payment against various items shall be as follows :

2.1

3.0

Temporary Cathode Protection System


a)

5% on placement of order on sub-vendor.

b)

5% on design approval of TCP Package.

c)

60% on receipt of material at site and acceptance thereof.

d)

20% on installation, testing, pre-commissioning and commissioning.

e)

10% on completion of all activities and their acceptance. Submission of


final documents, final bill and acceptance of these by owner thereafter for
successful closure of work order.

Other items not covered above or elsewhere in the tender


a)

Completion of individual item of work as per


SOR including supplies wherever involved

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

: 90% progressively

Page 14 of 34

178

b)

Completion of all activities and their acceptance.


Submission of final documents, final bill and
acceptance of these by owner for thereafter
for successful closure of work order.

4.0

TERMINALS WORKS

4.1

Piping Works
a)
b)
c)
d)

4.2

4.3

a)

90% on completion of work on prorate basis as certified in running bills.

b)

10% on completion of all activities and their acceptance. Submission of


final documents, final bill and acceptance of these by owner thereafter for
successful closure of work order.

Structural Works
5% on approval of fabrication drawings.
40% on supply and acceptance of material at site.
20% on fabrication.
25% on erection, alignment, welding, painting, etc.
10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for
successful closure of work order.

Items including supply of finished goods (Mechanical, Electrical,


Instrumentation, Telecommunication (including Duct & OFC) and Fire
Protection System)
a)
b)
c)
d)
e)

4.5

35% on fabrication of piping.


40% on erection, alignment, welding complete to achieve mechanical
completion.
15% on flushing, testing, draining, drying, etc.
10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for
successful closure of work order.

Civil Works (Except control room building which shall be paid as indicated
in respective SOR)

a)
b)
c)
d)
e)

4.4

: 10%

5% on placement of order on sub-vendor.


65% on receipt of material at site and acceptance thereof.
15% on erection, alignment, welding, grouting, painting, etc.
5% on testing.
10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for
successful closure of work order.

Equipment Erection Works (Installation of Scrapper Trap, Filter, etc.)


a)
b)
c)
d)

45% on transportation and installation in position.


30% after initial alignment, leveling and grouting.
15% after final alignment and making ready for commissioning.
10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for
successful closure of work order.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 15 of 34

179

4.6

Electrical, Instrumentation and Telecommunication. Works


a)
b)
c)

4.7

80% on completion of installation.


10% on testing.
10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for
successful closure of work order.

For Lumpsum Items


For all lumpsum items included in schedule of rates, contractor shall furnish price
break-up for quoted lumpsum prices for the approval of Engineer-in-charge.
Payment for such item shall be made accordingly. In this regard decision of
Engineer-in-charge shall be final and binding to the bidder.

4.8

Supply of Materials and All Other Works


a)

Completion of individual items of work

: 90% progressively

b)

Completion of all activities and their acceptance.


Submission of final documents, final bill and
acceptance of these by owner thereafter for
successful closure of work order.

: 10%

Note: Any further breakup of each activity for the payment purpose can be done
depending upon the site situation/requirement and Recommendation by Engineer
In-Charge and Approval of Construction-In-Charge.
5.0

PAYMENT METHODOLOGY

5.1

The contractor shall raise invoices on fortnightly basis. Bidder shall enclose all documents
as per check list issued by MECON/GAIL including during kick off meeting.

5.2

The payments to the Contractor will be released within a period of 15 days from the date
of receipt of the complete invoice as per the terms and conditions of the Contract.

5.3

GAIL has introduced the computerized Bill Watch system whereby the contractor will be
issued a receipt at the time of the submission of the bills. The contractor can see the
status of their bill on GAILs website.

5.4

Employer will release payment through e-payments only as detailed in the Bidding
Document.

5.5

Further break-up of Lumpsum Prices, if deemed necessary for any progressive payment
of individual item may be mutually arrived at between Engineer-in-Charge and the
Contractor.

5.6

All payments against running bills are advance against the work and shall not be taken as
final acceptance of work / measurement carried out till the final bill.

5.7

Bidder shall submit PIMS report along with the Bill.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 16 of 34

180

SPECIFICATION
FOR
QUALITY ASSURANCE SYSTEM REQUIREMENTS
(Annexure - 6 to SCC )
(For Details Refer our Technical Specification No. MEC/S/05/62/66 of
the same enclosed in Vol-II of the Tender)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 17 of 34

181

STANDARD SPECIFICATION
FOR
HEALTH, SAFETY AND ENVIRONMENTAL (HSE)
MANAGEMENT AT CONSTRUCTION SITES
(ANNEXURE 7 to SCC )
(FOR DETAILS REFER OUR TECHNICAL SPECIFICATION No.
MEC/S/05/21/65 OF THE SAME ENCLOSED IN VOL-II OF THE TENDER)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 18 of 34

182

CONDITIONS FOR ISSUE AND RECONCILIATION


OF MATERIAL
(ANNEXURE 8 to SCC)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 19 of 34

183

ANNEXURE-8 TO SCC
1.0

CONDITIONS FOR ISSUE OF MATERIALS


Whenever any material is issued by Owner, following conditions for issue of material in
addition to other conditions specified in the contract shall be applicable:

1.1

Necessary indents will have to be raised by the Contractor as per procedure laid down by
the Engineer-in-Charge from time to time, when he requires the above material for
incorporation in 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 the same 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 to work
site/Contractor's store, custody and handling etc. and return of surplus/serviceable scrap
materials to Owner's storage points to be designated by the Engineer-in-Charge etc. No
separate payment for such expenditure will be made.

1.4

No material shall be allowed to be taken outside the plant without a gate pass.

1.5

The Contractor shall be responsible for proper storage, preservation and watch & ward of
the materials.

1.6

RETURN OF UNUSED MATERIAL

1.6.1

All unused/scrap materials shall be the property of the Owner and shall be returned in
good and acceptable condition size wise, category wise by the Contractor 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 Contractor should quote
the rates accordingly.

1.6.3

In case the Contractor fails to return unused/scrap materials, then recovery for such
quantity of materials, not returned by the Contractor shall be affected at following penal
rates from the Contractor's bills or from any other dues of the Contractor to the Owner.
Contractor shall make his own arrangements for weighing the off cuts to be returned to
Owner's stores.

1.6.4

Penal Rates for non return of materials :


Sl.No. Material

NOTE :

Penal Rates

(a)

Penal rate for non return of


accountable scrap

Issue Rate + 25%


or Landed Rate + 25% (in case issue
rate are not indicated in the contract)

(b)

Penal rates for non return of


Unused material/excess scrap

Twice the Issue Rates


or Twice the Landed Rates (in case
Issue Rates are not indicated in the
Contract)

1)

Landed Rate shall be arrived from the latest Purchase Order


of respective material received at site by Owner/MECON.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 20 of 34

184

2)

In case different penal rates have been indicated in the Contract (based on
Project requirement), the same will supersede the above rates.

2.0

PIPING MATERIALS

2.1

All pipes shall be issued in available lengths/shapes and no claims for extra payments on
account of issue of non-standard length & shape will be entertained. Pipes shall be
issued on linear measurement basis. All valves, flanges, fittings etc. shall be issued on
number(s) basis. Contractor shall store the materials in such a way so as to avoid mixing
of different types of material and shall maintain complete identification and traceability at
all times.

2.2

The scrap allowance for pipes issued by the Owner shall be 3% (2% accountable + %
non accountable) of the actual consumption as incorporated in the works.

2.3

All pipes in length of 2 meters and above shall be considered as serviceable material
provided the material is in good and acceptable condition and has clear identification and
traceability (Manufacturers name, heat number/batch number and test certificates). Pipes
in lengths less than 2M shall be treated as scrap.

2.4

For the non account of pipes drawn by the Contractor over and above the actual
consumption as determined by the Engineer-in-Charge, plus 3% (2% accountable + %
non accountable) thereof to cover the scrap allowance, recovery at penal rate shall be
effected from the Contractor's bill(s) or from any other dues of the Contractor to the
Owner.

2.5

All unused/scrap pipes, valves, flanges, forged fitting like elbows, reducers tees shall be
returned by the Contractor category wise duly cleaned, greased and spec. marked at his
own cost to Owner's stores. In case the Contractor fails to do so then recovery for such
quantity of pipes not returned by the Contractor at the penal rates shall be effected from
the Contractor's bill(s) or from any other dues of the Contractor to the Owner.

3.0

EQUIPMENTS
Various equipment/materials intended for the installation will be received by Owner in
unpacked, skid mounted, crated, packed or loose condition and will be stored in the
warehouses and open yards. In general, materials will be issued to the Contractor in as
received condition. It will be the Contractors responsibility to draw, load and transport all
materials from Owners designated places of issue to the point of installation and return
all packing materials like steel frames, wooden boxes/scrap etc. to Owners stores.
All materials supplied by the Owner shall be duly protected by the Contractor at his own
cost with appropriate preservative like primer, lacquer coating, grease etc. as required.

4.0

CABLES

4.1

Appropriation of cables shall be done as follows:

4.1.1

All the surplus and serviceable cables out of the cables quantity(ies) issued by the Owner
to the Contractor shall be returned by the Contractor to the Owner's store in good
condition and as directed by the Engineer-in-Charge.

4.1.2

The Contractor shall be allowed a cutting/wastage allowance of 1.5% for power cables
and 3% for the control cables. This cutting/wastage allowance shall be computed on the
length of cables actually laid, measured and accepted.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 21 of 34

185

4.1.3

All cables being returned to store should carry Aluminium sheet tags indicating the size &
type of cable. Cables of less than 15 meters length will be termed as scrap. Cables of
lengths 15M and above shall be termed as serviceable material & shall be returned size
wise and category wise to the Owner's store in wooden drums. Cables of serviceable
length being returned to stores in drum(s) shall be accepted only after Megger value
continuity test and physical measurement is carried out by the Contractor to the
satisfaction of Engineer-in-Charge. Empty cable drums and major packing material (as
decided by Engineer-in-charge) shall be Owners property and shall be returned to
Owners Store/designated place without any additional cost.

4.1.4

While carrying out material appropriation with the Contractor, the above points will be
taken into account. All serviceable materials returned by the Contractor (size wise &
category wise) shall be deducted from the quantity(ies) issued to the Contractor for the
respective sizes. Scrap generated for power cable and control cable shall also be
returned to Owners store on Lot basis.

4.1.5

Material appropriation shall be done & allowable scrap quantity calculated. The wastage
generated by the Contractor in excess of the allowable percentage shall be charged at
the penal rates.

5.0

LINE PIPES

5.1

All coated line pipes as per Line Pipe specifications shall be issued on linear
measurement basis. The line pipes shall be issued in available lengths and shapes and
no claim for extra payment on account of issue of non-standard length and shape will be
entertained. Contractor shall store and maintain the line pipes in proper manner to avoid
mixing of different classes of pipes. Contractor shall maintain complete identification and
traceability at all times. All cut pieces when returned to Owner's storage points after
bevelling, shall be considered as serviceable material provided:

5.1.1

Corrosion Protection Coating is intact.

5.1.2

Pipe pieces have pipe specifications, manufacturers logo/name and heat number duly
authenticated with hard stamp of the authorised inspector as per approved procedure.
All cut pieces of pipes measuring less than 2 M will be treated as wastage/scrap.

5.2

For the purpose of accounting of coated line pipes, following allowances shall be
permitted:
a)
b)
c)

Unaccountable wastage
Scrap (All cut pieces of pipes measuring
less than 2 Meter)
Serviceable materials (All cut pieces of pipe
measuring 2 Meter and above)

0.1%
0.25%
0.5%

Scrap shall be accounted at actuals as per site assessment subject to maximum limits as
stated above.
The percentage allowance shall be accounted on the basis of pipe book chainage for
main pipeline
5.2.1

Material appropriation shall be done & allowable scrap quantity calculated. The wastage
generated by the Contractor in excess of the allowable percentage shall be charged at
the penal rates as given in the contract.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 22 of 34

186

6.0

OPTICAL FIBRE CABLE


For the purpose of accounting of optical fibre cable, all cut pieces measuring in length of
40 m and above when returned to Owner's storage points shall be treated as serviceable
materials. All cut pieces of cable measuring less than 40 M will be treated as scrap.
For the purpose of accounting of OFC (Optical Fibre Cable) following allowances shall be
permitted:
(i)
(ii)
(iii)

Unaccountable wastage
Scrap (All cut pieces of cables measuring less than 40 M)
Serviceable material (measuring 40M and above)

0.1%
0.25%
0.25%

Material appropriation shall be done & allowable scrap quantity calculated. The wastage
generated by the Contractor in excess of the allowable percentage shall be charged at
the penal rates as given the contract.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 23 of 34

187

MINIMUM NO. OF MAJOR EQUIPMENTS/


MOBILISATION EQUIPMENT SCHEDULE TO BE
DEPLOYED
(Annexure- 9 & 9A of Special Condition of Contract)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 24 of 34

188

Annexure-9

MINIMUM CONSTRUCTION EQUIPMENTS DEPLOYMENT SCHEDULE (MCEDS)


Sl.
No.

Equipment Detail

Total Minimum Equipment Mobilization


(Section-wise)

Section-I

Section-I

Section-II

End of
1st Month

Section-II

Grader

End of
2nd
Month
2

End of
3rd
Month
2

End of
4th
Month
2

End of
5th
Month
2

End of
6th
Month
2

End of
7th
Month
2

End of
8th
Month
2

Dozer with Ripper D7/D6 or Equivalent

Excavator / Back Hoe-Ex 200 Above / Equivalent

Excavator / Back Hoe-Ex 100 Above / Equivalent

Hydra (8 10 MT)

Pipe Layer/Side Boom 40 T & Above Capacity

10

10

10

DG Welding Machines

20

20

10

20

Semi Auto Welding Machines

10

10

Bevel Cutting Machine Manual

10

11

Horizontal Auger Boring Machine with Rock breaking


tool
Pipe Bending Machine

12

End of 1st End of 2nd End of


End of
End of
End of
Month
Month 3rd Month 4th Month 5th Month 6th Month

End of 7th
Month

End of 8th
Month

10

10

10

10

10

20

20

20

20

20

20

10

20

20

20

20

20

20

20

10

10

10

10

10

10

10

10

10

10

10

10

10

10

Pipe Clamp (Pneumatic/Hydraulic) Internal

13

Tyre Mounted Cranes (30 MT)

14

HDD Rig with All Equipments & Accessories

15

X-Ray M/C Internal Crawler

16

X-Ray M/C External

17

Gamma Source

18

Manual UT Machine

19

Water Lifting / Filling Pumps (400 TO 1000 M3 /HR)

20

Pressurization Pump Motorized

21

Air Compressor (300CFM)

22

Air Compressor (600 CFM)

23

Air Compressor (1000-1500 CFM)

24

25

D.G. Sets : 125 KVA to 200 KVA (inclusive of


generators)
Blast Cleaning Machine

26

Dewatering Pump

27

Holiday Detector Unit

189
Page 1 of 2

Annexure-9

MINIMUM CONSTRUCTION EQUIPMENTS DEPLOYMENT SCHEDULE (MCEDS)


Sl.
No.

Equipment Detail

Total Minimum Equipment Mobilization


(Section-wise)

Section-I

Section-I

Section-II

End of
1st Month

Section-II

28

Dozing Pump

End of
2nd
Month
1

End of
3rd
Month
1

End of
4th
Month
1

End of
5th
Month
1

End of
6th
Month
1

End of
7th
Month
1

End of
8th
Month
1

29

Dead WT Tester

30

Mobile Workshop

31

Pipe Trailers

32

Pipe locator

33

Pipe Clamp External

End of 1st End of 2nd End of


End of
End of
End of
Month
Month 3rd Month 4th Month 5th Month 6th Month

End of 7th
Month

End of 8th
Month

Note :
Detail of minimum equipments in good working condition suitable to lay the Pipeline, required to be mobilized by the execution contractor to complete the work within schedule is given above for EACH SECTION / SPREAD. Further,
Bidder shall be required to augment the above list with additional numbers/categories of equipments,tools, tackles, as required and directed by Engineer-In charge to complete the work within the completion time schedule and quoted price.
1) For Survey, Station Civil works, TCP, OFC laying, Magnetic cleaning, EGP etc. adequate equipment and crews for each SECTION shall be mobilized to complete the acitivity within the given time schedule and as approved by Engineer-incharge.

2) Meeting the requirement of deployment of above minimum Construction Equipments per SECTION.
3) Equipments reqd for ROW, GRADING, TRENCHING, WELDER QUALIFICATION & MAINLINE WELDING are required to be mobilized within 30 days after award of contract. The equipments per Section shall be mobilized based on the monthwise
deployment schedule mentioned above. However contractor to ensure that Welding & NDT procedures and Welders are qualified within THIRTY (30) days time after award of contract. The de-mobilization of equipments will be based on completion
of the associated activites and after obtaining written approval by Engineer-in charge.
4) Bidder to confirm that these equipments are spare available for deployment on this project site and shall be timely mobilised in good working condition to maintain work progress.
5) Owner/Consultant reserves the right to physically check & verify the OWNERSHIP / availability of these equipments at any stage prior to award of work. Bidder shall organize and coordinate this inspection process.Owner/ Consultant opinion shall
be final and binding in this regard.
6) In the event of award of work, Contractor shall replace any defective/damaged equipment promptly in order to complete the work as per schedule and without any time & cost implication to the owner. In case some equipments are not required after
completion of relevant activities, the same can be demobilized with prior WRITTEN approval of Engineer-In-Charge.
7) For all the above listed equipments, bidder is required to give an undertaking for deploying the equipments as per MCEDS during execution of the contract.

190
Page 2 of 2

ANNEXURE-9A TO SCC
LIST OF MINIMUM EQUIPMENTS REQUIRED TO BE OWNED BY THE SINGLE BIDDER/
LEADER OF THE CONSORTIUM FOR EACH SECTION
Sl.
No

Section-I

Section-II

Nil

2.

Pipe Layer/Side Boom 40 T & Above Capacity


Hydra (8- 10 MT)

3.

Dozer D7/D6 or Equivalent

4.

Excavator / Back Hoe-Ex 100 Above / Equivalent

5.

Welding Machine

1.

Equipment Description

Note:
Bidder are required to submit documentary evidence of ownership of the above equipments as
indicated below :1.

The bidder shall submit either of the following documents to establish that they own the
equipment.
a) Registration certificate issued by regulating authority
OR
b) Insurance coverage
OR
c) Certificate from Chartered Accountant, certifying that the bidder owns the
equipments and the same are available for this Project.
OR
d) Invoice / Delivery Challan.
OR
e) "For equipment to be purchased" - Purchase order duly accepted by equipment
supplier and with equipment delivery to project site, meeting the equipment
deployment schedule.

2.

Certificate from Chartered Engineer certifying that the bidder own equipments are under
good health and working condition.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 25 of 34

191

MINIMUM NO. OF SKILLED MANPOWER TO


BE DEPLOYED
(Annexure-10 of Special Condition of Contract)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 26 of 34

192

ANNEXURE-10 TO SCC
MINIMUM NUMBER OF SKILLED MANPOWER TO BE DEPLOYED PER SECTION
Sl.
No
1.
2.
3.
5.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.

DESCRIPTION
Resident Construction Manager
Planning engineer
QA/ QC engineer
Safety officer
Quantity Surveyor
Welding/ NDT engineer
Discipline Engineer's (Civil/ Mech/ Elec/ Instrn./CP)
Foreman / Supervisor
Civil surveyor
Document controller
Store keeper / store in-charge
Welder
Fitter
Grinder
Machine operator
Blast cleaning crew
Electrician / Machine mechanic
Rigger
Drivers
Pipe bender
Thrust/ Hor. Auger Boring crew
X-ray / Gamma Ray crew
Hydrotesting crew
Field joint coating crew
Holiday testing crew
HDD crew
OFC jointing crew
TCP crew
Civil survey crew (with equipment)
Station civil works (carpenter/bar-bender/mason/fitter etc.)
Unskilled workers
Station mechanical, pre-fabrication / erection crew

REQUIREMENT
1
1
1
1
1
2
12 (3/5/2/1/1)
10
2
1
1/1
25
10
28
30
3
8/8
25
25
1
2
2/2
2
3
4
1 (Refer Note1)
2
1
1
AS REQD
50
2

The above proposed list of skilled manpower is the minimum to be deployed by Contractor.
NOTE :(1)
(2)

(3)
(4)
(5)
(6)

(7)

HDD equipment and Crew as required shall be deployed based on the SOW finalized and as per
instruction of EIC.
The details of minimum manpower required to be mobilized by the execution contractor to complete the
work within schedule for each Section given above and is not exhaustive. Contractor is required to
augment the above list with additional numbers/categories of workmen as required and directed by
Engineer-In charge to complete the work within the completion time schedule and quoted price.
For Magnetic cleaning and EGP, adequate equipment and crews for each section shall be mobilized to
complete the activity within the given time schedule and as approved by Engineer-in-charge.
The Manpower as identified above, should have required qualification and adequate relevant
experience.
Contractor shall mobilize Resident Construction Manager, QA/QC Engineer, Planning Engineer/ Safety
Officer who will be the permanent employees of the Contractor.
CV of proposed Resident Construction Manager, QA/QC Engineer, Planning Engineer & Safety Officer
to be submitted along with the bid. The experience should be related to execution of Cross Country
Hydrocarbon Transportation Pipeline laying.
These manpower are to be mobilized per Section within 30 days of award of work.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 27 of 34

193

ANNEXURE-10A TO SCC
EXPERIENCE CRITERIA FOR KEY PERSONNEL TO BE DEPLOYED

1.

The Bidder must provide a detailed organisational chart indicating the organisation or
personnel and equipment for each phase of the Works. CVs of main key persons
shall be submitted by the Contractor along with bid and replacement of any of these
key persons after LOA issuance shall be approved by Owner / Owner's
representative. Key persons shall be deployed during the entire duration of the work
till completion of all works. Non deployment of key persons will be subject to recovery
as elsewhere defined in bid.
Following key persons to be deployed during construction:

Sl.
No.

Position

Qualification &
Knowledge

1.

Construction
Manager /
Construction
In-Charge

Degree /
Diploma in Civil /
Mechanical
Engineering

2.

Safety Officer

Degree /
Diploma in
Engineering /
Project
Management

3.

QA / QC
Engineer

Degree /
Diploma in
Mechanical
Engineering

4.

Welding / NDT
Engineer

Degree /
Diploma in
Mechanical
Engineering

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Experience

No. of Key
Personnel
(minimum)
At least 15 years experience for 1 No. for each
Degree holder and 20 years for section.
Diploma holder in Construction
of Cross country pipeline
including station piping in
Hydrocarbon Pipelines (Oil &
Gas).
Out of the 15 / 20 years
experience, at least 5 / 8 years
experience must be in similar
position in works related to
construction of hydrocarbon
pipeline projects.
At least 7 years of experience 1 No. for each
for Degree holder and 12 years section.
for Diploma holder in Safety
Management in construction of
cross
country
pipeline
(Hydrocarbon
pipeline)
including station piping for the
same.
At least 10 years of experience 1 No. for each
for Degree holder and 13 years section.
for Diploma holder in quality /
NDT
management
in
construction of cross country
pipeline including station piping
for the same.
At least 7 years of experience 1 No. for each
for Degree holder and 10 years section.
for Diploma holder in quality /
NDT
management
in
construction of cross country
pipeline including station piping
for the same.

Page 28 of 34

194

Sl.
No.

Position

Qualification &
Knowledge

Experience

No. of Key
Personnel
(minimum)
At least 7 years of experience 1 No. for each
Degree /
for Degree holder and 10 years section.
Diploma in
for Diploma holder in executing
Engineering /
projects in construction of cross
Project
country pipeline (Hydrocarbon
Management
pipeline) including station piping
for the same.
At least 10 years of experience 1 No. for each
Degree /
for Degree holder and 13 years section.
Diploma in
for Diploma holder in executing
Mechanical /
Civil Engineering projects in construction of cross
country pipeline (Hydrocarbon
pipeline) including station piping
for the same.
At least 5 years of experience in 1 No. for each
Diploma in
projects
in section.
Engineering any executing
construction of cross country
discipline or
pipeline (Hydrocarbon pipeline)
Diploma in
including station piping for the
Material
same.
Management in
any stream
1 No. for each
At least 5 years of experience
Degree /
for Degree holder and 10 years section.
Diploma in
Engineering any for Diploma holder in quantity
estimation and field
discipline
measurement.

5.

Planning
Engineer

6.

Discipline
Engineer (Civil
/ Mechanical)

7.

Store-incharge

8.

Quantity
Surveyor

2.

There will be separate in charges for mainline and station works for each spread

3.

This description is only binding upon the Contractor. He must provide, at his own
expense, all the necessary equipment, machinery and personnel even in addition to
those indicated in the offer.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 29 of 34

195

HIRING / RECOVERY RATE FOR


DEPLOYMENT OF MANPOWER
(Annexure-11 of Special Condition of Contract)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 30 of 34

196

ANNEXURE 11 to SCC
HIRING / RECOVERY RATE FOR DEPLOYMENT OF MANPOWER

1. The Labour rates are all inclusive. These rates include but are not limited to all payroll
costs and allowances, payroll taxes, fringe benefits, protective and/or special clothing,
construction supplies required for work of a nature included in this contract, overhead, profit
insurance, transportation and travel time.
2. The rates are inclusive of providing hand tools, machinery such as welding machine,
grinding machine, 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 of the 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
and overtime 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 prorata basis.
___________________________________________________________________________
Sl.
Classification
Rates per day of
Rate per hour for
No.
Personnel
Normal Hours
OT, Sunday & Holiday
___________________________________________________________________________
(in Rs.)
(in Rs.)
___________________________________________________________________________
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.

Foreman
Supervisor
Engineer
Gas Cutter
Grinder
Brick Mason
Stone Mason
Structural welder
Qualified Arc welder CS manual
Welder helper
Pipe Fitter /Bender
Structural Fitter
Pipeline Fitter
Coater
Mechanic
Site Equipment Operator
Electrician
Fabricator
Carpenter
Plumber
Painter
Cable Jointer
Instrumentation Technician
Insulator
Rigger
Bhisti (water man)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

1600
1500
2000
700
700
520
520
1000
1500
300
650
520
780
520
520
520
500
650
500
500
500
780
780
500
400
250

430
430
650
170
170
120
120
260
260
120
150
120
190
120
120
120
150
150
130
120
120
190
190
120
110
60

Page 31 of 34

197

___________________________________________________________________________
Sl.
Classification
Rates per day of
Rate per hour for
No.
Personnel
Normal Hours
OT, Sunday & Holiday
___________________________________________________________________________
(in Rs.)
(in Rs.)
___________________________________________________________________________
27.
28.
29.
30.
31.
32.
33.

Heavy duty driver


Light duty driver
Sand Blaster
Surveyor
Un skilled Worker
Construction Manager
QOEC / Safety / Planning /
NDT Engineer

700
500
500
500
200
15000
7500

170
120
130
130
80
1000
750

_______________________
(SIGNATURE OF BIDDER)
NOTES:1.
Rates are final and Tenderer is to sign only without deviation.
2.
In case of foreign bidder, conversion rate applicable on one day prior to price bid
opening date published by the State Bank of India will be considered.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 32 of 34

198

EQUIPMENT HIRING/RECOVERY RATES


(Annexure-12 of Special Condition of Contract)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 33 of 34

199

ANNEXURE-12 TO SCC
EQUIPMENT HIRING/RECOVERY RATES
SL.
NO.

DESCRIPTION OF EQUIPMENT

1.
2.
3.
4.
5.
6.
7.

Grader
Dozer with Ripper D8 or Equivalent
Dozer D7/D6 or Equivalent
Excavator / Back Hoe-Ex 100/200/300/Equivalent
Hydra (8 10 MT)
Pipe Layer/Side Boom 60 T / 40 T
Horizontal Auger Boring Machine (Carrier 20) with
Rock Breaking Tools
HDD Rig with All Equipments & Accessories
Rock Breaking Machine with Excavator
Pipe Bending Machine 20
DG Welding machine
Tyre Mounted Cranes (30 MT)
Water Lifting / Filling Pumps(400 TO 1000 M3 /HR)
Pressurization Pump Motorized
Dewatering Pump
Dozing Pump
Pipe Clamp (Pneumatic/Hydraulic) Internal 20
Pipe Clamp External 20
Holiday Detector Unit
D.G. Sets : 125 KVA to 200 KVA
Grinding machine
Gas cutting set with cylinders
Air Compressor (300CFM)
Air Compressor (600 CFM)
Air Compressor (1000-1500 CFM)
Bevel Cutting Machine 20 Auto
Bevel Cutting Machine 20 Manual
Trucks
Car/Jeep
Tractor with trolley
Tripod with 5 Tons Chain Pulley Block
Pipe Trailers
Dumper /Tipper
X-Ray M/C Internal Crawler
X-Ray M/C External
Gamma Source
Manual UT Machine
Pneumatic Drill (Tractor mounted for blasting) with
Compressor
Blast cleaning Machine
Dead WT Tester
Mobile Workshop
Pipe locator
Semi Auto Welding Machine

8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.

HIRING/RECOVERY RATES(IN INR)


PER DAY(MINIMUM 8 HOURS)
INCLUDING CONSUMABLES
Rs.4400/Rs. 6000/Rs.3400/Rs. 3200/Rs. 2500/Rs. 6000/Rs. 3000/Rs.35000/Rs.4600/Rs. 6000/Rs. 200/Rs. 2500/Rs. 700/Rs. 1000/Rs.400/Rs.200/Rs. 500/Rs. 100/Rs. 400/Rs. 1600/Rs. 200/Rs. 200/Rs. 1100/Rs. 1100/Rs. 1850/Rs. 1500/Rs. 600/Rs. 750/Rs. 800/Rs. 400/Rs. 300/Rs. 1350/Rs. 900/Rs. 2500/Rs. 1800/Rs. 600/Rs. 50/Rs. 3000/Rs.
Rs.
Rs.
Rs.
Rs.

200/200/600/500/2000/-

(SIGNATURE OF BIDDER)
NOTES:1.
Rates are final and Tenderer is to sign only without deviation.
2.
In case of foreign bidder, conversion rate applicable on one day prior to price bid opening
date published by the State Bank of India will be considered.
3.
The above rates shall be inclusive of operator.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc

Page 34 of 34

200

3.0

PARTICULAR JOB SPECIFICATION


Section-I:

Despatch Terminal at Ludhiana to


Receiving terminal at Jalandhar
(24 X 84 Km)

Section-II:

Despatch terminal at Saharanpur


to Receiving cum distribution
network terminal at Haridwar (16
x 64 km) and Consumer lines to
M/s BHEL & SIDCUL (8X 16 Km)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 1 of 75

201

CONTENTS
Sl.No.

Description

1.0

INTRODUCTION

2.0

WORK TENDERED

3.0

SCOPE OF WORK

4.0

SCOPE OF SUPPLY

5.0

SCOPE OF WORK & SCOPE OF SUPPLY FOR OTHER DISCIPLINES

6.0

OTHER CONDITION OF BID

7.0

AS BUILT DOCUMENTS

8.0

DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING

9.0

LIST OF ATTACHMENTS

10.0

APPENDIX-I (LIST OF APPROVED PARTIES FOR BOUGHT OUT ITEMS)

11.0

APPENDIX-II - DATA SHEETS FOR MECHANICAL ITEMS ETC.

12.0

APPENDIX-III (LIST OF QAPs FOR BOUGHT OUT ITEMS)

13.0

APPENDIX-IV DELETED

14.0

APPENDIX-V (VIDEOGRAPHY SURVEY)

15.0

APPENDIX-VI (TRANSITION FITTING)

16.0

APPENDIX-VII (SKETCH SHOWING DEMARCATION OF MAINLINE AND


TERMINAL MATERIAL)

Annexure-I
Annexure-II
Annexure-III
Annexure-IV
Annexure-V
Annexure-VI
Annexure-VII

: Temporary Cathodic Protection Works


: Corrosion Monitoring System Works
: Civil & Structural Works
: Electrical Works
: Instrumentation Works
: Telecommunication Works
: Fire Protection System

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 2 of 75

202

1.0

INTRODUCTION

1.1

M/s GAIL (India) Limited proposes to lay a 24 Dia. x 84 km approx. long pipeline from
Ludhiana to Jalandhar and 16 Dia. x 64 km. approx. long pipeline from Saharanpur to
Haridwar and consumer lines to M/s BHEL & SIDCUL and pipeline networks in the
respective areas with Despatch / Receiving Terminals.
The pipeline is designed to carry 2.7 MMSCMD R-LNG. For Ludhiana Jalandhar
spurline designed capacity is 1.47 MMSCMD in which 0.6 MMSCMD will cater to
Ludhiana & other 0.87 MMSCMD to Jalandhar. For Saharanpur-Haridwar pipeline
section the designed capacity is 1.12 MMSCMD gas. And 0.53 MMSCMD gas will be
delivered to Sidcul/ Haridwar Spur line.
The pipeline network is enclosed as drawing no. MEC/23M9/05/21/M/001/1021, R0.

1.2

The complete work from Ludhiana to Jalandhar, Saharanpur to Haridwar has been
divided into two sections (Section-I & II) as indicated below. The scope of work for
each
Section
has
been
indicated
in
schematic
drawing
no.
MEC/23M9/05/21/M/001/1021 enclosed in Vol.-IV of IV.

Section-I :

Despatch terminal at Ludhiana (At existing I.P.- 4 at Ch. 295 Km )


to Receiving terminal at Jalandhar (24 X 84 Km)

Section-II:

Despatch terminal at Saharanpur to Receiving cum distribution


network terminal at Haridwar (16 x 64 km) and Consumer lines
(8 X 16 Km)

1.3

Tap-off cum Despatch Terminal with filteration & metering facility


at existing I.P.-4
Installation of SV-1 cum Tap- Off Point for Ludhiana, SV-2, SV-3,
SV-4, SV-5 at different Chainages
Receiving terminal at Jalandhar.

Tap-off cum Despatch Terminal with filteration & metering facility at


existing SV-3 at Ch. 115 Km at Saharanpur.
Installation of SV-1, SV-2, SV-3 cum tap-off point for Roorkee, SV-4,
& SV-5 at different chainages.
Installation of tap-off for Power Plant.
Receiving cum distribution network terminal at Haridwar at Ch.64
Km
Installation of SV-1, SV-2, SV-3 cum tap-off point on Consumer line
to M/s BHEL.
Installation of SV-1 on Consumer line to M/s SIDCUL.

This document covers details of work tendered, scope of work, scope of supply
pertaining to pipeline and terminal facilities for Section-I & Section-II and other
requirements for installation of pipeline and terminal facilities. All works and clauses
of this document shall be applicable to both the sections unless specifically
mentioned otherwise.
Details of Associated Civil, Structural, Architectural, Electrical, Mechanical,
Instrumentation, Telecom, Fire Fighting System and Temporary Cathodic Protection
works etc. are covered elsewhere in the Bid document.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 3 of 75

203

Route Map
1.4

BHATINDA

NANGAL

AMBALA

HARIDWAR

RISHIKESH

DEHRADUN

ROORKEE

GREP P/L

MEERUT

DADRI

YAMUNA
NAGAR

Bawana
TOP

CHAINSA

SAHARANPUR

SONIPAT

BAWANA

Neemrana

Jhajjar

KHANNA

JALANDHAR

LUDHIANA

HISSAR

Proposed new
Spurlines
DBNPL
CJHPL

Page 4 of 75

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

204

2.0

WORK TENDERED
Work tendered as a part of this Bid document consists of supply of materials as
required, installation, testing, and pre- commissioning of pipeline, preservation,
drying and commissioning assistance. The work includes installation of pipeline and
related piping works at sectionalizing valve stations and all associated mechanical,
civil, structural, architectural, and electrical and instrumentation, telecom works and
Fire Fighting System etc. The details are as under.

2.1

Pipeline Sections

2.1.1 Section-I
Pipeline from Despatch Terminal at Ludhiana (Existing I.P.-4 at Ch.295 Km) to
receiving terminal at Jalandhar (Approx. Ch. 84.000 km) including installation of
scraper traps, all valves, insulating joints etc. and piping works at Despatch Terminal
at Ludhiana, SV-1,SV-2,SV-3, SV-4 & SV-5 and Receiving terminal at Jalandhar.
-

Laying of approx. 84.00 km long, 24" (609.6 mm) O.D, 8.7mm, 9.5mm,
11.1mm & 14.3mm W.T., API 5L Gr. X-80 or 9.5mm,11.1mm 12.7, & 15.9mm
W.T., API 5L Gr. X-70 LSAW / HSAW/ ERW main pipeline from the despatch
terminal (DT) at Ludhiana to Receiving terminal at Jalandhar at Ch. 84.00 km.

Entire works at Despatch Terminal (DT) at Ludhiana including installation of


scraper launcher, insulating joints, all valves, filteration and metering
assembly, equipments and all piping works, hook-up with existing pipeline /
Piping and other facilities and all associated mechanical, civil, structural,
architectural electrical and instrumentation, telecom and Fire Fighting System
works.

Installation of 05 Nos. of Sectionalizing valves stations including all


Associated Mechanical, Civil, Structural, Architectural, Electrical,
Instrumentation, Telecom and Fire Fighting System work at SV stations and
Tap-off point.
Entire works at Receipt terminal (RT) at Jalandhar including installation of
scraper launcher, insulating joints, all valves, metering skid, equipments and
all piping works, hook-up with existing pipeline / Piping and other facilities and
all Associated Mechanical, Civil, Structural, Architectural Electrical and
Instrumentation, Telecom and Fire Fighting System works.

Installation of Pipeline at Crossings of Road, Rail, Utilities, Underground


Pipelines and Water Crossings (River, Canal and Nalla).
All works related to Hydro Testing, Dewatering, Swabbing, Drying and Tie-in
with Adjoining Pipeline/ Terminal Piping Sections as applicable.
Drying and Pre-commissioning of the pipeline section and associated
facilities.

Carrying out caliper pigging, magnetic cleaning of Section-I of pipeline.

Commissioning of the entire Pipeline from Depstach Terminal at Ludhiana to


receiving terminal at Jalandhar.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 5 of 75

205

Idle time preservation of pipeline, if required.

All works related to Temporary Cathodic protection.

All works related to Optical fibre cable.

2.1.2 Section-II
Pipeline from Despatch terminal at Saharanpur (at existing SV-3. Ch. 115.000 of
BNPL) to Receiving terminal at Haridwar at approximate Ch. 64.00 km and
consumer lines from Haridwar to M/s BHEL & SIDCUL (8X 16 Km) including
installation of scraper traps, all valves, insulating joints etc. and piping works at SV-1,
SV-2, SV-3, SV-4 & SV-5 Stations and Tap-off point and piping works at .
-

Laying of approx. 64.00 km long, 16" (406.4 mm) O.D, 6.4mm, 7.9 mm & 9.5
mm W.T., API 5L Gr. X-80 or 6.4mm, 7.1mm, 8.7mm, 11.1mm W.T., API 5L
Gr. X-70 LSAW / HSAW / ERW main pipeline from Despatch terminal at
Saharanpur (at existing SV-3. Ch. 115.000 of BNPL) to Receiving terminal at
Haridwar at approximate Ch. 64.00 km and laying of approx. 16 Km long,
8(219.1 mm) OD, 6.4mm & 7.9 mm, W.T., API 5L Gr. X-56, ERW / SMLS
main pipeline for consumer lines to M/s BHEL & SIDCUL.

Installation of 05 Nos. of Sectionalizing valves station on line from


Saharanpur to Haridwar and Installation of 04 Nos. of Sectionalizing valves
station on line to M/s BHEL & SIDCUL including all associated mechanical,
civil, structural, architectural, electrical, instrumentation, telecom and Fire
Fighting System work at SV stations and Tap-off point.
Entire works at Receipt terminal (RT) at Haridwar including installation of
scraper launcher, insulating joints, all valves, metering skid, equipments and
all piping works, hook-up with existing pipeline / Piping and other facilities and
all associated mechanical, civil, structural, architectural electrical and
instrumentation, telecom and Fire Fighting System works.

Installation of Pipeline at crossings of road, rail, utilities, underground


pipelines and water crossings (river, canal and nalla).

All works related to hydro testing, dewatering, swabbing, drying and tie-in with
adjoining pipeline/ terminal piping section.

Drying and Pre-commissioning of the pipeline section and associated


facilities.

Carrying out caliper pigging, magnetic cleaning of Section-II of pipeline.

Commissioning of the entire Pipeline from Despatch Terminal at Saharanpur


to Receiving Terminal at Haridwar and Receiving Terminal at Haridwar to
BHEL and SIDCUL Pipeline.

Idle time preservation of pipeline, if required.

All works related to Temporary Cathodic protection.

All works related to Optical fibre cable.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 6 of 75

206

2.2

Construction Fronts
Minimum Construction fronts to be mobilized for each Section shall be as under:
Section
Section-I
Section-II

Description
24 Dia. x 84 Kms
a) 16 Dia x 64 Kms
b) 8 Dia x 16 Kms

Front-1
0-42 Kms
0-32 Kms
0-16 Kms

Front-2
42-84 Kms
32-64 Kms

2.2.1

Section - I Section-I has been further subdivided in two fronts (i.e. Front -1 & Front2). Front -1 is from Ch. 00.000 km to Ch. 42.000 km and Front-2 from Ch. 42.000 to
Ch. 84 .000. Two nos. fully equipped, maintained and functional spread are required
to be mobilized (one each for Front-1 & Front-2) by the Contractor to complete
installation of facilities covered under Section-I as a minimum. Both the construction
fronts shall work simultaneously. In addition, contractor shall deploy mini spreads for
rail, road, water crossings, hilly areas and restricted areas. Contractor shall also
mobilize separate teams for mechanical works at Dispatch Terminal, Tap-off Points &
SV Stations and Receiving terminals.

2.2.2

Section - II: a) For SHPL - Section-II has been further subdivided in two fronts (i.e.
Front -1 & Front-2). Front -1 is from Ch. 00.000 km to Ch. 32.000 km and Front-2
from Ch. 32.000 to Ch. 64.000. Two nos. fully equipped, maintained and functional
spread are required to be mobilized (one each for Front-1 & Front -2) by the
Contractor to complete installation of facilities covered under Section-II as a
minimum. Both the construction fronts shall work simultaneously. In addition,
contractor shall deploy mini spreads for rail, road, water crossings, hilly areas and
restricted areas. Contractor shall also mobilize separate teams for mechanical works
at Dispatch Terminal, Receiving Terminal, Tap-off Points & SV Stations.
b) For BHEL/SIDCUL- Front -1 is from Ch. 00.000 km to Ch. 16.000 km One no. fully
equipped, maintained and functional spread is required to be mobilized by the
Contractor to complete installation of facilities covered under Section-II.Contractor
shall also mobilize separate teams for mechanical works at Dispatch Terminal,
Receiving Terminal, Tap-off Points & SV Station

2.3

Contractor shall adopt suitable method of construction/ execution of work for


restricted ROU/ Common ROU and deploy adequate equipment & manpower,
number of mini spreads etc. as required. CONTRACTOR shall provide complete
details of manpower, equipment etc. to be deployed. Contractor shall mobilize and
provide all equipments, manpower (skilled and unskilled), consumable and other
resources etc. for each Section and Front as required for the execution of the
complete job defined herein.

2.4

For execution of the pipeline work in the narrow ROU space in forest areas, the
CONTRACTOR shall consider the special requirements/ measures and shall deploy
separate Section (s), adequate amount of manpower and equipment for performing
the work.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 7 of 75

207

2.5

Civil, structural and architectural works, electrical works, instrumentation/ telecom,


Fire Fighting System and TCP works for the entire section shall be carried as per
relevant particular job specification provided elsewhere in the Bid document

3.0

SCOPE OF WORK
The Contractor's Scope of Work for the pipeline shall consist of, but not limited to,
supply (as required), fabrication, installation, testing, swabbing, drying, EGP, precommissioning and commissioning of the proposed pipeline system including
terminal piping works and hook-up works at terminal along with all associated
mechanical, civil, structural, architectural, electrical, telecom, instrumentation, Fire
Fighting System and TCP works. All such works that are not indicated here below
but are otherwise required to complete the work in all respects shall form part of
Contractor's Scope of Work.
The scope indicated below shall be read in conjunction with Schedule of Rates as
applicable, drawings, standards, specifications and other documents forming part of
the Contract document.
All works listed below shall be applicable for both the Sections (i.e. Sections-I, &
Section-II), unless specifically mentioned otherwise.
The detailed scope of work pertaining to cross country pipeline shall be in general
but not limited to the following:

3.1

Main pipeline

3.1.1

"Receiving and Taking-over" of COMPANY supplied externally/ Internally PE Coated


and bare line pipes of all thicknesses at Companys designated storage yard from
coating Contractor in presence of Companys representative. Transportation
including loading, unloading, handling, stacking, hauling and stringing of pipes from
Companys storage yards to Contractors worksite(s)/ workshop(s)/ pipeline Right-OfUse (ROU), including arranging all pipe trailers, cranes, arranging all necessary
intermediate storage area(s) required thereof till the complete pipeline system is
permanently installed.
COMPANY shall set up storage yards for coated and bare line pipes near pipeline
ROU as defined subsequently in this document. The exact location of Companys
storage yards shall be intimated to the CONTRACTOR at the time of award. In
addition, COMPANY shall set up stores for all items other than line pipes as defined
in scope of supply.

3.1.2

Carrying out inspection of COMPANY supplied line pipes and pipe corrosion coating
at the time of receiving and taking-over for all defects etc., in the presence of
Companys representative.

3.1.3

Carrying out repairs (including supply of all materials) of line pipe and pipe coating
not attributable to COMPANY which will include repair of all defects/ damages
occurring during transportation and/ or handling after receiving and taking over.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 8 of 75

208

3.1.4

For pipes where cutting out involves more than 25mm from pipe ends, ultrasonic
inspection shall be carried out at pipe ends for line pipe and including supply of all
equipments. Contractor shall take prior approval from Company for the agency
engaged for carrying out ultrasonic inspection.

3.1.5

Loading, unloading, handling, stacking, storing and transportation to workshop/ work


site of all materials (other than bare and corrosion coated line pipes) that may be
used for the construction of pipeline system either supplied by COMPANY at their
designated storage yard/ store and/ or by CONTRACTOR as the case may be. All
Company supplied materials (other than line pipe) shall be issued to Contractor from
Companys designated store.

3.1.6

Preparation of bevel end and coating edge of line pipes, if required, for
semiautomatic / manual welding.

3.1.7

Contractor shall incorporate the crossing details in the as built alignment sheet after
completion of work.

3.1.8

Carrying out all additional topographic and/ or geotechnical survey as required for
local detours, detours at crossing locations and elsewhere during execution and for
additional canals (to be crossed by HDD & boring) and other crossings for which
details are not available in the bid document.

3.1.9

Carrying out thorough internal cleaning of all pipes to remove debris, shots, grits etc.
to the satisfaction of Engineer-in-charge.

3.1.10 Mobilizing and providing all equipments, manpower (skilled and unskilled),
consumables and other resources etc., as required for the execution of complete
work and thereafter demobilizing the same upon completion of work.
3.1.11 Obtaining all necessary approvals and work permits from concerned authorities
having jurisdiction, as applicable for performing the work including shifting/ relocation
and restoration of telephone/ electrical poles and underground pipes and other
utilities etc., as required by local authorities and as directed by COMPANY.
Contractor shall also obtain all necessary approvals and work permits from
concerned authorities having jurisdiction for crossing underground utilities/ pipelines
wherever encountered along the pipeline route.
3.1.12 Cutting/ up rooting of trees within ROU, counting the number and type of trees to be
cut (before cutting) during pipeline laying works in presence of DFO/ concerned
authorities keeping record thereof and handing over the cut trees as directed by
concerned authorities/ COMPANY.
3.1.13 Staking, clearing, grading of Right of Use (ROU) as required, trenching to all depths
in all types of soils including soft and hard rock, including blasting, controlled blasting,
chiselling, or otherwise cutting etc. to a width to also accommodate the OFC/ cable
conduit as per relevant standards, drawings, specifications etc., stringing, aligning,
bending, welding, NDT, radiography, field weld joint coating including supply of all
materials, protective coating of long radius bends and buried fittings/ valves including
D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 9 of 75

209

supply of materials, providing sand/ soft soil padding, rock shield in the trench
wherever required including supply of sand/ soft soil, laying and lowering of the
pipeline including locating existing pipeline using pipe locator and maintaining the
specified minimum spacing from existing pipeline(s), back filling including supply of
select backfill material where required, carrying out rail, road, river, canal, drain, utility
and submerged minor and major water course crossings including installation of
carrier pipe inside casing pipe at cased crossings wherever required, providing two
component epoxy coating on inner surface of casing pipe wherever required by
statutory authority, bank stabilization of water course crossings as required,
arranging all additional temporary land/ area required for construction purposes.
Supply and installation of anti-buoyancy measures viz. continuous concrete coating,
geo-textile gravel filled bags, extra cover, select backfill etc. on pipeline, installation
of supports wherever required, tie-in/ hook-up with pipeline/ piping installed by others
including cutting of temporary test headers, if any, re-beveling, NDT, fit-up, welding,
radiography etc.; clean-up, ROU restoration, pigging, flushing, gauging, hydrostatic
testing with the quantity of corrosion inhibitor as required, dewatering with the
addition of approved chemicals to neutralize the effect of inhibitor added during hydro
test at required dosage, swabbing, drying, pre-commissioning and commissioning of
pipeline including supply of all materials such as required type and quantity of pigs,
manpower, equipment, consumables and carrying out all associated works as per
relevant specifications, standards and approved drawings enclosed with the Contract
document.
3.1.14 All welding and NDT shall be carried out as per welding specification.
3.1.15 Welding of all tie-in joints including tie-in joints and bends on either side of major
river/ canal/ road/ rail crossings/ other facilities as required including adjoining
pipeline sections, cutting of test header, re-beveling and tie-in with adjacent pipeline
segments
3.1.16 Carrying out welding including cutting, edge preparation (inclusive of grinding the
edges of pipe, fittings, flanges, etc. to match with the matching edges of different
thickness wherever required), fit-up, bending, pre heating wherever required, NDT
including radiography and other non-destructive tests as specified. NDT
requirements for process and other piping shall be in accordance with relevant
specifications enclosed with the Bid document
3.1.17 Field welds joint coating and corrosion coating of Long Radius (LR) bends by Heat
Shrink Sleeve and pup pieces of sectionalizing valves. 100% solid high build epoxy
(minimum 500 micron thk) shall be applied for underground piping & valves.
3.1.18 Installation of all in-line insulating joints, valves, appurtenances, online instruments
etc.
3.1.19 Providing slope breakers in steep slope areas including supply of all materials,
wherever required. Contractor shall carry out slope breaker survey and slope breaker
shall be installed (before backfilling) as per standard after approval of Engineer-Incharge.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 10 of 75

210

3.1.20 Sand/ soft soil padding of minimum 150 mm thickness around pipe wherever
required in areas where trenching has been done in rock or gravel or hard soil
including supply of sand/ soft soil. The pipeline trench shall not be filled with gravel
and large stones or boulders. Installation of rock-shield in addition to 150 mm of
sand/ soft soil padding around the pipe in rocky areas. The rock shield shall be of
minimum 6 mm thick polyethylene mesh as per COMPANY specifications. Contractor
shall furnish all details of proposed rock shield to be used, for COMPANYs approval.
3.1.21 Providing engineered select backfill consisting of loosely compacted cohesion less
soil like sand (for the areas prone to seismic activity) including supply of cohesion
less soil like sand for a distance of 1 km on either side, as per job standards. The
pipeline shall be surrounded by at least 0.6 m of select backfill. Extra digging of
trench shall be carried out to comply with above requirement.
3.1.22 Installation of pipeline in the river crossings are intended to be installed by open cut
method unless specified otherwise. In case the Contractor proposes to install these
river crossings also by HDD or any other equivalent method instead of open cut
method complying tender requirement, the Contractor may do so at his own risk, time
and cost. The COMPANY shall not make any extra payment, what so ever, on this
account. The rates quoted by the Contractor for such rivers shall remain applicable
irrespective of the method of installation (HDD/ any other equivalent method or Open
cut method) adopted.
3.1.23 The rates quoted for the crossing shall be applicable for the pipeline within the limits
of the crossing as defined subsequently in this document. Any additional length of
pipe installed during crossing installation (beyond limit of crossing) in order to comply
with the minimum requirements of cover/ burial depth specified for the crossing or for
any installation convenience shall not be considered as part of crossing and shall be
paid as per the rates quoted for the normal laying of the pipeline. No additional
compensation shall be admissible in this regard.
3.1.24 Carrying out national highway /SH, expressway, railways and major road crossings
by conventional/ boring/ Jacking/ HDD method with casing pipe.
3.1.25 Supply and installation of 6 NB CS conduit for OFC cable/ HDPE conduit for all
bored crossings and river crossings. For all crossings with HDPE sub ducted in CS
conduits (with proper end-sealing and arrangement of wire/etc for pulling OFC).
3.1.26 Localised purging/ inertization including supply of nitrogen during hook up with
existing Pipeline/ piping at existing terminal if any.
3.1.27 Loading, unloading, handing over and transportation of all surplus COMPANY
supplied free issue materials including line pipe to COMPANY designated stores at
or as directed by Engineer-in-Charge and stacking the same. Stacking of surplus
pipe & other material shall be inclusive of supplying of sand bags etc.
3.1.28 Transportation of free issue bare line pipes from Companys designated storage yard
to fabrication shop of bends manufacturer and fabrication of long radius bends from
free issue line pipes for installation in terminals/ other areas. Fabrication of long
radius bends shall be performed by induction process as per specifications enclosed
D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 11 of 75

211

with the Bid document by COMPANY approved fabricators only. As far as possible,
COMPANY will endeavor to supply pipes of same dia. and thickness from same heat
of steel for fabrication of bends. However the same is not guaranteed. LR bends shall
be installed only those locations shown in alignment sheets and approach drawings.
Transportation of pipes from place of issue to the bend manufacturers plant and
transportation of fabricated bends from the bend manufacturers plant to work site(s),
return of surplus pipes/ material/ bends etc. to storage yard/ work site/ Companys
store shall be in Contractors scope.
3.1.29 Carrying out cleaning, flushing, swabbing (as applicable), dewatering, testing and
pre-commissioning of pipeline and associated facilities at Dispatch Station,
Sectionalizing Valve Stations and Receiving / Despatch Station up to the respective
battery limits. Locating all major and minor leaks during hydrotesting if any.
3.1.30 Repair of leaks/ burst, not attributable to Contractor, occurring in Company supplied
the Contractor shall carry out material and the Contractor shall be compensated as
per provisions of the contract. However Contractor shall carry out repair of such
defects attributable to Contractor at no extra cost to Company. Contractor shall
submit a report for failure to Company.
3.1.31 Carrying out magnetic cleaning (pigging with the help of magnetic pig to remove steel
debris), electronic geometric pigging (caliper pigging) for each pipeline Sections
including supply of all types of pigs, pig locating and tracking device, spares,
consumables, manpower etc. as per specification enclosed with bid/ contract
document.
3.1.32 Carrying out repair of all defects found during electronic geometric pigging including
locating, digging, cutting, welding, NDT etc.
3.1.33 Commissioning of pipeline associated facilities including supply of required quantity
of Nitrogen. Providing all equipments, manpower, machinery, consumables including
required number of pigs, nitrogen and assistance as required during commissioning
of pipeline system and associated facilities viz. Dispatch Terminal, Sectionalizing
Valve Stations and Receipt Terminal up to the respective battery limits. Wherever
required, Section wise contractor shall make the system ready to commissioning.
3.1.34 Implementation of Pipeline Information Management System for monitoring
construction progress on real time basis.
3.1.35 Final clean-up and restoration of ROU and other conveniences like temporary
approach roads/ temporary works, barren land, road, rail, canals, water crossings,
cultivable land etc. to original condition as per specification and drawings to the entire
satisfaction of COMPANY and/ or authorities having jurisdiction over the same,
including disposal of surplus construction materials to Companys designated stock
yard(s) or as directed by Engineer-in-charge. CONTRACTOR shall restore stones
laid to mark the boundaries of adjoining fields to original conditions. Contractor shall
arrange necessary clearance from all concerned authorities/ land owners to the effect
that ROU has been restored back to the original condition. Necessary clearance from
statutory authority / NOC for restoring the ROU to original condition shall be in
Contractors scope.
D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 12 of 75

212

3.1.36 Disposal of surplus excavated soil from trench outside ROU


3.1.37 Idle time preservation by filling Nitrogen at a positive pressure of 2 bar (g) as per
specification, if required including supply of Nitrogen.
3.1.38 Preparation of as-built drawings, pipe-books, documents, photographs, video records
and project records as per specification and instructions of the COMPANY including
furnishing of all Test Certificates/ Inspection Reports for all materials used for
permanent installation.
3.1.39 Taking over surplus bare and coated pipe from coating contractor at storage yard
after completion of work, loading, unloading, transportation and handing over of all
surplus Company supplied free issue material including short length of pipes to
Companys designated Storage yard as directed by Engineer-in-charge.
3.1.40 All associated pipeline work w.r.t. Temporary Cathodic protection as described else
where in the bid document.
3.1.41 Coordination with permanent Cathodic protection contractor which shall be carried
out by different agency under different contract and repair of coating holidays and
defects observed during PCP commissioning.
3.1.42 In case any activity though not specifically covered in scheduled of rates description
but same is covered under scope of work/ Specification / drawings, it is understood
that the contractor shall do such performance & provisions so mentioned with out any
time & cost implication.
3.1.43 Any other works not specifically listed herein but are required to be carried out to
complete entire work related to pipelines and the associated facilities.
3.1.44 Installation of casing pipes (by open cut/jacking/ boring/ any other trenchless
technique) assembly, including supply of all materials, casing insulators and end
seals, vents and drains etc. complete, at cased crossings.
3.1.45 Supply of CS conduit 6 NB, 6.4 mm thk API 5L Gr-B or equivalent steel conduit with
HDPE interduct for laying of OFC at crossings.
3.1.46 Providing 300 micron epoxy on the external surface of all 6 NB CS conduits meant
for OFC.
3.1.47 Providing loosely compacted cohesionless soil like sand, murrum, silty sand for
specified distance in seismic prone areas.
3.1.48 Crossings of rivers/streams/canals by Open Cut/ Boring/ Trenchless Technology
method :
a)
b)

Pre-construction surveys, preparation of detailed construction method


statement and calculations for Companys approval.
Geo-technical investigations, if required.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 13 of 75

213

c)

Site preparation, arranging required land for setting up of string fabrication


yard and obtaining necessary permissions from concerned authorities.

d)

Preparation of pipeline Launchway, continuous concrete coating of pipes,


repair of damages to corrosion and concrete coating, string preparation, field
welding, NDT including radiography, pretest of completed strings, corrosion
and concrete coating of field joints, trenching, laying at approved depth,
backfilling including supply of select backfill material (where required),
stabilization of banks, post installation hydrotest, capping, providing and
installing of markers, etc.

e)

Installation of HDPE conduit, laying of OFC inside the conduit. Contractor


shall install pipeline and OFC conduit together in river crossings and HDPE
conduit shall be strapped using corrosion resistance straps to the main
pipeline in the top quadrant. Stability of the combined installation shall be
ensured.

3.1.49 HDD works shall be carried out in accordance with specification enclosed with bid
package. For directionally drilled crossing, following shall be performed:
a)

Carrying out all surveys and collection of data, as may be required for the
design and construction of the crossings.

b)

Carrying out all engineering, design calculations and preparing all


construction drawings for laying of pipeline and optical fibre cable inside steel
pipe as per requirements for installation of river crossings by HDD method.

c)

All construction activities required for installation of the crossings viz. site
preparation, preparation of pipe string, repair of damages to corrosion
coating, field welding, NDT including radiography, pretest of completed string,
corrosion coating of field joints, holiday testing of complete pipe string, drilling
in all types of soil including gravel, boulders and disintegrated and hard rock,
installation of pipeline, post installation hydrotesting of the crossing section,
capping, providing and installing markers and temporary cathodic protection
of pipeline section at crossings.

d)

Field joint coating shall be carried out by Direx heat shrink sleeves by
Covalence Raychem or TBK heat shrink sleeves by Canusa-CPC or
equivalent.

e)

Supply of 6" NB, 6.4mm W.T. API 5L Gr.B or equivalent 300 micron epoxy
coated steel conduit, with interduct of flexible HDPE/plastic corrugated tubing
for laying of OFC cable, preparation of steel conduit string and corrosion
coating of weld joints.

f)

Installation of pipeline and 6" NB steel conduit for OFC (together in a single
drilled hole or separately in two independent drilled holes).

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 14 of 75

214

g)

Tie-in with main pipeline after successful installation of pipeline at river


crossing.

h)

Testing and jointing of OFC at either ends with OFC in main pipeline trench.

3.1.50 Clean-up and restoration of ROU and other conveniences like road, rail, canals,
cultivable land, water facilities, irrigation facilities, boundary wall/fence etc. to original
condition as per specification and drawings to the entire satisfaction of Company
and/or Authorities having jurisdiction over the same, including disposal of surplus
excavated soil and other construction materials to a location identified by Contractor
approved by local authority without causing any disturbance to environment and to
the entire satisfaction of Company.
Contractor shall arrange necessary clearance from the concerned authorities/ land
owners to the effect that ROU/ ROW has been restored back to original condition.
Contractor shall carry out joint survey with representative of Competent Authority
(CA) and will obtain clearance in writing from CA that ROU has been restored to
original condition. Necessary clearance from statutory authority / NOC for restoring
the ROU to original condition shall be in Contractors scope.
3.1.51 Fabrication of long radius bends from Free Issue line pipes by induction process,
carrying out corrosion coating of bends by heat shrink sleeve as per specification
enclosed with bid package.
3.1.52 Tie-in with the pipeline at rail, road, river and other crossings including cutting of test
headers as required and tie-in with terminal piping & with existing facilities as
applicable.
3.1.53 Preparation of video films with audio commentary covering all aspects of pipeline
construction annotated as required, conversion of the same to video CD/DVD ROM
format, submitting three (3) sets of the same.
3.1.54 All incidental and associated works and any other works not specifically listed herein
but are required to be carried out to complete entire work related to pipelines and the
associated facilities and making the entire pipeline system ready for operation.
3.2

Associated Works for Pipeline Construction

3.2.1

Installation of Company supplied free issue casing pipes, if available, (by open cut/
jacking/ boring) assembly, including transportation of casing pipe from company store
and supply of all materials, viz. casing insulators and end seals, vents and drains etc.
complete, at cased crossings.
Cased crossings shall be installed at locations indicated in alignment sheets/ list
enclosed with the bid document. The number of crossings indicated in alignment
sheets is subject to change based on engineering, construction and statutory
requirements or the requirements of the Authority having jurisdiction over a utility
crossing.

3.2.2

3.2.3

Supply and installation of all types of pipeline markers including their painting suitable
for normal corrosive environment as per specification and all associated civil works.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 15 of 75

215

3.2.4

Tie-in/ hook-up of pipeline at Despatch / Receipt Terminal / and existing facilities if


any is in the scope of respective section Contractor.

3.3

Piping
Works
at
Despatch
Terminal,
Sectionalising Valve Stations and Tap-off points.

Receiving

Terminal,

Facilities to be installed at various terminals (Despatch & Reciveing), Sectionalizing


Valve (SV) Stations and Tap-off points, as a part of overall pipeline system are
shown in respective Piping & Instrumentation diagrams (P&IDs) enclosed.
a.

Despatch & Receiving Terminals / SV Stations / TAP-OFF


Preliminary equipment layouts and plot plans for the terminals/ stations are enclosed
with this Bid document. These drawings are indicative only and are enclosed to
enable the Contractor to understand the nature of work involved. Issued for
Construction (IFC) piping General Arrangement Drawings (GADs) shall be
progressively furnished to the Contractor, at an appropriate time at project execution
stage.
Contractor shall carry out all works strictly in accordance with the Issued for
Construction (IFC) drawings and reference specifications/ standards, documents,
data sheets etc. enclosed with this Bid document and instructions of Company/
Engineer-in-Charge and other provisions of Bid document.
The Contractors Scope of Work for the work tendered shall consist of, but not be
limited to, supply (as indicated in Scope of Supply), installation, testing, precommissioning and commissioning of terminal piping complete, with all associated
mechanical, civil, structural, architectural, electrical, rotating equipments, pressure
vessels and instrumentation/ telecom works as applicable including all such works
which though specifically not indicated here but will otherwise be required to complete
the work in all respects.
The scope indicated below shall be read in conjunction with Schedule of Rates as
applicable, drawings, standards, specifications and other documents forming part of
the Contract document.

3.3.1

Receiving and Taking over as defined in specifications of all Company supplied


materials including equipment from the Companys designated place(s) of issue
defined elsewhere, transportation including loading, unloading, handling from
Companys designated place(s) of issue to Contractors own stock yard(s)/ work
site(s)/ workshop(s), including arranging all necessary intermediate storage area(s)
thereof till the materials are installed in permanent installation.

3.3.2

Procurement and supply of all materials, equipments that are included in the scope of
supply of Contractor, transportation of all materials from manufacturers works
including loading, unloading, handling, storing and transportation to work site(s)/work
shop(s) including arranging all necessary intermediate storage area(s) thereof, as
required.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 16 of 75

216

3.3.3

Fabrication, erection, testing of all above-ground/ buried piping system including


installation of filters, metering, scraper launcher/ receiver etc. consisting of pipes,
valves (manual and actuated), flanges, fittings, flow tees, pig signalers, insulating
joint etc; carrying out all applicable works associated with buried pipeline within the
Terminal /SV station boundary wall/ fence (wherever applicable), carrying out
welding, NDT including radiography; weld repairs/ retesting, cleaning/ flushing hydro
testing, dewatering, functional testing, cutting of mainline and beveling (if required),
excavation in all types of soil for installation of piping and pipe supports precommissioning, providing commissioning assistance(wherever required) and
commissioning including supply of all materials and manpower that are required
during pre-commissioning and commissioning and all associated works.

3.3.4

Installation of Sectionalizing Valve stations in all terrains/ soils including all above
ground/ underground piping at all elevations and depths including all civil works, viz.
filling and compaction of valve station areas, excavation of pits, gravel filling,
construction of fence and gates, supports, foundations, construction of access road
to installation from nearest metalled road, installation of all valves and valve
actuators and all fittings/ piping works.

3.3.5

Preparation of isometrics and/or fabrication drawings required for the purpose of


fabrication during execution of work.

3.3.6

Obtaining all necessary approvals and work permits from concerned local authorities
having jurisdiction including hot work permit as applicable for performing the work in
existing terminal facilities. Arranging of adequate fire fighting equipment viz. fire
brigade, fire extinguisher, shielding from existing facilities, oxygen mask etc. for
carrying out the work safely to the satisfaction of COMPANY.

3.3.7

Carrying out welding including cutting, edge preparation (inclusive of grinding the
edges of pipe, fittings, flanges, etc. to match with the matching edges of different
thickness wherever required), fit-up, bending, pre heating wherever required, NDT
including radiography and other non-destructive tests specified. NDT requirements
for process and other piping shall be in accordance with relevant specifications
enclosed with the Contract document.

3.3.8

Repair of leaks/ burst, not attributable to Contractor, occurring in COMPANY supplied


material, the Contractor shall carry out the repair work and the Contractor shall be
compensated as per provisions of the contract. However, repair of such defects
attributable to Contractor, shall be carried out by Contractor, at no extra cost to
COMPANY.

3.3.9

Installation of all types of valves (manual/ actuated), all types of inline/ online
instruments such as PSVs (other than those covered separately safety valves,
tapping for thermowells, sample connections, pressure gauges, corrosion monitoring
system etc. for all sizes and ratings including fixing of gaskets, bolts, studs and nuts
of all sizes, ratings and materials.

3.3.10 Installation of all in-line and on-line instruments including Ultrasonic flow meter
assemblies and Skin Temperature measurement assemblies.
D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 17 of 75

217

3.3.11 All works for corrosion monitoring system (CMS) system as described in relevant
document enclosed elsewhere with Bid document.
3.3.12 All works for the Corrosion Coupons and Corrosion Probes as per relevant document
enclosed elsewhere with Bid document
3.3.13 All associated civil works, viz. levelling, filling and compaction of station areas as
required, necessary stone pitching at the sides of earth fill (if required), excavation of
pits, gravel filling, paving as required, construction of fence and gates, access road to
installation from nearest metalled road, etc.
3.3.14 All associated structural and mechanical works including supply of all materials
required, unless covered separately else where in the Bid document, including
construction of foundations (PCC/ RCC works) for equipments and pipe supports and
sleepers, fabrication and erection of supporting structural elements for piping such as
shoes, clamps, anchors, guides, insert plates, brackets, structural column, valve
operating platforms, pipe crossovers etc. Contractor shall provide grating as per
details currently included in the tender document or as per details furnished
subsequently.
3.3.15 Supply of bolts, nuts, gaskets, washers, U bolts, clamps, clips, gaskets for supports
for all piping works.
3.3.16 Supply, fabrication and erection of supporting structural elements for piping such as
shoes, clamps, anchors, guides, insert plates, brackets, structural column etc.
3.3.17 All associated geo-technical, structural, electrical, instrumentation, telecom,
architectural, mechanical and civil works including supply of all material required,
covered separately elsewhere in the Bid document.
3.3.18 Hook-up of piping with equipments and vessels and hook-up of all piping at the
battery limit with the pipeline/ piping including cutting of temporary test header, rebeveling, NDT, fit-up, welding, radiography etc. including interface/ coordination as
required with other Contractor(s)/Agencies.
3.3.19 Painting of above ground piping (including supply of materials), structural steel
elements, for pipe supports, all equipments and all related miscellaneous items as
required and as directed by Engineer-in-charge. Paint shall be suitable for normal
corrosive environment in accordance with specification. Wherever touch up/ repair of
primer is required, high build epoxy zinc phosphate primer shall be used.
3.3.20 Protective coating of 100% solid high build epoxy minimum 500 micron thk for all
underground piping, valves, fittings, etc..
3.3.21 Corrosion protection coating of all field weld joints for buried piping of all sizes
including supply of all materials.
3.3.22 Cleaning (card board blasting) Hydro testing, dewatering and drying of piping system
of all sizes as per specifications enclosed.
D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 18 of 75

218

3.3.23 Final clean up and restoration of site, facilities etc. as per the requirement of
COMPANY/ Engineer-in-Charge including filling (wherever required) and grading of
areas around stations for avoiding any local flooding of area
3.3.24 Transportation and stacking of all surplus COMPANY supplied free issue material to
Companys designated store after completion of works or as directed by Engineer-inCharge.
3.3.25 Preparation of as-built drawings, documents and project records as per instructions
of Engineer-in-Charge.
3.3.26 Preparation of detailed procedures for fabrication, installation, testing, precommissioning and commissioning. Such procedures shall be submitted to
COMPANY/ Engineer-in-Charge for review and approval.
3.3.27 Obtaining all statutory clearances, approvals, permissions and hot work permit for the
works as required
3.3.28 Fabrication and erection of piping supports and change of existing support/ additional
supports installed by others as directed by Engineer-in charge.
3.3.29 Idle time preservation of mainline and terminal piping with positive pressure 2 bar (g)
for specified period.
3.3.30 Any other works not specifically listed herein but required for completion of the works
in all respects.
3.4
All construction works shall be carried out as per Approved for Construction
drawings, procedures, specifications and applicable codes and standards. Any
changes at site shall also need prior approval from the COMPANY and revision of
drawings.
3.5

Temporary Cathodic Protection System


Temporary Cathodic Protection System works shall be carried out as per the scope
detailed in particular job specification enclosed as Annexure-I and SOR enclosed
elsewhere with the tender.

3.6

Corrosion Monitoring System


Corrosion Monitoring System works shall be carried out as per the scope detailed in
particular job specification enclosed as Annexure-II and SOR enclosed elsewhere with
the tender.

3.7

Civil & Structural Works


Civil Works
Civil works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-III and SOR enclosed elsewhere with the tender.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 19 of 75

219

Structural Works
Structural works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-III and SOR enclosed elsewhere with the tender.
3.8

Electrical
Electrical works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-IV and SOR enclosed elsewhere with the tender.

3.9

Instrumentation
Instrumentation works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-V and SOR enclosed elsewhere with the tender.

3.10

Telecommunication
Telecommunication works shall be carried out as per the scope detailed in particular job
specification enclosed as Annexure-VI and SOR enclosed elsewhere with the tender.

3.11

Fire Fighting System


Fire Fighting System works shall be carried out as per the scope detailed in particular
job specification enclosed as Annexure-VII and SOR enclosed elsewhere with the
tender.

4.0

SCOPE OF SUPPLY

4.1

Materials to be Supplied By COMPANY as Free Issue


Company shall supply the following Pipeline/ Terminal piping materials required for
permanent installation to the Contractor at an appropriate time during the execution
stage as free issue materials:
Line Pipes:
Entire required quantity of bare/ coated line pipes of all thickness shall be supplied by
Company. Line pipes (bare/ coated) shall be made available to the Contractor at
designated storage yard.

a.

Bare Line Pipes shall be used only for fabrication of LR bends by the respective
section Contractor. These pipes shall be supplied with out any internal and external
coating.

b.

Bare pipes with internal coating only and shall be used for above ground piping in
front of scraper traps.

c.

The Storage yard shall be managed by coating contractor under a separate contract.
The coating contractor shall load the coated/ bare line pipes onto the trailers supplied
by Installation Contractor.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 20 of 75

220

d. .

Receiving and taking over of bare and coated line pipes at Storage yard including its
inspection. All trucks / trailers for transportation of line pipes from storage yards to
site/ ROU/ Contractors storage Yard shall be supplied by Installation contractor. The
coating contractor shall load the coated/ bare line pipes onto the truck/ trailers
supplied by Installation Contractor.

g.

Contractor shall note that Chainage indicated for SVs are approximate and may vary
10 km along the pipeline chainage, based on the availability of land and NH/ SH/
Rail approach. The exact location of Companys storage yard shall be intimated to
the Contractor at the time of award. Contractor shall be responsible for performing all
works as per scope of work at the finally selected storage yard location by the
COMPANY at no extra time/ cost to the COMPANY.

h.

Transportation of pipes and other free issue material from place of issue is in
Contractors scope. Contractor shall note that the prices indicated in the Schedule of
Rates shall be inclusive of taking the delivery and transportation of line pipes and
other material from the above storage yard/ stockyard to work place(s).

i.

Bevel Protectors of the line pipes shall be the property of the pipeline installation
Contractor. He has to collect and dispose off the bevel protectors. Contractor shall
quote accordingly.

j.

For bare line as free issue material, Contractor shall arrange all shop and work site.
Other Terminal Piping Materials
Company shall supply the following materials to be installed as a part of Terminal
piping as free issue:
i.
ii.
iii.
iv.
v.

Scraper launchers and receivers, handling devices, pig signalers and quick
opening closures.
Insulating joints,
Flow tees of size above 8.
Mainline Ball Valves of size > 8, wherever required actuators shall be
supplied along with valves.
Casing pipe of all required sizes for bored crossings, if available

The Company shall make above free issue materials available at the designated
stores / locations. Contractor shall arrange all trucks/ trailors, cranes etc. for
transportation of above materials including loading at Company store, unloading at
contractors storage yard/ work site, arrangement of cranes, handling etc.
Contractor shall return of surplus material to company designated storage yard as
decided by Engineer In- charge
4.1.1 Conditions for COMPANY Supplied Material
i.

The Contractor shall be responsible for taking over of the material and
subsequent handling, hauling, transportation to the actual work

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 21 of 75

221

site(s)/fabrication yard(s) and storage & safe keeping of the materials.


Contractor shall arrange all equipment/ cranes etc. for loading of these
materials on their truck/trailers for transportation except line pipe.

4.2

ii.

The Contractor shall inspect all COMPANY supplied free issue materials at
the time of taking over from the COMPANY and defects noticed, if any, shall
be brought to the notice of COMPANY/ COMPANY representative and jointly
recorded. Once the material has been taken over by the Contractor, all the
responsibility for safe keeping of the materials shall rest with the Contractor.

iii.

Every month the Contractor shall submit to the COMPANY an account for the
material issued to the Contractor in the Performa prescribed by Engineer-inCharge.

iv.

On completion of the works Contractor shall submit a Material Appropriation


Statement for all materials supplied by the COMPANY as free issue
materials.

v.

The scrap allowances shall be permissible as per the provision of Bid


document. The percentage allowance shall be accounted on the basis of
actual consumption as incorporated in the work.

vi.

All unused and scraps material shall be the property of the COMPANY and
shall be returned by Contractor to COMPANY at COMPANYs designated
storage point(s) including transportation of the same from Contractors stock
yard(s)/worksite(s)/work shop(s) to the COMPANYs designated storage
point(s). Contractor shall be responsible for the proper measurements of the
unused/ scrap materials to be returned to the COMPANY.

Materials to be supplied by CONTRACTOR


The procurement and supply, in sequence and at appropriate time and place,
including inspection and expediting, of all materials and consumables required for
completion of the WORK as defined in this BID document except the materials
specifically listed under para 4.1 above as COMPANY free issue material, shall be
entirely the CONTRACTOR's responsibility and the item rates quoted for the
execution of the WORK shall be inclusive of supply of all these materials. All
materials supplied by the CONTRACTOR shall be strictly in accordance with the
requirements of relevant COMPANY material specifications enclosed with the
Contract document. All equipments, materials, components etc. shall be new and
specifically purchased for this job from Company approved vendors, duly inspected
by third party inspection agency like Lloyds, Bureau Veritas etc. (Only manufacturer
certificate shall not be adequate). As a minimum, the materials to be supplied by
CONTRACTOR shall include but not limited to the following.
i.

All equipments & consumable such as welding electrodes, oxygen,


acetylene, inert gases, all types of welding electrodes, filler wires, solder
wires, brazing rods, flux etc. for welding/ cutting and soldering purposes.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 22 of 75

222

ii.

All fittings, flanges and assorted pipes of all thickness & rating with material
conforming to PMS/ specification enclosed with the bid document.

iii.

Ball valves of size 8 and below and all plug valves as per Data Sheets
enclosed with Bid document.

iv.

Flow Tee of size below 8 NB.

v.

QOEC

vi.

PSVs on Scrapper Traps

vii.

All materials for all types of pipeline markers including cement, sand,
reinforcements, structural steel etc. and paint conforming to normal corrosive
environment as per specification enclosed with the bid documents.

viii.

Casing insulators and end seals and materials for casing vents and drains as
per drawings.

i.

All materials required for continuous concrete coating/ gravel filled geo-textile
bags for providing negative buoyancy to the pipeline wherever required.
Contractor shall take prior approval of COMPANY and furnish all details
including design calculations in case of use of purpose built geo-textile bags.
For river crossings, only continuous concrete coating shall be provided for
negative buoyancy.

ii.

All materials and consumables required for external corrosion coating and
concrete coating (where required) of field weld joints.

iii.

All materials required for field joint coating, corrosion coating of LR bends,
pup pieces of sectionalising valves and repair of damaged corrosion coating
of line pipe. Contractor shall confirm that proposed field joint coating material
is suitable for type of terrain encountered along pipeline route. Contractor
shall take prior approval from COMPANY for field joint coating material to be
used. The cut back length shall be 150 mm + 20 (-0) mm.

iv.

All material, equipment & consumables for HDD works including Direx heat
shrink sleeves by Covalence Raychem or TBK heat shrink sleeves by
Canusa-CPC or equivalent.

v.

All materials required for carrying out two component epoxy coating for
internal surface of casing pipe, wherever required by statutory authorities.

vi.

All materials required for sand/ soft soil padding around pipeline and optical
fibre cable, PVC warning mats, select backfill of approved quality, slope
breakers, bank stabilization of water crossings etc.

vii.

For rocky areas, rock shield shall be provided in addition to sand/ soft soil
padding. Rock shield shall be of high density extruded polyethylene mesh
with following properties:

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 23 of 75

223

Thickness
Compressive Strength

ASTM D-1777
ASTM D-1621

6 mm (minimum)
250 PSI

Impact Resistance

ASTM G-14

100 in-lb

Contractor shall obtain prior approval from Engineer-in-charge for rock shield
material & its application procedure
viii.

All materials including consumables, nitrogen etc. required for hook-up with
existing facilities and equipments.

ix.

Long radius bends (R=6D) of all angles and wall thickness fabricated from
COMPANY supplied free issue line pipes.

x.

All stud bolts, nuts, jack screws, all type of gaskets (metallic spiral wound
gaskets) in required quantities to be used for permanent installation into the
system for all sizes and ratings of flanges and flanged valves, equipment etc.,
including nuts, bolts, gaskets, washers, U bolts, clamps, clips etc. for pipe/
equipment supports. All materials for supports shall be in contractors
account.

xi.

All types of coating and painting materials including primer and paints
suitable for normal corrosive environment for painting above ground piping
and 100% solid high build epoxy (minimum 500 micron thk) for underground
piping/ valves, etc.

xii.

All pipes, fittings, flanges, blind flanges, gaskets, nuts, bolts, clamps,
strainers, equipment/ consumable, metallic blinds, temporary gaskets as
required for filling, pressurising, hydrostatic testing and dewatering, swabbing
etc. including test headers for pigging and hydrotesting.

xiii.

All materials such as cohesion less soil/ sand required for installation of
pipeline in seismic active zones.

xiv.

All materials, equipments, consumables etc. required for magnetic cleaning


and calliper pigging of pipeline.

xv.

All materials required for civil, structural, architectural and general civil works
including structural steel, cement, reinforcement, concreting, grouting etc. in
facilities like despatch terminal, SV stations and receiving terminal including
all types of equipment and material required for excavation/ construction of
pits for equipment and instrument installations, all fencing, gates and steel/
structural steel materials of all types.

xvi.

All materials required for repair/ restoration of pavements, roads, bunds,


walls, other structures affected/ damaged by Contractors construction
activities. Materials shall be equivalent/ superior to those used for original
construction of the facility.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 24 of 75

224

xvii.

All equipment and consumables required for hydrostatic testing like pumps,
pressure and temperature gauges, test water and corrosion inhibitors for test
water for hydrostatic testing.

xviii.

Transportation of casing pipes of API 5L Gr.B or equivalent of size 30 for 24


OD Carrier pipe, size 24 for 16 OD Carrier pipe & 16 for 8 OD Carrier pipe
from Company storage yard to site, carrying out internal painting with two
component coal tar epoxy, if required by authorities, including supply of paint,
insulators and seals, vent and drain pipe etc for railway, road & canal
crossings, wherever required.

xix.

Supply of CS conduit pipe, 168 mm OD, 6.4 mm wall thickness CS conduit


for OFC for all cased/ bored crossings and where ever main pipeline is
installed by HDD method including supply of insulators, end seals etc. CS
conduit of 168 mm dia. for OFC shall also be used in open cut river crossing
by strapping with concrete coated line pipe.

xx.

All materials, consumables and equipment required for welding and for all
types of tests and NDT such as radiography, ultrasonic testing, magnetic
particle, dye penetrate examination etc. including radiography film, X-ray/
gamma ray machines, developing equipment and consumables, Ultrasonic
equipments etc.

xxi.

All safety tools, tackles, devices, apparatus, equipment etc. including ladders
and scaffolding complete as required.

xxii.

All fencing, gate and steel materials such as structural steels, reinforcement
steels and steel for all types of supports, foundations, ladders, platforms, etc.

xxiii.

All steel materials such as structural steel, reinforcement steel, shims,


wedges, packing plates (machined wherever required), pipes, nuts & bolts,
washers, U-bolts, anchor bolts, clamps, clips, pipe saddles/ shoes etc. as
required for the fabrication of structural supports and supports basements/
foundations, platforms etc. Pipes supplied by COMPANY shall not be used
for fabrication of supports and support saddles etc.

xxiv.

All materials for corrosion protection of buried piping, pipe fittings, valves,
casing pipes, etc.

xxv.

All materials and equipments related to blasting of rock/ controlled blasting


for excavating trench, grading of ROU, pipeline & pipe laying/ installation and
other works.

xxvi.

All materials for surface type temperature element.

xxvii.

Mobilizing Pipe/ cable locator for locating existing pipelines/ cables

xxviii. All types of corrosion measuring instruments e.g. corrosion coupons,


corrosion probes etc. wherever required as per specification.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 25 of 75

225

xxix.

Sand ridges (sand, polyethylene sheets etc.) and other materials for stacking
of surplus pipes at Companys designated storage yard.

xxx.

Corrosion inhibitor, oxygen scavengers and bactericides for water used for
hydrostatic testing including water for testing.

xxxi.

Required quantities of nitrogen for idle time preservation and precommissioning of Pipeline and associated facilities, if required.

xxxii.

Required quantities of nitrogen for commissioning of Pipeline and associated


facilities.

xxxiii. All pigs for cleaning, gauging, filling, dewatering, swabbing, drying, precommissioning and commissioning of the pipeline.
xxxiv. All materials i.e. fittings, flanges, valves, blind flange etc. required for isolation
and nitrogen purging for pipe section, manpower, equipment, pigs,
consumables, nitrogen required for carrying out commissioning of pipeline
along with necessary piping and instrumentation connection for monitoring
flow rate, pressure, temperature etc. providing temporary facilities for venting/
flaring along with necessary piping, valves and instrumentation etc. shall be
contractors scope.
xxxv.

All other materials not specified above but required for successful completion
of the entire work whether temporary or permanent in nature.

The item rates quoted for the execution of the work shall be inclusive of supply of all
materials mentioned above unless specifically covered otherwise under schedule of
rates. The quantities indicated in schedule of rates under Contractors scope of
supply are approximate. Contractor shall carryout MTO of all materials required
based on IFC general arrangement drawings, P & IDs and firm up the actual
requirement of materials. All escalation/ extra materials procured by Contractor for
contingencies shall be Contractors property and no payments shall be made for such
materials. Payment shall be made for actual materials installed by the Contractor as
a part of permanent installation.
4.3

STORAGE OF MATERIALS

4.3.1

All materials shall be preserved against deterioration and corrosion due to poor or
improper storage while under the custody of the Contractor.

4.3.2

All materials shall be duly protected by the CONTRACTOR at his own cost with the
appropriate preservatives like primer, lacquer coating, grease etc. and shall be
covered with suitable material to prevent them from direct exposure to sun, rain, wind
and dust.

4.3.3

Whenever applicable, pipes shall be stacked according to the identification marks


and stacks shall be arranged on sleepers/ sand pads at least 300 mm above ground.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 26 of 75

226

4.3.4

The CONTRACTOR shall check that valves, fittings, specials etc. are not subjected
to corrosion from hydrostatic test water remaining in the packing. Any such condition
when detected should be brought to the notice of Engineer-in-Charge and remedial
measures taken as directed.

4.3.5

All machined surfaces shall be properly greased and should be maintained and
protected from damages.

4.3.6

Openings of equipment, machinery, valves etc. shall be kept blocked/ covered with
blinds to prevent entry of foreign matter.

4.3.7

As far as possible materials shall be transported to the site of erection only just prior
to the actual erection and shall not be left lying around indefinitely on ground but kept
on packing/ sleepers etc. to maintain the minimum distance from the ground as
specified and/ or as per directions of Engineer-in-Charge.

5.0

SCOPE OF WORK AND SCOPE OF SUPPLY FOR OTHER DISCIPLINES


Detailed scope of work and scope of supply covered in this document given above is
pertaining to pipeline laying and associated pipeline terminal/ station piping works
only. Detailed scope of work related to Mechanical Equipments, Rotating
Equipments, Static equipment, Civil, Structural, Architectural, Electrical,
Instrumentation, Telecommunication etc. are covered in separate documents in
detail and the same are enclosed elsewhere with the Bid document. All these
documents shall be read in conjunction with this document and shall form an integral
part of the overall Scope of work of the Contractor(s).

6.0

OTHER CONDITIONS OF BID

6.1

Basis of Work

6.1.1 All piping/ pipeline works shall be carried out as per following:
a)
b)
c)
d)
e)
f)
g)

6.2

Piping and Instrumentation Diagram (P & IDs) and line schedule.


Approved for construction Piping General Arrangement Drawing (GADs).
Approved for construction Alignment sheets/ crossing drawings.
Piping Material Specifications.
Specifications
Piping support standards/ drawings and support index.
Any other drawings/ sketches prepared by Company and/ or by the
Contractor and approved by the Company

Topographic Survey
The alignment sheets including plan and ground profile details, details of various
crossings are enclosed along with the bid document for contractors reference and
information only.
It shall be the Contractors responsibility to verify the pipeline routes. Wherein
Contractors opinion the survey and investigation data is not found to be sufficient in

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 27 of 75

227

detail, it shall be the responsibility of the Contractor to collect/ arrange and provide
such topographic surveys.
Further, Successful contractor (s) after award of work shall immediately carry out
topographic survey and geotechnical investigation of all crossing (river, Rly, NH, SH,
MDR, canals, nala etc.) for each Sections in the pipeline route and prepare crossing
drawing for each crossings. The drawing shall be submitted for Companys approval.
IFC alignment sheet shall be issued based on the input of above crossing drawings.
The formats for crossing drawing to be used are enclosed with the bids. Contractor
shall also incorporate the crossing details in the as built alignment sheet after
completion of work.
Rates for Topographic survey and geotechnical investigation of crossings are
already included in item no. 1.0 (Pipeline laying/ Installation) of schedule of rates for
payments purpose. No extra compensation shall be paid for the same.
Contractor shall also perform any additional topographic surveys and geotechnical
investigations that may be required for local detours or at crossings or at any other
location during execution of the project without any extra cost to the COMPANY.
Pipeline alignment shall be marked on village maps by CONTRACTOR wherever
detouring is beyond existing ROU. CONTRACTOR shall be deemed to have
considered such eventualities while formulating his bid.
6.3

Alignment Sheets and Station Drawings


Surveyor Alignment Sheets and crossing details are included in the Bid package.
These drawings / details are indicative only and are furnished to enable to estimate
the quantum of work and to quote a firm price for the work.
Final drawings marked Issued for Construction (IFC) shall be furnished by
COMPANY to CONTRACTOR at project execution stage after submission of
crossing drawings by the Contractor as per mentioned elsewhere in the bid.
Typical station drawings are also included in the Bid package .These drawings are
marked as Tender Purpose Only.
The IFC (Issued for Construction) drawings issued during project execution stage
may vary from the drawings included in the Bid Package. CONTRACTOR shall carry
out all works in accordance with these IFC drawings at no extra cost to the
COMPANY.

6.4

Description of Pipeline Route

6.4.1 Route Description


The proposed 24 Dia pipeline originates from Despatch Terminal at Ludhiana (at
existing I.P. Station-4 at Ch.295.00 Km of BNPL) to Jalandhar. The total length of
24 NB pipeline is approx. 84 Km & the proposed 16 Dia pipeline originates from

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 28 of 75

228

Despatch Terminal at Saharanpur (at existing SV-3 of BNPL at Ch. 115.00 Km ) to


receiving terminal at Haridwar..For details refer Schematic Drawing No. :
MEC/23M9/05/21/M/000/1021 Sheet 1 of 1 (enclosed in Vol. IV of IV)
The salient features along the pipeline route are as given below :
S
No
1
2
3
4
5
6
7

Description

Unit

Length
Railway Crossing
N.H.
State Highway / Major District
Road / Asphalted Road
Water Crossing
River
S.V. Stations

Section

Kms
Nos
Nos

I
84
2
Nil

II
64
2
Nil

16
Nil
1

Nos

43

37

Nos
Nos
Nos

6
1
5

18
3
5

3
Nil
4

6.4.2

The number of crossings and features along the pipeline route described above are
approximate. CONTRACTOR shall not be entitled for any compensation in terms of
time and cost in case of variation in the above. Contractor shall verify the above data
and carry out pipeline installation works without any extra cost & time to COMPANY.

6.4.3

Cased crossing shall be installed as a minimum at all railways, National Highways


express highways and wherever required in State Highway crossings. The number of
cased crossings may vary and is subject to change based on engineering,
construction and statutory requirements or requirements of the Authority having
jurisdiction over a utility crossing.

6.5

Soil Investigation and Soil Resistivity survey


COMPANY has carried out soil investigation (visual classification/ stratification) and
resistivity survey along the entire pipeline route. Data collected from such surveys is
enclosed with the bid package. Such data is issued to CONTRACTOR for his
reference purposes only. It shall be Contractors responsibility to verify the data and
satisfy himself with regard to accuracy and utility of data. CONTRACTOR shall carry
out any additional soil data/ investigation required for installation. CONTRACTOR
shall not be entitled for any compensation in terms of time or cost in case of any
variation in actual site conditions from the data furnished in the bid package. It shall
be Contractor's responsibility to familiarize himself with sub-soil conditions along the
pipeline route and workout the lengths of pipeline to be laid in different subsoil
conditions including the quantum of rock excavation that would be necessary. Unit
rates quoted shall also be inclusive of all rock excavation. No extra compensation
shall be payable to CONTRACTOR for any rock excavation whatsoever.

6.6

Pipeline R.O.U.
Contractor shall carry out construction work within the width of pipeline ROU as made
available to them with no time and cost implication to the Company. The Contractor
shall arrange any additional ROU requirement for construction purposes. It shall be

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 29 of 75

229

Contractors responsibility to make arrangement for any additional land required for
fabrication, construction, storage and all other work areas. In certain restricted areas
such as private holdings, congested and plantation areas etc. ROU may be restricted
to a width of 3-5 meters. In forest areas only 15 m ROU will be made available to the
contractor. Contractor shall propose suitable execution methodology and time
schedule for construction/ execution of work at areas of restricted ROU and deploy
adequate equipment, spreads & manpower etc. as required. Contractor shall also
arrange additional land during installation of Pipeline in HDD crossing of rivers,
canals and roads.
Damages, if any, to existing pipeline and facilities shall be Contractors account.
Wherever the detouring is carried out beyond ROU during pipeline installation, the
detoured pipeline alignment shall be marked on village maps by the pipeline
installation Contractor.
6.7

Site visit
Bidders are advised to make site visits to familiarise themselves with all the salient
features of subsoil, terrain and available infrastructure along the pipeline route.
Contractor shall be deemed to have considered all constraints and eventualities on
account of site conditions along pipeline route while formulating his bid. Contractor shall
not be eligible for any compensation in terms of cost and/ or time, on account of site
conditions along pipeline route varying to any extent from whatever described in the Bid
Package and the drawings furnished along with the Package.

6.8

Line pipe and Coating

6.8.1 Taking over of Pipes


COMPANY shall supply bare, externally corrosion coated with 3-layer polyethylene
coating and internally epoxy coated line pipes.
Contractor shall receive and take over the pipes progressively as per construction
requirements at designated place of issue from coating Contractor in presence of
Companys representative. At the time of taking-over from Coating Contractor,
Contractor shall perform inspection of pipes and pipe coating for all defects in the
presence of Companys Representative. Coating Contractor shall repair defects and
damage to pipe coating noticed at the time of taking over. However installation
Contractor shall repair all defects to pipe and pipe coating occurring after taking over
including those during transportation and handling. Rebuffing for dents (in bevels)
less than 1 mm in depth shall be carried out by Contractor ahead of welding in the
field at no extra cost to COMPANY. Contractor shall takeover the entire quantity of
bare and coated line pipe from storage yard after completion of installation works.
Return of surplus line pipe material to Companys designated storage yard is in
installation Contractors scope including loading, transportation, unloading, handling,
stacking of pipes at storage yard and getting the pipes inspected to Companys
representative at storage yard.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 30 of 75

230

6.8.2 Repair of Coating


CONTRACTOR using suitable material compatible with parent coating system shall
carry out any repairs to 3-layer polyethylene coating. The coating repair material and
procedure for application shall be submitted to COMPANY for approval prior to start
of construction.
6.9

Statutory Permissions
The COMPANY shall obtain a general permission from the various authorities having
jurisdiction over the area as necessary for construction of the pipeline.
CONTRACTOR shall obtain the necessary permits like work permit/ excavation
permit/ trench opening permit etc for all works from the authorities having jurisdiction
before the actual execution of various phases of the works and all stipulations/
conditions/ recommendations of the said authorities shall be strictly complied with no
extra cost to COMPANY. CONTRACTOR shall also obtain all necessary permissions
from the concerned authorities for installation of pipeline at railways, roads, water
crossings and at places where blasting is required. COMPANY may, however, assist
CONTRACTOR in obtaining such permissions, wherever required, by issuing
recommendation letters etc. In case of damage to other utilities/ infrastructure,
Contractor shall be responsible and the required compensation as per the directions
of concerned authorities/ COMPANY shall be paid by the Contractor. After completion
of work, Contractor shall obtain a certificate from the concerned authorities that the
job has been completed as per their requirement and the area/ land has been
restored to their satisfaction.

6.10 Controlled Blasting


Contractor to note that substantial portion of pipeline route passes through rocky
area that requires blasting for making of trench for laying pipeline. It shall be the
responsibility of the contractor to ensure safety of pipeline while carrying out blasting
operations. The controlled blasting procedure shall be subject to approval of
Company.
6.11

Environmental Restrictions
The following measures shall be adopted during pipeline construction in order to
minimise the impact of pipeline construction activities on the environment.

6.11.1 While working in plantation areas, Contractor shall take due care to minimise the
damage of trees. The number of trees felled shall be restricted to minimum based on
working requirement for pipeline installation. In the paddy field area, Contractor shall
exercise maximum care not to damage the crop outside the ROU. The compensation
of damage of crop outside ROU, if any, shall be to Contractors account. Damage to
any obstruction, temporary/ permanent structure, boundary walls etc. within ROU
shall be repaired, restored and shall be to Contractors account.
6.11.2 During ROU clearance, the vegetation shall be cut off at ground level leaving the
roots intact to the extent possible. Only stumps and roots directly over the trench
shall be removed for pipeline installation.
D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 31 of 75

231

6.11.3 Intake and discharge of water required/ used for line flushing and testing should not
cause unacceptable environmental disturbance. During dewatering process, proper
drainage arrangement shall be made to discharge the hydro-test water to avoid
flooding of the near by area.
6.11.4 As far as possible, the contractor shall ensure that river and stream crossings are
done during dry season to avoid disturbance of breeding grounds and soil erosion.
The riverbed, embankments and dykes shall be restored adequately after installation
of crossings.
6.11.5 The contractor shall exercise adequate care while working, in order to avoid damage
to forests and wildlife
6.12

Pipeline Through Seismic Areas


Company has got seismic analysis carried out for entire pipeline and the
requirements specific to safety of pipeline against seismic activity.

a.

Backfill for pipeline trench at locations where the pipeline crosses the faults should
be provided with loosely compacted (unit weight<1.8 t/m) cohesion less soil for a
distance of 1 km on both side of such crossings. The angle of friction of cohesion
less soil to be used for backfilling should not be more than 25.
In case the dug out soil of the trench is clayey in nature (undrained shear strength
greater than 0.5 T/m), the local soil shall be replaced by engineered (cohesion less)
backfill as mentioned in previous paragraph. Otherwise, the same dugout soil can
be used as backfill. The recommended backfill shall be at least 600 mm thick all
around the pipeline. Extra digging of trench shall be carried out to provide 600 mm
cohesion less soil all around the pipeline.

b.

If the fault crossing zone, the pipeline is in rocky terrain, the following
recommendation is made.
When the pipeline is to be laid on a rocky terrain, the stones/ boulder/ rock dugout
from the trench should be crushed such that maximum size of stone/ boulders is
limited to 20 mm. The crushed stone should be mixed with locally available soil,
before using as backfill.
Alternatively, 150 mm sand padding shall be provided all around the pipeline before
crushed boulders/ stones are placed over the sand padding. In this case the size of
boulders can be increased upto 100 mm.

c.

A minimum gap of 100 m shall be maintained between two successive bends of the
underground pipeline where the deflection angle is more than 45. Rerouting shall be
carried out in consultation with Company incase minimum gap could not be
maintained.

d.

Seismic Fault locations/ chainages shall be intimated to the successful contractor


during execution.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 32 of 75

232

6.13

Pipeline Burial
The pipeline shall be buried normally at a depth of 1.0 meter except river/ rail/ road/
canal/ water crossings where cover shall be as given below or as per the
requirements of statutory/ local authorities whichever is more stringent. Increased
wall thickness (as indicated in alignment sheets) and cover shall be provided at
critical locations and at crossings.
The pipeline, in general shall be laid under ground with minimum cover as given
below.
Sl.
No.

Location

Minimum Cover (m)

Industrial, commercial and residential area

1.0

Rocky terrain

1.0

3
4
5
6
7
8
9

Minor water crossing / canal / drain / nala /


stream
River crossings for which scour depth is
defined (below scour)
River crossings (Bank width < 50 m)
(Below lowest bed)
Other River crossings (Bank width >50 m)
(below lowest bed level)
Water crossing by HDD (below lowest bed
and scour)
Cased/ uncased road crossing/ Station
approach
Cased railway crossing

1.5
2.5
1.5
2.5 (for normal soil) 1.5 (for
rocky strata)
2.5
1.2
1.7

10

Drainage, ditches at roads/ railway


crossings

1.2

11

Marshy land and Creek area

1.5

In case, any private dwelling, industrial building or place of public assembly falls
within 15m of pipeline, additional cover of minimum 300 mm shall be provided
over and above the cover indicated in the above table. Additional soil cover other
than specified above shall be provided at locations indicated by statutory/ local
authorities as per agreements between COMPANY and authorities.
6.14

Crossings

6.13.1 Railway Crossings


Pipeline at railway crossings shall be provided with a casing pipe. The casing pipe
shall be three nominal pipe sizes larger than carrier and shall be installed by boring/
jacking. Internal of Casing pipe shall be coated with two-component epoxy coating
wherever required by statutory authorities. It should be noted that the extent of casing
D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 33 of 75

233

pipe generally specified by Railways, is 14.0 m beyond centerline of the outermost


tracks on either side or 0.6 meter beyond the ROU limits of Railways on either side,
whichever is more. All railway crossings shall be cased crossings. The railway
crossing shall comply with the requirements of API 1102 and Indian Railways
regulations. The crossing angle shall be as close to 90 as possible. Cover of casing
pipe for railway crossings shall be minimum 1.7 m wherever railway track is on
embankment. Care shall be taken to isolate the pipeline crossing installation from
aerial electrical wires and shall be suitably insulated from underground conduits
carrying electrical wires. The casing pipe shall be provided with minimum 50 mm
diameter vent pipe. Casing vent pipe shall be at least 1.2 m away vertically from
aerial electrical wires and shall be suitable insulated from underground conduits
carrying electrical wires on railway land. Casing pipe should be so placed and
oriented so as to prevent any leakage inside railway boundary except through the
vent pipes. The casing pipes shall be installed with even bearing throughout the
length.
For all rail, road, canal, river & other water crossings, Contractor shall liaison with
relevant authorities and intimate them well in advance about the schedule and
methodology of crossing. It shall be obligatory on the part of the laying Contractor to
ensure that Authorized Representative of the authority under whose jurisdiction the
crossing falls should be made available at site by the Contractor at the time of making
crossing. After completion of works and complete restoration of ROU, Contractor
shall provide NOC from the relevant official pertaining to complete restoration to their
satisfaction and certification in respect of no other damage caused to the their
property outside the earmarked ROU.
6.13.2 Road Crossings
i.

The method of crossing of roads such as open cut/ boring/ trench-less shall
be firmed up by CONTRACTOR in consultation with concerned authorities
and COMPANY. The CONTRACTOR shall also take due care to identify and
take due precautions so as not to disturb or damage the utilities like cables,
water lines and other structures.

ii.

After laying the pipeline in a road crossing by open cut method, the
CONTRACTOR shall completely restore the road to its original condition.

iii.

While laying the pipeline in road crossings by open cut method the
CONTRACTOR should ensure that the traffic is not stopped during the
execution of work. This may be done by cutting half of the road at a time so
as to enable the traffic to pass on the remaining half of the road. Alternatively,
the CONTRACTOR can provide diversion roads to maintain the flow of traffic.
For NH crossings, traffic of both sides shall not be disturbed.

iv.

The CONTRACTOR shall provide proper caution boards during daytime and
danger lights during night time when the cutting operation of the road is going
on.

v.

For cased crossings, the pipeline should be taken through the casing pipe,
the top of which should be at least 1.2 metres below the road top as specified

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 34 of 75

234

or as per the requirements of the local authorities, whichever is higher. All


National Highways as indicated in relevant drawings/ alignment sheets shall
be cased crossing installed by boring method. In state highways, crossings
shall be installed by open cut method, however, boring method shall be used
wherever required by authorities.
vi.

For National Highways/ state highways, crossing shall not be too near the
existing structure on the NH maintaining a minimum distance of 15 metres or
as specified by Highway Authority.

vii.

The National Highway crust shall be built to the same strength as the existing
crust on either side of the trench or to thickness and specification stipulated
by Highway Authority. Care shall be taken to avoid the formation of a dip at
the trench.

6.13.3 Canal/ Drain/ Other minor water crossings


i.

Canal and other water crossings shall be carried out by open cut/ boring/
trench less technology method. CONTRACTOR shall firm the method of
crossing up in consultation with concerned authorities and COMPANY.

ii.

HDD method shall be adopted for river/water/ canal crossings that are
specifically mentioned in this document or decided at site by Engineer-incharge. These crossings shall be installed and paid separately as per
schedule of rates.

iii.

No damage should be caused to any irrigation sources, while laying the


pipeline through canal crossings.

iv.

The flood banks of the River/ Canal should be brought to the original
condition, if they are damaged by the laying of the pipeline. Stabilization of
banks shall be carried out as per requirements of concerned authorities.

v.

The pipeline shall be at least 1.5 m below the canal/ drain bed. However in
case of HDD crossing of canals, pipeline shall be at least 2.5 m below canal
bed.

vi.

The detailed construction methodology/ plan and time etc. shall have to be
finalized by CONTRACTOR in consultation with concerned authorities having
jurisdiction over canals/ rivers. COMPANY shall provide assistance by
providing introductory letters.

vii.

All canals / drains / other minor water crossings installed by open cut shall be
included in item no. 1.0 (Pipeline laying/ Installation) of schedule of rates for
payments purpose. No extra compensation shall be paid for installation of
pipeline at canals/ drains/ other minor water crossings.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 35 of 75

235

6.14

6.15

Pipeline in Forest Areas


a.

Contractor shall restrict the pipeline laying activities within the ROU acquired.
No additional land in forest area shall be used. Contractor shall clear only the
minimum width required for laying of pipeline. Number of trees/ plants felled
shall be kept a minimum based on construction requirements. ROU width in
forest area is 15 m.

b.

Full care shall be taken to ensure that no damage is caused to the adjoining
forest area while carrying out the work. However, in case of any damage,
Contractor shall be liable to pay suitable compensation as per requirements
of Forest Department.

Installation of Conduits for Optical Fibre Cable at Crossings


At all crossing locations (viz., rail, road, canal and minor water course crossings) the
optical fibre cable shall be installed inside a HDPE Telecom Duct to be installed by
the CONTRACTOR.
At all such crossings where the carrier pipe is installed by open-cut of the facility
crossed, HDPE conduit shall be installed along with the pipeline for installation of the
Optical Fibre Cable. At river crossings where anti buoyancy measures are provided
for the carrier pipe, HDPE conduit shall be placed inside a CS casing pipe and shall
be strapped to the mainline at 5m interval using high strength PE straps. Net specific
gravity of pipe in empty condition should not be less than 1.2.
In no case OFC conduit shall be installed in casing of carrier pipe.

6.16

Temporary Cathodic Protection Works


TCP (Temporary Cathodic Protection) of respective sections. Supply, installation,
testing & commissioning of TCP works including all civil works associated with TCP
i.e. cable trench, foundation for equipment and test stations.
Temporary Cathodic Protection System works shall be carried out as per the scope
detailed in particular job specification enclosed as Annexure-I and SOR enclosed
elsewhere with the tender.

6.17

Hydrostatic Testing

6.17.1 Pipelines
Hydrostatic testing of mainline shall exclude valves at, terminals, SVs and facilities
that are to be installed as a part of the scraper stations. Temporary test headers
shall be provided and the mainline shall be hydrostatically tested between the
temporary test headers only.
The highest point of the test section shall be subjected to the minimum test pressure
as specified above. The maximum hydrostatic test pressure in the pipeline during
testing shall be as follows :
D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 36 of 75

236

1.25 times MOP (design pressure) for pipe location Class 1 and 2.
1.25 times MOP (design pressure) for pre and post hydrotesting for crossings
(including HDD) in pipe location Class 1 and 2.
1.4 times MOP (design pressure) for pipe location Class 3 and 4.
1.4 times MOP (design pressure) for pre and post hydrotesting for crossings
(including HDD) in pipe location Class 3 and 4.

The maximum hydrostatic pressure shall not however exceed the pressure required
to produce hoop stress equal to 95% of SMYS of pipe material based on the
minimum wall thickness in the test section. The test duration shall be 24 hrs. Hydro
test shall be done with corrosion inhibitor only. Mainline valves shall be installed after
successful completion of hydrostatic pressure testing.
Station piping to be tested hydrostatically for 6 hours at pressure of 1.4 times MOP
(design pressure).
Control and instrumentation piping, actuators to be tested by Dry air or nitrogen at
pressure of 1.1 x MOP (design pressure), test time soaping time.
Subsequent to separate hydro testing of pipeline and associated facilities, the
Contractor shall carry out tie-in/ hook up. Pipes/ prefabricated assembly used for
such tie-in shall be pre-tested to a test pressure specified for the pipeline. The
Contractor at no extra cost shall provide all materials required for the fabrication of
the test headers to Company. After successful completion of hydrostatic testing, the
Contractor shall de water the pipeline as per the directions of Engineer-in-charge.
6.17.2 Dewatering and Swabbing
It is envisaged that dewatering and swabbing operations shall be carried out as a
part of pre-commissioning activities. Contractor shall take up dewatering of pipeline
after hydrostatic testing only when Contractor is ready for swabbing operations. Till
such time Contractor is ready to start pre-commissioning activities, the pipeline/
section of pipeline after hydrostatic testing shall be left filled with inhibited water. In
case, dewatering of Contractor proposes any test section for any reason depending
upon site conditions (e.g. using test water for adjoining section due to non availability
of water), the Contractor shall swab such sections as per applicable requirements of
Contract.
In no case shall the pipeline be kept empty i.e. without nitrogen filling.
Transfer of test water from one test section to another section may be considered,
however dosing additional quantity of corrosion inhibitor shall be done.
Disposal of water (hydro testing) shall be done by Contractor after seeking
necessary permission from concerned authority/ land owner so that no liability on
this account comes on COMPANY.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 37 of 75

237

6.17.3 Corrosion Inhibitor


The products to be used for corrosion inhibition of the water used for hydro testing
and their dosage shall be as specified in Hydro test specification.
Contractor (not the inhibitor manufacturer) shall get the inhibitor tested for corrosion
inhibition and microbiological control efficiency from competent Govt./ PSU
Laboratory. The test report shall be submitted to COMPANY for approval prior to
undertaking hydro testing works.
The dosage as recommended by COMPANY shall only be adopted.
Necessary records for dosing of inhibitor should be maintained by the laying
Contractor and such records should be handed over to COMPANY.
6.17.5 Terminal Facilities
Piping facilities between the insulating joint and hook up point/ battery limit,
sectionalizing valve stations and all above ground facilities installed by Contractor
shall be hydrostatically tested to a test pressure equivalent to 1.4 times design
pressure, Flushing and Testing of Piping System enclosed with the Contract
document. All valves in the piping network being hydro tested shall be kept in the
crack open position. Holding time shall be 6(six) hours.
6.17.6 Preservation
After hydro testing, the line shall be drained and all online permanent instruments,
SVs etc. shall be installed and subsequently the pipeline shall be filled with
Nitrogen.
The positive pressure shall be maintained at 2 bar (g) in the pipeline during
preservation. The necessary arrangements like valves, fittings, manpower etc. shall
be kept for maintenance of pressure in the pipeline during Ideal time
6.18

Direction of Construction
The direction of construction shall be in the direction of flow i.e. from Ludhiana
towards Jalandhar, from Saharanpur to Haridwar and Haridwar to BHEL/ Sidcul
unless specified otherwise. In case the contractor proposes to carry out construction
in direction opposite to direction of flow, the contractor may do so at no extra time and
cost to Company and subject to Company Approval.

6.19

Leak Detection
CONTRACTOR shall submit a detailed procedure for leak detection during hydro test.
Such method of detection shall consume minimum possible time to complete the
hydro test activity within contractual completion schedules. This procedure needs
approval of the Engineer-in-charge.
All works for locating and repair of major leak/ burst attributable to COMPANY

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 38 of 75

238

(occurred during hydrostatic testing) including necessary repairing/ replacing/ cutting


and removing out defective pipe length as defined in the specification and shall be
payable as per relevant items of schedule of rates.
All works for locating and repair of minor leak attributable to COMPANY (occurred
during hydrostatic testing) which require sectionalizing of pipeline shall be payable as
per relevant items of schedule of rates.
Contractor shall carry out repairing/ replacing of defective pipe length including
cutting and removing of defective pipes, pre testing of replacement pipe for 24 hours
and welding into main line, NDT of the welds, coating of the weld joints, clean up, re
testing of pipeline including providing all equipments, manpower & consumables.
6.20

Pipeline Information Management System


A pipeline information management system shall be used to track construction
progress of the project on a real time basis. The progress shall be displayed
electronically on a web-based format for Company / Consultant to monitor progress
on a daily basis.
All works of Pipeline Information Management System shall be carried out as per
Specification enclosed in bid.

6.21 Magnetic Cleaning, Caliper Pigging


The individual contractor shall carry out magnetic cleaning and caliper pigging of the
pipeline system being installed by him. Contractor shall engage a specialized agency
that have previously carried out such operations (magnetic cleaning and caliper
pigging) and shall develop procedures, supervise and monitor the entire operations,
coordinate with other Contractor(s) as required. Rectification of defects observed
during caliper pig run, shall be carried out by individual spread Contractor including
digging, cutting, replacement, repair, welding, NDT etc.
6.22

Pre-Commissioning of Pipeline
Pipeline Contractor shall be responsible for Drying and pre-commissioning of the
pipeline system being installed by him. The above shall include P&ID checks (with
respect to requirement of design/ operation/ safety and interlocks of latest revision of
P&ID's), flushing, tightness test, de-watering, as required and supply of consumables
required during pre-commissioning. Contractor shall supply manpower, materials,
equipment including nitrogen along with necessary piping and instrumentation
connections for monitoring flow rate, pressure, temperature etc. temporary venting
along with necessary piping, valves and instrumentation as well as consumables.

6.23

Commissioning
Pipeline laying contractor scope will also include commissioning assistance of
respective section of pipeline system i.e. for Section-I and Section-II as per the
following:

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 39 of 75

239

Facilities of total pipeline system in respective section shall include Despatch


Terminal, Receiving Terminal, sectionalizing valve stations and Tap-off point of
respective location.
Contractor(s) as required till the time commissioning operations are completed.
Contractor shall mobilize all equipment, materials, consumables including pigs,
nitrogen and manpower etc for commissioning assistance activities. All necessary
piping connection as required shall be carried out.
Individual contractors shall retain minimum manpower required to rectify the
workmanship defects, if any, noted during commissioning, in their respective
sections.
Commissioning assistance activities shall be carried out as per applicable
specifications enclosed with Contract.
6.24

Priorities
COMPANY may, at its sole option, assign priority of construction to any part of the
total pipeline or terminal works. Contractor shall comply with such priority of
execution without any time and cost implication to the COMPANY.

6.25

Terminal Piping Works


The construction work shall be carried out based on Issued for Construction (IFC)
drawings issued to Contractor at the time of construction. The final IFC drawings
issued during execution stage may vary to some extent from the drawings included
in the Bid Package. CONTRACTOR shall carry out all works in accordance with the
IFC drawings and reference specifications/ documents with the Contract at no extra
cost to the COMPANY.
The piping fabrication, erection, welding, flushing and hydro testing and painting
works shall be carried out as per standard piping specifications enclosed with
Contract. The hydro test duration shall be minimum 6 hours.

6.26

Working in Areas of Existing Facilities


For pipeline installation work within existing terminal facilities which are under
operation, Contractor shall obtain all necessary permissions for working in/ around
the facility including hot work permit as applicable and shall be fully responsible for
the safety of the existing facilities/ areas during all phases of work and shall fully
abide by and comply with the restrictions and conditions of COMPANY/ concerned
authorities imposed on Contractor from time to time. Providing all safety appliances,
gas detectors required during execution of the work, arranging of adequate fire
fighting equipment viz. fire brigade, fire extinguisher, shielding from existing facilities,
oxygen mask etc. for carrying out the work safely to the satisfaction of COMPANY
shall be done by the Contractor.
Contractor may be permitted to work for limited hours in such places. For working on
Sundays/ Holidays, the required permission may be obtained well in advance. During

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 40 of 75

240

any emergency, work shall be suspended till further permission is obtained by


Contractor. Idle period in case of interruption shall not be compensated to Contractor.
The structure/ electric poles/ telegraph poles existing in the vicinity of proposed
pipeline shall be properly taken care so that the stability of structure is not affected
during construction.
6.27

Contractor's Responsibilities
Appraisal and taking cognizance of site-conditions, pipeline route, Central
Government Haryana / Punjab / U.P. rules and regulations/ bye-laws, applicable
Indian Standards and Codes, authorities having jurisdiction over the work site(s),
environmental and pollution rules and regulations including conditions/ stipulations
laid down by the concerned authorities etc. The CONTRACTOR is deemed to have
recognized any restrictive features and constraints of the site(s), pipeline route and/
or specific requirements of the work and made due allowance for it in the work to be
performed by him. Furnishing and mobilizing at site(s) of all construction equipment,
manpower, tools and tackles, construction spreads, fully equipped and fully manned
with other required support facilities etc.
An on site off site emergency plan shall be prepared and submitted to Disaster
Management Authorities under intimation to respective state authorities.

6.29 Technical Requirement


The technical requirements for the pipeline laying as well as terminal works are
defined in shall be read in conjunction with Schedule of Rates, specifications,
standards, drawing and other applicable documents enclosed with the Bid document.
All piping/pipeline works shall be carried out as per following:
a) Piping and Instrumentation Diagram (P&IDs) and line schedule.
b) Approved for construction Piping General Arrangement Drawing (GADs).
c) Approved for construction Alignment sheets/crossing drawings.
d) Piping Material Specifications.
e) Specifications.
f) Piping support standards/drawings and support index.
7.0 AS BUILT DOCUMENT
Contractor shall prepare all documents as per the requirements indicated in
Specification for Documentation for Pipeline Construction enclosed with the Contract
document. In addition to the hard copy, three copies of final documents shall also be
submitted in electronic media i.e. CD ROM/ DVD ROM diskettes.
Softwares used for the presentation of these documents shall be as follows:
Type of document Software
a) Reports MS Office (Word / Excel)
b) Drawings AutoCAD-2008

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 41 of 75

241

For the purpose of preparation of as-built drawings, Contractor shall update the
"Issued for Construction" drawings provided by the Company. For drawings where
electronic copies are available for IFC drawings, Contractor shall provide as built
drawings in electronic form as well as in hard copies. Where only hard copies are
available for IFC drawings, Contractor shall prepare and submit as built drawings in
hard copies.
8.0

DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING


No technical documents are required to be submitted at the time of bidding. Bidder is
advised to comply with all requirements of Bid document without any deviation.
Company reserves the right to reject any bid with deviation without making any
reference to the Bidder.

9.0

DOCUMENTS, SPECIFICATION, STANDARDS AND DRAWINGS

9.1

Owner shall furnish piping and Instrumentation diagrams (P & I D), preliminary plot plan
for the construction of Terminal along with the tender. Owner shall also supply design &
engineering drawings and construction drawings including general arrangement
drawings for piping, electrical, mechanical & instrumentation systems and other related/
required systems, at appropriate times and as requisitioned by contractor in his time
schedule.

9.2

Contractor shall prepare isometric drawings & bill of materials and submit the same for
Owner/ Consultants approval/ record.
Contractor shall prepare drawing for utilities line as required as per SOR and submit
the same for Owner/ Consultants approval/ record.

9.3

No construction small or big shall be carried out without proper construction drawings
duly approved by Owner's Engineers at Delhi or site office or Owner's representative
duly authorised to do so.
For Mainline route survey alignment sheets and crossing survey details shall be
furnished along with bid by Owner. However, detail-crossing drawings with crossing
methodology shall be submitted by Contractor for prior approval. Any additional survey
and data required to complete above should be done by Contractor without any extra
cost.

9.4

After Completion of construction & commissioning of Terminal, Contractor shall


incorporate all the correction in drawings, prepare and issue the drawings "as-built
drawings" as listed below to Owner as final submission of drawings. For Mainline
pipeline alignment sheet, all X-ing details, all CP drawings, pipe book etc. and for
Terminals P&ID, layout drg. piping GAD, Isometric, all electrical & instrumentation drg.,
all civil drawings. For final submission only 4 sets of documents plus the original
transparencies shall be handed over by Contractor. Any construction done by
Contractor without duly approved drawings shall be wholly at his risk and cost.
Contractor shall also submit soft copy of pipe book in excel along with hard copy.
Soft copy of all as-built drawings shall be also submitted in AutoCAD. Video graphy/
photograph of all major activities/ milestone achieved shall also be arranged and

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 42 of 75

242

submitted by the Contractor. For details of documentation to be submitted for


mainline and terminal refer enclosed specification for documentation for pipeline
construction Specification NO. MEC/S/05/21/69 enclosed elsewhere with the tender.
9.5

Specifications
The work shall be carried out by CONTRACTOR strictly in accordance with the
following specifications enclosed in Volumes of this document :VOLUME-II OF IV

1.

Specification for Mainline Construction (Onshore)

MEC/S/05/21/01

2.

Specification for Welding of Onshore Gas


Pipelines

MEC/S/05/21/02

3.

Specification for Hydrostatic Testing of Onshore


Pipeline

MEC/S/05/21/03

4.

Specification for Major Water Crossings


(Conventional)

MEC/S/05/21/04

5.

Specification for Pipeline Crossing Roads,


Railroads, Minor Water and Other Crossings

MEC/S/05/21/05

6.

Specification for Piping Fabrication and Erection

MEC/S/05/21/06

7.

Specification for Shop and Field Painting

MEC/S/05/21/07

8.

Specification for Repair of Pipeline Corrosion


Coating

MEC/S/05/21/08

9.

Specification for Pipeline Markers

MEC/S/05/21/10

10.

Specification for Flushing and Testing of Piping


Systems

MEC/S/05/21/11

11.

Specification for Casing Insulators and End Seals

MEC/S/05/62/12

12.

Specification for Field Joint Coating (Onshore


Pipelines)

MEC/S/05/21/13

13.

Specification for Vents, Drains and Wells

MEC/S/05/21/15

14.

Specification for Blasting

MEC/S/05/21/18

15.

Specification for Gaskets, Bolts and Nuts

MEC/S/05/21/19

16.

Specification for Pipeline Information Management


System (PIMS)

MEC/S/05/21/20

17.

Specification for Piping Material Specification

MEC/23M9/05/21/M/000/1092

18.

Technical Specification for Pre-Commissioning and


Commissioning

MEC/23M9/05/21/M/000/1093

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 43 of 75

243

19.

Specification for Health, Safety and Environment


Management (HSE)

MEC/S/05/21/65

20.

Specification for Quality Assurance System


Requirements

MEC/S/05/62/66

21.

Specification for Documentation for Pipeline


Construction

MEC/S/05/21/69

22.

Specification for Caliper Pigging

MEC/S/05/62/70

23.

Specification for Intelligent Pigging

MEC/S/05/21/70A, R-2

24.

Specification for Field Joint Coatings of Pipeline for


HDD Crossing

MEC/S/05/21/74

25.

Specification for Pipeline Crossings Using HDD


Method

MEC/S/05/21/75

26.

Specification for Warning Mats

MEC/TS/05/62/042, Rev-0

27.

Specification for Flow Tees

MEC/TS/05/21/011

28.

Specification for QOEC

MEC/TS/05/21/013

29.

Specification for Long Radius Bends

MEC/TS/05/62/015, R-1

30.

Specification for Seamless Fittings and Flanges


[Size up to DN 400mm (16") NB]

MEC/S/05/21/025

31.

Specification for Flanges and Welded Fittings [size


DN 450mm (18") and above]

MEC/S/05/21/026

32.

Specification for Assorted Pipes

MEC/TS/05/62/059A

33.

Specification for Pressure Safety Valves

MEC/TS/05/62/056, Rev-1

34.

Specification for Ball Valves

MEC/TS/05/21/002

35.

Specification for Plug Valves (NB>2)

MEC/TS/05/62/003, Rev-2

36.

Specification for Geo-Textile Bags

MEC/S/05/23M9/001

VOLUME-III OF IV
A)

Technical Specification for Civil Works


1.

Specification for Civil Works Terminals

MEC/S/05/11/01

2.

Technical Specification for Fabrication, Erection and Painting


of Steel Structures, Gates and Miscellaneous Work

MEC/S/05/12/01

3.

Specification for Anti Buoyancy Measures (Concrete Weight


Coating & Saddle Weight)

MEC/S/05/11/03

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 44 of 75

244

B)

Technical Specification for Instrumentation Works


1.

Specification for Installation of Instruments

MEC/S/05/26/01

2.

Specification for Instrument Tubing

MEC/S/05/26/02

3.

Specification for Inlet Outlet Sections & FS

MEC/S/05/26/03

4.

Specification for Instrument Tube Fittings

MEC/S/05/26/04

5.

Specification for Instrument Valves and Manifolds

MEC/S/05/26/05

6.

Specification for Junction Boxes and Cable Glands

MEC/S/05/26/06

7.

Specification for Signal Cable

MEC/S/05/26/07

8.

General Technical Specification for Instrumentation

MEC/S/05/E5/I/08

9.

Specification for Cabling

MEC/S/05/E5/21

10.

Specification for Earthing

MEC/S/05/26/23 A

C)

Technical Specification for Telecom Works

1.

Specification for Optical Fibre Cable & HDPE Duct Laying and
Associated Work

MEC/S/05/E5/T/001

2.

Specification / Procedure for the Testing of Optical Fibre


Cable

MEC/S/05/E5/T/002

3.

Technical Specification PLE HDPE Telecom Duct and


Accessories

MEC/TS/05/E5/T/037

4.

Technical Specification for Optical Fibre Cable & Accessories

MEC/TS/05/E5/T/096

D)

Technical Specification for Electrical Works


Cable laying

MEC/S/05/E9/01

2.

Earthing and Lightning Protection

MEC/S/05/E9/02

3.

Electrical Installation In Buildings

MEC/S/05/E9/03

4.

Outdoor Lighting

MEC/S/05/E9/03A

5.

Ni-Cd Battery

MEC/TS/05/E9/071C

6.

LV & MV Cable

MEC/TS/05/E9/073A

7.

Power & Lighting Distribution Board

MEC/TS/05/E9/076A

8.

Light Fittings For Hazardous Locations

MEC/TS/05/E9/077

1.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 45 of 75

245

9.

High Mast

MEC/TS/05/E9/077A

10.

Distribution Transformer

MEC/TS/05/E9/080

(upto and including 100 KVA, 11 kv)


11.

UPS

MEC/TS/05/E9/071

12.

Solar Photovoltaic (SPV) Power Supply System

MEC/TS/05/E9/078

E)

Technical Specification for CP Works

1.

Specification for Temporary Cathodic Protection System

MEC/S/05/E9/016A

2.

Specification for Corrosion Survey

MEC/S/05/21/016C

F)

Technical Specification for Fire Protection System

1.

Fire Detection and Alarm System

MEC/TS/05/21/081H

2.

DCP Type Portable Extinguisher

MEC/TS/05/21/081D/A

3.

CO2 Type Portable Fire Extinguisher

MEC/TS/05/21/081D/B

4.

Fire Bucket

MEC/TS/05/21/081D/D

5.

Clean Agent System

MEC/TS/05/21/081L

VOLUME-IV OF IV
I.

Mechanical Drawings

1.

Pipeline Schematic Route Diagram

2.

P&I Diagram

MEC/23M9/05/21/M/001/1021 (Sheet 1 of 1)

a)

Legend / Drawing Symbols

MEC/23M9/05/21/M/000/1002 (Sheet 1 of 2)

b)

Legend / Drawing Symbols

MEC/23M9/05/21/M/000/1002 (Sheet 2 of 2)

c)

P & ID for Despatch Terminal with Filtration &


Facility for Saharanpur Roorkee Haridwar
Dehradun / Rishikesh Spurline

MEC/23M9/05/21/M/001/1001 (Sheet 1 of 9)

d)

P & ID for Receiving Terminal cum Distribution


Network at Haridwar (Ch. 60 km)

MEC/23M9/05/21/M/001/1001 (Sheet 2 of 9)

e)

P & ID for Despatch Facility at Haridwar &


Receiving Facility at Rishikesh

MEC/23M9/05/21/M/001/1001 (Sheet 3 of 9)

f)

P & ID for Despatch Facility & Receiving Facility


for Dehradun Spurline

MEC/23M9/05/21/M/001/1001 (Sheet 4 of 9)

g)

P&ID for Despatch Facility at Ch. 37.00 km &


Receiving Facility at Ch. 54.5 km at Dehradun
for 4 x 17.0 km Long Spurline

MEC/23M9/05/21/M/001/1001 (Sheet 5 of 9)

h)

P&ID for despatch terminal with Filtration &


Metering Facility for Ludhiana Jalandhar
Spurline

MEC/23M9/05/21/M/001/1001 (Sheet 6 of 9)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 46 of 75

246

i)

P & ID for Receiving Terminal at Jalandhar

MEC/23M9/05/21/M/001/1001 (Sheet 7 of 9)

j)

P & ID for Metering Skid at Ludhiana

MEC/23M9/05/21/M/001/1001 (Sheet 8 of 9)

k)

Metering Skid at Roorkee Tap-off point Ch. 39.0


km from Saharanpur TOP

MEC/23M9/05/21/M/001/1001 (Sheet 9 of 9)

l)

Typical Drawing for 24, 16, 8 & 4 SV Stations


& GOV

MEC/23M9/05/21/M/000/1003 (Sheet 1 of 1)

3.

Plot Plan
A)

Section I

a)

Plot Plan for Despatch Terminal at Ludhiana

MEC/23M9/05/21/M/001/0011

b)

Plot Plan for SV -1 cum Tap-Off Point at Ch.


25.0 km

MEC/23M9/05/21/M/001/0012

c)

Plot Plan for SV-2

MEC/23M9/05/21/M/001/0014

d)

Plot Plan for SV-3

MEC/23M9/05/21/M/001/0015

e)

Plot Plan for SV-4

MEC/23M9/05/21/M/001/0016

f)

Plot Plan for SV-5

MEC/23M9/05/21/M/001/0017

g)

Plot Plan for Receiving Terminal at Jalandhar

MEC/23M9/05/21/M/001/0018

B)

Section II

a)

Plot Plan for Despatch Terminal at Saharanpur

MEC/23M9/05/21/M/002/0011

b)

Plot Plan for SV -1

MEC/23M9/05/21/M/002/0012

c)

Plot Plan for SV-2

MEC/23M9/05/21/M/002/0013

d)

Plot Plan for SV-3 cum Tap-Off for Roorkee

MEC/23M9/05/21/M/002/0014

e)

Plot Plan for SV-4

MEC/23M9/05/21/M/002/0015

f)

Plot Plan for SV-5

MEC/23M9/05/21/M/002/0016

g)

Plot Plan for Tap-off Point for Power Plant

MEC/23M9/05/21/M/002/0017

h)

Plot Plan for Receiving Terminal at Haridwar

MEC/23M9/05/21/M/002/0018

i)

Plot Plan for SV-1 Online for M/s BHEL

MEC/23M9/05/21/M/002/0019 (Sheet 1 of 3)

j)

Plot Plan for SV-2 Online for M/s BHEL

MEC/23M9/05/21/M/002/0019 (Sheet 2 of 3)

k)

Plot Plan for SV-3 Online for M/s BHEL

MEC/23M9/05/21/M/002/0019 (Sheet 3 of 3)

l)

Plot Plan for SV-1 Online for M/s SIDCUL

MEC/23M9/05/21/M/002/0020

4.

Typical Right of use for Pipelines (3 Sheets)

MEC/TYP/05/21/01A/001

5.

Typical Trench Dimensions for Pipeline

MEC/TYP/05/21/01A/002

6.

Typical trench dimensions for two or more


pipelines in common trench

MEC/TYP/05/21/01A/003

7.

Trench dimensions and cohesion-less select


backfill for pipeline in seismic zone

MEC/TYP/05/21/01A/004

8.

Select Backfill for station approach and


Buoyancy control measures for pipeline

MEC/TYP/05/21/01A/005

9.

Slope Stabilization in Ghat / Hill Areas

MEC/TYP/05/21/01A/006

10.

Typical slope breaker details

MEC/TYP/05/21/01A/007

11.

Min. elastic bend radius for Pipe

MEC/TYP/05/21/01A/009

12.

Details of Casing Vent and Drain off

MEC/TYP/05/21/01A/010

13.

Pipeline Symbols

MEC/TYP/05/21/01A/011

14.

Topographical Symbols

MEC/TYP/05/21/01A/012

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 47 of 75

247

15.

Location of Specimen for Weld Procedure


Qualification for Pipe Diameter 12

MEC/TYP/05/21/02/001

16.

Location of Specimen for Weld Procedure


Qualification for Pipe Diameter 12

MEC/TYP/05/21/02/002

17.

ISO Tensile Test Specimen

MEC/TYP/05/21/02/003

18.

Hardness Testing of Weld Joints Schematic

MEC/TYP/05/21/02/004

19.

Charpy V-Notch Test Specimen

MEC/TYP/05/21/02/005

20.

Calibration Piece for Ultrasonic Equipment

MEC/TYP/05/21/02/006

21.

Required IQI Sensitivity Source Side


Penetrameter

MEC/TYP/05/21/02/007

22.

Typical Stream Crossings

MEC/TYP/05/21/04/001

23.

Pipeline Road/Highway cased Crossing

MEC/TYP/05/21/05/001

24.

Typical details of Railway crossings

MEC/TYP/05/21/05/002

25.

Typical Lined canal crossing (Uncased)

MEC/TYP/05/21/05/003

26.

Typical Lined canal cased crossing detail

MEC/TYP/05/21/05/004

27.

Existing pipeline on sleeper crossing

MEC/TYP/05/21/05/005

28.

Existing Under Ground Pipe Crossing (Type I)

MEC/TYP/05/21/05/006

29.

Existing Under Ground Pipe Crossing (Type - II)

MEC/TYP/05/21/05/007

30.

Under Ground Cable Crossing

MEC/TYP/05/21/05/008

31.

Over Head Power Line Crossing

MEC/TYP/05/21/05/009

32.

Typical ROU boundary marker

MEC/TYP/05/21/10/001

33.

K.M. Post

MEC/TYP/05/21/10/002

34.

Pipeline Warning Sign

MEC/TYP/05/21/10/003

35.

Navigable Waterway Pipeline Crossing Warning


Sign

MEC/TYP/05/21/10/004

36.

Aerial marker

MEC/TYP/05/21/10/005

37.

Direction marker

MEC/TYP/05/21/10/006

38.

Tolerances for Fabrication

MEC/TYP/05/21/06/001

39.

Low Support Fixed for Bare & Insulated Pipe


Size 2 Thru 24 Type L3 & L3A

MEC/TYP/05/21/06/002

40.

Low Support Sliding for Bare Pipe Size Thru


36 Type L5 & L5A

MEC/TYP/05/21/06/003

41.

Low Support Sliding for Bare & Insulated Pipe


Size 2 Thru 36 Type L1 & L1A

MEC/TYP/05/21/06/004

42.

Low Support Sliding for Bare & Insulated Pipe


Size 2 Thru 24 Type L6

MEC/TYP/05/21/06/005

43.

Low Support Fixed for Bare & Insulated Pipe


Size 2 Thru 36 Type L7

MEC/TYP/05/21/06/006

44.

Low Support for Bare & Insulated Pipe Size 2


Thru 36 Type L7 & 7A

MEC/TYP/05/21/06/007

45.

Restrained Low Support for Bare & Insulated


Pipe Size 2 Thru 36 Type L8 & L8A

MEC/TYP/05/21/06/008

46.

Adjustable Low Support Sliding for Pipe Size 2


Thru L10 & L10A

MEC/TYP/05/21/06/009

47.

Low Support for Insulated & Alloy Steel Pipe


L11

MEC/TYP/05/21/06/010

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 48 of 75

248

48.

Low Support on Mitred Elbow for Pipe Size 14


Thru 36 Type L13.

MEC/TYP/05/21/06/011

49.

Low Support on Mitred Elbow for Pipe Size 14


Thru 36 Type L13A.

MEC/TYP/05/21/06/012

50.

Low Support Sliding & Fixed for Bare and


Insulated Pipe Size Thru 1 Type L-15.

MEC/TYP/05/21/06/013

51.

Low Support Stanchion for Bare & Insulated


CS/AS/SS Pipe Type L16 & L16A

MEC/TYP/05/21/06/014

52.

Adjustable Low Support Sliding with 4 Bolts for


Pipe Size 2 Thru 24 Type L17 & L17A

MEC/TYP/05/21/06/015

53.

Adjustable Low Support Sliding with 4 Bolts for


Pipe Size 2 Thru 24 Type L18 & L18A

MEC/TYP/05/21/06/016

54.

Adjustable Low Support for Bare & Insulated


Pipe Size 2 Thru 24 Type L19 & L19A

MEC/TYP/05/21/06/017

55.

Low Support (Sliding) for Bare and Insulated


Pipe Size From 2 Thru 36 Type LSS-1 & LSS1A.

MEC/TYP/05/21/06/018

56.

Dummy Pipe Support for Bare Pipe Size 2 Thru


24 Type B39.

MEC/TYP/05/21/06/019

57.

Guide Support for Bare Pipe Size Thru 24


Type G2 & G2A.

MEC/TYP/05/21/06/020

58.

Cross Guide for Bare Pipe Size 2 Thru 24


Type G3 (for offsite).

MEC/TYP/05/21/06/021

59.

Cross Guide for Bare Pipe Size 2 Thru 24


Type G4.

MEC/TYP/05/21/06/022

60.

Anchor For Bare Pipe 2 Thru 24 (For Offsite)


Type G5.

MEC/TYP/05/21/06/023

61.

Special Pipe Support SPS-01.

MEC/TYP/05/21/06/024

62.

Special Pipe Support SPS-02.

MEC/TYP/05/21/06/025

63.

Special Pipe Support SPS-03.

MEC/TYP/05/21/06/026

64.

Special Pipe Support SPS-04.

MEC/TYP/05/21/06/027

65.

Pipe Clamp for Bare Pipe Size Thru 24


Type C1.

MEC/TYP/05/21/06/028

66.

Pipe Clamp for Bare Pipe Size Thru 24


Type C16.

MEC/TYP/05/21/06/029

67.

Clamp for Bare Pipe Size Thru 24 Type G1.

MEC/TYP/05/21/06/030

68.

U-Bolt for Bare Pipe Size Thru 24 Type-C4

MEC/TYP/05/21/06/031

69.

Spectacle Blind

MEC/TYP/05/21/06/032

70.

Jack Screw For Spectacle Blind (150#, 300#,


600#)

MEC/TYP/05/21/06/033

71.

Butt Weld Details

MEC/TYP/05/21/06/034

72.

Welding of Pipe with Different Thickness

MEC/TYP/05/21/06/035

73.

Fillet Weld Details

MEC/TYP/05/21/06/036

74.

Gasket Thickness

MEC/TYP/05/21/06/037

75.

Stud Bolts RF 150# Dimensions (ASME B16.5)

MEC/TYP/05/21/06/038

76.

Stud Bolts RF 300# Dimensions (ASME B16.5)

MEC/TYP/05/21/06/039

77.

Stud Bolts RF 600# Dimensions (ASME B16.5)

MEC/TYP/05/21/06/040

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 49 of 75

249

78.

Alignment Sheets for Section I

GA/MS/LJ/ALGN/001 TO 048

79.

Crossing Sheets for Section I

GA/MS/LJ/CRSN/001 TO 096

80.

Soil Resistivity Report for Section I

81.

Soil Stratification Report for Section I

82.

Pipeline Bore Logs for Section I

83.

Alignment Sheets for Section II

ALN-001 TO 043

84.

Alignment Sheets for Spurlines to M/s BHEL

ALN-001 TO 004

85.

Alignment Sheets for Spurlines to M/s SIDCUL

ALN-001 TO 004

86.

Crossing Sheets for Section II

CRS-001 TO 061

87.

Route Map for Section II

GAIL/SDPL/MAIN/RM-01
GAIL/SDPL/MAIN/RM-02

88.

Soil Investigation Report for Section II

89.

Corrosion Survey Report for Section II

90.

Overall Survey Report for Section II

II.

Architectural Drawings
Section - I :
CR BUILDINGS
1

CR Building for SV-1 cum Tap Off Pt. for


Ludhiana(Ch. At 25.00 KM) Plan, Elevation,
Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1047
(Sheet 1 of 2)

SV Station- 4(Ch. At 60.00 KM) Plan, Elevation,


Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1046
(Sheet 1 of 1)

CR Building for Receiving terminal for Jalandhar (Ch.


At 80.00 KM) Plan, Elevation, Schedule of Finishes &
Schedule of Opening

MEC/23M9/05/48/A/001/1047
(Sheet 2 of 2)

GUARD ROOMS(TYP-I & TYP-II)


1

Guard Room for SV Station- 2(Ch. At 42.00 KM)


Plans, Elevation, Schedule of Finishes & Schedule of
Opening

MEC/23M9/05/48/A/001/1048
(Sheet 1 of 4)

Guard Room for SV Station- 3(Ch. At 44.00 KM)


Plans, Elevation, Schedule of Finishes & Schedule of
Opening

MEC/23M9/05/48/A/001/1048
(Sheet 2 of 4)

Guard Room for SV Station- 4(Ch. At 60.00 KM)


Plans, Elevation, Schedule of Finishes & Schedule of
Opening

MEC/23M9/05/48/A/001/1048
(Sheet 3 of 4)

Guard Room for SV Station- 5(Ch. At 76.00 KM)


Plans, Elevation, Schedule of Finishes & Schedule of
Opening

MEC/23M9/05/48/A/001/1048
(Sheet 4 of 4)

Guard Room for SV-1 cum Tap Off Pt. for Ludhiana
(Ch. At 25.00 KM) Plan, Elevation, Schedule of
Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1049
(Sheet 1 of 2)

Guard Room for Receiving terminal for


Jalandhar(Ch. At 80.00 KM) Plan, Elevation,
Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1049
(Sheet 2 of 2)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 50 of 75

250

Section II :
CR BUILDINGS
1

SV Station- 1 (Ch. At 24.00 KM) Plan, Elevation,


Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1046 (Sheet
1 of 2)

SV Station- 5(Ch. At 47.00 KM) Plan, Elevation,


Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1046 (Sheet
2 of 2)

CR Building for Receiving Cum Distribution


network terminal at Haridwar (Ch. At 60.00 KM)
Plan, Elevation, Schedule of Finishes &
Schedule of Opening

MEC/23M9/05/48/A/002/1047 (Sheet
1 of 1)

GUARD ROOMS(TYP-I & TYP-II)


1

SV Station- 1(Ch. At 24.00 KM) Plans,


Elevation, Schedule of Finishes & Schedule of
Opening

MEC/23M9/05/48/A/002/1048 (Sheet
1 of 9)

SV Station- 2(Ch. At 34.00 KM) Plans,


Elevation, Schedule of Finishes & Schedule of
Opening

MEC/23M9/05/48/A/002/1048 (Sheet
2 of 9)

SV Station- 3(Ch. At 39.00 KM) Plans,


Elevation, Schedule of Finishes & Schedule of
Opening

MEC/23M9/05/48/A/002/1048 (Sheet
3 of 9)

SV Station- 4(Ch. At 45.00 KM) Plans,


Elevation, Schedule of Finishes & Schedule of
Opening

MEC/23M9/05/48/A/002/1048 (Sheet
4 of 9)

SV Station- 5(Ch. At 47.00 KM) Plan, Elevation,


Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet
5 of 9)

Receiving Cum Distribution network terminal at


Haridwar (Ch. At 60.00 KM) Plan, Elevation,
Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1049 (Sheet
1 of 1)

SV Station- 1(Ch. At 3.70 KM) Plans, Elevation,


Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet
6 of 9)

SV Station- 2(Ch. At 4.20 KM) Plans, Elevation,


Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet
7 of 9)

SV Station- 3(Ch. At 6.00 KM)cum Tap-off point


for Sidcul Plans, Elevation, Schedule of
Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet
8 of 9)

10

SV Station- 1(Ch. At 2.50 KM) on Sidcul Line


Plans, Elevation, Schedule of Finishes &
Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet
9 of 9)

II.

Civil & Structural Drawings


1.

Scope for Building Works

MEC/05/11/STD/TERMINAL/001

2.

Typical Detail of RCC Pavement and Pedestal

MEC/05/11/STD/TERMINAL/002

3.

Typical Detail of Fencing Foundation

MEC/05/11/STD/TERMINAL/003

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 51 of 75

251

III

V.

4.

Detail of Boundary Wall

MEC/05/11/STD/TERMINAL/021

5.

Shuttering & Reinforcement Detail of Septic


Tank for 20 Users

MEC/05/11/STD/TERMINAL/023

6.

Typical Detail of Valve Pit

MEC/05/11/STD/TERMINAL/VP-3

7.

Typical Detail of Valve Pit

MEC/05/11/STD/TERMINAL/VP-4

8.

Detail of Fencing single and Double leaf Gate

MEC/GAIL/05/12/STD./04

9.

Typical Detail of Chain Link Fencing

MEC/GAIL/05/12/STD./05

10.

Typical Detail of Steel Gate (4.0 wide)

MEC/GAIL/05/12/S/STD/06

11.

Detail of Cross Over

MEC/GAIL/05/12/STD/007

12.

Detail of Platform of Cartridge Filters (2 Nos.)

MEC/GAIL/05/12/STD/008

Electrical Drawings/ Sketches


1

SLD OF PDB OF SV

SLD OF LDB-1 OF SV

MEC/23M9/05/E9/E/002

SLD OF LDB-2 OF SV

MEC/23M9/05/E9/E/003

SLD OF LDB-3 OF SV

MEC/23M9/05/E9/E/004

SLD OF PDB OF RECEIVING

MEC/23M9/05/E9/E/005

SLD of LDB-1 OF RECEIVING

MEC/23M9/05/E9/E/006

SLD of LDB-2 OF RECEIVING

MEC/23M9/05/E9/E/007

SLD OF LDB-3 OF RECEIVING

MEC/23M9/05/E9/E/008

SLD OF DB OF WITHOUT CONTROL

MEC/23M9/05/E9/E/009

10

Marking of trenches for electric cables

MEC/SD/05/E9/01/01

11

Typical section of cable trench in unpaved areas

MEC/SD/05/E9/01/02

12

Earth electrode in test pit

MEC/SD/05/E9/02/01

13

Copper plate electrode in test pit

MEC/SD/05/E9/02/02

14

Typical earth connection for street light pole

MEC/SD/05/E9/02/03

15

Earthing of tanks and vessels

MEC/SD/05/E9/02/04

16

Earthing method for processing equipment

MEC/SD/05/E9/02/05

17

Typical installation of flood lighting pole (with


rungs)

MEC/SD/05/E9/77/02

18

Div.2 / flame proof lighting fixture mounting


details

MEC/SD/05/E9/77/03

19

Typical installation of lighting fixture on octagonal


pole

MEC/SD/05/E9/77/04

20

Block diagram of UPS

MEC/SD/05/E9/071/01

MEC/23M9/05/E9/E/001

INSTRUMENTATION DRAWINGS
1.
2.
3.
4.
5.

INSTALLATION DIAGRAM FOR PRESSURE


TRANSMITTER.
MOUNTING DETAILS FOR RTD ON
THERMOWELLS.
INSTALLATION DIAGRAM FOR DIFERENTIAL
PRESSURE GAUGE.
INSTALLATION DIAGRAM FOR PRESSURE
GUAGE.
INSTALLATION DIAGRAM FOR
TEMPERATURE GUAGE & RTD.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

MEC/05/E5/SD/PT/001
MEC/05/E5/SD/RTD/002
MEC/05/E5/SD/DPG/003
MEC/05/E5/SD/PG/004
MEC/05/E5/SD/TG-RTD/005

Page 52 of 75

252

6.
7.
8.
9.
10.
11.
12.
13.

VI.

VII.

MOUNTING DETAILS FOR THERMOWELLS


(RTD).
MOUNTING DETAILS FOR THERMOWELLS
(T G).
SCHEMATIC DIAGRAM FOR SKIN
TEMPRATURE MEASUREMENT SYSTEM.
SUPPORT DETAILS FOR JUNCTION BOXES.
INSTRUMENT SUPPORT SINGLE
INSTRUMENT.
INSTRUMENT SUPPORT TWO
INSTRUMENTS.
FABRICATED CANOPY FOR INSTRUMENTS.
PERFORATED TRAY SUPPORTS & CABLES
CLAMPING DETAILS

MEC/05/E5/SD/RTD-TW/006
MEC/05/E5/SD/TG-TW/007
MEC/05/E5/SD/SF-RTD/008
MEC/05/E5/SD/JB/009
MEC/05/E5/SD/IS/010 A (Sheet 1
to 3)
MEC/05/E5/SD/IS/010 B (Sheet 1
to 3)
MEC/05/E5/SD/CY/011
MEC/05/E5/SD/CB-LY/012

Telecommunication Drawings
1.

Standard Sketch for OFC laying (OFC through


HDPE) (Normal Terrain)

MEC/05/E5/T/002

2.

Standard Sketch for OFC laying (OFC through


HDPE) (Rocky Terrain)

MEC/05/E5/T/002A

3.

Standard Sketch for OFC laying (Common


Warning Mat) (Normal Terrain)

MEC/05/E5/T/002-WM

4.

Standard Drawing OFC Laying (Separate


Trench) (OFC through HDPE)

MEC/05/E5/T/005

5.

OFC Laying (Cassed Crossing) (One HDPE


Duct)

MEC/05/E5/T/008

6.

Standard Sketch OFC Joining Pit / Blowing Pit

MEC/05/E5/T/009

7.

OFC Joint Marker

MEC/05/E5/T/010

Temporary Cathodic Protection Works - Standard Drawings


1.

Prepacked Zinc anode

MEC/SD/05/21/16/01

2.

Prepacked Mg anode

MEC/SD/05/21/16/02

3.

Details of Mg Ribbon anode

MEC/SD/05/21/16/03

4.

Details of test stations for TCP

MEC/SD/05/21/16/04

5.

Test station connection schemes

MEC/SD/05/21/16/05

6.

Galvanic anode installations

MEC/SD/05/21/16/06

7.

MEC/SD/05/21/16/07
MEC/SD/05/21/16/08

9.

Zinc ribbon anode for cased crossings


with coated casings
Pipeline grounding through polarisation cell and
galvanic anodes
Details of Zinc grounding cell

10.

Casing pipe details

MEC/SD/05/21/16/13

11.

Test station for polarisation cell

MEC/SD/05/21/16/14

12.

Details of thermit weld for cable to pipe joint

MEC/SD/05/21/16/18

13

Electrode for earthing system

MEC/SD/05/E9/02/01

14

Earth electrode in test pit

MEC/SD/05/E9/02/02

8.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

MEC/SD/05/21/16/09

Page 53 of 75

253

10.0

LIST OF SUPPLIERS OF MAJOR


BOUGHT-OUT ITEMS

(Appendix-I to Particular Job Specification of Work)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 54 of 75

254

Appendix-I
To Particular Job Specification of Work
LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS
A)

Mainline & Mechanical


i)

Pipes C.S.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.

ii)

Pipes (1239/3589)
1.
2.
3.
4.
5.

iii)

TISCO, Calcutta
BHEL, Tiruchirapalli
Maharashtra Seamless, Mumbai
Jindal Pipes Ltd., New Delhi
SAIL, Calcutta
Indian Seamless Metal Tubes Ltd, India
Surya Roshni, New Delhi
Kalyani Steel, Pune
Changshu Seamless Steel Tube Co.
Heavy Metals & Tubes Ltd (Mehsana), India
Jindal Saw Ltd (Nashik Works), India
Mahalaxmi Seamless Ltd, India

TISCO, Calcutta
Jindal Pipes, New Delhi
Ajanta Tubes, New Delhi
Gujrat Steel Tubes
Khandelwal

Valve
a)

Globe Valves

1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)
12)
13)
14)
15)

M/s BDK (New Delhi)


M/s Datre Corpn (Calcutta)
M/s KSB Pumps (New Delhi)
M/s L&T (New Delhi)
M/s Neco Schuber & Salzer Ltd. (New Delhi)
M/s Niton Valve (Mumbai)
M/s Ornate Valves (Mumbai)
M/s Panchavati Valves (Mumbai)
AV Valves Ltd.
BHEL (Trichy), India
Econo Valves Pvt Ltd, India
Fouress Engg (I) Ltd (Aurangabad)
Guru Industrial Valves Pvt Ltd
Leader Valves Ltd, India
NSSL Ltd. (Neco Schubert & SalzerLtd)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 55 of 75

255

iv)

16)
17)
18)
19)
20)

Oswal Industries Ltd, India


Petrochemical Engineering Enterprises, India
Sakhi Engineers Pvt Ltd
Shalimar Valves Pvt Ltd
Steel Strong Valves India Pvt Ltd, India

b)

Check Valves

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.

M/s Advance Valves Pvt. Ltd., Noida


M/s Aksons & Mechanical Enterprises, Mumbai
M/s Larsen & Toubro Limited (M/s Audco India Limited, Chennai)
M/s AV valves Ltd., Agra
M/s BDK engineering India Ltd., Hubli
M/s BHEL,OFE&OE Group, New Delhi
M/s Datre Coroportion Limited, Calcutta
M/s Leader Valves Ltd., Jalandhar
M/s Neco schubert &Salzer Ltd., New Delhi
M/s Niton Valves Industries (P) Ltd., Mumbai
M/s Precision Engg.Co., Mumbai
Econo Valves Pvt Ltd, India
Fouress Engg (I) Ltd (Aurangabad)
KSB Pumps Ltd (Coimbattore), India
NSSL Ltd. (Neco Schubert & SalzerLtd)
Oswal Industries Ltd, India
Panchvati Valves & Flanges Pvt Ltd, India
Petrochemical Engineering Enterprises, India
Sakhi Engineers Pvt Ltd
Shalimar Valves Pvt Ltd
Steel Strong Valves India Pvt Ltd, India

c)

Plug Valves

1.
2.
3.
4.
5.
6.
7.
8.
9.

M/s Breda Energia Sesto Industria Spa, Italy


M/s Fisher Sanmar Ltd., Chennai
M/s Larsen & Toubro Ltd., New Delhi
M/s Nordstrom Valves, USA
M/s Serck Audco Valves, UK
M/s Sumitomo Corporation India Pvt. Ltd., New Delhi
M/s Z Corporation, Korea
M/s Hawa Valves (India) Pvt. Ltd., Mumbai
M/s Steel Strong Valves India Pvt. Ltd., Navi Mumbai

Flow Tee
1)
2)
3)
4)
5)
6)

M/s Coprosider SPA, Italy


M/s GEA Energy System India Limited, Chennai
M/s Multitex Filteration
M/s Pipeline Engineering, UK
M/s Scomark Engg. Limited (U.K.)
M/s Skeltonhall Limited, Engaland(U.K.)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 56 of 75

256

7)
8)
9)
v)

Split Tee
1)
2)

vi)

M/s Ipsco, Italy


M/s TD Willamsons, USA

Flanges
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.

vii)

M/s Technospecial SPA, Italy


M/s Tectubi SPA, Italy
M/s RMA Germany

M/s Aditya Forge Ltd., Vadodara


M/s Amforge Industries Ltd., Mumbai
M/s CD Engineering Co., Ghaziabad
M/s Echjay Forgings Pvt. Ltd. (Bombay), Mumbai
M/s Echjay Industries Ltd., Rajkot
M/s Forge & Forge Pvt. Ltd., Rajkot
M/s Golden Iron & Steel Works, New Delhi
M/s JK Forgings, New Delhi
M/s Metal Forgings Pvt. Ltd., Mumbai
M/s Perfect Marketings Pvt. Ltd., New Delhi
M/s Sky Forge, Faridabad
M/s S&G, Faridabad
Chaudhry Hammer Works Ltd, India
JAV Forgings (P) Ltd, India
Kunj Forgings Pvt Ltd, India
MS Fittings
R.N. Gupta & Co. Ltd, India
R.P. Engineering Pvt Ltd, India
Sanghvi Forgings & Engineering Ltd
Shri Ganesh Forgings Ltd., India
Uma Shankar Khandelwal & Co., India

Fittings
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.

M/s Commercial Supplying Agency, Mumbai


M/s Dee Development Engineers Ltd.
M/s Eby Industries, Mumbai
M/s Flash Forge Pvt. Ltd., Vishakhapatnam
M/s Gujarat Infra Pipes Pvt. Ltd., Vadodara
M/s M.S. Fittings Mfg. Co. Pvt. Ltd., Kolkata
M/s Stewarts & Lloyds of India Ltd., Kolkata
M/s Teekay Tubes Pvt. Ltd., Mumbai
M/s Pipe Fit,Baroda
M/s Sky Forge, Faridabad
M/s S&G, Faridabad
M/s Sawan Engineers, Baroda
Eby Fasteners, India
Leader Valves Ltd, India
R.N. Gupta & Co. Ltd, India

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 57 of 75

257

16.
17.
18.
viii)

Gaskets
1.
2.
3.
4.
5.
6.
7.
8.

ix)

Nireka Engg. Co. (P) Ltd., Calcutta


Precision Taps & Dies, Bombay
AEP Company, Vithal Udyoug Nagar
Fix Fit Fasteners, Calcutta
Precision Engg. Industries, Baroda
Echjay Forgings Pvt. Ltd., Bombay
Capital Industries, Bombay
Boltmaster India Pvt Ltd, India
Deepak Fasteners Limited, India
Fasteners & Allied Products Pvt Ltd, India
Hardwin Fasteners Pvt Ltd, India
J.J. Industries, India
Multi Fasteners Pvt Ltd, India
Nexo Industries, India
Pacific Forging & Fasteners Pvt Ltd, India
Pioneer Nuts & Bolts Pvt Ltd, India
Precision Auto Engineers, India
President Engineering Works, India
Sandeep Engineering Works, India
Syndicate Engineering Industries, India

Welding Electrodes
1.
2.

xi)

IGP Engineers (P) Ltd., Madras


Madras Industrial Products, Madras
Dikson & Company, Bombay
Banco Products (P) Ltd., Vadodara
Goodrich Gaskets Pvt Ltd
Starflex Sealing India Pvt Ltd, India
Teekay Meta Flex Pvt Ltd
UNIKLINGER Ltd

Fasteners
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.

x)

Exten Engg Pvt Ltd


Sivananda Pipe & Fittings Ltd
Tube Products Incorporated

For Mainline Lincon make


For Terminal Lincon & D&H or equivalent

Fire Fighting Equipments


a)

Fire Extinguishers

1.
2.
3.

Avon Services (Production & Agencies) Pvt. Ltd., Bombay


Kooverji Devshi & Co., Bombay
Zenith Fire Services, Bombay

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 58 of 75

258

4.
5.
6.
7.
8.
9.
10.
11.
12.

Safex Fire Services, Bombay


Reliable (Fire Protection) India Ltd., Bombay
Brij Basi Hi
tech Udyog
Bharat Engg Works, India
Gunnebo India Ltd
Nitin Fire Protection Industries Ltd, India
Supremex Equipments, India
Vimal Fire Controls Pvt Ltd., India

b)

Fire Hydrants, Monitors, Deluge Valve, Nozzles

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.

Zenith
Minimax
Newage
HD Fire
Vijay Fire
Asco Strumech Pvt Ltd, India
Brij Basi Hi
tech Udyog
Gunnebo India Ltd
Nitin Fire Protection Pvt Ltd
Shah Bhogilal Jethamal & Brothers
Venus Pumps & Engineering Works

c)

RRL Hose

1.
2.

Jayshree
Newage

d)

Hoses

1.
2.
3.
4.
5.
6.
7.
8.

Ashit Sales Corporation, Bombay


Royal India Corporation, Bombay
Gayatri Industrial Corporation
Simplex Rubber Products Ltd., Ahmedabad
Zaverchand Marketing Pvt. Ltd., Baroda
Presidency Rubber Mill, Calcutta
The Cosmopolite, Calcutta
Simplex Rubber Products, Thane

e)

Hose Delivery

1.
2.

Chhatarya Rubber & Chemical Industries,


Nitin Fire Protection Industries Ltd, India

f)

Fire Hose Accessories

1.
2.

Asco Strumech Pvt Ltd


Brij Basi Hi-tech Udyog

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 59 of 75

259

3.
4.
5.

Gunnebo India Ltd


Shah Bhogilal Jethamal & Brothers
Vimal Fire Controls Pvt Ltd., India

g)

Heat Shrinkable Sleeves

1.
2.

Covalence Raychem (Berry Plastics Corporation)


Canussa CPS

h)

Cold Applied Tapes

1.
2.

Denso GmBH
Polyken (Berry Plastics Corporation)

i)

PUR Coating

1.

Powercrete (Berry Plastics Corporation)

j)

Casing End Closure

1.
2.

Raci, Italy
Raychem RPG Limited

k)

Casing Insulators

1.
2.

Raci, Italy
Raychem RPG Limited

l)
1.

Rockshield
Raychem RPG Limited

m)
1.
2.

Warning Tape
Sparco Multiplast Pvt. Ltd., Ahmedabad
Raychem

n)

Cartridge Filter
1.
2.
3.
4.
5.
6.
7.

o)

Faudi Filter, Germany


Grand Prix Fab (Pvt.) Ltd. (New Delhi)
Gujarat Otofilt, Ahmedabad
Multitex Filteration
Perry Equipment Corp. (USA)
Ravi Techno Systems, Mumbai
Siri Tec Nigi, Italy

Scrubber
1.
Grand Prix Fab (Pvt.) Ltd.(New Delhi)
2.
Perry Equipment, USA
3.
Rathi Industrial Equipment Co. Pvt.Ltd. (RIECO, Pune)
4.
Patel Filters Ltd., Ahemedabad

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 60 of 75

260

p)

High Build Epoxy Coating


1.
2.
3.

q)

Casing Insulators
3.
4.
5.

B)

Berry Plastics Powercrete


Specialty Polymer Canada
Denso Protal, Canada

Raci, Italy
Raychem RPG Limited
Veekay Vikram

INSTRUMENTATION
i)

Field Mounted Instruments like PG, TG


1.
AN Instruments
2.
General Instruments
3.
Wika
4.
Waree

ii)

RTD
1.
2.
3.

iii)

SS Tubes Fittings
1.
2.
3.
4.

iv)

Swagelok, USA
Parker, USA
Sandvik, Sweden
Choksi Tubes

Inst. Valves & Manifolds


1.
2.

v)

General Instruments Ltd., Mumbai


Nagman Sensor Pvt. Ltd.
Pyro Electric, Goa

Swagelok, USA
Parker, USA

Control & Signal Cables


1.
2.
3.
4.
5.
6.

Associated Cables
Associated Flexibles
Universal
Delton
Brook
KEI India

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 61 of 75

261

vi)

Pressure Safety Valve (PSV)


1.
2.
3.
4.
5.
6.
7.
8.
9.

vii)

FCV
i)
ii)
iii)
iv)
v)
vi)

C)

Key Stone, Baroda


Sebim, New Delhi
Tyco Sanmar, New Delhi
BHEL, New Delhi
Parcol SPA
Tai Milano SPA
Fisher Rosemount (Now M/s Emerson Process).
Nuopignone, Italy
Sarasin, France

M/s ABB Ltd., Nashik


M/s Fisher Xomox, New Delhi
M/s Fouress Engg. New Delhi
M/s MIL Control Ltd., Noida
M/s Samson Control, Thane
M/s Forbmarshal, Pune

ELECTRICAL
1.

Power / Control Cable


i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
xii)
xiii)
xiv)
xv)

2.

Universal
INCAB Industries Ltd.
CCI Ltd.
NICCO Corporation (Cable Division)
FORT Gloster Industries Ltd.
Finolex
KEI
ASEAN Cables & Industries Ltd.
Industrial Cable (I) Ltd.
TORRENT Cables Ltd.
Delton Cables Ltd.
Finolex Cables Ltd
Havell's India Pvt.Ltd.
RPG Cables
Rallison Electrical Pvt. Ltd.

Ceiling/Exhaust/ Pedestal Fans & Circulators


i)
ii)
iii)
iv)
v)
vi)

Bajaj Electrical Ltd.


Crompton Greaves Ltd.
Alstom Ltd.
Khaitan Electricals Ltd.
Orient General Industries
Jay Engg. Works Ltd.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 62 of 75

262

3.

Lighting Fixtures
i)
ii)
iii)
iv)
v)

4.

5.

Lighting Fixtures Flameproof


i)
ii)

Baliga Lighting Equipment Pvt. Ltd.


CEAG Flameproof Control Gear Pvt. Ltd.

iii)
iv)
v)
vi)
vii)

Flexpro Electricals Pvt.Ltd


Sudhir Switchgears Pvt.Ltd.
Bajaj Electrical Ltd.
Crompton Greaves Ltd.
Philips India Ltd.

Junction Boxes (Flame proof/Non Flame Proof)


i)
ii)
iii)
iv)
v)
vi)

6.

Baliga
Comet
Flexpro
Sudhir Swgrs. Pvt.Ltd.
Electro Mac.

Batteries (Lead Acid)


i)
ii)
iii)
iv)

8.

Baliga Lighting,Chennai
Flexpro Electricals,Navsari
Flame proof Equipments Ltd.
CEAG Flame Proof Control Gears
Exprotecta
Sudhir Switchgears Pvt. Ltd,India

Cable Glands
i)
ii)
iii)
iv)
v)

7.

Bajaj Electrical Ltd.


Crompton Greaves Ltd.
Philips India Ltd.
GE Apar Lighting Pvt.Ltd.
Havells India Pvt Ltd.

Amco Batteries
Exide Industries
HBLNIFE Power System Ltd.
Amara Raja Batteries Ltd.

Batteries (Ni-Cd)
i)
ii)

HBL-NIFE Power System Ltd.


Amco Batteries Ltd.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 63 of 75

263

9.

Battery Charger
i)
ii)
iii)

10.

LT AC Motors
i)
ii)
iii)
iv)
v)
vi)
vii)

11.

Automatic Electric Ltd.


MECO Instruments Ltd.
Alstom Ltd.(EE)
Industrial Meter Ltd.
Rishab Instruments
Areva T&D India Ltd. (Energy Meters)

Push Buttons
i)
ii)
iii)
iv)
v)
vi)
vii)

14.

Alstom Ltd.
Bharat Bijlee Ltd. (upto 250mm Frame)
CGL
Kirloskar Electric Company

Indicating Meters
i)
ii)
iii)
iv)
v)
vi)

13.

Siemens (Above ) 160mm Frame


NGEF
CGL
Bharat Bijlee Ltd. (upto 250mm Frame)
KEC
ABB Ltd.
Alstom Ltd.

LT AC Motors (Flame Proof)


i)
ii)
iii)
iv)

12.

Chhabi Electricals Pvt. Ltd


Universal Instruments
HBL-NIFE Power System Ltd.

L&T
Siemens Ltd.
Bhartia Industries Ltd.
Alstom Ltd
Vaishno Electricals
Telemenchanique & Controls (India)
Kaycee

Indicating Lamps
i)
ii)
iii)
iv)
v)
vi)

L&T
Siemens Ltd.
Bhartia Industries Ltd.
Alstom Ltd
Vaishno Electricals
Essen Deinki

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 64 of 75

264

15.

Terminal Blocks
i)
ii)
iii)
iv)

16.

Contactors
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)

17.

L&T
Siemens Ltd.
Bhartia Industries Ltd.
CGL
GE
Alstom
Kaycee Industries Ltd.
Easum Reyrolle Relays & Devices Ltd.
Areva T&D India Ltd.

Heavy Duty Switch / Fuse Switch


i)
ii)
iii)
iv)
v)
vi)
vii)
viii)

19.

L&T
Siemens Ltd.
Bhartia Industries Ltd.
Telemenchanique & Controls (India)
CGL
GE
ABB
Schneider & Switchgear Contactors Ltd.

Switches Control/ Selector Switches


i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)

18.

Connectwell
Elmex Controls Pvt.Ltd.
Essen Engineers Co. Pvt.Ltd
Controls & Switchgear Co.Ltd.

Controls & Switchgear Co.Ltd.


L&T
Siemens Ltd.
Bhartia Industries Ltd.
CGL
GE
Alstom
Schneider Electric

Fuses
i)
ii)
iii)
iv)
v)
vi)
vii)

CGL
GE
L&T
Schneider Electric
Bhartia Industries Ltd.
Siemens
Tele menchanque & Controls

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 65 of 75

265

20.

Switches- 5/15A Piano/Plate,Switch Socket


i)
ii)
iii)

21.

Switch Socket
i)
ii)
iii)
iv)
v)

22.

Havells India Pvt. Ltd.


Legrand India Pvt. Ltd.
Schneider Electric
Datar Switchgear

MCB Lighting DB
i)
ii)
iii)
iv)
v)

26.

L&T
Siemens Ltd.
Bhartia Industries Ltd.
Electronics Automation

ELCB
i)
ii)
iii)
iv)

25.

L&T
Siemens Ltd.
Schneider Electric
GE India Industrial Pvt. Ltd.
Control & Swgr.

Timers
i)
ii)
iii)
iv)

24.

CG
Bhartia Industries Ltd.
Alstom
Essen Engineering Company Pvt.Ltd.
Best & Cromption Engineering Ltd.

MV Switch Boards
i)
ii)
iii)
iv)
v)

23.

Anchor Electronics & Electricals Pvt.


Kingal Electricals Pvt. Ltd.
North-West Switchgear

Havells India Pvt. Ltd.


Siemens Ltd.
Indo Asian Fusegear Ltd.
MDS Switchgear Ltd.
S & S Power Switchgear Ltd.

MCCB/MCB
i)
ii)
iii)

INDO Asian
Havells India Pvt. Ltd.
Schneider Electric

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 66 of 75

266

iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
xii)
xiii)
27.

Distribution Boards
i)
ii)
iii)
iv)
v)
vi)
vii)

28.

Schneider Electric
L&T Ltd.
Bhartia Industries Ltd.
Omron
OEN
Jyoti
Siemens Ltd.
Bhartia Industries Ltd.
ABB (Banglore)
Telemenchanique & Controls
Areva T & D

Air Conditioner
i)
ii)
iii)

30.

CG
L&T
Control & Switchgears Co. Ltd
Trident Switchgear,New delhi
RYB Switchgears,New Delhi
ELPRO Engineering,Chennai
Risha Control

Relays
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)

29.

Siemens Ltd.
ABB
Merlin Gerin
MDS
AEG
HAGER
L&T
Datar Switchgear
Standard Electricals
Legrand India Pvt. Ltd

Carrier
Bluestar
Hitachi

DG Set
i)
ii)
iii)
iv)

Sudhir
Jackson
Kirlosker
Stamford

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 67 of 75

267

31.

UPS & Inverter


i)
ii)
iii)
iv)
v)

32.

Power Control Circuit


i)
ii)
iii)
iv)

33.

GE
L&T Ltd.
CGL
Siemens Ltd.
Schneider Electric
Control Switchgear co. Ltd.

Cable Termination & Jointing Kit


i)
ii)

37.

Southern Switchgear
Switchgea Manufacturing Co.
AMEI Power limited

Air Circuit Breakers/Moulded Case circuit Breakers


i)
ii)
iii)
iv)
v)
vi)

36.

BHEL
Voltamp
Kirloskar
Crompton Greaves
Transformers & Rectifers
Bharat Bijali
L&T

Air Break Switch


i)
ii)
iii)

35.

L&T Ltd.
Bhartia Industries Ltd.
Siemens
Elecmech Switchgear & Instt

Transformers
i)
ii)
iii)
iv)
v)
vi)
vii)

34.

HI REL
EMERSON
APLAB
KELTRON
DB POWER

Raychem RPG Limited


Mahindra Engg. & Chemical Products Ltd.

Cable Lugs
i)
ii)

Commet
Dowells

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 68 of 75

268

38.

Lighting Arrestor
i)
ii)
iii)
iv)

39.

HT Insulators
i)
ii)
iii)

40.

Oblum Electic Industries


Jayshree Insulators
LAMCO
WS Industries

Jaya Shree
BHEL
WS Industries

Solar System
i)
ii)
iii)
iv)
v)
vi)
vii)

CEIL,Sahibabad
REIL,Jaipur
TATA BP Solar Ltd.
Saroj Urja Services
Central Electronics
Hi tech Industrial Group
Sun Technique

BEC FOR SOLAR SYSTEM


1.0

TECHNICAL

A)

In case of Single Bidder

B)

1)

Bidder shall be a manufacturer of Solar System Photovoltaic


Module/System.

2)

The Bidder shall have IEC/UL/CE certification for Solar


Photovoltaic Module/System.

3)

The bidder should have supplied, installed, tested and


commissioned at least one(1) number Solar Photovoltaic
Module/System of 800 W load or higher (SPV capacity of 8.0
KWp or higher) during the last seven(7) years reckoned from
bid due date.

In case the Bidder is a Consortium


1)

Bids from consortium comprising maximum two members(one


leader and one member) are also acceptable, provided the
leader of the consortium meets the qualification criteria at (A)
above.

2)

The division in scope of work between consortium members


shall be commensurate with their past experience. The overall
Project Management shall be performed by the leader. The
members of consortium shall assume responsibility jointly and

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 69 of 75

269

severally and shall submit agreement / MOU along with the Bid
clearly defining the scope and responsibility of each member
along with the nomination of the leader. This agreement / MOU
must remain in force at least till the pendency of this contract.
Note : The vendor / supplier should not be in the Holiday list of GAIL /
MECON / other PSU.
D)

CATHODIC PROTECTION
1.0

MIXED METAL OXIDE ANODES


M/S TITANOR COMPONENTS LTD., GOA, INDIA
M/S ORANZIO DE NORA, ITALY
M/S MAGNETOCHEMIE, HOLLAND
M/S ACTEL LTD., U.K.
M/S ELTECH SYSTEMS CORPORATION, USA
M/S CERANODE TECHNOLOGIES, USA
M/S MATCOR (USA) or equivalent

2.0

Hi-Si-Cr-Cast iron Anode


M/S Metal Founder, Mumbai
M/S Durichlor 51 solid rod cast iron anode

3.0

TRANSFORMER- RECTIFIER UNITS & CPPSM


A) M/S Raychem RPG Ltd., Mumbai
B) Kristron Systems, Lower Parel, Mumbai.
C) HOCKWAY, UK
D) Good-All Electric, USA.

4.0

JUNCTION BOX
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)

5.0

Exprotecta, Beroad
Baliga
Flexpro
FFLP Control Gears
Sterling
Sudhir
Electrical Equipment Corporation
Corrtech
CCS
CEL

CABLES
i)
ii)
iii)
iv)

Brooks
Nicco
Biren
CMI

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 70 of 75

270

v)
vi)
vii)
viii)
ix)
x)
xi)
xii)
xiii)
xiv)
xv)
xvi)
xvii)
xviii)
xix)
xx)
xxi)
6.0

Delton
KEI
Reliance
Satellite Cables
Evershine
Torrent Cables
Universal
Victor
Indian Aluminimum Cables
Associated Flexible & Wires
Asain
Fort Gloster
Finolex
Industrial
Rediant
NITCO
Suyog

PERMANENT REFERENCE ELECTRODES


A) PERMACELL/HARCO (USA)
B) BORIN MANUFACTURER, USA
C) M.C.MILLER, USA
D) CORRTECH (ZULU)

7.0

MCCB/MCB FOR POWER DISTRIBUTION BOARD


A) SIEMENS
B) L&T
C) MERLIN GERIN
D) MDS
E) INDO ASIAN
F) AEG
G) HAGER
H) HAVELLS,
I) ABB
J) SCHNEIDER ELECTRIC INDIA PVT.LTD

8.0

SACRIICIAL ANODES
i)
ii)
iii)
iv)
v)
vi)
vii)

Scientific Metals Engineers Pvt. Ltd, Karaikudi


PSL Holding Pvt. Ltd., Mumbai
Cathodic Controls, Bangalore
BHEL, Bhopal
Electro Protection Services, India
Corrtech
Nippon Corrosion, Japan

9)

Portable Reference Cell

: MC Miller (USA)

10)

Permanent Reference Cell

: Corrtech, Consultech, MC Miller, CCS, CPES, CTS

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 71 of 75

271

11)

AC/ DC, DC/DC Operated


Automatic Transformer
Rectifier Unit

: M/s Raychem, M/s Kriston systems

12)

Digital Multimeter (3.5 digit) :

Fluke, Yokogawa

13)

CTSU

M/s Kriston systems, M/s Veriteq, M/s


Cimcon, M/s NC Miller USA

14)

Solid state polaristation cell :

M/s Dairyland, M/s Corrpro systems


M/s Metricorr, Denmark

15)

Backup Agency for doing


CIPL / interference survey

1)
2)
3)
4)
5)
6)

16.0

HEAT SHRINK CAP FOR ANODE TO CABLE JOINT


A) M/S RAYCHEM, USA
B) M/S MATCOR (USA)

17.0

SURGE DIVERTOR - EXD

PLE Germany
Vendor Velde
Nippon Japan
Balslev, Denmark
SSS, India
SSS, Germany

A. M/S DEHN
B. M/S. CORRPRO SYSTEMS
C. M/S SOHNE
D. M/S OBO
18.

SOLID STATE POLARISTATION CELL


M/s Dairyland,
M/s Corrpro systems
M/s Metricorr, Denmark

19.

ELECTRO LYTE POLARISTATION CELL


i)

20.

M/s Krik

ANODE BACKFILL MATERIAL


M/S Loresco, USA
M/S Goa Carbon (Goa),
M/S India Carbon (Calcutta),
M/S Petrocarbon & Chemical Company (Haldia)

21.

THERMIT WELDS
M/S ERICO, USA
M/S THERMOWELD, USA

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 72 of 75

272

22.

PINBRAZING
M/S SAFE TRACK
M/S BAC, UK

23.

E)

ER- PROBE
M/S ROSE CORROSION SERVICES, UK
M/ S METAL SAMPLES, USA
M/ S ROHARBAK COSASCO, USA
M/ S CAPROCO, UK

TELECOMMUNICATION
HDPE DUCT
1.
2.
3.
4.
5.
6.
7.
8.

M/s Kirti Industries (India) Ltd., Indore.


M/s Kulja Industries., Solan
M/s Pioneer Polyfab Limited, Ghaziabad
M/s Veekay Plast, Jaipur
M/s Jain Irrigation Systems Ltd. Jalgoan
M/s Shree Mohit Industries, Burhanpur
M/s Duraline India Pvt. Ltd., New Delhi
M/s Parixit Industries Ltd.

OFC
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.

M/s Aksh Optifibre Ltd, Bhiwadi.


M/s Vindhya Telelink Ltd., Rewa.
M/s Finolex Cables Ltd, Pune
M/s RPG Cables Ltd. New Delhi
M/s UM Cables Limited, New Delhi
M/s Himachal Futuristic Communication Ltd., New Delhi
M/s Birla Ericsson Optical Ltd., Rewa
M/s Uniflex Cables Lrd., Mumbai
M/s Sterlite Optical Technologies Ltd., New Delhi
M/s Tamilnadu Telecommunicaion Ltd., Maraimalai Nagar(TN)
M/s ARM Ltd., New Delhi
M/s Tevacom Pvt. Ltd.

Jointly Closures / FTC


1.
2.
3.
4.
5.
6.
7.
8.

M/s Raychem
M/s Siemens
M/s 3M
M/s Tem & Corning
M/s F&G
M/s Keptel
M/s Alcoa Fujikuva Ltd.
M/s Krone

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 73 of 75

273

9.
M/s Corning
10. M/s Tyco
F)

TCP CONTRACTORS
1)
2)
3)
4)
5)
6)

M/s Corrtech International Pvt. Ltd., Ahemdabad


M/s SSS Electrical (I) Ltd., Mumbai
M/s Corrosion Control Services(B)Pvt. Ltd., Mumbai
M/s Raychem RPG Ltd., Delhi
M/s Consultach
M/s Underground Pipeline

Note : For execution of TCP works from TCP Contractor other than listed above, the
same may be acceptable subject to the following :

G)

b)

The vendor / supplier should not be in the Holiday list of GAIL /


MECON / other PSU.

NDT Services, Ahmedabad


GEECY Industrial Services Pvt. Ltd., Mumbai
Corrosion Control Services, Mumbai
Perfect Metal Testing & Inspection Agency, Calcutta
Inter Ocean Shipping Co., New Delhi
RTD, Mumbai
Sievert, Mumbai
X-Tech, Vizag

LONG RADIUS BENDS


i)
ii)
iii)
iv)

I)

The TCP agency / sub-contractor should have completed at least one


job consisting of design, detailed engineering, supply, installation,
testing / commissioning of temporary cathodic protection of at least
one cross country pipeline handling hydrocarbon, of minimum 50%
length of the pipeline length being offered in respective section,
executed in any one contract during the last 7 (seven) years. The
documentary evidences required LOA copies, completion certificate,
etc.

NDT AGENCY
1.
2.
3.
4.
5.
6.
7.
8.

H)

a)

M/s BHEL, Trichy, Tamilnadu


M/s Jindal SAW Limited, (Koshi Works), U.P.
M/s PSL Limited, Gandhidham, Gujarat
M/s Welspun, Gujarat

Corrosion Coupon & ER Corrosion Probe Assembly


i)
ii)
iii)

M/s Caproco, Canada


M/s Rohrback Cosasco Systems, USA
M/s Rose Corrosuai Services, UK

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 74 of 75

274

iv)

1)

M/s Metal Samples, USA

For procuring bought out items from vendors other than those listed above, the same
may be acceptable subject to the following: a)

The vendor/ supplier of bought out item(s) is a manufacturer/ supplier of said


item(s) for intended services and the sizes being offered is in their regular
manufacturing/ supply range.

b)

The vendor / supplier should not be in the Holiday list of GAIL / MECON /
other PSU.

c)

Should have supplied at least one single random length (i.e. 5.5 meters to 6.5
meters) for item assorted pipes / tubes and minimum 01 (One) number for
other item(s) (other than assorted pipes / tubes) of same or higher in terms of
size and rating as required for intended services.

The bidder should enclose documentary evidences i.e. PO copies, Inspection


Certificate etc. for the above, along with their bids.
2)

For any other item(s) for which the vendor list is not provided, bidders can supply
those item(s) from vendors/ suppliers who have earlier supplied same item(s) for the
intended services in earlier projects and the item(s) offered is in their regular
manufacturing/ supply range.
The bidder is not required to enclose documentary evidences (PO copies, Inspection
Certificate etc.) along with their offer, however in case of successful bidder, these
documents shall required to be submitted by them within 30 days from date of
Placement of Order for approval to GAIL / MECON.

3)

The details of vendors indicated in this list are based on the information available
with MECON, Contractor shall verify capabilities of each vendor for producing the
required quantity with. MECON does not guarantee any responsibility on the
performance of the vendor. It is the contractors responsibility to verify the correct
status of vendor and quality control of each parties and also to expedite the material
in time.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc

Page 75 of 75

275

11.0 DATA SHEETS


FOR MECHANICAL ITEMS ETC.
(Appendix-II to Particular Job Specification of Work)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Appendix-II & III to PJS-Mech.doc

276

DATA SHEETS FOR MECHANICAL ITEMS ETC.


CONTENTS
I

Ball Valves :

1.

Ball Valves (NB 2)

MEC/23M9/05/21/M/001/DS/BV/001

2.

Ball Valves (NB 2)

MEC/23M9/05/21/M/001/DS/BV/002

3.

Ball Valves (NB 2)

MEC/23M9/05/21/M/001/DS/BV/003

4.

Ball Valves (NB 2)

MEC/23M9/05/21/M/001/DS/BV/004

5.

Ball Valves (NB 2)

MEC/23M9/05/21/M/001/DS/BV/005

6.

Ball Valves (NB 2)

MEC/23M9/05/21/M/001/DS/BV/006

7.

Ball Valves (NB 2)

MEC/23M9/05/21/M/001/DS/BV/007

8.

Ball Valves (NB 2)

MEC/23M9/05/21/M/001/DS/BV/008

II

Plug Valves :

1.

Plug Valves (NB -1)

MEC/23M9/05/21/M/001/DS/PV/001

2.

Plug Valves (NB 2)

MEC/23M9/05/21/M/001/DS/PV/002

3.

Plug Valves (NB 2)

MEC/23M9/05/21/M/001/DS/PV/003

4.

Plug Valves (NB 2)

MEC/23M9/05/21/M/001/DS/PV/004

5.

Plug Valves (NB 2)

MEC/23M9/05/21/M/001/DS/PV/005

6.

Plug Valves (NB 2)

MEC/23M9/05/21/M/001/DS/PV/006

7.

Plug Valves (NB 2)

MEC/23M9/05/21/M/001/DS/PV/007

8.

Plug Valves (NB 2)

MEC/23M9/05/21/M/001/DS/PV/008

III

Pressure Safety Valve :

1.

Pressure Safety Valve

MEC/23M9/05/21/M/000/DS-056A

2.

Pressure Safety Valve

MEC/23M9/05/21/M/000/DS-056B

IV

QOEC :

1.

MEC/23M9/05/21/M/001/DS-01

2.

MEC/23M9/05/21/M/001/DS-02

3.

MEC/23M9/05/21/M/001/DS-03

LR Bend

MEC/23M9/05/21/M/001/DS-015

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Appendix-II & III to PJS-Mech.doc

277

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

3.0

MECON's Technical Specification No. : --

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.

Valve Construction Design


Bore
End Connections

6.3.

Flanges (wherever applicable)

6.4
7.0

Valve Type
Valve Material Specification
Part

7.1
7.2
7.3
7.4
7.5
7.6
7.7
7.8

Body
Ball
Body Seat
Gland
Stem
Body Seal
Stem Seal
Body Studs/Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

No

11.0

Gear Operator Requirement

Yes

No

12.0

Gas Powered Actuator Requirement

Yes

No

13.0

Fire Resistant Design Requirement

Type-Test as per Standard API 607/ BS:6755 (Part-II)

14.0

Valve Testing Requirement

14.1

Hydrostatic Test

14.2

Air Test

Test Pressure (min.), kg/cm2(g) Minimum Duration, minutes


2
210
2
155
7.0
15

15.0

Anti-Static Testing Requirement

16.0
16.1
16.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).

1.
2.
3.
4.
5.
6.
7.
8.
9.

REV. NO.

3/4", 1 1/2"

ANSI Rating : 800#

Design Temperature, C : 0 to 65

NA

Reduced

Full

:Socket Welded (as per ASME B16.11) with 100mm Pup Pieces of A106 Gr.B Sch. 160 for 3/4"
and A106Gr.B Sch. 80 for 11/2"
: a) RF
b) Serrated
:
Floating Ball

FF

RTJ
Smooth (125 to 200 microinches AARH)

NA
NA

Material Offered

Specified Material

ASTM A105
13% Cr Steel
RPTFE/ DELRIN
13% Cr Steel
13% Cr Steel (No Casting)
Grafoil
Grafoil
ASTM A193 Gr. B7/ A194 Gr. 7

Body
Seat

Service : Natural Gas

Buried

As per Standad BS:5351

Notes:
Material test certificates and hydrostatic test reports shall be furnished prior to despatch.
Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's
approval prior to manufacture of the valves.
All tests shall be as per BS:6755 (Part-I).
Valves shall have ball position indicator.
Stops shall be provided to ensure positive alignment of ball with ports and ensure proper installation of handle.
Each valve shall be provided with a wrench.
Valves shall be inspected and approved by Purchaser before despatch.
Gland packing assembly shall permit repair of gland packing under full line pressure.
Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., BS:6755 and other relevant standards.

DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION PROCESS & PIPING


NAME
DSGN

Design Standard : BS:5351

HK

DATE

CHKD

CLIENT :

DRG. NO.

DATE

PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

GS

DRWN

APPROVED

REFERENCES

GAIL India Limited

R.K. Narayan

SPECIFICATION AND DATA SHEET


FOR BALL VALVES
(NB<2")

MECON LIMITED

DATASHEET NO. : MEC/23M9/05/21/M/001/DS/BV/001

278

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 12",8",6",4",2"

3.0

MECON's Technical Specification No. :

4.0

Connecting Pipeline Design Pressure, bar

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.
6.3.

Valve Construction Design


Bore
End Connections
Flanges (wherever applicable)

6.4

Valve Type

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5
7.6
7.7

Body
Ball
Body Seat Rings
Seat Seal
Stem
Stem Seals
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

11.0

Gear Operator Requirement

Yes

12.0

Gas Powered Actuator Requirement

Yes

13.0

Fire Resistant Design Requirement

API 6FA

14.0

Valve Testing Requirement

ANSI Rating : 600#

Design Standard : API 6D

MEC/TS/05/21/002, Rev-0, Ed-1


: 99.93

Design Temperature, C : 0 to 65

NA

:
Reduced
for 12",8",6"&4"
Full
for 2"

: Flanged as per ASME B16.5


: a) RF
FF
RT

b) Serrated
Smooth (125 to 200 microinches AARH)
:
Trunnion Mounted

Specified Material

NA
NA

Material Offered

ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB
[(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 410
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON/ PTFE
ASTM A193 Gr. B7/ A194 Gr. 2H

Service : Natural Gas

For 6",8" & 12"

Test Pressure (min.), kg/cm2(g)

Buried
No

No

No

Minimum Duration, minutes

157
114
7

As per API 6D
As per API 6D
As per API 6D

14.1

Hydrostatic Test

14.2

Air Test

15.0

Anti-Static Testing Requirement

16.0
16.1
16.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).
Lock Open/ Lock Close Requirement : As indicated in Material Requisition
Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/21/002, Rev-0, Ed-1
2. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.
4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.
5 Charpy V-notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted as per relevant material code.

17.0

REV. NO.

DATE

Body
Seat

For 2", 4"

ZONE

As per Standard API 6D (2002 Ed.)

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION PROCESS & PIPING


NAME
DSGN

HK

DATE

CHKD

REFERENCES

CLIENT :

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT :
: Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

GS

DRWN

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR BALL VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/002

279

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 8",6",4",2"

3.0

MECON's Technical Specification No. :

4.0

Connecting Pipeline Design Pressure, bar

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.
6.3.

Valve Construction Design


Bore
End Connections
Flanges (wherever applicable)

6.4

Valve Type

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5
7.6
7.7

Body
Ball
Body Seat Rings
Seat Seal
Stem
Stem Seals
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

11.0

Gear Operator Requirement

Yes

12.0

Gas Powered Actuator Requirement

Yes

13.0

Fire Resistant Design Requirement

API 6FA

14.0

Valve Testing Requirement

Design Standard : API 6D

ANSI Rating : 600#

MEC/TS/05/21/002, Rev-0, Ed-1


: 99.93

Design Temperature, C : 0 to 65

: 8"

: 6"

: 4"

: API 5L Gr.B PSL2

: A106 Gr.B(Charpy)

: A106 Gr.B(Charpy) : A106 Gr.B(Charpy)

: 2"

: 219.1

: 168.3

: 114.3

: 60.3

: 14.3

: 10.97

: 8.56

:5.54

:
Reduced
for 8", 6" & 4"
Full

: Butt Welded as per ASME B16.25


: a) RF
FF
RT
b) Serrated
Smooth (125 to 200 microinches AARH)
:
Trunnion Mounted

Specified Material

for 2"
NA
NA

Material Offered

ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB
[(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 410
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON/ PTFE
ASTM A193 Gr. B7/ A194 Gr. 2H

Service : Natural Gas

For 6" & 8"

Test Pressure (min.), kg/cm2(g)

Buried
No

No

No

Minimum Duration, minutes

157
114
7

As per API 6D
As per API 6D
As per API 6D

14.1

Hydrostatic Test

14.2

Air Test

15.0

Anti-Static Testing Requirement

16.0
16.1
16.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).
Lock Open/ Lock Close Requirement : As indicated in Material Requisition
Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/21/002, Rev-0, Ed-1
2. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.
4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.
5 Charpy V-notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted as per relevant material code.

17.0

REV. NO.

DATE

Body
Seat

For 2", 4"

ZONE

As per Standard API 6D (2002 Ed.)

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION PROCESS & PIPING


NAME
DSGN

HK

DATE

CHKD

REFERENCES

CLIENT :

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT : :Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

GS

DRWN

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR BALL VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/003

280

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 6", 4"

3.0

MECON's Technical Specification No. :

4.0

Connecting Pipeline Design Pressure, bar

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.
6.3.

Valve Construction Design


Bore
End Connections
Flanges (wherever applicable)

6.4

Valve Type

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5
7.6
7.7

Body
Ball
Body Seat Rings
Seat Seal
Stem
Stem Seals
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

No

11.0

Gear Operator Requirement

Yes

No

12.0

Gas Powered Actuator Requirement

Yes

No

Design Standard : API 6D

ANSI Rating : 600#

MEC/TS/05/21/002, Rev-0, Ed-1


: 99.93

Design Temperature, C : 0 to 65

: 6"

: 4"

: A106 Gr.B (Charpy)

: A106 Gr.B(Charpy)

: 168.3

: 114.3

: 10.97

: 8.56

:
Reduced
Full

: Butt Welded as per ASME B16.25


: a) RF
FF
RT
b) Serrated
Smooth (125 to 200 microinches AARH)
:
Trunnion Mounted

Specified Material

NA
NA

Material Offered

ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB
[(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 410
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON/ PTFE
ASTM A193 Gr. B7/ A194 Gr. 2H

Service : Natural Gas

for 6"

Buried

for 4"

As per attached Gas Powered Actuator


specification No. MEC/TS/05/26/002

13.0

Fire Resistant Design Requirement

14.0

Valve Testing Requirement

API 6FA

Test Pressure (min.), kg/cm2(g)

Minimum Duration, minutes

157
114
7

Hydrostatic Test

14.2

Air Test

15.0

Anti-Static Testing Requirement

16.0
16.1
16.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).
Lock Open/ Lock Close Requirement : As indicated in Material Requisition
Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/21/002, Rev-0, Ed-1
2. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.
4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.
5 Charpy V-notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted as per relevant material code.

17.0

REV. NO.

DATE

Body
Seat

As per API 6D
As per API 6D
As per API 6D

14.1

ZONE

As per Standard API 6D (2002 Ed.)

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION PROCESS & PIPING


NAME
DSGN

HK

DATE

CHKD

REFERENCES

CLIENT :

DRG. NO.

GAIL India Limited

DATE

PROJECT :
: Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

GS

DRWN

MECON LIMITED

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR BALL VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/004

281

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 4"

3.0

MECON's Technical Specification No. :

4.0

Connecting Pipeline Design Pressure, bar

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.
6.3.

Valve Construction Design


Bore
End Connections
Flanges (wherever applicable)

6.4

Valve Type

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5
7.6
7.7

Body
Ball
Body Seat Rings
Seat Seal
Stem
Stem Seals
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

No

11.0

Gear Operator Requirement

Yes

No

12.0

Gas Powered Actuator Requirement

Yes

No

13.0

Fire Resistant Design Requirement

API 6FA

14.0

Valve Testing Requirement

Design Standard : API 6D

ANSI Rating : 600#


MEC/TS/05/21/002, Rev-0, Ed-1
: 99.93

Design Temperature, C : 0 to 65

: 4"
: A106 Gr.B (Charpy)
: 114.3
: 8.56

:
Reduced
Full

: Butt Welded as per ASME B16.25


: a) RF
FF
RT
b) Serrated
Smooth(125 to 200 microinches AARH)
:
Trunnion Mounted

Specified Material

NA
NA

Material Offered

ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB
[(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 410
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON/ PTFE
ASTM A193 Gr. B7/ A194 Gr. 2H

Service : Natural Gas

Test Pressure (min.), kg/cm2(g)

Buried

Minimum Duration, minutes

157
114
7

Hydrostatic Test

14.2

Air Test

15.0

Anti-Static Testing Requirement

16.0
16.1
16.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).
Lock Open/ Lock Close Requirement : As indicated in Material Requisition
Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/21/002, Rev-0, Ed-1
2. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.
4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.
5 Charpy V-notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted as per relevant material code.

17.0

REV. NO.

DATE

Body
Seat

As per API 6D
As per API 6D
As per API 6D

14.1

ZONE

As per Standard API 6D (2002 Ed.)

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION PROCESS & PIPING


NAME
DSGN

HK

DATE

CHKD

REFERENCES

CLIENT :

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

GS

DRWN

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR BALL VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/005

282

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 8", 4"

3.0

MECON's Technical Specification No.

4.0

Connecting Pipeline Design Pressure, kg/cm 2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification :


Material
Diameter (OD), mm
Thickness, mm

6.0
6.1.
6.2.
6.3.

Valve Construction Design


Bore
End Connections
Flanges (wherever applicable)

Design Standard : API 6D

ANSI Rating : 300#

MEC/TS/05/62/002, Rev-0 Ed-1


: 49

Design Temperature, C : 0 to 65

NA

:
Reduced
4"
: Flanged as per ASME B16.5

Full

8"

: a) RF
FF
RTJ
b) Serrated
Smooth (125 to 200 microinches AARH)
: Floating Ball Valve for 4" and Trunnion Mounted for 8"

6.4

Valve Type

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5
7.6
7.7

Body
Ball
Body Seat Rings
Seat Seal
Stem
Stem Seals
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

11.0

Gear Operator Requirement

12.0

Gas Powered Actuator Requirement

13.0

Fire Resistant Design Requirement

API 6FA for Trunion Mounted Ball Valve Design


As per API 607 for Floating Ball Valve Design

14.0

Valve Testing Requirement

Specified Material

NA
NA

Material Offered

ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB
[(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 410
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON/ PTFE
ASTM A193 Gr. B7/ A194 Gr. 2H

Yes

Service: Natural Gas

for 8"

Yes

Buried
No

No

No

Test Pressure (min.), kg/cm 2(g)

Minimum Duration, minutes

74
56
7.0

As per API 6D
As per API 6D
As per API 6D

14.1

Hydrostatic Test

14.2

Air Test

15.0

Anti-Static Testing Requirement

16.0
16.1
16.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).
Lock Open/ Lock Close Requirement
:
As indicated in Material Requisition
Notes:
1.
This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Rev-0 Ed-1
2.
Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3.
Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.
4.
Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.
5.
Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts will be conducted as per relevant material code.

17.0

REV. NO.

DATE

Body
Seat

for 4 "

ZONE

As per Standard API 6D (2002 Ed.)

DESCRIPTIONS

BY

APPRD
REFERENCES

SECTION PROCESS & PIPING


NAME

DATE

CHKD

CLIENT :
DATE

PROJECT : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
DSGN

HK

DRG. NO.

GAIL India Limited

MECON LIMITED

GS

DRWN
SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR BALL VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/006

283

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 2"

3.0

MECON's Technical Specification No.

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification :


Material
Diameter (OD), mm
Thickness, mm

6.0
6.1.
6.2.
6.3.

Valve Construction Design


Bore
End Connections
Flanges (wherever applicable)

6.4

Valve Type

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5
7.6
7.7

Body
Ball
Body Seat Rings
Seat Seal
Stem
Stem Seals
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

11.0

Actuator Requirement

Yes

12.0

Gas Powered Actuator Requirement

Yes

13.0

Fire Resistant Design Requirement

As per API 607 for Floating Ball Valve Design

14.0

Valve Testing Requirement

Design Standard : API 6D

ANSI Rating : 300#


MEC/TS/05/62/002, Rev-0 Ed-1
: 49

Service: Natural Gas

Design Temperature, C : 0 to 65
2"

A106 Gr.B (Charpy)


114.3
XS

:
Reduced
Full
: Butt Weld as per ASME B16.25
: a) RF
b) Serrated
: Floating Ball

FF
RTJ
Smooth (125 to 200 microinches AARH)

Specified Material

NA
NA

Material Offered

ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB
[(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 410
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON/ PTFE
ASTM A193 Gr. B7/ A194 Gr. 2H

Buried

No

No

No

2
Test Pressure (min.), kg/cm (g)

Minimum Duration, minutes

74
56
7.0

Hydrostatic Test

14.2

Air Test

15.0

Anti-Static Testing Requirement

16.0
16.1
16.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).
Lock Open/ Lock Close Requirement
:
As indicated in Material Requisition
Notes:
1.
This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Rev-0 Ed-1
2.
Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3.
Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.
4.
Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.
5.
Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts will be conducted as per relevant material code.

17.0

REV. NO.

DATE

Body
Seat

As per API 6D
As per API 6D
As per API 6D

14.1

ZONE

As per Standard API 6D (2002 Ed.)

DESCRIPTIONS

BY

APPRD
REFERENCES

SECTION PROCESS & PIPING


NAME

DSGN

BB

DATE

CHKD

CLIENT :

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT :
: Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

SK

DRWN

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR BALL VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/007

284

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 2"

3.0

MECON's Technical Specification No.

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification :


Material
Diameter (OD), mm
Thickness, mm

6.0
6.1.
6.2.
6.3.

Valve Construction Design


Bore
End Connections
Flanges (wherever applicable)

6.4

Valve Type

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5
7.6
7.7

Body
Ball
Body Seat Rings
Seat Seal
Stem
Stem Seals
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

11.0

Actuator Requirement

Yes

No

12.0

Gas Powered Actuator Requirement

Yes

No

13.0

Fire Resistant Design Requirement

As per API 607 for Floating Ball Valve Design

14.0

Valve Testing Requirement

Design Standard : API 6D

ANSI Rating : 300#


MEC/TS/05/62/002, Rev-0 Ed-1
: 49

Service: Natural Gas

Design Temperature, C : 0 to 65
2"

A106 Gr.B (Charpy)


114.3
XS

:
Reduced
Full
: Butt weld as per ASME B16.25
: a) RF
b) Serrated
: Floating Ball

FF
RTJ
Smooth (125 to 200 microinches AARH)

Specified Material

NA
NA

Material Offered

ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB
[(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 410
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON
(AISI 4140 + 75 microns ENP)/ AISI 410
VITON/ PTFE
ASTM A193 Gr. B7/ A194 Gr. 2H

Buried

Length of stem, mm : 2500+250

No

2
Test Pressure (min.), kg/cm (g)

Minimum Duration, minutes

74
56
7.0

As per API 6D
As per API 6D
As per API 6D

14.1

Hydrostatic Test

14.2

Air Test

15.0

Anti-Static Testing Requirement

16.0
16.1
16.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).
Lock Open/ Lock Close Requirement
:
As indicated in Material Requisition
Notes:
1.
This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Rev-0 Ed-1
2.
Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3.
Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.
4.
Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.
5.
Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts will be conducted as per relevant material code.

17.0

REV. NO.

DATE

Body
Seat

ZONE

As per Standard API 6D (2002 Ed.)

DESCRIPTIONS

BY

APPRD
REFERENCES

SECTION PROCESS & PIPING


NAME

DSGN

BB

DATE

CHKD

CLIENT :

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT :
: Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

SK

DRWN

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR BALL VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/008

285

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 11/2"

3.0

MECON's Technical Specification No.

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.

Valve Construction Design


Pattern
End Connections

ANSI Rating : 800#

: --

Design Standard : BS:5353

Design Temperature, C :

0 to 65

NA

:
:
:

Short
Flanged both ends
Socket Weld both ends

Regular

Flanged one end, Socket weld other end


Flanges (wherever applicable)

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5
7.6
7.7
7.8

Body
Plug (Lubricated)
Bung (Screwed)
Stem (No Casting)
Gland
Gland Packing
Gasket
Body Studs/Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

No

11.0

Gear Operator Requirement

Yes

No

12.0

Gas Powered Actuator Requirement

Yes

No

13.0

Fire Resistant Design Requirement

Type-Test as per Standard BS:6755 (Part-II)

14.0

Valve Testing Requirement

14.1

Hydrostatic Test

14.2

Air Test

15.0
15.1
15.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).

2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
REV. NO.

FF

RTJ
Smooth(125 to 200 microinches AARH)

Socket Welded 6000# (as per


ASME B16.11) With 100 mm
Pup Pieces of A106 Sch.80

NA

NA

6.3.

1.

: a) RF
b) Serrated

Venturi

Specified Material

Material Offered (Equivalent or Superior)

ASTM A105
ASTM A105 + 75 microns ENP
ASTM A105
AISI 410
ASTM A105
Graphite/ PTFE
N.A.
N.A.

Body
Seat

Service : Natural Gas

Buried

Test Pressure (min.), kg/cm2(g)


210
155
7

Minimum Duration, minutes


2
2
15

Notes:
Valves shall have an inherent feature using the line pressure to ensure that the line pressure cannot cause taper locking of the plug/
plug movement into the taper, i.e., valves shall be of "pressure-balanced design".
Painting of valves shall be as per Manufacturer's standard.
Material test certificates and hydrostatic test reports shall be furnished prior to despatch.
Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's
approval prior to manufacture of the valves.
All tests shall be as per BS:6755 (Part-I).
Valves shall have valve position indicator.
Stops shall be provided to ensure positive alignment of plug with ports and ensure proper installation of handle.
Each valve shall be provided with a wrench.
Valves shall be inspected and approved by Purchaser before despatch.
Gland packing assembly shall permit repair of gland packing under full line pressure.
Inspection and Testing shall be as per this specification, BS:6755 (Part-I) and other relevant standards.
DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION OIL & GAS


NAME
DSGN

HK

DATE

REFERENCES

CLIENT :
CHKD

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

GS

DRWN

SCALE :

APPROVED

R.K.Narayan

DATA SHEET FOR PLUG VALVES

Data Sheet No.: MEC/23M9/05/21/M/001/PV-001

REV
0

286

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

4", 2"

3.0

MECON's Technical Specification No. :

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.

Valve Construction Design


Pattern
End Connections

6.3.

Flanges (wherever applicable)

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5

Body
Plug
Cover
Stem
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

No

11.0

Gear Operator Requirement

Yes

No

12.0

Gas Powered Actuator Requirement

Yes

No

13.0

Fire Resistant Design Requirement

Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0

Valve Testing Requirement

Design Standard : API 6D

ANSI RATING: 600#

MEC/TS/05/62/003, Rev-2
: 99.93

Design Temperature, C : 0 TO 65

NA

Short
Regular
Venturi

Flanged both ends


Flanged as per ASME B16.5
Butt Weld both ends
Flanged one end, butt weld other end
: a) RF
FF
RTJ
NA

b) Serrated
Smooth(125 to 200 microinches AARH)
NA
:
:
:

Material

ASTM A216 Gr. WCB/A350 LF2/A352 LCB


ASTM A216 Gr. WCB/A350 LF2/A352 LCB + 75 microns ENP
ASTM A216 Gr. WCB/A350 LF2/A352 LCB
AISI 4140 + 75 microns ENP
ASTM A193 Gr. B7/ A194 Gr. 2H

Service : Natural Gas

Buried

Test Pressure (min.), kg/cm2(g)

Minimum Duration, minutes

157
114
7

Body
Seat

As per API 6D
As per API 6D
As per API 6D

14.1

Hydrostatic Test

14.2

Air Test

15.0
15.1
15.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).

Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev2
2. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Stops shall be provided for positive alignment of plug with ports and ensure proper installation of handle.
4 Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted at 0 deg C on three samples
having average value of 27 J & minimum value of shall be 22 J
REV. NO.

DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION OIL & GAS


NAME
DSGN

HK

DATE

REFERENCES

CLIENT :
CHKD

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

GS

DRWN

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR PLUG VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV002

287

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

3.0

MECON's Technical Specification No. :

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.

Valve Construction Design


Pattern
End Connections

6.3.

Flanges (wherever applicable)

2"

Design Standard : API 6D

ANSI RATING: 600#


MEC/TS/05/62/003, Rev-2

Design Temperature, C : 0 TO 65

: 99.93

: 2"
: A106 Gr.B (Charpy)
: 60.3
:5.54

:
:
:

Short
Regular
Butt Weld both ends
Flanged both ends
Flanged one end, butt weld other end

: a) RF
b) Serrated

FF

Venturi
Butt Weld (as per ASME B16.25)

RTJ
Smooth(125 to 200 microinches AARH)

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5

Body
Plug
Cover
Stem
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

No

11.0

Gear Operator Requirement

Yes

No

12.0

Gas Powered Actuator Requirement

Yes

No

13.0

Fire Resistant Design Requirement

Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0

Valve Testing Requirement

NA
NA

Material

ASTM A216 Gr. WCB/A350 LF2/A352 LCB


ASTM A216 Gr. WCB/A350 LF2/A352 LCB + 75 microns ENP
ASTM A216 Gr. WCB/A350 LF2/A352 LCB
AISI 4140 + 75 microns ENP
ASTM A193 Gr. B7/ A194 Gr. 2H

Service : Natural Gas

Buried

Test Pressure (min.), kg/cm2(g)

Minimum Duration, minutes

157
114
7

Body
Seat

As per API 6D
As per API 6D
As per API 6D

14.1

Hydrostatic Test

14.2

Air Test

15.0
15.1
15.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).
As indicated in Material Requisition
Lock Open/ Lock Close Requirement :

16.0

Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev2
2. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Stops shall be provided for positive alignment of plug with ports and ensure proper installation of handle.
4 Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted at 0 deg C on three samples
having average value of 27 J & minimum value of shall be 22 J
REV. NO.

DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION OIL & GAS


NAME
DSGN

HK

DATE

REFERENCES

CLIENT :
CHKD

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

GS

DRWN

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR PLUG VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV003

288

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 8",6",4"

3.0

MECON's Technical Specification No. :

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.

Valve Construction Design


Pattern
End Connections

6.3.

Flanges (wherever applicable)

Design Standard : API 6D

ANSI Rating : 600#

MEC/TS/05/62/003, Rev-2
: 99.93

Design Temperature, C : 0 TO 65

: 8"

: 6"

: API 5L Gr.B PSL2

: A106 Gr.B (Charpy) : A106 Gr.B (Charpy)

: 219.1

: 168.3

: 114.3

: 14.3

: 10.97

: 8.56

:
:
:

: 4"

Short
Regular
Butt Weld both ends
Flanged both ends
Flanged one end, butt weld other end

: a) RF
b) Serrated

Venturi

Butt Weld (as per ASME B16.25)

FF
RTJ
Smooth(125 to 200 microinches AARH)

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5

Body
Plug
Cover
Stem
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

Service : Natural Gas

9.0

Location

Above Ground

Buried

10.0

Stem Extension Requirement

Yes

No

11.0

Gear Operator Requirement

Yes

for 8" & 6" No

12.0

Gas Powered Actuator Requirement

Yes

No

13.0

Fire Resistant Design Requirement

Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0

Valve Testing Requirement

NA
NA

Materials Offered

Material

ASTM A216 Gr. WCB/A350 LF2/A352 LCB


ASTM A216 Gr. WCB/A350 LF2/A352 LCB + 75 microns ENP
ASTM A216 Gr. WCB/A350 LF2/A352 LCB
AISI 4140 + 75 microns ENP
ASTM A193 Gr. B7/ A194 Gr. 2H

Test Pressure (min.), kg/cm2(g)


Body
Seat

Length of stem extension mm: 2500+250


for 4"

Minimum Duration, minutes

14.1

Hydrostatic Test

14.2

Air Test

15.0
15.1
15.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Three coats of Epoxy paint shall be applied with minimum thickness of 300 micron ( Permissible thickness in each coat shall be
within 80 to 120 micron).
As indicated in Material Requisition
Lock Open/ Lock Close Requirement :

16.0

As per API 6D
As per API 6D
As per API 6D

157
114
7

Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev2
2. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Stops shall be provided for positive alignment of plug with ports and ensure proper installation of handle.
4 Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted at 0 deg C on three samples
having average value of 27 J & minimum value of shall be 22 J.
REV. NO.

DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION OIL & GAS


NAME
DSGN

HK

DATE

REFERENCES

CLIENT :
CHKD

DATE

GS

DRG. NO.

GAIL India Limited

PROJECT : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

MECON LIMITED

DRWN
SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR PLUG VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV004

289

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 1/2"

3.0

MECON's Technical Specification No.

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.

Valve Construction Design


Pattern
End Connections

ANSI Rating : 800#

: --

Design Standard : BS:5353

Design Temperature, C : -29 to 65

NA

:
:
:

Short
Flanged both ends
Socket Weld both ends

Regular

Venturi

Flanged one end, Socket weld other end


6.3.

Flanges (wherever applicable)

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5
7.6
7.7
7.8

Body
Plug (Lubricated)
Bung (Screwed)
Stem (No Casting)
Gland
Gland Packing
Gasket
Body Studs/Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

No

11.0

Gear Operator Requirement

Yes

No

12.0

Gas Powered Actuator Requirement

Yes

No

13.0

Fire Resistant Design Requirement

Type-Test as per Standard BS:6755 (Part-II)

14.0

Valve Testing Requirement

14.1

Hydrostatic Test

14.2

Air Test

15.0
15.1
15.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
REV. NO.

: a) RF
b) Serrated

FF

RTJ
Smooth(125 to 200 microinches AARH)

Socket Welded 6000# (as per


ASME B16.11) With 100 mm
Pup Pieces of A333 Sch 160

NA

NA

Specified Material

Material Offered

ASTM A350 Gr. LF2


ASTM A350 Gr. LF2 + 75 microns ENP
ASTM A350 Gr. LF2
AISI 410
ASTM A350 Gr. LF2
Graphite/ PTFE
N.A.
N.A.

Body
Seat

Service : Natural Gas

Buried

Test Pressure (min.), kg/cm2(g)


210
155
7

Minimum Duration, minutes


2
2
15

Notes:
Valves shall have an inherent feature using the line pressure to ensure that the line pressure cannot cause taper locking of the plug/
plug movement into the taper, i.e., valves shall be of "pressure-balanced design".
Painting of valves shall be as per Manufacturer's standard.
Material test certificates and hydrostatic test reports shall be furnished prior to despatch.
Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's
approval prior to manufacture of the valves.
All tests shall be as per BS:6755 (Part-I).
Valves shall have valve position indicator.
Stops shall be provided to ensure positive alignment of plug with ports and ensure proper installation of handle.
Each valve shall be provided with a wrench.
Valves shall be inspected and approved by Purchaser before despatch.
Gland packing assembly shall permit repair of gland packing under full line pressure.
Inspection and Testing shall be as per this specification, BS:6755 (Part-I) and other relevant standards.
DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION OIL & GAS


NAME
DSGN

HK

DATE

REFERENCES

CLIENT :
CHKD

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

GS

DRWN

SCALE :

APPROVED

R.K.Narayan

DATA SHEET FOR PLUG VALVES

Data Sheet No.: MEC/23M9/05/21/M/001/PV-005

REV
0

290

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 8",6",4"

3.0

MECON's Technical Specification No. :

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.

Valve Construction Design


Pattern
End Connections

6.3.

Flanges (wherever applicable)

Design Standard : API 6D

ANSI Rating : 600#

MEC/TS/05/62/003, Rev-2
Design Temperature, C : -29 TO 65

: 99.93

: 8"

: 6"

: 4"

: A333 Gr.6

: A333 Gr.6

: A333 Gr.6

: 219.1

: 168.3

: 114.3

: 12.7

: 10.97

: 8.56

:
:
:

Short
Regular
Butt Weld both ends
Flanged both ends
Flanged one end, butt weld other end

: a) RF
b) Serrated

FF

Venturi
Butt Weld (as per ASME B16.25)

RTJ
Smooth(125 to 200 microinches AARH)

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5

Body
Plug
Cover
Stem
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

11.0

Gear Operator Requirement

Yes

12.0

Gas Powered Actuator Requirement

Yes

13.0

Fire Resistant Design Requirement

Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0

Valve Testing Requirement

Material

NA
NA

Materials offered

A350 LF2/A352 LCB


A350 LF2/A352 LCB + 75 microns ENP
A350 LF2/A352 LCB
AISI 4140 + 75 microns ENP
ASTM A320 Gr. L7/ A194 Gr. 4

Service :

Buried
No

for 8" & 6" No

No

Test Pressure (min.), kg/cm2(g)

Minimum Duration, minutes

157
114
7

Body
Seat

for 4"

As per API 6D
As per API 6D
As per API 6D

14.1

Hydrostatic Test

14.2

Air Test

15.0
15.1
15.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).
As indicated in Material Requisition
Lock Open/ Lock Close Requirement :

16.0

Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev2
2. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Stops shall be provided for positive alignment of plug with ports and ensure proper installation of handle.
o
4 Charpy V- notch test for body, Cover, Disc/Plate & studs/nuts will be conducted as per A 370 at -29
C
REV. NO.

DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION OIL & GAS


NAME
DSGN

HK

DATE

REFERENCES

CLIENT :
CHKD

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

GS

DRWN

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR PLUG VALVES


(NB > 2")

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV006

291

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 2"

3.0

MECON's Technical Specification No. :

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.

Valve Construction Design


Pattern
End Connections

6.3.

Flanges (wherever applicable)

Design Standard : API 6D

ANSI Rating : 300#


MEC/TS/05/62/003, Rev-2

Design Temperature, C : -29 TO 65

: 49
2"
A106 Gr.B (Charpy)
114.3
XS

Short
Regular

Butt Weld both ends


Flanged both ends
Flanged one end, butt weld other end

:
:
:

: a) RF
b) Serrated

FF

Venturi

Butt Weld (as per ASME B16.25)

RTJ
Smooth(125 to 200 microinches AARH)

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5

Body
Plug
Cover
Stem
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

9.0

Location

Above Ground

10.0

Stem Extension Requirement

Yes

No

11.0

Gear Operator Requirement

Yes

No

12.0

Gas Powered Actuator Requirement

Yes

No

13.0

Fire Resistant Design Requirement

Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0

Valve Testing Requirement

NA
NA

Material

A350 LF2/A352 LCB


A350 LF2/A352 LCB + 75 microns ENP
A350 LF2/A352 LCB
AISI 4140 + 75 microns ENP
ASTM A320 Gr. L7/ A194 Gr. 4

Service :

Buried

Test Pressure (min.), kg/cm2(g)

Minimum Duration, minutes

74
56
7.0

Body
Seat

As per API 6D
As per API 6D
As per API 6D

14.1

Hydrostatic Test

14.2

Air Test

15.0
15.1
15.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to
70 micron).
As indicated in Material Requisition
Lock Open/ Lock Close Requirement :

16.0

Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev2
2. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Stops shall be provided for positive alignment of plug with ports and ensure proper installation of handle.
4 Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted at -29deg C on three samples
having average value of 27 J & minimum value of shall be 20 J
REV. NO.

DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION OIL & GAS


NAME
DSGN

BB

DATE

REFERENCES

CLIENT :
CHKD

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

SK

DRWN

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR PLUG VALVES


(NB > 2")

d:\fateh\IPPs KG Basin\tender rfq\Plug Valves\vd55\Data Sheet - PV -007

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV007

292

REV
0

1.0

Valve Manufacturer

2.0

Valve Size (NB), mm (inch)

: 2"

3.0

MECON's Technical Specification No. :

4.0

Connecting Pipeline Design Pressure, kg/cm2(g)

5.0
5.1
5.2
5.3

Connecting Pipe Specification


Material
Diameter (OD), mm (inch)
Thickness, mm

6.0
6.1.
6.2.

Valve Construction Design


Pattern
End Connections

6.3.

Flanges (wherever applicable)

Design Standard : API 6D

ANSI Rating : 300#


MEC/TS/05/62/003, Rev-2
: 49

Design Temperature, C : 0 TO 65
2"

A106 Gr.B (Charpy)


114.3
XS

:
:
:

Short
Regular

Butt Weld both ends


Flanged both ends
Flanged one end, butt weld other end

: a) RF
b) Serrated

FF

Venturi

Butt Weld (as per ASME B16.25)

RTJ
Smooth(125 to 200 microinches AARH)

7.0

Valve Material Specification


Part

7.1
7.2
7.3
7.4
7.5

Body
Plug
Cover
Stem
Stud Bolts/ Nuts

8.0

Corrosion Allowance

1.5 mm

Service :

9.0

Location

Above Ground

Buried

10.0

Stem Extension Requirement

Yes

11.0

Gear Operator Requirement

Yes

No

12.0

Gas Powered Actuator Requirement

Yes

No

13.0

Fire Resistant Design Requirement

Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0

Valve Testing Requirement

NA
NA

Material

ASTM A216 Gr. WCB/A350 LF2/A352 LCB


ASTM A216 Gr. WCB/A350 LF2/A352 LCB + 75 microns ENP
ASTM A216 Gr. WCB/A350 LF2/A352 LCB
AISI 4140 + 75 microns ENP
ASTM A193 Gr. B7/ A194 Gr. 2H

Body
Seat

Length of stem, mm : 2500+250

No

Test Pressure (min.), kg/cm2(g)

Minimum Duration, minutes


As per API 6D
As per API 6D
As per API 6D

14.1

Hydrostatic Test

14.2

Air Test

15.0
15.1
15.2

Valve Painting Specification


Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.
Three coats of Epoxy paint shall be applied with minimum thickness of 300 micron ( Permissible thickness in each coat shall be
within 80 to 120 micron).
As indicated in Material Requisition
Lock Open/ Lock Close Requirement :

16.0

74
56
7.0

Notes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev2
2. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.
3. Stops shall be provided for positive alignment of plug with ports and ensure proper installation of handle.
4 Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted at -29deg C on three samples
having average value of 27 J & minimum value of shall be 20 J
REV. NO.

DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION OIL & GAS


NAME
DSGN

BB

DATE

REFERENCES

CLIENT :
CHKD

DRG. NO.

GAIL India Limited

DATE

MECON LIMITED

PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project

SK

DRWN

SCALE :

APPROVED

R.K. Narayan

DATA SHEET FOR PLUG VALVES


(NB > 2")

d:\fateh\IPPs KG Basin\tender rfq\Plug Valves\vd55\Data Sheet - PV -008

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV008

293

REV
0

PRESSURE SAFETY VALVES


3

UNITS : Flow > Liquid - m /hr , Gas-Sm /day, Steam - kg/hr. Pressure -> kg/cm 2g, Temperature-C, Level/ Length-> mm
01 Tag No.
PSV- 0103
PSV- 0201
General

02
03

Line No./ Size


Vessel Protected

04 Quantity
05 Safety/ Relief
06 Vendor
07 Type
08 Full Nozzle Full Lift Mod. Nozzle
09 Bonnet Type
10 Conv./ Bellows/ Pllot Operated
11 Inlet Conn. : Size & Rating
12 Inlet Conn. : Facing & Finish
Valve
13 Outlet Conn. : Size & Rating
14 Outlet Conn. : Facing & Finish
15 Cap Over Adj. Bolt :
16 Screwed Bolted
17 Lifting Gear - Type
18 Test Gag
19 Body and Bonnet
20 Nozzle and Disc
21 Spring
Material
22 Bellows
23
24
25 Resilient Seat Seal
Options
26
27
28 Code
Basis
29 Basis of Selection
30
31 Fluid and State
32 Corrosive Constituent/ Corr. Allow.
33 Required Flow Capacity
34 Mol. Wgt. S.G. at Rel. Temp.
2
35 Oper. Pressure, kg/cm g
36 Oper. Temp.C Rel. Temp.C
Service
37 Valve Discharges to
Condition 38 Back Press. Const. Or Variable
2
39 Set Pressure, kg/cm g
40 Cold Bench Test Pressure
41 % Over Pressure % Blow Down
42 Cp/Cv Compressibility Factor
43 Viscosity at Rel. Temp. (cP)
2
44 Vess. : Wall Temp.,C Surf. Area-m
2
46 Calculated Area-inch
2
47 Sel. Area-inch Orifice Design
48 No. of Valves Reqd. for capacity
2
Orifice
49 Total Area-inch
50 Actual Flow Capacity, SCFM
51 Relief Load
52 Model No.
53 Radiography & Charpy Test
54 IBR Certification
Notes:
VENDOR TO SPECIFY/ CONFIRM
1.
2.
3.
4.
5
6

REV. NO.

SLR- 0101

SRL- 0201

1 No.
Safety Relief

Standard
Full Nozzle Full Lift
Closed
Conventional

RF,

RF,
Required
Bolted
Required
ASTM A216 Gr. WCB
SS 316
SS 316

1 No.
Safety Relief

Standard
Full Nozzle Full Lift
Closed
Conventional

RF,

RF,
Required
Bolted
Required
ASTM A216 Gr. WCB
SS 316
SS 316

API 520 & 526


Vessel Under Ext. Fire Case

API 520 & 526


Vessel Under Ext. Fire Case

Natural Gas Vapour

Natural Gas Vapour

CO2( 3%) ,H2S -10 ppm (max.)/ 2 mm

CO2( 3%) ,H2S -10 ppm (max.)/ 2 mm

17.355
66- 73
5- 50.
Atm.
Atm.
99.93

20
1.49- 1.58
0.012- 0.013
593

Reqd. (100%)
Not Required

0.598
65
Constant

0.866- 0.893

17.355
62- 70
5- 50.
Atm.
Atm.
99.93

20
1.47- 1.56
0.012- 0.013
593

Reqd. (100%)
Not Required

0.598
65
Constant

0.869- 0.899

VENDOR SHALL FURNISH SIZING CALCULATIONS TO SUPPORT HIS VALVE SELECTION.


VALVES SHALL BE 100% RADIOGRAPHED
VENDOR TO CONSIDER COEFFICIENT OF DISCHARGE DERATED BY A FACTOR OF 0.9 AS PER ASME-VIII
FOR SAFETY VALVE SIZING, FURNISH CERTIFIED CAPACITIES AS PER API-520.
DESIGNATION, NO. & RATING OF PSVs & CRVs SHALL BE DECIDED DURING DETAIL ENGINEERING.
PSVs & CRVs SHALL BE SUPPLIED WITH INLET AND OUTLET COMPANION FLANGES.

DATE

ZONE

DESCRIPTIONS

BY

REVISIONS

SECTION : OIL & GAS (LDP)


NAME
DSGN

DATE

DRG. NO.

CLIENT : M/S GAIL (INDIA) LIMITED


CHKD

DATE

PROJECT : BAWANA-NANGAL
SPURLINES PROJECT

MECON LIMITED

DRWN

REV
SCALE :
0
DATA SHEET NO.: MEC/23M9/05/21/M/000/DS-056A
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other
projects unless expressly permitted by MECON.
APPROVED

PRESSURE SAFETY VALVES


PSV- 0103 & 0201

294

PRESSURE SAFETY VALVES


3

UNITS : Flow > Liquid - m /hr , Gas-Sm /day, Steam - kg/hr. Pressure -> kg/cm 2g, Temperature-C, Level/ Length-> mm
01 Tag No.
PSV- 0603
PSV- 0701
General

02
03

Line No./ Size


Vessel Protected

04 Quantity
05 Safety/ Relief
06 Vendor
07 Type
08 Full Nozzle Full Lift Mod. Nozzle
09 Bonnet Type
10 Conv./ Bellows/ Pllot Operated
11 Inlet Conn. : Size & Rating
12 Inlet Conn. : Facing & Finish
Valve
13 Outlet Conn. : Size & Rating
14 Outlet Conn. : Facing & Finish
15 Cap Over Adj. Bolt :
16 Screwed Bolted
17 Lifting Gear - Type
18 Test Gag
19 Body and Bonnet
20 Nozzle and Disc
21 Spring
Material
22 Bellows
23
24
25 Resilient Seat Seal
Options
26
27
28 Code
Basis
29 Basis of Selection
30
31 Fluid and State
32 Corrosive Constituent/ Corr. Allow.
33 Required Flow Capacity
34 Mol. Wgt. S.G. at Rel. Temp.
2
35 Oper. Pressure, kg/cm g
36 Oper. Temp.C Rel. Temp.C
Service
37 Valve Discharges to
Condition 38 Back Press. Const. Or Variable
2
39 Set Pressure, kg/cm g
40 Cold Bench Test Pressure
41 % Over Pressure % Blow Down
42 Cp/Cv Compressibility Factor
43 Viscosity at Rel. Temp. (cP)
2
44 Vess. : Wall Temp.,C Surf. Area-m
2
46 Calculated Area-inch
2
47 Sel. Area-inch Orifice Design
48 No. of Valves Reqd. for capacity
2
Orifice
49 Total Area-inch
50 Actual Flow Capacity, SCFM
51 Relief Load
52 Model No.
53 Radiography & Charpy Test
54 IBR Certification
Notes:
VENDOR TO SPECIFY/ CONFIRM
1.
2.
3.
4.
5
6

REV. NO.

SLR- 0601

SRL- 0701

1 Nos.
Safety Relief

Standard
Full Nozzle Full Lift
Closed
Conventional

RF,

RF,
Required
Bolted
Required
ASTM A216 Gr. WCB
SS 316
SS 316

1 Nos.
Safety Relief

Standard
Full Nozzle Full Lift
Closed
Conventional

RF,

RF,
Required
Bolted
Required
ASTM A216 Gr. WCB
SS 316
SS 316

API 520 & 526


Vessel Under Ext. Fire Case

API 520 & 526


Vessel Under Ext. Fire Case

Natural Gas Vapour

Natural Gas Vapour

CO2( 3%) ,H2S -10 ppm (max.)/ 2 mm

CO2( 3%) ,H2S -10 ppm (max.)/ 2 mm

17.355
50- 60
5- 50.
Atm.
Atm.
99.93

20
1.43- 1.57
0.012- 0.013
593

Reqd. (100%)
Not Required

0.598
65
Constant

0.866- 0.923

17.355
45- 60
5- 50.
Atm.
Atm.
99.93

20
1.41- 1.57
0.012- 0.013
593

Reqd. (100%)
Not Required

0.598
65
Constant

0.866- 0.931

VENDOR SHALL FURNISH SIZING CALCULATIONS TO SUPPORT HIS VALVE SELECTION.


VALVES SHALL BE 100% RADIOGRAPHED
VENDOR TO CONSIDER COEFFICIENT OF DISCHARGE DERATED BY A FACTOR OF 0.9 AS PER ASME-VIII
FOR SAFETY VALVE SIZING, FURNISH CERTIFIED CAPACITIES AS PER API-520.
DESIGNATION, NO. & RATING OF PSVs & CRVs SHALL BE DECIDED DURING DETAIL ENGINEERING.
PSVs & CRVs SHALL BE SUPPLIED WITH INLET AND OUTLET COMPANION FLANGES.

DATE

ZONE

DESCRIPTIONS

BY

REVISIONS

SECTION : OIL & GAS (LDP)


NAME
DSGN

DATE

DRG. NO.

CLIENT : M/S GAIL (INDIA) LIMITED


CHKD

DATE

PROJECT : BAWANA-NANGAL
SPURLINES PROJECT

MECON LIMITED

DRWN

REV
SCALE :
0
DATA SHEET NO.: MEC/23M9/05/21/M/000/DS-056B
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other
projects unless expressly permitted by MECON.
APPROVED

PRESSURE SAFETY VALVES


PSV- 0603, 0701

295

DATA SHEET
FOR
QUICK OPENING END CLOSURE (FOR VENTING)

REV. NO.

QUICK OPENING END CLOSURE MFR.

SIZE

:8" NB

RATING

: ANSI 600#

PURCHASER'S SPECIFICATION NO.

: MEC/TS/05/21/013

DESIGN PRESSURE

: 99.93 Kg/cm2

HYDROTEST PRESSURE

: 149.89 Kg/cm2

DESIGN TEMPERATURE

: - 29 to 65C

SERVICE

:Natural Gas/RLNG

END CONNECTION

: BUTT-WELD AS PER ANSI B 16.25

10

CONNECTING PIPE SPECIFICATION

: 8" dia., ASTM A 333 Gr.6, Seamless BE, Sch. XS

11

CORROSION ALLOWANCE

: 3.0 mm

12

DESIGN FACTOR

: 0.5

13

MATERIALS SPECIFICATION
(EQUIVALENT OR SUPERIOR)
a. BODY
b. INSERTS/ GASKETS
b. OTHER COMPONENT

:
: ASTM A-350 Gr. LF2, Cl-1
: AS PER MANUFACTURE'S STANDARD
: AS PER MANUFACTURE'S STANDARD

14

CHARPY V-NOTCH TEST

: REQUIRED AS PER MATERIAL SPECIFICATION

15

HARDNESS TEST

: REQUIRED AS PER MATERIAL SPECIFICATION

16

INSTALLATION

: VERTICAL POSITION AT AN ELEVATION OF 3.0M ABOVE


THE HIGHEST OPERATING LEVEL

NOTE

: MATERIALS SELECTED BY MANUFACTURER SHALL BE SUITABLE


FOR SERVICE MENTIONED ABOVE.
MANUFACTURER SHALL FURNISH MATERIAL SPECIFICATION OF EACH
PARTS USED FOR APPROVAL

DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION PROCESS & PIPING


PRD

DATE

CHKD

MECON LIMITED
PROJECT :

SS

SK

DRG. NO.

: GAIL (INDIA) LIMITED

DATE

SIGN
NAME

REFERENCES

CLIENT

BAWANA- NANGAL SPURLINES


PROJECT
SCALE :

APPROVED

R.K.NARAYAN

d:\sachinsinghal\jhpl\Ds-QOEC Rev.0

QUICK OPENING END CLOSURE

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-01

296

REV
0

DATA SHEET
FOR
QUICK OPENING END CLOSURE (FOR VENTING)

REV. NO.

QUICK OPENING END CLOSURE MFR.

SIZE

:6" NB

RATING

: ANSI 600#

PURCHASER'S SPECIFICATION NO.

: MEC/TS/05/21/013

DESIGN PRESSURE

: 99.93 Kg/cm2

HYDROTEST PRESSURE

: 149.89 Kg/cm2

DESIGN TEMPERATURE

: - 29 to 65C

SERVICE

:Natural Gas/RLNG

END CONNECTION

: BUTT-WELD AS PER ANSI B 16.25

10

CONNECTING PIPE SPECIFICATION

: 6" dia., ASTM A 333 Gr.6, Seamless BE, Sch. XS

11

CORROSION ALLOWANCE

: 3.0 mm

12

DESIGN FACTOR

: 0.5

13

MATERIALS SPECIFICATION
(EQUIVALENT OR SUPERIOR)
a. BODY
b. INSERTS/ GASKETS
b. OTHER COMPONENT

:
: ASTM A-350 Gr. LF2, Cl-1
: AS PER MANUFACTURE'S STANDARD
: AS PER MANUFACTURE'S STANDARD

14

CHARPY V-NOTCH TEST

: REQUIRED AS PER MATERIAL SPECIFICATION

15

HARDNESS TEST

: REQUIRED AS PER MATERIAL SPECIFICATION

16

INSTALLATION

: VERTICAL POSITION AT AN ELEVATION OF 3.0M ABOVE


THE HIGHEST OPERATING LEVEL

NOTE

: MATERIALS SELECTED BY MANUFACTURER SHALL BE SUITABLE


FOR SERVICE MENTIONED ABOVE.
MANUFACTURER SHALL FURNISH MATERIAL SPECIFICATION OF EACH
PARTS USED FOR APPROVAL

DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION PROCESS & PIPING


PRD

DATE

CHKD

MECON LIMITED
PROJECT :

SS

SK

DRG. NO.

: GAIL (INDIA) LIMITED

DATE

SIGN
NAME

REFERENCES

CLIENT

BAWANA- NANGAL SPURLINES


PROJECT
SCALE :

APPROVED

R.K.NARAYAN

d:\sachinsinghal\jhpl\Ds-QOEC Rev.0

QUICK OPENING END CLOSURE

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-02

297

REV
0

DATA SHEET
FOR
QUICK OPENING END CLOSURE (FOR VENTING)

REV. NO.

QUICK OPENING END CLOSURE MFR.

SIZE

:2" NB

RATING

: ANSI 600#

PURCHASER'S SPECIFICATION NO.

: MEC/TS/05/21/013

DESIGN PRESSURE

: 49.96 Kg/cm2

HYDROTEST PRESSURE

: 74.94 Kg/cm2

DESIGN TEMPERATURE

: - 29 to 65C

SERVICE

:Natural Gas/RLNG

END CONNECTION

: BUTT-WELD AS PER ANSI B 16.25

10

CONNECTING PIPE SPECIFICATION

: 2" dia., ASTM A 333 Gr.6, Seamless BE, Sch. XS

11

CORROSION ALLOWANCE

: 3.0 mm

12

DESIGN FACTOR

: 0.5

13

MATERIALS SPECIFICATION
(EQUIVALENT OR SUPERIOR)
a. BODY
b. INSERTS/ GASKETS
b. OTHER COMPONENT

:
: ASTM A-350 Gr. LF2, Cl-1
: AS PER MANUFACTURE'S STANDARD
: AS PER MANUFACTURE'S STANDARD

14

CHARPY V-NOTCH TEST

: REQUIRED AS PER MATERIAL SPECIFICATION

15

HARDNESS TEST

: REQUIRED AS PER MATERIAL SPECIFICATION

16

INSTALLATION

: VERTICAL POSITION AT AN ELEVATION OF 3.0M ABOVE


THE HIGHEST OPERATING LEVEL

NOTE

: MATERIALS SELECTED BY MANUFACTURER SHALL BE SUITABLE


FOR SERVICE MENTIONED ABOVE.
MANUFACTURER SHALL FURNISH MATERIAL SPECIFICATION OF EACH
PARTS USED FOR APPROVAL

DATE

ZONE

DESCRIPTIONS

BY

APPRD

REVISIONS

SECTION PROCESS & PIPING


PRD

DATE

CHKD

MECON LIMITED
PROJECT :

SS

SK

DRG. NO.

: GAIL (INDIA) LIMITED

DATE

SIGN
NAME

REFERENCES

CLIENT

BAWANA- NANGAL SPURLINES


PROJECT
SCALE :

APPROVED

R.K.NARAYAN

d:\sachinsinghal\jhpl\Ds-QOEC Rev.0

QUICK OPENING END CLOSURE

DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-03

298

REV
0

DATA SHEET FOR LONG RADIUS BENDS


1)

LR BEND MFR.

2)

PURCHASER SPECIFICATION NO.

: MEC/TS/05/21/015 Rev 0

3)

MANUFACTURING CODE

: MSS-SP-75

4)

DIMENSIONAL TESTING

: REQUIRED AS PER SPEC.

5)

DESTRUCTIVE TESTING

: CHARPY TEST REQUIRED AT (-) 20 0C CV (Avg.) - 35 J/cm2 / CV (Min.) - 28 J/cm2

(TENSILE / CHARPY /HARDNESS)

: & REST REQUIRED AS PER SPEC.

6)

NON-DESTRUCTUVE TESTING

: REQUIRED AS PER SPEC.

7)

PIGGING

: REQUIRED AS PER NOTE NO.3

8)

HYDROSTATIC TEST PRESSURE

: 149.89 Kg/cm2

TABLE-I
Sl.
No.

Details of free issue P/L material


NB

Thk.

Bend

Material

mm

1.

24"

2.

16"

3.

8"

15.9 for X-70


14.3 for X-80
11.1 for X-70
9.5 for X-80
7.9

End Type

Radius

Qty.

Angle

(Nos.)

Strainght

Pipe length reqd. to

Length

(R)

API 5L Gr X -70/80

6D*

BE

Note-2

API 5L Gr X -70/80

6D*

BE

Note-2

API 5L Gr X -56

6D*

BE

Note-2

fabricate the bend

after

m/ bend

Total

curvature

length

TABLE-II
Pipe length required for fabrication of bends
NB x Thk. (mm)

@Total Length

@Total Nos. of double

(m)

random length of pipe

From Table-I

(11.5 to 12.5m length) required

24" X Thk.
16" X Thk.
8" X Thk.
*
BE

= "D" - denotes nominal dia. of pipe

= Bevel End

= Vendor to indicate
= Straight length after curvature will be minimum 500mm.

Note:
1)

Test Bend shall be of 90

2)

Quantity & angles of LR Bends shall be finalized during detailed engineering activities

3)

A check shall be performed on each bend by passing gauging pig consisting of two discs having a diameter equal to 95% of the nominal
internal diameter of the pipe, connected rigidly together at a distance equal to 500mm. Details of the gauging pig, including its dimensions
shall be approved by Purchaser.

REV. NO.

APPRD
DATE

ZONE

DESCRIPTIONS

SECTION: OIL&GAS

BY

CLIENT :
DSGN

NAME

DATE

REFERENCES

DRG. NO.

REVISIONS

CHKD

DRWN

PROJECT :

APPROVED

d:\fateh\ipp-kg basin\tender rfq\LR bend\LR Bends BNPL

MECON LIMITED

GAIL(INDIA) LIMITED

DATE

BAWANA NANGAL SPURLINES


PROJECT

DATA SHEET FOR


LONG RADIUS BENDS

SCALE :
DATA SHEET NO.: MEC/23M9/05/21/M/001/DS-015

299

REV
0

12.0

LIST OF QAPs
FOR
BOUGHT-OUT ITEMS

(Appendix-III to Particular Job Specification of Work)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Appendix-II & III to PJS-Mech.doc

300

QAP FOR MECHANICAL ITEMS ETC.


CONTENTS
1.

Ball, Plug, Globe Valves

2.

LR Bends

3.

Flange & Fittings

4.

Pressure Safety Valve

5.

QOEC

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Appendix-II & III to PJS-Mech.doc

301

ANNEXURE-IV
FORM NO. 11.20(4.4)F-09 REV-0

QUALITY ASSURANCE PLAN


FOR

CONTRACTOR
ORDER NO. & DATE

STRUCTURAL AND MECHANICAL


EQUIPMENT

SUB-CONTRACTOR
ORDER NO. & DATE

INSTRUCTIONS FOR FILLING UP :

Code
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.

Sl.
No.

Description (with equipment


heading, place of use and brief
specifications)

1
2
1.0 Ball Valve (Reduce Bore, Floating Ball
Valve/Trunnion Mounted, BW/RF)
DN 20mm(") to DN 300 (12")
600#, 300#
2.0 Plug Valve (Reduce Bore, BW/RF)
DN 15mm (") to 200 mm(8")
600#

PACKAGE NO.: 05/51/23M9/GAIL/001(i)


PACKAGE NAME : BALL & PLUG VALVES
MR NO. : -----

CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up
of assembly/sub-assembly & part/component or for group of equipment
having same specification.
2. Use numerical codes as indicated for extent of inspection & tests and
submission of test certificates & documents. Additional codes & description
for extent of inspection & tests may be added as applicable for the plant
and equipment
3. Separate identification number with quantity for equipment shall be
indicated wherever equipment having same specifications belonging
to different facilities are grouped together.
4. Weight in kilograms must be indicated under Column-5 for each item.
Estimated weights may be indicated wherever actual weights are not
available.

ABBREVIATIONS USED :
CONTR
: CONTRACTOR
MFR
: MANUFACTURER
H
: HOLD
R
: REVIEW
W
: WITNESS

PROJECT : BAWANA- NANGAL SPURLINES PROJECT

KEY TO SYMBOLS :
*

: MFR/ CONTRACTOR - AS APPLICABLE

** : TEST TO BE PERFORMED, IF APPLICABLE

EQUIPMENT DETAILS
Identification Quantity
No.
No./M
(SOR Item No.)

4
As per
SOR

13.
14.
15.
16.
17.

Description

Code

Visual
Dimensional
Fitment & Alignment
Physical Test (Sample)
Chemical Test (Sample)
Ultrasonic Test
Magnetic Particle Test (MPI)
Radiography Test
Dye Penetration Test
Metallographic Exam.
Welders Qualification &
Weld Procedure Test
Approval of Test and Repair
Procedure
Heat Treatment
Pressure Test
Leakage Test
Balancing
Vibration Test

Unit
Weight
(Kg)

Manufacturer's
Name and Address

Expected
Schedule of
Final Inspn.

18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.

Description

Code Description

Amplitude Test
Sponge Test
Dust/ Water Ingress Test
Friction Factor Test
Adhesion Test
Performance Test/Characteristic
Curve
No Load/ Free Running Test
Load/ Overload Test
Measurement of Speeds
Accoustical Test
Geometrical Accuracy
Repeatability and Positioning
Accuracy
Proving Test
Surface Preparation
Manufacturer's Test Certificates
for bought-out items
IBR/ Other Statutory agencies
compliance certificate

INSPECTION AND TESTS


Final Inspection/ Test by
Raw Material and In-Process
Stage Inspection
MFR
CONTR
MECON
MFR
CONTR
MECON
8

10

11

Code DOCUMENTS:

34. Internal Inspection Report


by Contractor
35. Hardness Test
36. Spark Test for Lining
37. Calibration
38. Safety Device Test
39. Ease of Maintenance
40. Fire Test (Type Test)
41. Charpy V-Notch Test
42. Operational Torque Test
43. ENP (Electroless Nickel Plating)
Execution
44. Painting
45. Anti-Static Test
46. Hydrostatic Double Block &
Bleed Test
47. Functional Test
48. Pneumatic Double Block &
Bleed Test

12

D1. Approved GA drawings


D2. Information and other
reference drg/ stamped
drgs released for mfg.
D3. Relevant catalogues
D4. Bill of matl./Item no./
Identification
D5. Matchmarks details
D6. Line/ Layout diagram
D7. Approved erection
procedures
D8. Unpriced sub P.O. with
specification and amendments, if any
D9. Calibration Certificate of
all measuring instruments
and gauges
D10. X-Ray Reports

Test Certificates &


Documents to be
submitted to MECON

Acceptance Criteria
Standards/ IS/ BS/
ASME/ Norms and
Documents

REMARKS/
SAMPLING PLAN

14

15

16

13

As per
SOR

QAP NO. MEC/23M9/05/21/M/001/QAP-003


For MECON (Stamp & Signature)

For CONTRACTOR/ SUB-CONTRACTOR


(Stamp & Signature)

REV
0

SHEET 1 OF 7

302

Sl.
No.

EQUIPMENT DETAILS
Identification Quantity
Description (with equipment
heading, place of use and brief
No.
No./M
specifications)

1
1.01 Body

1.02 Closure/ Body Adapter/ Tail Piece

3
Material
As per MR/
Alternate
Material
accepted
by MECON

Material
Manufacturer
to indicate
(to be
approved
by MECON)

Unit
Weight
(Kg)
5

QAP No. : MEC/23M9/05/21/M/001/QAP-003


Test Certificates & Acceptance Criteria
INSPECTION AND TESTS
Documents to be
Raw Material and In-Process
Final Inspection/ Test by
Standards/ IS/ BS/
stage inspection
submitted to MECON ASME/ Norms and
MFR
CONTR
MECON
MFR
CONTR
MECON
Documents

FORM NO. 11.20(4.4)F-09 REV-0

Inspection Codes
& Sampling Plan

REMARKS

MFR

MECON

15
1. D1
2. Relevant Material
Standard
3. Manufacturer's
Specification
1. Relevant Material
Standard
2. MECON's D.S.

16A
R

16B
R

1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.
1. ASME B16.34,
Annex-E
2. MECON's T.S.
1. ASME B16.34,
Annex-C
2. MECON's T.S.

Forgings, welds,
wrought weld ends

Wet MPI for 100%


of internal surfaces
of all castings &
forgings & bevel
surfaces (MPI/ DP)

All castings as per


clause 5.1.4 b) of
T.S., all welds, weld
ends of all cast
l

8
1,2

9
*

10
-

11
-

12
-

13
-

14
1. D1
2. Report

Material Test
Certificates

Material Test
Certificates

6 **

Test Report

7 **

Test Report

8 **

Test Report

13

Report/ Material Test 1. Relevant Material


Certificates
Standard

41

Material Test
Certificates

1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.

1,2

1. D1
2. Report

1. D1
2. Relevant Material
Standard
3. Manufacturer's
Specification

Material Test
Certificates

Material Test
Certificates

6**

Test Report

1. Relevant Material
Standard
2. MECON's D.S.
1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.
1. ASME B16.34,
Annex-E
2. MECON's T.S.

1. ASME B16.34,
Annex-B
2. MECON's T.S.

16C

Forgings, welds,
wrought weld ends

303

Sl.
No.

EQUIPMENT DETAILS
Identification Quantity
Description (with equipment
heading, place of use and brief
No.
No./M
specifications)

1.03 Top Cover

Material
Manufacturer
to indicate
(to be
approved
by MECON)

Unit
Weight
(Kg)
5

QAP No. : MEC/23M9/05/21/M/001/QAP-003


Test Certificates & Acceptance Criteria
INSPECTION AND TESTS
Documents to be
Standards/ IS/ BS/
Raw Material and In-Process
Final Inspection/ Test by
stage inspection
submitted to MECON ASME/ Norms and
MFR
CONTR
MECON
MFR
CONTR
MECON
Documents

FORM NO. 11.20(4.4)F-09 REV-0

Inspection Codes
& Sampling Plan
MFR

MECON

REMARKS

8
7**

9
*

10
-

11
-

12
-

13
-

14
Test Report

15
1. ASME B16.34,
Annex-C
2. MECON's T.S.

16A
H

16B
R

16C
Wet MPI for 100%
of internal surfaces
of all castings &
forgings & bevel
surfaces (MPI/ DP)

8**

Test Report

1. ASME B16.34,
Annex-B
2. MECON's T.S.

9**

Test Report

1. ASME B16.34,
Annex-D
2. MECON's T.S.
Report/ Material Test 1. Relevant Material
Certificates
Standard

All castings as per


clause 5.1.4 b) of
T.S., all welds, weld
ends of all cast
l Surfaces
Bevel

(by MPI/ DP)

13

41

Material Test
Certificates

1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.

1,2

1. D1
2. Report

1. D1
2. Relevant Material
Standard
3. Manufacturer's
Specification

Material Test
Certificates

Material Test
Certificates

1. Relevant Material
Standard
2. MECON's D.S.
1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.

6 **

Test Report

1. ASME B16.34,
Annex-E
2. MECON's T.S.

Forgings, welds,
wrought weld ends

7 **

Test Report

1. ASME B16.34,
Annex-C
2. MECON's T.S.

Wet MPI for 100%


of internal surfaces
of all castings &
forgings & bevel
surfaces (MPI/ DP)

304

Sl.
No.

EQUIPMENT DETAILS
Identification Quantity
Description (with equipment
heading, place of use and brief
No.
No./M
specifications)
2

1.04 Trunnion (for Trunnion Mounted


Valves)

Material
Manufacturer
to indicate
(to be
approved
by MECON)

1.05 Ball for Ball Valves/ Disc for Globe


Valves/ Plug for Plug Valves

Material
As per MR/
Alternate
Material
accepted
by MECON

Unit
Weight
(Kg)
5

QAP No. : MEC/23M9/05/21/M/001/QAP-003


Test Certificates & Acceptance Criteria
INSPECTION AND TESTS
Documents to be
Standards/ IS/ BS/
Raw Material and In-Process
Final Inspection/ Test by
stage inspection
submitted to MECON ASME/ Norms and
MFR
CONTR
MECON
MFR
CONTR
MECON
Documents
14
Test Report

MFR

MECON

16A
H

16B
R

8
8 **

9
*

10
-

11
-

12
-

13
-

13

Report/ Material Test 1. Relevant Material


Certificates
Standard

41

Material Test
Certificates

1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.

1,2

1. D1
2. Report

1. D1
2. Relevant Material
Standard
3. Manufacturer's
Specification

Material Test
Certificates

1. Relevant Material
Standard
2. MECON's D.S.

Material Test
Certificates

13

1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.
Report/ Material Test 1. Relevant Material
Certificates
Standard

43 **

1,2

1. Test Report
2. Material Test
Certificates for
composition,
hardness,
thickness &
integrity
1. D1
2. Report

Material Test
Certificates

15
1. ASME B16.34
Annex-B
2. MECON's T.S.

FORM NO. 11.20(4.4)F-09 REV-0

Inspection Codes
& Sampling Plan

1.
2.
3.
4.

MECON's T.S.
MECON's D.S.
ASTM B733 Std.
Manufacturer's
Specification

1. D1
2. Relevant Material
Standard
3. Manufacturer's
Specification
1. Relevant Material
Standard
2. MECON's D.S.

REMARKS

16C
All castings as per
clause 5.1.4 b) of
T.S., all welds, weld
ends of all cast
valves

305

Sl.
No.

EQUIPMENT DETAILS
Identification Quantity
Description (with equipment
heading, place of use and brief
No.
No./M
specifications)

1.06 Stem

Unit
Weight
(Kg)
5

QAP No. : MEC/23M9/05/21/M/001/QAP-003


Test Certificates & Acceptance Criteria
INSPECTION AND TESTS
Documents to be
Standards/ IS/ BS/
Raw Material and In-Process
Final Inspection/ Test by
stage inspection
submitted to MECON ASME/ Norms and
MFR
CONTR
MECON
MFR
CONTR
MECON
Documents
14
Material Test
Certificates

15
1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.

FORM NO. 11.20(4.4)F-09 REV-0

Inspection Codes
& Sampling Plan
MFR

MECON

16A
R

16B
R

8
5

9
*

10
-

11
-

12
-

13
-

13

Report/ Material Test 1. Relevant Material


Certificates
Standard

41 **

Material Test
Certificates

43

1. Test Report
2. Material Test
Certificates for
composition,
hardness,
thickness &
integrity

Material
As per MR/
Alternate
Material
accepted

1,2

1. D1
2. Report

1. D1
2. Relevant Material
Standard
3. Manufacturer's
Specification

by MECON

Material Test
Certificates

13

1. Relevant Material
Standard
2. MECON's D.S.
Material Test
1. Relevant Material
Certificates
Standard
2. MECON's T.S.
3. MECON's D.S.
Report/ Material Test 1. Relevant Material
Certificates
Standard

43

1. Test Report
2. Material Test
Certificates for
composition,
hardness,
thickness &
integrity

1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.
1. MECON's T.S.
2. MECON's D.S.
3. ASTM B733 Std.
4. Manufacturer's
Specification

1.
2.
3.
4.

MECON's T.S.
MECON's D.S.
ASTM B733 Std.
Manufacturer's
Specification

REMARKS

16C

306

Sl.
No.

EQUIPMENT DETAILS
Identification Quantity
Description (with equipment
heading, place of use and brief
No.
No./M
specifications)

1
1.07 Seats

3
Material
As per MR/
Alternate
Material
accepted
by MECON

1.08 Bolting Material (Studs & Nuts)

Material
As per MR/
Alternate
Material
accepted
by MECON

Unit
Weight
(Kg)
5

QAP No. : MEC/23M9/05/21/M/001/QAP-003


Test Certificates & Acceptance Criteria
INSPECTION AND TESTS
Documents to be
Standards/ IS/ BS/
Raw Material and In-Process
Final Inspection/ Test by
stage inspection
submitted to MECON ASME/ Norms and
MFR
CONTR
MECON
MFR
CONTR
MECON
Documents

FORM NO. 11.20(4.4)F-09 REV-0

Inspection Codes
& Sampling Plan
MFR

MECON

8
1,2

9
*

10
-

11
-

12
-

13
-

14
1. D1
2. Report

15
1. D1
2. Relevant Material
Standard
3. Manufacturer's
Specification

16A
R

16B
R

Material Test
Certificates

1. Relevant Material
Standard
2. MECON's D.S.

Material Test
Certificates

13

1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.
Report/ Material Test 1. Relevant Material
Certificates
Standard

43

1,2

1. Test Report
2. Material Test
Certificates for
composition,
hardness,
thickness &
integrity
1. D1
2. Report

Material Test
Certificates

1. D1
2. Relevant Material
Standard
3. Manufacturer's
Specification
1. Relevant Material
Standard
2. MECON's D.S.

Material Test
Certificates

1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.

13

Report/ Material Test 1. Relevant Material


Certificates
Standard

41

Material Test
Certificates

1.
2.
3.
4.

MECON's T.S.
MECON's D.S.
ASTM B733 Std.
Manufacturer's
Specification

1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.

REMARKS

16C

307

Sl.
No.

EQUIPMENT DETAILS
Identification Quantity
Description (with equipment
heading, place of use and brief
No.
No./M
specifications)

1
2
1.09 Assembled Valves (for Ball Valves)

Unit
Weight
(Kg)
5

QAP No. : MEC/23M9/05/21/M/001/QAP-003


Test Certificates & Acceptance Criteria
INSPECTION AND TESTS
Documents to be
Standards/ IS/ BS/
Raw Material and In-Process
Final Inspection/ Test by
stage inspection
submitted to MECON ASME/ Norms and
MFR
CONTR
MECON
MFR
CONTR
MECON
Documents

MFR

MECON

16A
H

16B
W

H
H

W
W

1. MECON's T.S.
2. MECON's D.S.
3. API 6D Std.
(as applicable)

1. MECON's T.S.
2. MECON's D.S.
3. Manufacturer's
Specification

R
R&W

8
-

9
-

10
-

11
1,2

12
-

13
1,2

3
14

3
14

Report
1. Report
2. Test Certificates

15

15

1. Report
2. Test Certificates

1.
2.
3.
4.

Review

1. Report
2. Test Certificates

1.

40

14
Report

15
1. D1
2. MECON's T.S.
1.
2.
3.
4.

2.
3.

42

1.12 Actuator Test (if applicable)

1. Report
2. Test Certificates

D1
MECON's T.S.
MECON's D.S.
API 6D Std./
BS:6755 (Part-I)
(as applicable)
D1
MECON's T.S.
MECON's D.S.
API 6D Std./
BS:6755 (Part-I)
(as applicable)
API 607/ BS:6755
(Part-II)
(as applicable)
MECON's T.S.
MECON's D.S.

37
44

37
44

Certificates
1. Report
2. Test Certificates

45

45

1. Report
2. Test Certificates

1. MECON's T.S.
2. MECON's D.S.
3. API 6D Std./BS:5351
(as applicable)

46

46

1. Report
2. Test Certificates

1. MECON's T.S.
2. API 6D Std.
(as applicable)

47

47

1. Report
2. Test Certificates

48

48

1. Report
2. Test Certificates

1. MECON's T.S.
2. API 6D Std./BS:5351
(as applicable)
1. MECON's T.S.
2. API 6D Std.
(as applicable)

1. MECON's T.S.
2. API 6D Std./BS:5351
(as applicable)

1.10 For Globe/Plug Valves


1.11 Final Documentation Check

42

REMARKS

16C

Inspection & test to be


witnessed by MECON for
buried valve surface paint
integrity & thickness

To be submitted by vendor & approved by MECON


-

1. Final Report
2. Final Certificates

As per Actuator Quality Assurance Plan (to be submitted by vendor)

QAP NO.: MEC/23M9/05/21/M/001/QAP-003


For MECON (Stamp & Signature)

FORM NO. 11.20(4.4)F-09 REV-0

Inspection Codes
& Sampling Plan

REV

For CONTRACTOR/ SUB-CONTRACTOR


SHEET 7 OF 7

308

Tender No:05/51/23M9/GAIL/001(i)
FORM NO. 11.20(4.4)F-09 REV-0

QUALITY ASSURANCE PLAN


FOR

CONTRACTOR
ORDER NO. & DATE

STRUCTURAL AND MECHANICAL


EQUIPMENT

SUB-CONTRACTOR
ORDER NO. & DATE

INSTRUCTIONS FOR FILLING UP :

Code
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.

Sl.
No.

1
1.0

Description (with equipment


heading, place of use and brief
specifications)

KEY TO SYMBOLS :
*

: MFR/ CONTRACTOR - AS APPLICABLE

** : TEST TO BE PERFORMED, IF APPLICABLE

EQUIPMENT DETAILS
Identification Quantity
Unit
No.
No./M
Weight
(MR Item No.)
(Kg)
3

LR BEND

PACKAGE NO. : 05/51/23M9/GAIL/001(i)


PACKAGE NAME :

LR BEND
TS No.: MEC/TS/05/62/015

MR NO. :

CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up
of assembly/sub-assembly & part/component or for group of equipment
having same specification.
2. Use numerical codes as indicated for extent of inspection & tests and
submission of test certificates & documents. Additional codes & description
for extent of inspection & tests may be added as applicable for the plant
and equipment
3. Separate identification number with quantity for equipment shall be
indicated wherever equipment having same specifications belonging
to different facilities are grouped together.
4. Weight in kilograms must be indicated under Column-5 for each item.
Estimated weights may be indicated wherever actual weights are not
available.

ABBREVIATIONS USED :
CONTR
: CONTRACTOR
MFR
: MANUFACTURER
H
: HOLD
R
: REVIEW
W
: WITNESS

PROJECT : BAWANA NANGAL SPURLINES PROJECT

4
As per
SOR

13.
14.
15.
16.
17.

Description

Code

Visual
Dimensional
Fitment & Alignment
Physical Test (Sample)
Chemical Test (Sample)
Ultrasonic Test
Magnetic Particle Test (MPI)
Radiography Test
Dye Penetration Test
Metallographic Exam.
Welders Qualification &
Weld Procedure Test
Approval of Test and Repair
Procedure
Heat Treatment
Pressure Test
Leakage Test
Balancing
Vibration Test

Manufacturer's
Name and Address

Expected
Schedule of
Final Inspn.

18.
19.
20.
21.
22.
23.

Description

Code Description

34. Internal Inspection Report


by Contractor
35. Hardness Test
36. Spark Test for Lining
37. Calibration
38. Safety Device Test
39. Ease of Maintenance
24.
40. Fire Test (Type Test)
25.
41. Charpy V-Notch Test
26.
42. Operational Torque Test
27.
43. ENP (Electroless Nickel Plating)
28.
Execution
29.
44. Painting
45. Anti-Static Test
30.
46. Hydrostatic Double Block &
31.
Bleed Test
32.
47. Functional Test
48. Pneumatic Double Block &
33.
Bleed Test
49. Proof Test (Type Test)
50. Dielectric Test
51. Bending parameter
INSPECTION AND TESTS
Test Certificates &
Documents to be
Raw Material and In-Process
Final Inspection/ Test by
submitted to MECON
Stage Inspection
MFR
CONTR
MECON
MFR
CONTR
MECON
8
1,2,4,5,
6, 35, 41

10
-

11
1,2,6,5,
13,15,51

12
*

13
1,2,5
15,51

QAP NO.
For MECON (Stamp & Signature)

For CONTRACTOR/ SUB-CONTRACTOR


(Stamp & Signature)

Code DOCUMENTS:

Amplitude Test
Sponge Test
Dust/ Water Ingress Test
Friction Factor Test
Adhesion Test
Performance Test/Characteristic
Curve
No Load/ Free Running Test
Load/ Overload Test
Measurement of Speeds
Accoustical Test
Geometrical Accuracy
Repeatability and Positioning
Accuracy
Proving Test
Surface Preparation
Manufacturer's Test Certificates
for bought-out items
IBR/ Other Statutory agencies
compliance certificate

14
1,2,4,5,6,
13,15,
41,51,D9

D1. Approved GA drawings


D2. Information and other
reference drg/ stamped
drgs released for mfg.
D3. Relevant catalogues
D4. Bill of matl./Item no./
Identification
D5. Matchmarks details
D6. Line/ Layout diagram
D7. Approved erection
procedures
D8. Unpriced sub P.O. with
specification and amendments, if any
D9. Calibration Certificate of
all measuring instruments
and gauges
D10. X-Ray Reports

Acceptance Criteria
Standards/ IS/ BS/
ASME/ Norms and
Documents

REMARKS/
SAMPLING PLAN

15
D1, D2 ,
MECON's T.S. &
Relevant Standards
mentioned therein

16
100%

MEC/23M9/05/21/M/001/QAP-015

REV
0

SHEET 1 OF 1

309

Tender No:05/51/23M9/GAIL/001(i)
FORM NO. 11.20(4.4)F-09 REV-0

QUALITY ASSURANCE PLAN


FOR
STRUCTURAL AND MECHANICAL
EQUIPMENT

CONTRACTOR
ORDER NO. & DATE
SUB-CONTRACTOR
ORDER NO. & DATE

INSTRUCTIONS FOR FILLING UP :

Sl.
No.

1
1.0

Description (with equipment


heading, place of use and brief
specifications)

KEY TO SYMBOLS :
*

: MFR/ CONTRACTOR - AS APPLICABLE

** : TEST TO BE PERFORMED, IF APPLICABLE

EQUIPMENT DETAILS
Identification Quantity
Unit
No.
No./M
Weight
(MR Item No.)
(Kg)
3

Flanges & Fittings < 16"

PACKAGE NO. : 05/51/23M9/GAIL/001(i)


PACKAGE NAME : Flange & Fitting <16"
MR NO. :

TS No.: MEC/TS/05/21/025

CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up
of assembly/sub-assembly & part/component or for group of equipment
having same specification.
2. Use numerical codes as indicated for extent of inspection & tests and
submission of test certificates & documents. Additional codes & description
for extent of inspection & tests may be added as applicable for the plant
and equipment
3. Separate identification number with quantity for equipment shall be
indicated wherever equipment having same specifications belonging
to different facilities are grouped together.
4. Weight in kilograms must be indicated under Column-5 for each item.
Estimated weights may be indicated wherever actual weights are not
available.

ABBREVIATIONS USED :
CONTR
: CONTRACTOR
MFR
: MANUFACTURER
H
: HOLD
R
: REVIEW
W
: WITNESS

PROJECT : BAWANA NANGAL SPURLINES PROJECT

4
As per
SOR

Code

Description

Code

1. Visual
2. Dimensional
3. Fitment & Alignment
4. Physical Test (Sample)
5. Chemical Test (Sample)
6. Ultrasonic Test
7. Magnetic Particle Test (MPI)
8. Radiography Test
9. Dye Penetration Test
10. Metallographic Exam.
11. Welders Qualification &
Weld Procedure Test
12. Approval of Test and Repair
Procedure
13. Heat Treatment
14. Pressure Test
15. Leakage Test
16. Balancing
17. Vibration Test

Manufacturer's
Name and Address

Expected
Schedule of
Final Inspn.

Description

Code Description

18. Amplitude Test


19. Sponge Test
20. Dust/ Water Ingress Test
21. Friction Factor Test
22. Adhesion Test
23. Performance Test/Characteristic
Curve
24. No Load/ Free Running Test
25. Load/ Overload Test
26. Measurement of Speeds
27. Accoustical Test
28. Geometrical Accuracy
29. Repeatability and Positioning
Accuracy
30. Proving Test
31. Surface Preparation
32. Manufacturer's Test Certificates
for bought-out items
33. IBR/ Other Statutory agencies
compliance certificate

INSPECTION AND TESTS


Raw Material and In-Process
Final Inspection/ Test by
Stage Inspection
MFR
CONTR
MECON
MFR
CONTR
MECON
8
1,2,4,5,
13,35,41**

9
-

10
-

11
1,2,6

Code DOCUMENTS:

34. Internal Inspection Report


by Contractor
35. Hardness Test
36. Spark Test for Lining
37. Calibration
38. Safety Device Test
39. Ease of Maintenance
40. Fire Test (Type Test)
41. Charpy V-Notch Test
42. Operational Torque Test
43. ENP (Electroless Nickel Plating)
Execution
44. Painting
45. Anti-Static Test
46. Hydrostatic Double Block &
Bleed Test
47. Functional Test
48. Pneumatic Double Block &
Bleed Test
49. Proof Test (Type Test)
50. Dielectric Test

12
*

13
1,2,6

D1. Approved GA drawings


D2. Information and other
reference drg/ stamped
drgs released for mfg.
D3. Relevant catalogues
D4. Bill of matl./Item no./
Identification
D5. Matchmarks details
D6. Line/ Layout diagram
D7. Approved erection
procedures
D8. Unpriced sub P.O. with
specification and amendments, if any
D9. Calibration Certificate of
all measuring instruments
and gauges
D10. X-Ray Reports

Test Certificates & Acceptance Criteria


Standards/ IS/ BS/
Documents to be
submitted to MECON ASME/ Norms and
Documents

REMARKS/
SAMPLING PLAN

14
15
1,2,4,5,6,13,35,41**, MECON's T.S. &
Relevant Standards
D9
mentioned therein

16
100%

QAP NO. MEC/23M9/05/21/M/001/QAP-025


For MECON (Stamp & Signature)

For CONTRACTOR/ SUB-CONTRACTOR


(Stamp & Signature)

REV

SHEET 1 OF 1

310

FORM NO. 11.20(4.4)F-09 REV-0

QUALITY ASSURANCE PLAN


FOR
STRUCTURAL AND MECHANICAL
EQUIPMENT

CONTRACTOR
ORDER NO. & DATE
SUB-CONTRACTOR
ORDER NO. & DATE

INSTRUCTIONS FOR FILLING UP :

Code
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.

Sl.
No.

1
1.0

Description (with equipment


heading, place of use and brief
specifications)
2
Pressure Safety Valves

PACKAGE NO. : 05/51/23M9/GAIL/001(i)


PACKAGE NAME : PRESSURE SAFETY VALVE
SPEC. NO.: MEC/TS/05/62/056

MR NO. :

CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up
of assembly/sub-assembly & part/component or for group of equipment
having same specification.
2. Use numerical codes as indicated for extent of inspection & tests and
submission of test certificates & documents. Additional codes & description
for extent of inspection & tests may be added as applicable for the plant
and equipment
3. Separate identification number with quantity for equipment shall be
indicated wherever equipment having same specifications belonging
to different facilities are grouped together.
4. Weight in kilograms must be indicated under Column-5 for each item.
Estimated weights may be indicated wherever actual weights are not
available.

ABBREVIATIONS USED :
CONTR
: CONTRACTOR
MFR
: MANUFACTURER
P
: PERFORM
R
: REVIEW
W
: WITNESS

PROJECT :BAWANA - NANGAL SPURLINES PROJECT

KEY TO SYMBOLS :
*

: MFR/ CONTRACTOR - AS APPLICABLE

** : TEST TO BE PERFORMED, IF APPLICABLE


: FUNCTIONAL TEST INCLUDES : (1) COLD BENCH
SET PRESSURE TEST (2) SEAT LEAKAGE TEST

13.
14.
15.
16.
17.

Description

Code

Visual
Dimensional
Fitment & Alignment
Physical Test (Sample)
Chemical Test (Sample)
Ultrasonic Test
Magnetic Particle Test (MPI)
Radiography Test
Dye Penetration Test
Metallographic Exam.
Welders Qualification &
Weld Procedure Test
Approval of Test and Repair
Procedure
Heat Treatment
Pressure Test
Leakage Test
Balancing
Vibration Test

18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.

AND (3) VALVE LIFT TEST.

EQUIPMENT DETAILS
Identification
Quantity
No.
No./M
(MR Item No.)
3

Unit
Weight
(Kg)

Manufacturer's
Name and Address

Expected
Schedule of
Final Inspn.

Description

Code Description

Amplitude Test
Sponge Test
Dust/ Water Ingress Test
Friction Factor Test
Adhesion Test
Performance Test/Characteristic
Curve
No Load/ Free Running Test
Load/ Overload Test
Measurement of Speeds
Accoustical Test
Geometrical Accuracy
Repeatability and Positioning
Accuracy
Proving Test
Surface Preparation
Manufacturer's Test Certificates
for bought-out items
IBR/ Other Statutory agencies
compliance certificate

INSPECTION AND TESTS


Raw Material and In-Process
Final Inspection/ Test by
Stage Inspection
MFR
CONTR
MECON
MFR
CONTR
MECON
8
1,2,3,4,
5,8

9
*

10
-

11
1,2,3,14,
31,44,47

Code DOCUMENTS:

34. Internal Inspection Report


by Contractor
35. Hardness Test
36. Spark Test for Lining
37. Calibration
38. Safety Device Test
39. Ease of Maintenance
40. Fire Test (Type Test)
41. Charpy V-Notch Test
42. Operational Torque Test
43. ENP (Electroless Nickel Plating)
Execution
44. Painting
45. Anti-Static Test
46. Hydrostatic Double Block &
Bleed Test
47. Functional Test
48. Pneumatic Double Block &
Bleed Test

12
-

D1. Approved GA drawings


D2. Information and other
reference drg/ stamped
drgs released for mfg.
D3. Relevant catalogues
D4. Bill of matl./Item no./
Identification
D5. Matchmarks details
D6. Line/ Layout diagram
D7. Approved erection
procedures
D8. Unpriced sub P.O. with
specification and amendments, if any
D9. Calibration Certificate of
all measuring instruments
and gauges
D10. X-Ray Reports

Test Certificates & Acceptance Criteria


Documents to be
Standards/ IS/ BS/
submitted to MECON ASME/ Norms and
Documents

13
14
1,2,3,14, 1,2,3,4,5,8,14,31,
47
32,34,44,47

15
D1, D10,
ASME Sec-VIII Div-I,
ASME Sec. IX,
MECON's T.S.,
Approved
Data Sheet

REMARKS/
SAMPLING PLAN

16
100%

QAP NO. TO BE ALLOTED BY MECON


QAP NO.:MEC/23M9/05/21/M/001/QAP-056
For MECON (Stamp & Signature)

qap_psv_GAIL

For CONTRACTOR/ SUB-CONTRACTOR


(Stamp & Signature)

REV
0

SHEET 1 OF 1

311

FORM NO. 11.20(4.4)F-09 REV-0

QUALITY ASSURANCE PLAN


FOR

CONTRACTOR
ORDER NO. & DATE
ORDER NO. & DATE

INSTRUCTIONS FOR FILLING UP :

Code
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.

Description (with equipment


heading, place of use and brief
specifications)

1
1.1 Quick Opening End Closures
8", 600# (D4A), BW
6", 600# (D4A), BW
4", 600# (D4A), BW

PACKAGE NAME : QUICK OPENING END CLOSURE


SPEC. NO.: MEC/S/05/62/013

MR NO.:

CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up
of assembly/sub-assembly & part/component or for group of equipment
having same specification.
2. Use numerical codes as indicated for extent of inspection & tests and
submission of test certificates & documents. Additional codes & description
for extent of inspection & tests may be added as applicable for the plant
and equipment
3. Separate identification number with quantity for equipment shall be
indicated wherever equipment having same specifications belonging
to different facilities are grouped together.
4. Weight in kilograms must be indicated under Column-5 for each item.
Estimated weights may be indicated wherever actual weights are not
available.

MR
Item
No.

PACKAGE NO. : 05/51/23M9/GAIL/001(i)

STRUCTURAL AND MECHANICAL


EQUIPMENT

SUB-CONTRACTOR

ABBREVIATIONS USED :
CONTR
: CONTRACTOR
MFR
: MANUFACTURER
H
: HOLD
R
: REVIEW
W
: WITNESS

PROJECT : BAWANA NANGAL SPURLINES PROJECT

KEY TO SYMBOLS :
*

: MFR/ CONTRACTOR - AS APPLICABLE

** : TEST TO BE PERFORMED, IF APPLICABLE

EQUIPMENT DETAILS
Tag No.
Quantity
(as per MR)
No.

4
6

13.
14.
15.
16.
17.

Description

Code

Visual
Dimensional
Fitment & Alignment
Physical Test (Sample)
Chemical Test (Sample)
Ultrasonic Test
Magnetic Particle Test (MPI)
Radiography Test
Dye Penetration Test
Metallographic Exam.
Welders Qualification &
Weld Procedure Test
Approval of Test and Repair
Procedure
Heat Treatment/ Stress Relievin
Pressure Test
Leakage Test
Balancing
Vibration Test

Unit
Weight
(Kg)

Manufacturer's
Name and Address

Expected
Schedule of
Final Inspn.

QOEC- 0601, 0701


QOEC- 0101, 0201
QOEC- 0301,
0302, 0401, 0402

18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.

Description

Code Description

Amplitude Test
Sponge Test
Dust/ Water Ingress Test
Friction Factor Test
Adhesion Test
Performance Test/Characteristic
Curve
No Load/ Free Running Test
Load/ Overload Test
Measurement of Speeds
Accoustical Test
Geometrical Accuracy
Repeatability and Positioning
Accuracy
Proving Test
Surface Preparation
Manufacturer's Test Certificates
for bought-out items
IBR/ Other Statutory agencies
compliance certificate

INSPECTION AND TESTS


Raw Material and In-Process
Final Inspection/ Test by
Stage Inspection
MFR
CONTR
MECON
MFR
CONTR
MECON
8
1,2,4,5,6,
11,12,
35,41

9
-

10
-

11
1,2,3,8,9,
13,14,31,
32,44,47

Code DOCUMENTS:

34. Internal Inspection Report


by Contractor
35. Hardness Test
36. Spark Test for Lining
37. Calibration
38. Safety Device Test
39. Ease of Maintenance
40. Fire Test (Type Test)
41. Charpy V-Notch Test
42. Operational Torque Test
43. ENP (Electroless Nickel Plating)
Execution
44. Painting
45. Anti-Static Test
46. Hydrostatic Double Block &
Bleed Test
47. Functional Test
48. Pneumatic Double Block &
Bleed Test

12

Test Certificates &


Documents to be
submitted to MECON

13
14
1,2,3,8,9, 1,2,3,4,5,6,8,9,11,12,
14,47
13,14,31,32,34,35,
41,44,47

D1. Approved GA drawings


D2. Information and other
reference drg/ stamped
drgs released for mfg.
D3. Relevant catalogues
D4. Bill of matl./Item no./
Identification
D5. Matchmarks details
D6. Line/ Layout diagram
D7. Approved erection
procedures
D8. Unpriced sub P.O. with
specification and amendments, if any
D9. Calibration Certificate of
all measuring instruments
and gauges
D10. X-Ray Reports

Acceptance Criteria
Standards/ IS/ BS/
ASME/ Norms and
Documents

REMARKS/
SAMPLING PLAN

15
D1 & ASME
Sec-VIII Div-I

16

NO.MEC/23M9/05/21/002/M/QOEC/QAP-013
For MECON (Stamp & Signature)

d:\fateh\ipps-kg basin\tender rfq\qoec\QAP - Mechanical Equipment - QOEC

For CONTRACTOR/ SUB-CONTRACTOR


(Stamp & Signature)

REV
0

SHEET 1 OF 1

312

APPENDIX-IV
DELETED

313

APPENDIX-V
VIDEOGRAPHY SURVEY

314

APPENDIX V VIDEOGRAPHY SURVEY


1.0

INTRODUCTION
The purpose of video survey is to capture before starting construction
activities the ground realities along the pipeline route and to co-relate
same with digitised maps of Survey of India. Moreover during construction
activities the Contractor shall video report at least once a week all site
activities.

2.0

PROJECT DESCRIPTION
Approximate Length and Size of Pipeline
Section
Section-I
Section-II

3.0

Description
24 Dia. x 84 Kms
a) 16 Dia x 64 Kms
b) 8 Dia. x 16 Kms

Front-1
0-42 Kms
0-32 Kms
0-16 Kms

Front-2
42-84 Kms
32-64 Kms
-

SCOPE OF WORK
Contractor or the approved agency (by Owner / Engineer) shall carry out
the videography along the route of the pipeline.
The work will be subdivided in two phases :
Phase 1: Videography of the entire route prior to any construction
activities
A)

The contractor shall capture the video for the following areas but
not limited to :

1.

Pipeline route

2.

Location of various Stations and Tap Off points.

3.

Major features such as water bodies, plantation, flora & fauna,


forest,

4.

All Crossing like road, railways, river, canal, khadi etc.

5.

The photographs of the major crossing like river, railways highways


both upstream and down stream of the pipeline. The photographs
and video should cover the type of soil and terrain condition,
obstacles, rocks etc.

Page 1 of 3

315

B)

The identified locations on digitised map of Survey of India shall be


interfaced with Videography through software whereby one can access
both simultaneously and match the two. The identified locations like
Crossings-National Highways, State Highways, Rivers, Major Canals, Hill,
Major Khadi; Areas - Rocky, Marshy, Forest, Plantation.
The digitised map shall be procured from Survey of India by the
Contractor. Digital thedolite shall be used for all surveys. However, GAIL
will provide all possible help in collection of required map, and
Authorisation letter required, if any to contractor.

C)

There is no need to carry out videography of the route if there is no


change in topographical features. Such areas should highlight at end and
starting point in videography.
Phase 2: Videography during Construction activities
During construction, the Contractor shall video survey all distinct / main
activities under progress alongside the entire pipeline routing.
The purpose of this survey is to get a complete videography of the
construction site at different stage of the construction.
This includes all main activities as per phased working procedure.
Each phase of the construction shall be at least survey at 5 different
locations distributed equally along the pipeline routing.
Each Natural Gas station will be also surveyed on the same way.
Contractor shall submit his planning and his methodology to Owner /
Engineer approval right after the LOA.

3.1

The proper log of the location, landmark, crossings, town, districts and
important comments will be embedded.

3.2

The search will be text based and it will retrieve the relevant video
segment along with textual / visual data for reference.

3.3

A special programme will be written which will help create interface


through which the video of important landmarks can be searched /
viewed.

3.4

Narration in back side of video will be provided along the route

Page 2 of 3

316

3.5

The Contractor shall hand over


CDs : 6 Nos. Phase 1
CDs : 6 Nos. Phase 2

4.0

ASSISTANCE
The Contractor to indicate in detail the information and assistance as
required from client to execute the survey.

5.0

TIME OF WORK
One month for phase 1
Construction period for phase 2

6.0

PRICE SCHEDULE
Contractor to quote for each phase its lump sum fee on per Km. of route
survey basis. The fees shall include all expenses and cost of facilities used
to carry out the scope covered in clauses above.
Contractor to quote separate item as stated in Schedule Of Rate (SOR).
Contractor to quote separately for each extra set of CD/DVD
Price will be indicated under Schedule Of Rate (SOR).

Page 3 of 3

317

APPENDIX-VI
TRANSITION FITTING

318

319

320

APPENDIX-VII
SKETCH SHOWING DEMARCATION OF
MAINLINE AND TERMINAL MATERIAL

321

322

323

324

4.0 ANNEXURE TO PARTICULAR JOB


SPECIFICATION

325

ANNEXURE TO PARTICULAR JOB SPECIFICATION

CONTENTS

ANNEXURE-I

: TEMPORARY CATHODIC PROTECTION WORKS

ANNEXURE-II

: CORROSION MONITORING SYSTEM WORKS

ANNEXURE-III

: CIVIL & STRUCTURAL WORKS

ANNEXURE-IV : ELECTRICAL WORKS

ANNEXURE-V

ANNEXURE-VI : TELECOMMUNICATION WORKS

ANNEXURE-VII : FIRE PROTECTION SYSTEM

: INSTRUMENTATION WORKS

326

Annexure-I
to
Particular Job Specification

(TEMPORARY CATHODIC PROTECTION


SYSTEM WORKS)

327

SCOPE OF WORKS
FOR
TEMPORARY CATHODIC PROTECTION

SPURLINES OF DADRI BAWANA - NANGAL PIPELINE


PROJECT (PHASE I)
SAHARANPUR-ROORKEE-HARIDWAR& LUDHIYANA-JALANDHAR SPUR LINES
24/16/8

DOCUMENT NO. - MEC/23M9/05/E9/E/000/0001

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
328

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.

Page 1 of 15

MEC/23M9/05/E9/E/000/0002

REVISION 0

CONTENTS
SL.NO.

DESCRIPTION

1.

General

2.

Project Description

3.

Standards

4.

Guarantee

5.

Site Conditions

6.

Scope of Work

7.

Quality Assurance, Inspection & Testing

8.

Testing & commissioning

9.

Drawings, Standard Specification And Installation Standards

10.

Resources/ Facilities

11.

Project Scheduling & Monitoring

12.

Construction

13.

Documentation

14.

Make of Material/ Bought Out Items

15.

Inspection of Supply Items


Appendix-I

(List of Approved Parties for Bought out items)

329

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

1.0

GENERAL

1.1

Introduction

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.

Page 2 of 15

MEC/23M9/05/E9/E/000/0002

REVISION 0

Special Condition of Contract shall be read in Conjunction with the General Conditions of Contract,
specification of work, Drawing and any other documents forming part of this contract wherever the
context so requires.
Notwithstanding the sub-division of the documents into these separate sections and volumes every
part of each shall be deemed to be supplementary to and complementary of every other part and
shall be read with and into the contract so far as it may be practicable to do so.
Where any portion of the General Condition of Contract is repugnant, to or at variance with any
provisions of the Special Conditions of Contract, unless a different intention appears, the provisions
of the Special Conditions of Contract shall be deemed to over-ride the provisions of the General
Condition of Contract and shall to the extent of such repugnancy, or variations, prevail.
The materials, design and workmanship shall satisfy the relevant INDIAN STANDARDS, the
TECHNICAL SPECIFICATIONS contained herein and CODES referred to. Where the technical
specification stipulate requirements in addition to those contained in the standard codes and
specifications, these additional requirements shall also be satisfied.
Wherever it is mentioned in the specifications that the CONTRACTOR shall perform certain work
or provide certain facilities, it is understood that the CONTRACTOR shall do so at his cost and the
VALUE OF CONTRACT shall be deemed to have included cost of such performance and
provisions, so mentioned.
It will be Contractors responsibility to bring to the notice of Engineer-in-charge any irreconcilable
conflict in the contract documents before starting the work(s) or making the supply with reference
which the conflict exists.
In the absence of any specifications covering any material, design of work(s) the same shall be
performed/ supplied/ executed in accordance with Standard Engineering Practice as per the
instructions/ directions of the Engineer-in-charge, which will be binding on the Contractor.
2.0

PROJECT DESCRIPTION
M/s GAIL (India) Limited intends to 24 x 84 Km (Approx.) in SECTION-I from LUDHIANA
Despatch Terminal JALANDHAR Receiving Terminal.
16 x 64 Km (Approx.) from SV cum Despatch Terminal at Saharanpur to Receiving cum
distribution Terminal at Haridwar & 8x16Km (Approx.) from Receiving cum distribution Terminal
at Haridwar to Receiving Terminal at BHEL & SIDCUL in SECTION-II for transportation and
distribution of Natural Gas to various consumers in that area.

330

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd

MECON LTD, DELHI

TITLE

2.1

TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.

Page 3 of 15

MEC/23M9/05/E9/E/000/0002

REVISION 0

PROJECT DETAIL
The work being tendered is covered as indicated below:
Sl. No.

Sections

Location Description

Pipeline Dia.

24

II

Ludhiana Despatch Terminal To


Jalandhar Receiving Terminal
SV cum despatch Terminal at
Saharanpur to Receiving cum
distribution Terminal at Haridwar
Receiving
cum
distribution
Terminal
at
Haridwar
to
Receiving Terminal at BHEL &
SIDCUL

Length (KM)
(Approx.)
84

16

64

16

3.0
3.1

II

STANDARDS
The work shall be performed in conformity with this specification, standard specifications and
installation standards enclosed elsewhere in this tender and code of practices of the Bureau of
Indian Standards. In case of any conflict, the stipulations under this specification shall govern.
In addition, the work shall also conform to the requirements of the following:

3.2

The Indian Electricity Act, and the rules framed there under.
The regulations laid down by the Chief Electrical Inspector of the state government/ Central
Electricity Authority (CEA).
The regulations laid down by the Factory Inspector.
The regulations laid down by the Chief Controller of Explosives.
Any other regulations laid down by the Central, State or Local Authorities from time to time
during the execution of this contract.
OISD Standards
GAILs Safety Standard

3.3

The design, selection and installation of equipment and materials shall also conform to the
requirements of the relevant latest standards of:
BS Specification and codes of practice
OISD Standard 138
IS: 8437 (Part-II)/ 8062 (Part-I)
NACE Standards
DNV Publications
IEEE Publications

4.0

GUARANTEE

4.1

The contractor shall guarantee the installation against any defects of workmanship and
materials (supplied by the contractor) for a period 24 months after supply of CP material at site
or 12 months after successful commissioning at site, which ever is earlier. Any damage or
defects connected with the erection of materials, equipments of fittings supplied by the

331

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.

Page 4 of 15

MEC/23M9/05/E9/E/000/0002

REVISION 0

contractor that may be undiscovered at the time of issue of the completion certificate, or may
arise or come to light thereafter, shall be rectified or replaced by the contractor at his own
expense as deemed necessary and as per the instruction of the Engineer-in-charge within the
time limit specified by Engineer-in-charge.

4.2

The above guarantee shall be applicable for the quality of work executed as well as for the
equipment/ cable/ fittings/ other materials etc supplied by the contractor.
Equipments installed or commissioned by others within the battery limit. This is for the purpose
of obtaining a comprehensive approval from competent authority.

5.0

SITE CONDITIONS
The equipment offered and the installation shall be suitable for continuous operation under the
following site conditions:
Ambient temperature
Max relative humidity
Altitude
Atmosphere

:
:
:
:

50C/ 2C (max./min.)
98%
Less than1000 M
To withstand site condition
(Humid & Heavy Rainfall during Monsoon)

6.0

SCOPE OF WORK (SUPPLY, INSTALLATION, TESTING & COMMISSIONING)

6.1

Temporary Cathodic Protection System


Survey, design, detail engineering, fabrication, supply, installation, testing and commissioning of
the temporary cathodic protection system using Mg/ Zn galvanic anodes to protect the external
surface of 3LPE coated 24NB dia. x 84 km long main line & 16 NB dia x 64 km and 8 NB dia
x16 km spur lines against corrosion for design life of minimum 2 years or till the commissioning
of PCP system, whichever is later. Detection & mitigation of DC interference & high induced AC
voltage on the pipeline. Maintaining and keeping of PSP value as specified and monitoring at
monthly basis of the temporary cathodic protection system till commissioning of the permanent
cathodic protection system. All work shall be carried out conforming to the Scope of work,
Design Basis, Data Sheets, national & international standard & as per standard specification
No.- MEC/TS/05/21/016A for temporary cathodic protection system. Scope shall also include but not limited to the following for completion of jobs:-

a)

Measurement of soil resistivity along the right of way of the main pipeline & take soil sample at
every 1.00 kM for its chemical & microbial analysis along the pipeline route as per specification for
corrosion survey.

b)

Collection of additional data related to cathodic protection along the right of way of pipeline as per
standard specifications.

c)

Supply, installation, testing & commissioning of one set of spark gap arrestor across each
insulating joint provided at dispatch terminal, receiving terminal, tap-off, SV & various consumer
terminals as per P&ID / specification. The pipeline shall be earthed through GI earth electrodes
with separate earth pit for grounding of un-protected/above ground pipeline. The resistance to
earth of grounding shall be limited to 5 ohms max.

332

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.

Page 5 of 15

MEC/23M9/05/E9/E/000/0002

REVISION 0

d)

Supply, installation, testing & commissioning one set of polarization cell (Solid state) with zinc
anode at all high tension electrical power transmission line/equipments /railway tractions (all 66 KV
& above) crossing or running parallel to the pipeline for grounding purpose as per specification.
The rating shall depend upon anticipated fault current & ground bed resistance at the location of
installation. However, the rating of polarisation cell shall not be less than 5 KA & number of 20 kg
net weight zinc anode shall not be less than two.

e)

Supply & installation of Zinc Ribbon Anodes at 4-8 Oclock position in the interval of 2 meter (max.)
on carrier pipes at all cased crossings i.e. railways/ roads etc.

f)

Supply, installation, testing & commissioning of Electrical resistance Probe (Min. 3 No for Section-I
with 1 no. ER probe reading instrument, 2 Nos for Section -II with 1 no. ER probe reading
instrument) probes utilizing the electrical resistance technique shall be provided along the pipeline
at marshy areas and at vulnerable locations to monitor the external corrosion activity on the
pipeline. Location of external ER probe shall be decided during detail engineering.

g)

Supply, installation, testing & commissioning of Polarisation coupons (Min. 10 Nos. for Section-I, 10
Nos for Section-II) have one side exposed area of 100 mm x 100 mm shall be provided along the
pipeline at marshy areas and at vulnerable locations to monitor the external corrosion activity on
the pipeline as per enclosed standard specification. Location of external Polarisation coupons shall
be decided during detail engineering. Number of magnetic devices for operation of magnetic switch
shall be decided during detail engineering in consultation with GAIL/MECON.

h)

Monitoring of the TCP system till commissioning of the permanent cathodic protection system.

i)

All civil/ structural works related to TCP system including supply of bricks, cement & steel etc.
required for completion of the system.

j)

The test station to be provided as per drawing which will be used for PCP system in future.

6.2

Other Miscellaneous Works

i)

The job includes all civil works including supply of bricks, cements steel etc. connected with
grouting of equipment to be installed. The job includes repairing of all civil works damaged during
installation of electrical and other facilities.

ii)

Preparation of buried cable trenches including excavation, back filling, compacting, providing of
brick protection by second-class bricks, spreading of fine river sand, including all supplies.

iii)

The scope of work under this contract shall be inclusive of breaking of walls and floors, and
chipping of concrete foundations necessary for the installation of equipment, materials, and making
good of the same. Minor modifications wherever required to be done in the owner free supplied
equipments or devices to enable cable entry, termination, etc.

iv)

Checking of all cable & welding connections, testing and commissioning of all equipment erected
and/or connected under this contract as per testing procedures and instructions of Engineer-inCharge.

v)

Supply and installation of all other accessories not specifically mentioned herein but nevertheless
necessary for completion of job.

333

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.

Page 6 of 15

MEC/23M9/05/E9/E/000/0002

REVISION 0

vi)

Engineering and preparation of specifications and drawings for procurement & installation of CP
System wherever applicable/required by Owner/ MECON and submit to Owner/ MECON for
approval/comments.

vii)

Correction and submission of all owners drawings for as-built status.

viii)

Test certificates, catalogues, vendor drawings, installation, operation and maintenance manuals for
all equipment/materials in contractors scope of supply.

ix)

Co-ordination with other Contractors/Pipeline contractor.

6.3

WORK CONTRACT
The entire work as per Scope of Work covered under this contract shall be treated as Works
Contract.
All works included in the scope of CP work will be done simultaneously with main pipeline
construction by main pipeline Contractor. Bidder will supply all the materials required for completing
the system and organise manpower & equipments accordingly to meet the requirement of Cathodic
Protection work in time as per completion schedule given in Volume I of II.

7.0

QUALITY ASSURANCE, INSPECTION AND TESTING

7.1

All the equipment supplied by the contractor shall be inspected by the Owner and/or their
inspection agency at the manufacturers works prior to despatch. The equipment will be
inspected as per the tests pre-identified in the approved QAP to ensure conformity of the same
with relevant approved drawings, data sheets, specifications, National/International standards.

7.2

Performance tests of any equipments which cannot be conducted/demonstrated either partially


of wholly at the manufacturers work, shall be conducted after erection at site in the presence of
Owner & their inspection agency. In all the cases, prior approval of the approval shall be
obtained.

7.3

In case of waiver category of items, the same shall be pre identified. For such items, the
contractor shall furnish necessary certificates, test reports etc for Review/Approval to
Owner/Inspection agency. The issue of Inspection Certificate/Waiver Certificate for any
equipment or component there of does absolve the contractor from his contractual obligations
towards subsequent satisfactory performance of the equipment at site. Should any equipment
be found defective, In whole or part thereof after receipt at site or during erection/commissioning
and testing shall be Rectified/Changed by contractor free of cost.

7.4

Contractor shall submit test plan for the equipments with four week advance notice.

8.0

TESTING & COMMISSIONING

8.1

The successful tenderer shall submit detailed site testing & commission procedure with time
schedules for Review/Approval to Owner/MECON.

334

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.

Page 7 of 15

MEC/23M9/05/E9/E/000/0002

REVISION 0

8.2

The successful tenderer shall provide adequate supervisory/ skilled personnel and all tools and
tackles, testing equipment and instruments required for complete checking of installations and
testing and commissioning of all equipment and accessories.

8.3

All the tests shall be conducted in the presence of Owner/ Engineer-in/charge or his authorized
representative unless he waives this requirement in writing.

8.4

The testing and commissioning of all equipment under the scope of the tenderer shall be carried
out in accordance with the latest edition of relevant Indian Standards, International Standard
NACE standards and IE Rules.

8.5

Test reports shall be submitted in required number of copies duly signed by the TENDERER to
MECON and OWNER.

8.6

On successful completion of erection of each item /equipment, a final inspection will be carried
out at site by Owner / MECON, for correctness and completeness of erection.

8.7

After the completion of all tests and rectification of all defects pointed out during final inspection,
start-up trials would be commenced. During the start-up trials contractor shall provide skilled /
unskilled personnel and supervision round the clock at his cost. The number and category of
workmen and duration up to which required, will be decided by the Engineer-in-charge. Any
defects noticed during the start-up trial relating to the equipment supplied and work carried out
by the Contractor, will be rectified by the contractor at his own cost.

8.8

Any work not conforming to the execution drawings, specifications or codes shall be rejected
forthwith and the contractor shall carry out the rectification at his own cost.

8.9

After the operating conditions are fully achieved for TCP system and the other requirements as
stated in the General Conditions of Contract are fulfilled, the contractor would be eligible for
applying for a completion certificate.

9.0

DRAWINGS, STANDARD SPECIFICATION AND INSTALLATION STANDARDS

9.1

The drawings accompanying the tender document are indicative of the nature of work and issued
for tendering purposes only. Construction shall be as per drawings/specifications issued/ approved
by the Owner/ MECON during the course of execution of work.
After the job completion, contractor shall prepare AS-BUILT drawings, final certified as built
drawings vendor drawings for bought out equipments shall be submitted by the contractor to owner
in bound volume with one set of reproducible original sepia plus five sets of prints & one set to
MECON.
The equipments/ materials to be supplied by the contractor shall conform to the requirements of
the applicable standard specifications. Also the installation of various material/ equipment shall
also conform to the standard specification.
The purpose of the pipeline alignment drawings, P&IDs & Plot Plan drawings enclosed with the
tender is to enable the tenderer to make an offer in line with the requirements of the Owner.
These are indicative of the nature of work and issued for tendering purposes only. The bidders,
however, shall visit the site before bidding for proper information of site conditions. Construction
shall be as per drawings/ specifications issued/ approved by the Owner/ Consultant during the

335

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.

Page 8 of 15

MEC/23M9/05/E9/E/000/0002

REVISION 0

course of execution of work.


A)
1.
2.

Specification for Corrosion Survey


Specification for TCP system
B)

9.2

SPECIFICATION
MEC/TS/05/21/016C
MEC/S/05/21/016A

STANDARD DRAWINGS

1.0

PREPACKED ZINC ANDOE

MEC/SD/05/21/16/01

2.0

PREPACKED Mg ANDOE

MEC/SD/05/21/16/02

3.0

DETAILS OF Mg RIBBON ANODE

MEC/SD/05/21/16/03

4.0

DETAILS OF TEST STATION FOR TCP

MEC/SD/05/21/16/04

5.0

TEST STATION CONNECTION SCHEMES

MEC/SD/05/21/16/05

6.0

GALVANIC ANODE INSTALLATION

MEC/SD/05/21/16/06

4.0

ZINC RIBBON ANODE FOR CASED CROSSINGS


WITH COATED CASINGS

MEC/SD/05/21/16/07

7.0

PIPELINE GROUNDING THROUGH


POLARISATION CELL AND GALVANIC ANODES

MEC/SD/05/21/16/08

8.0

DETAILS OF ZINC GROUNDING CELL

MEC/SD/05/21/16/09

9.0

CASING PIPE DETAILS

MEC/SD/05/21/16/13

10.0

TEST STATION FOR POLARIZATION CELL

MEC/SD/05/21/16/14

11.0

DETAILS OF THERMIT WELD FOR CABLE TO PIPE


JOINT

MEC/SD/05/21/16/18

12.0

ELECTRODE FOR EARTHING SYSTEM

MEC/SD/05/E9/02/01

13.0

EARTH ELECTRODE IN TEST PIT

MEC/SD/05/E9/02/02

Drawings for Tender purpose enclosed with construction tender


Schematic Route Diagram
P&ID
Plot Plan
Alignment Sheets
Crossings Sheets

9.3

Survey Drawings/ Details


a)

Overall Schematic Route Diagram

336

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.

Page 9 of 15

MEC/23M9/05/E9/E/000/0002

REVISION 0

10.0

RESOURCES FACILITIES

10.1

Recruitment of Personnel by Contractor


The Contractor shall not recruit personnel of any category from among those who are already
employed by the other agencies working at the sites but shall make maximum use of local
labour available.

10.2

Construction Water and Power Supply


No water and power will be provided by the owner.
contractor to arrange water and power at his own cost.

10.3

It should be the responsibilities of the

Land for Residential Accommodation


Owner shall not provide any land for residential accommodation of contractors staff and labour.

11.0

PROJECT SCHEDULING & MONITORING


The following schedules/documents/reports shall be prepared and
Bidder/Contractor for review/approval at various stages of the contract.

11.1

Along with Bid

b)

Time Schedule

submitted by the

The Completion Time Schedule for the work (including mobilization period) as given in VOL-I of in
all respect, from the date of issue of telex/telegram/letter/Fax of Intent.
The Bidder is required to submit a Project Time Schedule in Bar Chart Form, along with the Bid.
The Schedule shall cover all aspects like sub-ordering, manufacturing and delivery, indicated in the
Bid Document. The Owner interface activities shall be clearly identified with their latest required
dates. Owner reserves the right to disqualify the Bidder if the above Schedule submitted by the
Bidder is not in line with the over all Project requirement.
c)

Scheduling & Monitoring System


The Bidders should describe their system of Project Scheduling and monitoring, the extent of
computerization, level of detailing, tracing methodology etc. with the name of computer package
and sample outputs.

11.2

After the Award of Contract

a)

Overall Project Schedule


The Contractor shall submit within 2 week of Fax of Intent, a sufficiently detailed over all Project
Schedule in the activity network form, clearly indicating the major milestones, interrelationship/
interdependence between various activities together with analysis of critical path and floats.
The network will be reviewed and approved by Engineer- in-Charge and the comments if any shall
be incorporated in the network before issuing the same for implementation. The network thus

337

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0002

Page 10 of 15
REVISION 0

finalised shall form part of the contract document and the same shall not be revised without the
prior permission from Engineer-in- Charge during the entire period of contract.
b)

Progress Measurement Methodology


The contractor is required to submit within 2 week of award of WORK, the methodology of progress
measurement of sub-ordering, manufacturing/ delivery, sub- contracting construction and
commissioning works and the basis of computation of overall services/physical progress informed.
Owner reserves the right to modify the methodology in part or in full.

c)

Functional Schedules
The contractor should prepare detailed functional schedules in line with network for functional
monitoring and control and submit scheduled progress covers for each function viz. ordering,
delivery and construction.

11.3

Project Review Meetings


The Contractor shall present the programme and status at various review meetings as required.
Weekly Review Meeting
Level of
Participation

Contractors/Consultants RCM/
Site Incharge & Job Engineers.

Agenda

a)
b)
c)

Venue

Weekly programme v/s actual achieved in the past week &


programme for next week.
Remedial Actions and hold up analysis.
Client query/ approval.

Site Office

Monthly Review Meeting


Level of

Senior Officers of GAIL/MECON and Participating


Contractors.

Agenda

a) Progress Status/ Statistics


b) Completion Outlook
c) Major hold ups/slippages
d) Assistance required
e) Critical issues
f) Client query/ approval

Venue
12.0

GAIL/MECON Office/ At Site

CONSTRUCTION
OWNER reserves the right to inspect all phases of CONTRACTOR's operations to ensure
conformity to the SPECIFICATIONS. Owner will have Engineers, Inspectors or other duly
authorised representatives, made known to the CONTRCTOR present during progress of the

338

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0002

Page 11 of 15
REVISION 0

WORK and such representatives shall have free access to the WORK at all times. The presence
or absence of a OWNER's representative does not relieve the CONTRACTOR of the responsibility
for quality control in all phases of the WORK. In the event that any of the WORK being done by
the CONTRACTOR or any SUB-CONTRACTOR is found by OWNER's representatives to be
unsatisfactory or not in accordance with the DRAWINGS, procedures and SPECIFICATIONS, the
CONTRACTOR shall, upon verbal notice of such, revise the work in a manner to conform to the
relevant DRAWINGS, procedures and SPECIFICATIONS.
12.1

Rules & Regulations


CONTRACTOR shall observe in addition to Codes specified in respective specification, all National
and Local Laws, Ordinances, Rules and Regulations and requirements pertaining to the WORK
and shall be responsible for extra costs arising from violations of the same.

12.2

Procedures
Various procedures and method statements to be adopted by CONTRACTOR during the
construction as required in the respective specifications shall be submitted to OWNER in due time
for APPROVAL. No such construction activity shall commence unless approved by OWNER in
writing.

12.3

Field Inspection
CONTRACTOR shall have at all times during the performance of the WORK, a Competent
Superintendent on the premises. Any instruction given to such superintendent shall be construed
as having been given to the CONTRACTOR.

12.4

Erection and Installation


The CONTRACTOR shall carry out required supervision and inspection as per quality
Assurance plan and furnish all assistance required by the OWNER in carrying out inspection work
during this phase. The OWNER will have engineers, inspectors or other authorised representatives
present who are to have free access to the WORK at all times. If an Owners representative notifies
the CONTRACTOR's authorised representative not lower than a Foreman of any deficiency, or
recommends action regarding compliance with the SPECIFICATIONS, the CONTRACTOR shall
make every effort to carry out such instructions to complete the WORK conforming to the
SPECIFICATIONS and approved DRAWINGS in the fullest degree consistent with best industry
practice.

12.5

Construction Aids, Equipment, Tools & Tackles


CONTRACTOR shall be solely responsible for making available for executing the work, all requisite
Construction Equipments, Special Aids, Cranes, Tools, Tackles and testing equipments and
appliances. Such construction equipments etc. shall be subject to examination by owner and
approval for the same being in first class operating condition. Any discrepancies pointed out by
OWNER shall be immediately got rectified, repaired or the equipment replaced altogether, by
CONTRACTOR. OWNER shall not in any way be responsible for providing any such equipment,
machinery, tools and tackles.
The OWNER reserves the right to rearrange such deployment depending upon the progress and
priority of work in various sections.

339

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0002

Page 12 of 15
REVISION 0

Tie-end between main line and starting point of terminal is included in the scope of contract, as and
when main line section is available for Tie-ins.
13.0

DOCUMENTATION

13.1

Drawings and design documents

13.1.1

The following documents shall be submitted along with the offer:


a)
b)
c)
d)
e)

13.1.2

The following drawings (in three sets) & documents shall be submitted for approval within 3
weeks of award of contract.
a)

b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
13.1.3

Filled up data sheets & Check lists


QAP
Design calculations of TCP system
List of two years operation and maintenance spare
Catalogues for Anodes, polartisation cells, spark gap arrestors etc.

Various Procedures of TCP system-Soil survey, Thermit weld, Sacrificial anode


(Zn/Mg/Ribbon) installations, Test station installation, Cable laying, Pin brazing,
Installation of polarization cell, External ER probe, Surge diverter & grounding cell,
connection & sealing of sacrificial anode etc.
Soil survey report with marked vulnerable locations
Detailed design calculations of TCP system, formulae used
Procedure for AC & DC interference detection & mitigation.
Procedure for field testing, pre-commissioning & commissioning.
Procedure for post commissioning surveys.
Procedure for Monitoring & maintenance of TCP system.
Detailed design of Anode ground bed, typical lay out drawings for Anode bed
connection & installation for TCP system.
Equipment layout, Cable layout & schedule.
TLP & junction box installation & erection details drawings
Incorporation of Anode bed, Polarisation cell, surge arrester, TLP, Junction boxes &
other relevant feature in TCP system design in Alignment sheet & Plot plan.
Bill of Material

After the job completion, contractor shall prepare AS-BUILT drawings/data sheets and
documents, submit catalogues/manuals (O&M) of major brought out items. Final certified as
built drawings, documents and manuals etc shall be submitted by the contractor to owner in
bound volume with one set in soft copy (CD) plus five sets of prints to owner & one set to
MECON..
Other drawings and documents shall be submitted by contractor along with AS-BUILT
Drawings/Datasheetsa)
b)

Test documents & drawings for bought out items.


Detailed commissioning report of pipeline.

340

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

14.0

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0002

Page 13 of 15
REVISION 0

MAKE OF MATERIAL/BOUGHT OUT ITEMS


An Appendix-I of approved vendors for various major items is enclosed with this tender
specification. The bidder shall consider such names only as indicated in the aforesaid list and
clearly indicate in the bid the name(s) as selected against these items. For any other item not
covered in the list enclosed with this tender document, prior approval shall be obtained by the
contractor for its make/ suppliers name.

15.0

INSPECTION OF SUPPLY ITEMS


All inspections and tests shall be made as required by the specifications forming part of this
contract. Contractor shall advise Owner/ Consultant in writing at least 10 days in advance of the
date of final inspection/tests. Manufactures inspection or testing certificates for equipment and
materials supplied, may be considered for acceptance at the discretion of Owner/ Consultant. All
costs towards testing etc. shall be borne by the contractor within their quoted rates. All inspection
of various items shall be carried out based on Quality Assurance Plan, which will be submitted by
the Contractor and duly approved by Owner/ Consultant.

-x-x-x-

341

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0002

Page 14 of 15
REVISION 0

APPENDIX-I
Sheet 1 of 2
APPENDIX-I - (LIST OF SUPPLIER/S OF MAJOR BOUGHT OUT ITEMS)
1)

CABLES
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
xii)
xiii)
xiv)
xv)
xvi)
xvii)
xviii)
xix)
xx)
xxi)

2)

JUNCTION BOX
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)

3)

Brooks
Nicco
Biren
CMI
Delton
KEI
Reliance
Satellite Cables
Evershine
Torrent Cables
Universal
Victor
Indian Aluminimum Cables
Associated Flexible & Wires
Asain
Fort Gloster
Finolex
Industrial
Rediant
NITCO
Suyog

Exprotecta, Beroad
Baliga
Flexpro
FFLP Control Gears
Sterling
Sudhir
Electrical Equipment Corporation
Corrtech
CCS
CEL

SACRIICIAL ANODES
i)
ii)
iii)
iv)
v)
vi)
vii)

Scientific Metals Engineers Pvt. Ltd, Karaikudi


PSL Holding Pvt. Ltd., Mumbai
Cathodic Controls, Bangalore
BHEL, Bhopal
Electro Protection Services, India
Corrtech
Nippon Corrosion, Japan

342

OIL & GAS SBU

SPURLINES OF DADRI BAWANANANGAL PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


TEMPORARY CATHODIC
PROTECTION

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0002

Page 15 of 15
REVISION 0

APPENDIX-I
Sheet 2 of 2
4)

Portable Reference Cell

MC Miller (USA)

5)

Permanent Reference Cell

Corrtech, Consultech, MC Miller, CCS, CPES, CTS

6)

AC/ DC, DC/DC Operated


Automatic Transformer
Rectifier Unit

M/s Raychem, M/s Kriston systems

7)

Thermit Weld

M/s Erico, USA, M/s Cad Weld

8)

Pin Brazing

M/S SAFE TRACK M/S BAC, UK

9)

Digital Multimeter
Equivalent(3.5 digit)

MOTWANE, MODEL DM-375,Fluke,Yokagova or

10)

CTSU

M/s Kriston systems, M/s Veriteq, M/s Cimcon, M/s NC


Miller USA

11)

Solid state polaristation cell :

12)

Backup Agency for doing


CIPL / interference survey

M/s Dairyland, M/s Corrpro systems


M/s Metricorr, Denmark

1) PLE Germany
2) Vendor Velde
3) Nippon Japan
4) Balslev, Denmark
5) SSS, India
6) SSS, Germany

343

Annexure-II
to
Particular Job Specification

(CORROSION MONITORING SYSTEM WORKS)

344

JOB SPECIFICATION
FOR
CORROSION MONITORING SYSTEM

SPURLINES OF DADRI BAWANA - NANGAL (DBNPL)


PIPELINE PROJECT
SAHARANPUR-ROORKEE-HARIDWAR& LUDHIYANA-JALANDHAR SPUR LINES
24/16/8

DOCUMENT No. - MEC/23M9/05/E9/E/000/0001, R-0

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
345

OIL & GAS SBU

SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


CORROSION
MONITORING SYSTEM

DOCUMENT NO.

Page 1 of 10

MEC/23M3/05/E9/E/000/0001

REVISION 0

CONTENT
SL. NO.

DESCRIPTION

INTRODUCTION

GENERAL

SCOPE OF WORK

SPECIFICATION

INSPECTION & TESTING

PAINTING, MARKING & SHIPMENT

SPARE & ACCESSORIES

DOCUMENTATION TO BE PROVIDED BY
VENDOR

GUARANTEE

10

SUGGESTED VENDOR LIST

346

OIL & GAS SBU

SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE PROJECT

GAIL (India) Ltd


TITLE

1.0

MECON LTD, DELHI


CORROSION
MONITORING SYSTEM

DOCUMENT NO.

Page 2 of 10

MEC/23M3/05/E9/E/000/0001

REVISION 0

GENERAL
Introduction
The intent of this specification is to define the requirements of Corrosion Monitoring System
(CMS). Tenderer's scope of work includes design, fabrication, manufacture, testing,
packing, delivery at site, installation, earthing, testing & commissioning of the complete
Corrosion Monitoring System to be installed in locations as indicated below of Spurlines of
Dadri Bawana - Nangal Pipeline (DBNPL) Project as per enclosed specification, data
sheets and SOR.
The corrosion monitoring system will be used to establish the internal corrosion profile of
pipelines using Electrical Resistance(ER) corrosion probes, transmitter-receiver (corrosion
meter) & Corrosion Coupons in conjunction with other inspection techniques.

1.1

Standards

1.1.1

The equipment/material shall be in conformity with this specifications, data sheet and code
of practices of the relevant Bureau of India Standards, IEC & NACE publications. In case of
any conflict, the stipulations under this specification/data sheet shall govern.

1.2

Site Conditions
The equipment offered and the installation shall be suitable for continuous operation under
the following site conditions.
Max. / Min temperature
Max. Relative humidity
Altitude
Atmosphere

:
:
:
:

0
0
50 C/2 C
98 %
less than 1000 m above MSL
To withstand site conditions
(Humid & Heavy Rainfall during Monsoon)

2.0

SCOPE

2.1

SCOPE OF DESIGN & ENGINEERING

2.1.1

Submission of drawings, QAP, specification, equipment selection criteria & manuals for
approval. Preparation of site engineering drawings and details for installation works
wherever applicable or required by the Engineer-in-charge, and submits to the Engineer-incharge for review/Approval.

2.1.2

Correction, updating and submission of all Owners drawings for as-built status.

2.2

LOCATIONS OF ER PROBE & CORROSION COUPONS

P&IP No.- MEC/23M9/05/21/M/001/1001 (Total Sheet 9)

347

OIL & GAS SBU

SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE PROJECT

GAIL (India) Ltd


TITLE

Location

MECON LTD, DELHI


CORROSION
MONITORING SYSTEM

Location/
Line No.

(SECTION I)

Despatch
terminal at
Ludiana
(Ch.0.0km)

Receiving
terminal at
Jalandhar
(Ch.80.00km)

Location

24"-P-06-0615D1A

24"-P-07-0702D1A

Location/
Line No.

(SECTION II)

Despatch
terminal
Saharanpur
(CH 00.00)

Receiving
terminal at
Haridwar
(CH 55.00)

16"-P-01-0112D1A

16"-P-02-0202D1A

DOCUMENT NO.

Page 3 of 10

MEC/23M3/05/E9/E/000/0001

REVISION 0

Fluid Flow

Pressure

Temp.

Thickness

MMSCMD

bar (g)

mm

1.47

0.87

98

98

-29 to 65

-29 to 65

6.4, 7.1,
8.7 & 11.1
mm for X70
6.4, 7.9 &
9.5 mm for
X-80
9.5, 11.1,
12.7 & 15.9
mm for X70
8.7, 9.5
,11.1& 14.3
mm for X80

Fluid Flow

Pressur
e

Temp.

Thickness

MMSCMD

bar (g)

mm

2.7

0.53

98

98

-29 to 65

-29 to 65

6.4, 7.1, 8.7


& 11.1 mm
for X-70
6.4, 7.9 &
9.5 mm for
X-80
9.5, 11.1,
12.7 & 15.9
mm for X70
8.7, 9.5
,11.1& 14.3
mm for X80

Description of
CMS

a)
b)
c)

d)

a)
b)
c)

d)

Corrosion Probe
Corrosion
Transmitter
Receiver
(corrosion
meter)
Corrosion
Coupon
Corrosion Probe
Corrosion
Transmitter
Receiver
(corrosion
meter)
Corrosion
Coupon

Description of
CMS

a) Corrosion Probe
b) Corrosion
Transmitter
c) Receiver
(corrosion
meter)
d) Corrosion
Coupon
e) Corrosion Probe
f) Corrosion
Transmitter
g) Receiver
(corrosion
meter)
h) Corrosion
Coupon

Note: The above data is indicative only. The contractor shall get the necessary data from the
Owner/MECON before placing the order to the manufacturer of CMS system.

348

OIL & GAS SBU

SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE PROJECT

GAIL (India) Ltd


TITLE

2.3

MECON LTD, DELHI


CORROSION
MONITORING SYSTEM

DOCUMENT NO.

Page 4 of 10

MEC/23M3/05/E9/E/000/0001

REVISION 0

SCOPE OF SUPPLY INSTALLATION, TESTING & COMMISSIONING


Following electrical equipment and material are in the contractors scope of supply in this
tender.
Design, engineering, supply of all materials, preservation at site, fabrication, assembly,
erection/installation, testing, commissioning, guarantee, performance evaluation/test at site,
preparation of technical data sheet, Training the client personnel, submission of first
trial/commissioning reports and engineering drawings and obtaining approval from GAIL /
MECON for Corrosion Monitoring System as per system description, drawing, specification,
standards etc enclosed with the tender document and as per direction of Engineer-incharge. All the supplied items shall be from a single approved manufacturer. The ER probes
and coupons shall be installed at suitable position on the pipeline. However, if required a
minimum gap of 1.5 meters below the pipeline for retrieval of the ER probes and coupons
shall be provided. Necessary construction of concrete pit shall be provided.

2.3.1

MATERIALS AND SCOPE OF SUPPLY


The scope of supply shall consist as minimum requirement of the following components:

i)
a)

ER PROBE, TRANSMITTER AND ACCESS FITTING ASSEMBLY FOR ER PROBES


ER Probe: Total Quantity = 08 Nos.(1W+1S) One working & one standby for location as
given above.
ER Probes shall be high-pressure retrievable type, flush mounted, body in SS316 with
element of carbon steel for installation with high-pressure hollow plug access fitting
assembly. The probe shall be suitable for measurement of corrosion rate in the range of 010 mpy. The probe element shall be same carbon steel of pipeline (API 5L X-80/X-70) and
element thickness of 10 mils.
Probe life shall be at least 2 yrs. at 1 to 2.5 mpy corrosion rate.
Probe length is to be decided by the vendor as the pipe size varies from location to location.

b)

Transmitter: Total Quantity: 04 Nos. Panel Mounted Transmitters: Four no. for locations as
given above. The transmitter shall be panel mounted. The transmitter shall have valid
intrinsically safety certificate from authorized certifying agency for use in Hazardous area as
specified in design basis.
Type 2 wire
IP-66
Input- ER probe
Output- 4-20 mA
Cable lead- 5 for ER probe connection and as required for connection to receiver
(corrosion meter in control room).
Power Supply-24 VDC from receiver unit
Mounting-At site near probe by bracket/ yoke support
-Intrinsically safe
-With safety barrier between transmitter and receiver.

349

OIL & GAS SBU

SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE PROJECT

GAIL (India) Ltd


TITLE

c)

MECON LTD, DELHI


CORROSION
MONITORING SYSTEM

DOCUMENT NO.

Page 5 of 10

MEC/23M3/05/E9/E/000/0001

REVISION 0

Access Fitting Assembly for ER Probe Total Quantity: 04 Nos. : Four No. for ER Probes
at locations as given above: The access fitting shall be of 2 NB, 5.25 height, flare weld
Access Fitting Assembly (non-tee), body carbon steel, and acme thread outlet with hollowplug assembly in AISI-316 along with heavy duty protective C.S. cover complete with
0

essential spare. Rating 6000 psi and suitable up to design temperature of -29 to 65 C.
ii)

CORROSION COUPONS:

a)

Corrosion Coupon: Total Quantity- 20 Nos. The corrosion coupons shall be mild Steel
flush disc coupons 1.25 dia. x 1/8 thickness with one mounting hole of ID 0.312- The
corrosion coupon shall be made of pipeline material (API 5L X-80/X-70). The corrosion
coupon would be replaced in every 45 days, after exposure to the fluid in the pipeline.

b)

Coupon Holder: Total Quantity: 04 Nos.: Four Nos. for locations as mentioned above. The
coupon holder shall be retrievable type made of SS 316.

c)

Access Fitting Assembly for Corrosion Coupons Total Quantity 04 Nos.: Four Nos.
for locations as mentioned above.
2 NB, 5.25 height, flare weld Access fitting Assembly (non-tee), body carbon steel, acme
thread outlet with solid plug assembly in AISI-316, along with heavy duty protective C.S.
cover complete with essential spare. Rating 6000 psi

iii)

RECEIVER (CORROSION METER): Total Quantity: 04 Nos. for ER probes, for locations as
mention above connected to UPS (Uninterrupted Power Supply)
-

Resolution: 0.1 mpy or 0.01 mil


Measurement repeatability: 1 dial division
Measurement range: 0-10 mpy

Design Temperature -29 C to 65 C


Complete with suitable safety barrier and two cable of required length between
transmitter and receiver (corrosion meter), operation and maintenance manual. Receiver (corrosion meter) shall be installed in the control room. Approximate
minimum distance of 250 meters between control room and field transmitter shall be
considered. -Owner will provide 220V power supply for this unit. The unit shall be
suitable to provide 24VDC supply for powering the transmitter is 4-20 mA loop
through the two wire cable.
The unit shall receive 4-20 mA signal proportional to corrosion rate in mils per year
(MPY) from the transmitter through the same two-wire cable and provide digital
display of corrosion rate through the same two-wire cable. 4-20 mA signal shall also
be available from the transmitter-receiver (corrosion meter) for interfacing with
DCS/SCADA.
The receiver (corrosion meter) shall have valid intrinsically safe certificate from
authorized certifying agency.

iv)

RETRIEVER KIT-Total Quantity 04 No, Four set-complete with repair and seal kit for ER
probes & coupon holders Rating: 6000 psi.
The retriever shall be manufactured from stainless steel and should have chromium plating
for resistance to mechanical / corrosion damage at high pressure. Retriever, shall works on

350

OIL & GAS SBU

SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


CORROSION
MONITORING SYSTEM

DOCUMENT NO.

Page 6 of 10

MEC/23M3/05/E9/E/000/0001

REVISION 0

a pressure-balanced principle i.e. sudden released of pressure from the system, the
retriever will not telescope.
v)

SERVICE VALVE KIT: Total Quantity 04 set


Service valve kit, complete with blanking plug, extension lever, brass hammer, spare faceto-access fitting O-ring, heavy duty field service box, essential repair & seal kit.
Retriever & service valve kit shall be designed for operation on all locations for ER probe
and coupons.

3.0

SPECIFICATION
Technical Requirements
The electrical resistance (ER) probes and corrosion coupons to be installed at the location
as mentioned above shall be retrievable from the line under the operating pressure and
temperature. The ER probes & coupons shall be flush mounted on the pipeline at suitable
position. All the materials in contact with fluid shall be in accordance with NACE Standard
MR-0175. Pipeline inlet pressure may vary according to pipeline pressure drop due to
different flow rate, the corrosion monitoring system shall be suitable for operation under this
fluctuating pressure conditions.

4.0

INSPECTION AND TESTING

4.1

All the equipment supplied by the contractor shall be inspected by the Owner and/or their
inspection agency at the manufacturers works prior to despatch. The equipment will be
inspected as per the tests pre-identified in the approved QAP to ensure conformity of the
same with relevant approved drawings, data sheets, specifications, National/International
standards.

4.2

Performance tests of any equipment which cannot be conducted/ demonstrated either


partially of wholly at the manufacturers work, shall be conducted after erection at site in the
presence of Owner & their inspection agency. In all the cases, prior approval of the approval
shall be obtained.

4.3

In case of waiver category of items, the same shall be pre identified. For such items, the
contractor shall furnish necessary certificates, test reports etc for Review/Approval to
Owner/Inspection agency. The issue of Inspection Certificate/Waiver Certificate for any
equipment or component there of does absolve the contractor from his contractual
obligations towards subsequent satisfactory performance of the equipment at site. Should
any equipment be found defective, In whole or part thereof after receipt at site or during
erection/commissioning and testing shall be Rectified/Changed by contractor free of cost.

4.4

In case of waiver category of items, the manufacturer shall carry out stage wise inspection
and testing as per relevant standard codes and service requirements of the specification, for
all items of his work prior to shipment. The Manufacturer/contractor shall submit stage wise
inspection documents for review/Approval to the Owner/MECON. Manufacturers third party
inspectors test certificates for finished items in printed format must be sent with the
despatch paper of all supply items.

4.5

Contractor shall submit test plan for the equipments with four week advance notice.

351

OIL & GAS SBU

SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


CORROSION
MONITORING SYSTEM

DOCUMENT NO.

Page 7 of 10

MEC/23M3/05/E9/E/000/0001

REVISION 0

4.6

The performance evaluation of corrosion monitoring system during commissioning shall be


calibrated as per manufacturers instruction for a period required for a complete cycle of
parcel of materials being transported such as crude oil in the pipeline. The contractor shall
record and tabulate the corrosion rates at known location of pipelines and submit to owner/
PMC along with their comments. The CMS system generated data should not vary over
abnormally wide range. CPBG (Contractors, Performance, Bank Guarantee) shall be
released based on performance evaluation.

5.0

PAINTING, MARKING & SHIPMENT

5.1

All items shall be painted and marked as per manufacturers standard before shipment. All
items shall be properly packed and protected to avoid damage during shipment. The
manufacturer shall ensure insurance during shipment. If any equipment found defective, In
whole or part thereof after receipt at site or during shipment/erection/commissioning and
testing shall be rectified/changed/supplied by contractor free of cost.

6.0

SPARE & ACCESSORIES


The manufacturer shall supply required spare and accessories for 2 years operation.
Manufacturer shall submit un-priced list of 2 Year O&M spares.

7.0

GUARANTEE
The vendor shall guarantee for quality, integrity and standard of all monitoring instrument
and accessories for two years from the date of commissioning / as per commercial clause
given in the tender document elsewhere.

8.0

OTHER MISCELLANEOUS WORKS

8.1

Preparation of buried cable trenches, including, back filling, compacting providing of brick
protection by second-class bricks, spreading of fine river sand, including all supplies.

8.2

The job includes repairing of all civil works damaged during installation of complete CMS
facilities.

8.3

The scope of work under this contract shall be inclusive of breaking of walls, floors and
chipping of concrete foundations necessary for the installation of equipment, materials, and
making good of the same.

8.4

Minor modifications wherever required to be done in the owner free supplied equipments /
devices to enable cable entry, termination etc.

8.5

Sealing of opening made in the walls / floors for cables trays, cables, bus ducts, etc using
acceptable practice and standards.

8.6

Supply and installation of all other accessories not specifically mentioned herein, but never
the less necessary for completion of the job.

352

OIL & GAS SBU

SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE PROJECT

GAIL (India) Ltd


TITLE

9.0

MECON LTD, DELHI


CORROSION
MONITORING SYSTEM

DOCUMENT NO.

Page 8 of 10

MEC/23M3/05/E9/E/000/0001

REVISION 0

AREA CLASSIFICATION
Hydrocarbon handling areas have been generally classified as zone 1, gas group IIA/IIB as
per IS: 5572, API RP-500, OISD - 113 and IP Rules. All equipments to be installed in these
areas shall be suitable for the area classification with temperature class T3 (200C), CMRI
testing and approved by CCOE, DGFAS and having BIS license.

10.0

JOB SPECIFICAITONS

10.1

Various works covered under this contract like equipment erection, cabling and grounding
works etc shall be performed in accordance with specifications/ standard practice attached
with this tender.

10.2

The equipments/materials to be supplied by the contractor shall conform to the


requirements of the applicable specifications enclosed in the tender document.

10.3

Price of erection & commissioning spares and special tools shall be included in the quoted
price by the bidder.

10.4

The above location & no of ER probes, corrosion coupons, Transmitters & Receivers,
Service valve kit, Access Fitting Assembly for probe & coupon, Retriever Kit etc is indicative
(Only for tender purpose), Actual no. of these equipments & their location may changed
according to site condition/in detail engineering, Contractor shall provided these changed
no. of quantities as per unit price quoted in SOR.

11.0

MAKES OF EQUIPMENTS AND MATERIALS


Suggested vendor list for CMS system enclosed with this specification. (See annexure-I)

12.0

DOCUMENTATION

1.1

Drawings and design documents

1.1.1

The following documents shall be submitted along with the offer:


a)
b)
c)
d)
e)

1.1.2

CMS equipments data sheets


Equipment selection criteria & drawings
QAP
List of two years operation and maintenance spare
Catalogues for various equipments in CMS system

The following drawings (in three sets) & documents shall be submitted for approval within
3 weeks of award of contract.
a)
b)
c)
d)
e)
f)
g)

Procedures for installation, testing & commissioning of CMS system.


Data sheets of all component of CMS system
Equipment selection criteria & drawings (part no, material etc)
QAP
List of two years operation and maintenance spare for retriever and service valve kit.
Catalogues for various equipments in CMS system
O&M manuals of various equipments of CMS system

353

OIL & GAS SBU

SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


CORROSION
MONITORING SYSTEM

h)
i)

DOCUMENT NO.

Page 9 of 10

MEC/23M3/05/E9/E/000/0001

REVISION 0

Intrinsically safe certificates with catalogue wherever applicable


Third party inspection, calibration certificates & manufacturer stage wise inspection
and testing for all the finished items

13.0

DRAWINGS AND DATA SHEET

13.1

Contractor shall submit drawings and data sheet as enumerated in this specification of the
equipments / materials to be supplied.

13.2

After the job completion, contractor shall prepare AS-BUILT drawings and documents,
submit catalogues/manuals (O&M), datasheets, test certificates of major brought out items
like Transmitter & receiver, Service valve kit, Retriever service valve, Access fittings, service
valve kit etc of CMS system. Final certified as built drawings, documents and manuals etc
shall be submitted by the contractor to owner in bound volume with one set in soft copy (CD)
plus five sets of prints & One set to MECON.

354

OIL & GAS SBU

SPURLINES OF DADRI BAWANA NANGAL (DBNPL) PIPELINE PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


CORROSION
MONITORING SYSTEM

DOCUMENT NO.
MEC/23M3/05/E9/E/000/0001

Page 10 of 10
REVISION 0

Annexure-I

SUGGESTED VENDOR LIST FOR CMS SYSTEM


The corrosion monitoring items shall be procured from one of the following manufactures:
1) Rohrback Cosasco System, USA
2) Metal Sapmples, USA
3) Cormon, UK.
4) Corrocean, Norway
5) Caproco International Ltd., UK
All the components including spares shall be purchased from a single manufacturer.

355

Annexure-III
to
Particular Job Specification

(CIVIL & STRUCTURAL WORKS)

356

1.0

CIVIL & STRUCTURAL WORKS

I)

General
The scope of work to be performed under this contract shall include complete civil
and steel structural works as per plans, equipment layout, drawings & technical
specifications for the various GAIL Terminals:
Based on the location and type of terminal to be constructed, the scope has been
sub divided into four sections viz: Section 1 and Section 2.
The terminals and tap off to be constructed are as follows:
SECTION-1
i)
ii)
iii)
iv)

v)

Tap-off at IP Station 4 of BNPL at Ludhina dispatch Terminal at Ch. 295.0


Km..
SV Station-1 at Chainage 24.0 Km.
Tap-off for Consumers at Chainage 25.0 Km.
Four SV Stations in Ludhiana To Jalandhar Spur Pipe line viz. SV-2, SV3,
SV-4 and SV-5 at Chainages 42.0 Km, 44 Km., 60 Km. & 76.0 Km Chainages
respectively.
1 Nos. Receiving Terminal at Jalandhar at Chainages Ch. 80.0 Km.

SECTION-2
i)
ii)
iii)
iv)
v)
vi)
vii)
II)

Ludhiana To Jalandhar Spur Pipe line

Saharanpur to Haridwar and consumer lines.

Tap-off from Despatch Terminal at SV-3 at Saharanpur at Chainage 115.0


Km of existing BNPL Project.
SV-1 & SV-2 at chainages 24.0 Km and 34 Km.
SV-3 cum tap off for Roorki city.at Chainage 39.0 Km.
2 Nos. Sectionalizing Valve Station SV-4, SV-5 at Chainages 45.0 Km and
47.0 Km.
Tap off for Power Plant at Chainage 52.0 Km.
Receiving cum Distribution Network Terminal at Haridwar at chainage 64.0
km.
Three nos. Sectionalizing Valve Station SV-1, SV-2 and SV-3 at chainages
3.70 Km , 4.2 Km and 6.0 Km respectively in Haridwar to BHEL pipeline.
Scope of Supply
Contractor shall procure & supply to site all the materials including cement,
reinforcing steel, steel sections/plates, pipes, barbed wire, Chain link fencing,
chequered plate, mesh and other accessories, other masonry materials,
bitumen/asphalt, admixtures & bonding agents, sealants, kerb stones, pavior
block, sand and boulder etc., and any other construction material/item
required to complete the civil & structural works.
All costs towards testing/inspection of materials/goods shall be borne by the
Contractor. No materials/items shall be supplied by the Owner (except anchor
bolts & base plates for free issue items).

III)

Site Work
Complete construction work including supply of labour, construction
materials, construction equipment, survey, tools & tackles, dismantling &
Page 1 of 21

357

modification/strengthening, supervision, testing etc. required to complete all


the structures, foundations, roads, drains, pavements, finishes, supply,
fabrication, erection of steel structures, chain link fencing, painting, including
site grading/earthwork in cutting & filling etc. as specified and required to
complete the civil & road works in all respect.
(All enabling works e.g. construction water tank, casting/fabrication yard,
electricity, site stores & office, safety and security measures, coordination
with other contractors working at site etc. shall be Contractors responsibility.
Special permits to such as Hot Permit, Fire Safety Permit to work at
existing despatch terminal shall be contractors responsibility.)
IV)

Scope of Work
The scope of work shall be broadly, but not limited to, the following:

SECTION-1
1

SV-1 Cum Tap-off Point for Ludhiana at Chainage 25.0 Km.


a)
b)
c)

d)
e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
2.

Site grading of the plot including plot development of size


approximately ( 80 m X 80 m ) by cutting.
Turfing of non paved/constructed areas as specified.
Construction of a 3 m high boundary wall with brick masonry walls,
PCC coping. 0.6 m high Y Angle posts with Barbed wire fencing and
an entrance gate of Mild Steel sections.
Sand filling as and where shown in drawings.
Earth filling in embankments for external roads wherever required with
provision of RCC Culverts/ Pipe Culvert.
Construction of Control room building of size approx. 37 m x 12.0 m
(approx).
Construction of Guard room of size approx. 3.0 m x 2.5 m.
150 mm thick RCC pavement in process area with RCC supports for
pipe / equipment if required.
150 mm thick RCC pavement for all external / internal roads, if
required.
Independent RCC foundations for pipe supports, Equipment,
Crossovers foundations etc.
Steel structures Valve Operating Platforms and Crossovers.
Pipe & Valve support and their foundations.
Grouting of all base plates/frames of equipment foundations and
structural bases.
Clearing all construction debris and handing over completed work site.
Any other work not specifically mentioned but required to make the
terminal functional.
Marking as-built details/drawings on one set of construction drawings
and return to owner.

Proposed SV Stations with Control Room (2 Nos)


a)
b)
c)

Site grading of the plot including plot development of size


approximately ( 60 m X 60 m ) by cutting.
Filling good/borrow earth approx. 1.0 m if required.
Turfing of non paved/constructed areas as specified.
Page 2 of 21

358

d)
e)
f)

g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)
u)

v)
w)
x)
y)
z)
aa)
3.

Sand filling as and where shown in drawings.


Earth filling in embankments for external roads wherever required with
provision of RCC Culverts/ Pipe Culvert.
Construction of a 3 m high boundary wall with brick masonry walls,
PCC Coping. 0.6 m high Y Angle posts with Barbed wire fencing and
an entrance gate of Mild Steel sections.
Construction of Control room building of size approx. 18 m x 8.0 m
(approx).
Construction of Guard room of size approx. 6.5 m x 4.0 m.
Construction of Electrical transformer room of size approximately 5.0
m x 5.0 m.
Construction of Septic Tank along with Soak Pit.
Construction of Water supply system (Hand Pump etc.)
Construction of Valve Pit.
Supply, Fabrication and Erection of Mild Steel Gate in boundary wall
Steel structures Valve Operating Platforms and Crossovers.
Pipe & Valve support and their foundations
150 mm thick RCC pavement for all external / internal roads.
80 mm thick PCC pavior block over sand cushion over ground / on a
PCC base at locations as specified.
Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk
PCC base as specified.
Independent RCC foundations for pipe supports, foundations etc.
Storm water drainage system in RCC / brick drains with complete civil
works as per requirement.
RCC cable trenches: complete civil works for cable trench including
providing inserts, conduits (GI, PVC or HDPE etc.) and MS Chequred
cover plate/ Pre cast concrete covers as per requirement.
Grouting of all base plates/frames of equipment foundations and
structural bases.
Provision of all inserts, conduits, pre-cast covers, fixing of free issue
items into permanent works etc.
Clearing all construction debris and handing over completed work site.
Any other work not specifically mentioned but required to make the
terminal functional.
Provision of Chain link fencing and gate around transformer.
Marking as-built details/drawings on one set of construction drawings
and return to owner.

Proposed SV Stations without Control Room (3 Nos)


a)
b)
c)
d)
e)
f)

g)
h)
i)

Site grading of the plot including plot development of size


approximately ( 60 m X 60 m ) by cutting.
Filling good/borrow earth approx. 1.0 m if required.
Turfing of non paved/constructed areas as specified.
Sand filling as and where shown in drawings.
Earth filling in embankments for external roads wherever required
with provision of RCC Culverts/ Pipe Culvert.
Construction of a 3 m high boundary wall with brick masonry walls,
PCC Coping. 0.6 m high Y Angle posts with Barbed wire fencing
and an entrance gate of Mild Steel sections.
Construction of Guard room of size approx. 6.5 m x 4.0 m.
Construction of Electrical transformer room of size approximately 5.0
m x 5.0 m.
Construction of Septic Tank along with Soak Pit.
Page 3 of 21

359

j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)

u)
v)
w)
x)
y)
z)
4.

Construction of Water supply system (Hand Pump etc.)


Construction of Valve Pit.
Supply, Fabrication and Erection of Mild Steel Gate in boundary wall.
Steel structures Valve Operating Platforms and Crossovers.
Pipe & Valve support and their foundations.
150 mm thick RCC pavement for all external / internal roads.
80 mm thick PCC pavior block over sand cushion over ground / on a
PCC base at locations as specified.
Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk
PCC base as specified.
Independent RCC foundations for pipe supports, foundations etc.
Storm water drainage system in RCC / brick drains with complete
civil works as per requirement.
RCC cable trenches: complete civil works for cable trench including
providing inserts, conduits (GI, PVC or HDPE etc.) and MS
Chequred cover plate/ Pre cast concrete covers as per requirement.
Grouting of all base plates/frames of equipment foundations and
structural bases.
Provision of all inserts, conduits, pre-cast covers, fixing of free issue
items into permanent works etc.
Clearing all construction debris and handing over completed work
site.
Any other work not specifically mentioned but required to make the
terminal functional.
Provision of Chain link fencing and gate around transformer.
Marking as-built details/drawings on one set of construction drawings
and return to owner.

Gas Receiving Terminal at Jalandhar


a)
b)
c)
d)

e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)

Site grading of the plot including plot development of size


approximately ( 100 m X 100 m ) by cutting.
Filling good/borrow earth approx. 1.0 m if required.
Turfing of non paved/constructed areas as specified.
Construction of a 3 m high boundary wall with brick masonry walls,
PCC coping. 0.6 m high Y Angle posts with Barbed wire fencing and
an entrance gate of Mild Steel sections.
Sand filling as and where shown in drawings.
Earth filling in embankments for external roads wherever required with
provision of RCC Culverts/ Pipe Culvert.
Construction of a Valve pit if required.
Construction of Control room building of size approx. 37.0 m x 16.0 m.
Construction of Guard room of size approx. 3.5 m x 2.5 m.
Construction of Electrical transformer room of size approximately 5.0
m x 5.0 m.
Construction of Septic Tank along with Soak Pit.
Construction of Water supply system (Bore Well with Pump etc.)
150 mm thick RCC pavement in process area with RCC supports for
pipe / equipment.
Supply, Fabrication and Erection of Mild Steel Gate
Steel structure Valve Operating Platforms and Crossovers.
Pipe & Valve support and their foundations.
150 mm thick RCC pavement for all external / internal roads.
80 mm thick PCC pavior block over sand cushion over ground / on a
PCC base at locations as specified.
Page 4 of 21

360

s)
t)
u)
v)

w)
x)
y)
z)

aa)

Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk
PCC base as specified.
Independent RCC foundations for pipe supports, Equipment,
Crossovers foundations etc.
Storm water drainage system in RCC / brick drains with complete civil
works as per requirement.
RCC cable trenches: complete civil works for cable trench including
providing inserts, conduits (GI, PVC or HDPE etc.) and MS Chequred
cover plate/ Pre cast concrete covers as per requirement.
Grouting of all base plates/frames of equipment foundations and
structural bases.
Provision of all inserts, conduits, pre-cast covers, fixing of free issue
items into permanent works etc
Clearing all construction debris and handing over completed work site.
Any other work not specifically mentioned but required to make the
terminal functional. Provision of Chain link fencing and gate around
transformer.
Marking as-built details/drawings on one set of construction drawings
and return to owner.

SECTION-2
1.

Proposed SV Stations with Control Room (2 Nos)


a)
b)
c)
d)
e)
f)

g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)

Site grading of the plot including plot development of size


approximately ( 60 m X 60 m ) by cutting.
Filling good/borrow earth approx. 1.0 m if required.
Turfing of non paved/constructed areas as specified.
Sand filling as and where shown in drawings.
Earth filling in embankments for external roads wherever required with
provision of RCC Culverts/ Pipe Culvert.
Construction of a 3 m high boundary wall with brick masonry walls,
PCC Coping. 0.6 m high Y Angle posts with Barbed wire fencing and
an entrance gate of Mild Steel sections.
Construction of Control room building of size approx. 18 m x 8.0 m
(approx).
Construction of Guard room of size approx. 6.5 m x 4.0 m.
Construction of Electrical transformer room of size approximately 5.0
m x 5.0 m.
Construction of Septic Tank along with Soak Pit.
Construction of Water supply system (Hand Pump etc.)
Construction of Valve Pit.
Supply, Fabrication and Erection of Mild Steel Gate in boundary wall
Steel structures Valve Operating Platforms and Crossovers.
Pipe & Valve support and their foundations
150 mm thick RCC pavement for all external / internal roads.
80 mm thick PCC pavior block over sand cushion over ground / on a
PCC base at locations as specified.
Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk
PCC base as specified.
Independent RCC foundations for pipe supports, foundations etc.
Storm water drainage system in RCC / brick drains with complete civil
works as per requirement.

Page 5 of 21

361

u)

v)
w)
x)
y)
z)
aa)

2.

RCC cable trenches: complete civil works for cable trench including
providing inserts, conduits (GI, PVC or HDPE etc.) and MS Chequred
cover plate/ Pre cast concrete covers as per requirement.
Grouting of all base plates/frames of equipment foundations and
structural bases.
Provision of all inserts, conduits, pre-cast covers, fixing of free issue
items into permanent works etc.
Clearing all construction debris and handing over completed work site.
Any other work not specifically mentioned but required to make the
terminal functional.
Provision of Chain link fencing and gate around transformer.
Marking as-built details/drawings on one set of construction drawings
and return to owner.

Proposed SV Stations without Control Room (7 Nos)


a)
b)
c)
d)
e)
f)

g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)

u)
v)
w)
x)
y)

Site grading of the plot including plot development of size


approximately ( 60 m X 60 m ) by cutting.
Filling good/borrow earth approx. 1.0 m if required.
Turfing of non paved/constructed areas as specified.
Sand filling as and where shown in drawings.
Earth filling in embankments for external roads wherever required with
provision of RCC Culverts/ Pipe Culvert.
Construction of a 3 m high boundary wall with brick masonry walls,
PCC Coping. 0.6 m high Y Angle posts with Barbed wire fencing and
an entrance gate of Mild Steel sections.
Construction of Guard room of size approx. 6.5 m x 4.0 m.
Construction of Electrical transformer room of size approximately 5.0
m x 5.0 m.
Construction of Septic Tank along with Soak Pit.
Construction of Water supply system (Hand Pump etc.)
Construction of Valve Pit.
Supply, Fabrication and Erection of Mild Steel Gate in boundary wall.
Steel structures Valve Operating Platforms and Crossovers.
Pipe & Valve support and their foundations.
150 mm thick RCC pavement for all external / internal roads.
80 mm thick PCC pavior block over sand cushion over ground / on a
PCC base at locations as specified.
Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk
PCC base as specified.
Independent RCC foundations for pipe supports, foundations etc.
Storm water drainage system in RCC / brick drains with complete civil
works as per requirement.
RCC cable trenches: complete civil works for cable trench including
providing inserts, conduits (GI, PVC or HDPE etc.) and MS Chequred
cover plate/ Pre cast concrete covers as per requirement.
Grouting of all base plates/frames of equipment foundations and
structural bases.
Provision of all inserts, conduits, pre-cast covers, fixing of free issue
items into permanent works etc.
Clearing all construction debris and handing over completed work site.
Any other work not specifically mentioned but required to make the
terminal functional.
Provision of Chain link fencing and gate around transformer.

Page 6 of 21

362

z)

3.

Gas Receiving Terminal at Haridwar.


a)
b)
c)
d)

e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)
u)
v)

w)
x)
y)
z)

aa)
4.

Marking as-built details/drawings on one set of construction drawings


and return to owner.

Site grading of the plot including plot development of size


approximately ( 100 m X 100 m ) by cutting.
Filling good/borrow earth approx. 1.0 m if required.
Turfing of non paved/constructed areas as specified.
Construction of a 3 m high boundary wall with brick masonry walls,
PCC coping. 0.6 m high Y Angle posts with Barbed wire fencing and
an entrance gate of Mild Steel sections.
Sand filling as and where shown in drawings.
Earth filling in embankments for external roads wherever required with
provision of RCC Culverts/ Pipe Culvert.
Construction of a Valve pit if required.
Construction of Control room building of size approx. 37.0 m x 16.0 m.
Construction of Guard room of size approx. 3.5 m x 2.5 m.
Construction of Electrical transformer room of size approximately 5.0
m x 5.0 m.
Construction of Septic Tank along with Soak Pit.
Construction of Water supply system (Bore Well with Pump etc.)
150 mm thick RCC pavement in process area with RCC supports for
pipe / equipment.
Supply, Fabrication and Erection of Mild Steel Gate
Steel structure Valve Operating Platforms and Crossovers.
Pipe & Valve support and their foundations.
150 mm thick RCC pavement for all external / internal roads.
80 mm thick PCC pavior block over sand cushion over ground / on a
PCC base at locations as specified.
Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk
PCC base as specified.
Independent RCC foundations for pipe supports, Equipment,
Crossovers foundations etc.
Storm water drainage system in RCC / brick drains with complete civil
works as per requirement.
RCC cable trenches: complete civil works for cable trench including
providing inserts, conduits (GI, PVC or HDPE etc.) and MS Chequred
cover plate/ Pre cast concrete covers as per requirement.
Grouting of all base plates/frames of equipment foundations and
structural bases.
Provision of all inserts, conduits, pre-cast covers, fixing of free issue
items into permanent works etc
Clearing all construction debris and handing over completed work site.
Any other work not specifically mentioned but required to make the
terminal functional. Provision of Chain link fencing and gate around
transformer.
Marking as-built details/drawings on one set of construction drawings
and return to owner.

Tap-off Point for Power Plant.


q)

Site grading of the plot including plot development of size


approximately ( 40 m X 40 m ) by cutting.
Page 7 of 21

363

r)
s)

t)
u)
v)
w)
x)
y)
z)
aa)
bb)
cc)
dd)
2.0

Turfing of non paved/constructed areas as specified.


Construction of a 3 m high boundary wall with brick masonry walls,
PCC coping. 0.6 m high Y Angle posts with Barbed wire fencing and
an entrance gate of Mild Steel sections.
Sand filling as and where shown in drawings.
Earth filling in embankments for external roads wherever required with
provision of RCC Culverts/ Pipe Culvert.
150 mm thick RCC pavement in process area with RCC supports for
pipe / equipment if required.
150 mm thick RCC pavement for all external / internal roads, if
required.
Independent RCC foundations for pipe supports, Equipment,
Crossovers foundations etc.
Steel structures Valve Operating Platforms and Crossovers.
Pipe & Valve support and their foundations.
Grouting of all base plates/frames of equipment foundations and
structural bases.
Clearing all construction debris and handing over completed work site.
Any other work not specifically mentioned but required to make the
terminal functional.
Marking as-built details/drawings on one set of construction drawings
and return to owner.

Preamble to Schedule of Quantities


The Preamble to Schedule of Items is an integral part of the schedule of
quantities and rates and this is to be considered incorporated into the
description of items themselves. The Contractors rate for any item of work in
the schedule of item shall, unless stated otherwise be held to include the cost
of all materials including wastage, conveyance and delivery, unloading,
storing, fabrication, all consumable materials, like ms bolts, washer,
electrodes, putty, gases, splices paints etc. hoisting, all labour for finishing to
required shape and size, tools and plants, power fuel, consumables, all taxes,
royalties, other revenue expenses, temporary facilities like roads etc

3.0

EARTHWORK IN SITE GRADING TO DEVELOP THE PLOT


Brief description of major items shall be as follows:
a)
b)
c)
d)
e)
f)
g)

Taking pre-work and finished levels.


Stripping and grubbing the top soil of 150 mm and preparation of subgrade.
Disposal of unserviceable and surplus earth to authorized dumping
ground to any lead.
Borrowing of approved quality good earth from any lead.
Filling in layers of 150 mm thickness in controlled way.
Watering and compaction up to 92% of modified dry proctor density of
soil with mechanical means.
Actual work shall be carried out as per certified construction drawings
to be issued to successful tenderer.

Note: For all these items only consolidated final filling quantity in CuM shall be
measured for payment

Page 8 of 21

364

4.0

PCC WORK
Providing and laying PCC 1:4:8 / PCC 1:3:6/1;2;4 in position (at locations
where the same is not included in respective RCC item), construction and
handing over of PCC in foundations, substructure, superstructure and under
floor, etc complete in all respects as per scope of work, detailed construction
drawings, technical specifications and direction of Engineer-in-charge.
Following works shall be inclusive in the rate of PCC item:
a)

Earth Work in excavation including back filling (including using borrow


earth and disposal of surplus earth).

b)

Providing shuttering and strutting of all types (If necessary).

Note: For all these items only net PCC concrete quantity in CuM shall be
measured for payment.
5.0

REINFORCED CEMENT CONCRETE SUBSTRUCTURE


Brief description of major items shall be as follows:
a)

b)
c)
d)

e)
f)
g)
h)
i)

Earth Work in excavation including back filling (including using borrow


earth and disposal of surplus earth), including bailing out water (where
ever required) , shoring / etc.
75 thk. PCC 1:4:8 in mud mat as required.
Providing shuttering and strutting of all types.
RCC M20 as per drg. & specification including (supply of cement,
coarse aggregate, fine aggregate, reinforcement bending, placement,
binding/ welding all inclusive & testing of concrete and other
materials).
RCC in foundation for pedestals for equipment like scrubber and filter.
RCC foundation including temporary partition, Complete civil works for
trenches as per requirement.
Grouting of all base plates/frames of equipment foundations and
structural bases as per requirement.
Provision of all inserts, conduits, precast covers/chequered plates,
fixing of free issue items into permanent works etc.
Application of two coats of hot bitumen on surfaces in contact with
soil.

Note: For all these items only net RCC concrete quantity in Cu.M shall be
measured for payment
6.0

REINFORCED CEMENT CONCRETE SUPERSTRUCTURE


Brief description of major items shall be as follows:
a)
b)

c)

Providing shuttering and strutting of all types


RCC M20 as per drg. & specification including (supply of cement,
coarse aggregate, fine aggregate, reinforcement bending, placement,
binding/ welding all inclusive & testing of concrete and other
materials).
RCC for pedestals for equipment like scrubber, filter, cartridge, other
equipments etc.
Page 9 of 21

365

d)
e)
f)

Complete civil works for pipe supports, sleepers etc.


Grouting of all base plates/frames of equipment foundations and
structural bases as per requirement.
Provision of all inserts, conduits, precast covers/chequered plates,
fixing of free issue items into permanent works etc.

Note: For all these items only net RCC concrete quantity in Cu.M shall be measured
for payment except building. The RCC quantity of building superstructure is
included in the Plinth area item.
7.0

CONCRETE PAVEMENT
Brief description of major items shall be as follows:
a)
b)
c)
d)

e)

f)

g)
h)

i)
j)

Earth Work in excavation including back filling (including using borrow


earth and disposal of surplus earth).
50 Thk. PCC 1:3:6 mud mat.
Providing shuttering and strutting of all types.
RCC M20 as per drg & specification including reinforcement (supply of
cement, coarse aggregate, fine aggregate, reinforcement bending,
placement, binding/ welding all inclusive & testing of concrete and
other materials).
Providing and laying 150 mm thick reinforced cement concrete of (M20 grade) with 20mm and down grade crushed stone aggregate in
pavement, including preparation of base (i.e. compacted subgrade,
200 thk sand and 50 thk PCC (1:3:6).
Providing pockets if necessary, making recess, trenches with covers
projections, fixing inserts conduit pipes (GI, PVC, HDPE, etc.) laying in
alternate panels, filling the gaps between the panels with bitumen etc.
Making slopes, finishing edges, leaving bars for pedestals & sleepers
including providing sand fill isolation.
Providing and fixing reinforcing steel (in one / two layers), curing,
chipping and modification works etc. as specified in any shape,
thickness, position and finishing the top surface smooth as per
requirement etc. all complete as per drawings, specifications and
directions of the Engineer-in-charge.
Application of two coats of hot bitumen on surfaces in contact with
soil.
Actual work shall be carried out as per certified construction drawings
to be issued to successful tenderer.

Note: Pavement Completed civil works for pavement including, earth work
in excavation, preparation of base i.e., compacted sub grade, 200 mm
thk. sand filling and compaction, 50mm thk. PCC of grade M-10,
shuttering, providing reinforcement, providing and fixing of inserts
plates, conduits etc.
8.0

BRICK WORK
Complete works in brick masonry in foundation/ Superstructure is included in
the scope.
Brief description of major civil items shall be as follows:
a)

Earth Work in Excavation including back filling.


Page 10 of 21

366

b)
c)
d)
e)

Brick work with not less than M-7.5 grade bricks in 1:4 cement mortar.
15 mm thk plastering in CM (1:4) on exposed brick surfaces.
Application of two coats of hot bitumen on surfaces in contact with
soil.
Applying Lime wash / Cement based paint / Weather proof paint / oil
bound distemper on plastered faces as specified.

Note: Only net brick masonry quantity shall be measured for payment
purpose.
The construction of brick masonry work in foundation/superstructure shall be
done as per detailed construction drawings to be issued to the successful
tenderer. Offer to be prepared by the tenderer based on work described
above and payment will be made on rate (per CuM) of brickwork done.
9.0

BRICK MASONRY BOUNDARY WALL


Complete works of brick masonry wall including PCC Coping, with MS Y
Angle Posts and Barbed wire fencing is included in the scope.
Brief description of major civil items shall be as follows:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)

k)
l)
m)

Earth Work in Excavation including back filling.


DPC 40 mm with cement concrete 1:2:4 if required.
150 thk PCC (1:3:6) in leveling course.
RCC 1:2:4. Including steel reinforcement for coping.
Brick work in wall and pillar foundation with not less than M-7.5 grade
bricks in 1:4 cement mortar.
15 mm thk plastering in CM (1:4) on exposed brick surfaces.
Application of two coats of hot bitumen on surfaces in contact with
soil.
Drip course 25 mm wide over coping.
Grooves 12X12 mm in plaster as per design.
Painting of internal wall surface with three coats of Acrylic emulsion
paint as per SOR or approved by Engineer-in-charge, applied by
brush followed by roller.
External wall surface to be given 3 coats of white wash.
Expansion joints shall be provided at corners as per drawings.
600 High MS Y angle Posts including painting as per specification with
14 layers of GI Barbed wire fence.

Note: Only net Boundary wall length including Pillars shall be measured for
payment purpose.
The construction of brick masonry boundary wall shall be done as per
detailed construction drawings to be issued to the successful tenderer.
10.0

EXTERNAL WATER SUPPLY SYSTEM


Complete works for the supply, installation and proper functioning of external water
supply system is included in the scope.
Brief description of major items shall be as follows:
a)

Earth work in excavation and back filling.


Page 11 of 21

367

b)
c)

d)
e)

Laying pipes (GI pipe); Connection to Municipal water line and connecting water
meter.
Installation of water supply pump 2000 to 2500 ltr/hr, head 19 to 26 M, 0.5 HP
including installation of control panel including all electrical work and cut off
controller at different levels.
GI pipe connection as per design including installation of CI butterfly valve, gun
metal NRV.
Supply, installation and commissioning of tube well and submersible pump:

- Drilling bore with


DTH hammer technique in all kinds of soil including hard
rock, from ground level with suitable upto the required depth including cost of
digging channels, trenches etc. [TELESCOPIC BORE] Diameter of bore 250 mm.
Up to 75 m from GL.
- Providing, fixing and lowering MS Housing/blind pipes 150 mm dia to IS 1239
(medium class) with sockets, rings of standard design with Epoxy paint outside.
- Providing and fixing 150 mm dia MS slotted pipe with 1.5 mm to 3 mm slots as per
strata conditions including sockets of standard design.
- Providing and fixing bail, plug with hook 150 mm dia.
- Providing and fixing MS centering guides 150x150mm dia (Epoxy painted).
- Providing and fixing MS housing clamp for 150 mm dia pipe (Epoxy painted).
- Providing and fixing MS steel well cap for 150 mm dia pipe (Epoxy painted).
- Providing and laying rounded pea gravel washed and sieved 3 to 6 mm nominal
bore.
- Providing and laying cement concrete 1:2:4 mix for sanitary sealing of well at top.
- Providing and fixing 50 mm dia GI pipe to IS 1239 medium class with fittings and
screwed cap on top for gravel feeding.
- Development of tube well for minimum sixty hours or more as directed by
the Project Engineer by an over-pumping unit or air compressor including testing
of yield, depression and bore log chart for tube well.
- Mobilization and transportation of drilling equipment and ancillary equipment to and
from site including erection and setting up the plant and dismantling after
completion.
- Charges for drinking water analysis as per I.S.: 10500 of tube well water from
approved laboratory including Physical, Chemical and Bacteriological tests.
- Supply and installation of fully submersible type multi-stage tube well pump with
stainless steel body/impellers and water-cooled motor suitable for 400/440 volts, 3
phases, 50 cycles A.C. supplies complete in all respects.
- Capacity 3,000-5,000 lit/hr. Head 50-60 meter approx. 2 H.P.
[Note: The submersible pump to be installed in the well shall
table/ draw down requirements]

match

the water

- Providing and fixing motor control center fabricated from 16 gauge mild steel sheet
with stone enameled paint, etched plastic identification plates and comprising of:
1) One incoming main switch-fuse
capacity.

unit 25 amps with HRC fuse of appropriate

2) One fully automatic DOL starter with


indicating neon lamps.

push

buttons

and

on

off

Page 12 of 21

368

3) One panel type voltmeter (150X150 mm) with rotary selector switch to read
voltage between phase to phase.
4) One panel type ampere meter.
5) Three neon phase indicating lamps on the incoming mains.
6) Space for Electronic liquid level controller for automatic operation of bore well
pump.
7) All interconnecting wiring from incoming main to various switch gear, starter,
meters and indicating lamps. (Switchgear, starters and controls shall be
L&T, English Electric or Siemens and must be compatible with the H.P. of
the motor offered). All O/L relays shall be of single phase preventing type.
- Providing and fixing heavy duty PVC sheathed copper conductor 1100 Volts
grade cables with clamps complete in all respects.
- Power cables 3 core 2.5 sq. mm. (YY Type)
- Providing and fixing GI pipes to IS: 1239 (Medium class) including all fittings e.g.
bends, elbows, tees, couplings with clamps and pipe supports and testing
complete.
- 50 mm dia.
- Providing & fixing bronze ball valve with screwed female/ flanged ends, with
stainless steel valve and spindle, glass filled TEFLON seating and gland packing,
quarter turn lever operated full bore design, hydraulically tested to 20 kg/sq. cm.
- 50 mm nominal bore.
- Providing and fixing gunmetal horizontal non-return valve complete in all respects.
- 50 mm dia.
- Providing and fixing water meter with direct reading dial in KL with all internal parts
in gunmetal or brass, strainer, flanged distance piece for easy removal in future
complete in all respects including necessary test certificate for the meter from
Municipal Corporation or any other statutory body.
- 50 mm nominal bore.
- Providing and fixing pressure gauge with isolation cock and pipe
- Dial diameter 100 mm.
- Calibration 0- 7 Kg/sq. cm.
- Constructing brick masonry manhole for tube well as per standard detail with
cement mortar 1:5 (1 cement :5 fine sand), 150 mm thick foundation concrete
1:4:8 mix (1 cement :4 fine sand: 8 graded stone aggregate 25 mm nominal size)
with 250X250 mm opening in the floor packed with 25 mm dry
stone aggregate for percolation of water, inside and outside Plastering 12 mm
thick cement mortar 1:3 (1 cement: 3 coarse sand) finished with a floating coat
Page 13 of 21

369

of neat cement inside and rough plaster on outside 1200x900 mm mild steel
frame fabricated from 40x40x6 mm angle iron, hinged lockable cover fabricated
from 6 mm thick mild steel plate including excavation, refilling, disposal of surplus
earth and painting of MS frame & cover as per directions of Engineer-In-Charge.
- 1200x900 mm & depth upto 1000 mm.
The complete lot of external water supply system including the pipe network, pump
facilities and bore well and submersible water pumps shall be provided inclusive of
all related works, as per approved detailed drawings to be issued to the successful
tenderer. Offer to be prepared by the tenderer based on the enclosed drawings and
on lump sum unit rate (per installation).
11.0

SOAK PIT AND SEPTIC TANK


Complete works for the making and proper functioning of soak pit and septic tank is
included in the scope:
Brief description of major items shall be as follows:
a)
b)
c)
d)
e)
f)
g)
h)

Earth work in excavation, back filling, and disposal of surplus earth.


PCC 1:4:8.
Brick work 1:5.
Plaster 12 mm thick 1:3, finished with floating coat of neat cement inside and
rough plaster outside.
Brick bat filling in soak pit.
Honey comb brick work in soak pit.
RCC 1:2:4 including reinforcement, shuttering etc in top slab.
Making all types of connections for sewerage collection and disposal.
Soak pit and septic tank shall be provided inclusive of all related works, as
per approved detailed drawings to be issued to the successful tenderer. Offer
to be prepared by the tenderer based on the enclosed drawings and on lump
sum unit rate (per installation).

12.0

VALVE PIT
Brief description of major items shall be as follows:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)

Earth Work in excavation (soil or rock) including back filling upto required
level (including using borrow earth and disposal of surplus earth).
100 thk PCC 1:3:6 (M-10) grade.
Brick work in foundation with not less than M-7.5 grade bricks in 1:4 cement
mortar and valve Pit as per drawing.
Providing shuttering and strutting of all types
15mm thick plaster in CM (1:4) on exposed brickwork surfaces.
Providing 50mm thick high-density rubber pad shall be wrapped around the
pipe in contact with RCC wall.
PCC coping shall be 1:3:6
Application of two coats of hot bitumen on surfaces in contact with soil.
Filling of Pit with river sand (zone II)
Dry brick pitching on top.
Actual work shall be carried out as per sketch attached with tender.

Page 14 of 21

370

13.0

PAVIOR BLOCK (80 THK ) PAVEMENT IN SPECIFIED AREAS


Brief description of major works to be considered in this item is as follows:
a)
b)
c)
d)
e)
f)
g)

Earthwork in excavation including back filling upto required level (including


using borrow earth and disposal of surplus earth).
Filling in layers of 150-mm. thickness in controlled way.
Watering and compaction up to 92% of modified dry proctor density of soil
with mechanical means.
Providing and laying / fixing 80 mm thick Pavior Blocks over 100 thk. sand
cushion over well compacted sub grade / PCC as specified.
Filling joints between the blocks with fine River sand.
Making slopes, finishing edges, leaving pockets for pedestals & sleepers
Actual work shall be carried out as per certified construction drawings to be
issued to successful tenderer.
Note:

14.0

1)

Complete civil works for Pavior Block Pavement including, earth work
in excavation, preparation of base i.e., compacted sub grade, 100mm
thk. sand filling and compaction, etc. are included in the works &
payment shall be made under Pavior Block Pavement item.

2)

PCC under the Pavior Block Pavement wherever specified shall be


paid under separate PCC item.

RCC Kerb Stone in Specified Areas


Brief description of major works to be considered in this item is as follows:
a)

Earth Work in excavation including back filling upto required level (including
using borrow earth and disposal of surplus earth).

b)

Supplying and fixing Kerb Stone Blocks 250mm x 300 mm x 125 thick over 75
PCC M 10 grade.
Filling joints between the blocks with cement mortar (1:3)
Actual work shall be carried out as per certified construction drawings to be
issued to successful tenderer.

c)
d)

Note:
1)
Complete civil works for Kerb Stone including, earth work in excavation,
preparation of base i.e., compacted sub grade, 75 mm thk. PCC, etc. are
included in the works & payment shall be made in RM. under Kerb Stone
item.
15.0

BUILDING WORKS
Complete civil and architectural works for the buildings is included in the scope:
A)

Building for Control Room Scada Room - UPS and Battery Room at
Despatch Terminals, SV Stations and Gas Receiving Terminals.
Brief description of major civil and architectural under the item is as follows:

i)

Setting out, excavation and backfilling.


Page 15 of 21

371

ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)

xi)
xii)

xiii)

xiv)

xv)
xvi)
xvii)
xviii)

xix)

xx)

The building shall be RCC framed structure with cladding and partitions of
masonry walls.
Construction of all sub-structures and superstructures.
Anti-termite treatment to be applied to the building foundations, plinth and
rooms.
40 thk DPC to be provided at plinth level.
All embedded concrete/ masonry structure shall be given two coats of hot
bitumen application.
All structural concrete for RCC elements shall have a minimum strength of 20
Mpa at 28 days.
Masonry shall be in cement mortar 1:4 and with bricks of strength not less
than 7.5 M Pa.
Plastering on masonry structures shall be of thickness 15 mm on either faces,
and 6mm on concrete faces. The cement mortar shall not be leaner than 1:4.
All doors to building shall be anodized aluminum/MS frame glazed/laminated
double/single leaf door with/without floor spring. Toilet doors shall be of
40mm thick solid core flush door mounted on pressed steel frames. All
windows/ ventilators shall be aluminum/MS glazed (min. 5mm thick glass)
with anodized aluminum/MS hardware with aluminum/MS grill. The windows/
ventilators shall be partially/ fully openable as per requirement.
Steel door/Windows as per IS1038 of approved make in steel frame with
proper locking arrangement for SV stations.
Inside walls of rooms/ buildings shall be finished with acrylic washable
distemper, ceiling of white wash and outside grit wash finish of approved
colour scheme.
Plumbing, Sanitation and Sewerage including CI rain water disposal from
roof to the nearest manhole, CI piping, all including fittings, traps, SS
gratings, gratings, painting of pipes, jointing, works as per requirement. White
vitreous china sanitary fittings EWC, Washbasin, urinals etc of HSW
/Parryware, beveled edge mirror of Atul/Modiglass.
Toilet to have first quality of make Jaguar/HSW/Parryware chromium plated
plumbing fittings, liquid soap dispenser, deodorant holder, coat hook,
automatic photoelectric cell operated flushing system in urinal, china
recessed toilet paper holder, anti cockroach chilly trap, in addition to above.
RCC channels for cables, pipes etc. with MS plate (PVC sheet pasted on
MS plate) covers in control rooms/ electrical room (as per requirement).
Inserts shall be provided to suit the technological requirements.
All exposed flat roof shall be treated with `Aquashield of STP or equivalent
approved make.
Grade slab in flooring shall be of PCC of M-15 grade in 150mm thickness
over a compacted sand layer of 250mm on well-prepared sub base. (In case
the filling in plot is in excess of 1.0m the grade slab shall be provided with
reinforcement of 8mm dia. @150 c/c both ways).
Flooring & skirting in electrical/ SCADA room shall be of 2mm thick anti-static
PVC tiles of approved make. In office/ control room/ UPS / Battery room 8mm
to 10 mm thick vitrified joint less tiles (600 mm x 600 mm (Johnson / Somani /
Equivalent of approved make) on a bed of 20mm thick cement mortar of 1:4
proportion be provided.Polished Kota stone flooring in store/pantry,Anti skid
ceramic tiles for toilet shall be provided as/dwg. Skirting height shall be
150mm.
A backlit signage hoarding in approved design including GAIL logo of 5.0m x
1.0m prepared in aluminum framework with flexible sub strata and approved
colored translucent vinyl to be provided on rooftop.

Page 16 of 21

372

xxi)

All finishes, painting, turfing / plantations, locking arrangement, etc. any other
works not specifically mentioned but required for completion and handing
over of premises, complete in all respects.
xxii)
Apron 0.90M wide of PCC M-10 grade and PCC peripheral Storm water
drains around building (as per requirements).
xxiii) Electrical work including lighting inside the building and outside shall be
under the scope of this contract. The quantity of fixture etc. shall be covered
under Electrical SOR for the terminal.
xxiv) False ceiling of Armstrong (mineral fibre) or equivalent make of approved
pattern.
xxv) Individual stations/terminals to be provided with seven no. chairs (CHR -7
with arms) and two tables (T-104) both Godrej make or equivalent as
approved.
xxvi) Marking as-built details on one set of construction drawings and return to
Owner.
xxvii) Any other item not covered above but required for proper functioning of the
building.
Note:
1)
The construction of the building shall be done as per detailed construction
drawings to be issued to the successful tenderer. Offer can be prepared by
the tenderers based on the enclosed architectural and standard drawings and
on lump sum unit rate (per sqm) for complete building work.
2)

The payment for completed works shall be made as follows:


a.
b.

For superstructure all items (above Plinth Beam Level) as listed above
shall be payable under Building Structure Item..
For substructure e.g. foundations, plinth beam etc. and other items
such as apron, peripheral drains, steps etc. respective SOR items
shall be payable.

3)

For electrical wiring, illumination and fixtures refer relevant parts of


specification for Electrical Works. All Electrical works shall be paid under
respective Electrical Items. However, all required civil works for electrical,
instrumentation/ are in contractors Civil scope of work.

B)

Building for Guard Room


A Guard room comprising the following works shall be constructed.
i)
ii)
iii)
iv)
v)

vi)

Setting out, excavation and backfilling.


The building should be RCC framed structure with cladding of brick
masonry walls.
All structural concrete for RCC elements shall have a minimum
strength of 20 MPa at 28 days.
Brick masonry wall in CM 1:4 with bricks of strength not less than M5.0
Plastering on masonry structures shall be of thickness 15mm on
external faces, 12mm on internal faces and 6mm on concrete faces.
The cement mortar shall not be leaner than 1:4.
All doors to building shall be anodized aluminum/MS frame
glazed/laminated double/single leaf door with/without floor spring.
Toilet doors shall be of 40mm thick solid core flush door mounted on
pressed steel frames. All windows/ ventilators shall be aluminum/MS
Page 17 of 21

373

vii)
viii)
ix)
x)

xi)

xii)
xiii)

xiv)

xv)

glazed (min. 5mm thick glass) with anodized aluminum/MS hardware


with aluminum/MS grill. The windows/ ventilators shall be partially/
fully openable as per requirement.
Flooring shall be 100 thk, PCC M-15 grade on well-compacted sand of
200mm thick on prepared sub base.
Flooring shall polished kota stone/vitrified tiles.
Roof shall be of M20 grade, 150mm thk.
Inside walls of rooms/ buildings shall be finished with acrylic washable
distemper, ceiling of white wash and outside grit wash finish of
approved colour scheme.
Electrical work including lighting inside the building and outside shall
be under the scope of this contract. The quantity of fixture etc. shall be
covered under Electrical SOR.
All exposed flat roof shall be treated with `Aquashield of STP or
equivalent approved make.
Plumbing, Sanitation and Sewerage including CI rain water disposal
from roof to the nearest manhole, CI piping, all including fittings, traps,
SS gratings, gratings, painting of pipes, jointing, works as per
requirement. White vitreous china sanitary fittings EWC, Washbasin,
urinals etc of HSW /Parryware, beveled edge mirror of Atul/Modiglass.
Toilet to have first quality of make Jaguar/HSW/Parryware chromium
plated plumbing fittings, liquid soap dispenser, anti cockroach chilly
trap, in addition to above.
Individual stations / terminals to be provided with seven no. chairs
(CHR -7 with arms) and two tables (T-104) both Godrej make or
equivalent as approved.

Note:
1)

Construction of the Guard rooms shall be done as per detailed construction


drawing to be issued to the successful bidder. Offer can be prepared by the
tenderers based on enclosed standard drawings and lump sum unit rate (per
sq.m) for complete room.

2)

The payment for completed works shall be made as follows:


a.
b.

3)

For superstructure all items shall be payable on Plinth area Rate


basis.
For substructure e.g. foundations, plinth beam, apron and drains
respective items shall be payable.

For electrical wiring, illumination fixtures etc. refer relevant specification.


However all required civil works for electrical/ instrumentation are in
contractors scope.

16.0

EXTERNAL DEVELOPMENT
Complete works of external development is included in the scope.
Brief discretion of major items is as follows:
Soft Landscape:
a)

Soil preparation including manure, pesticides, sweet soil etc.


Page 18 of 21

374

b)
c)
d)

Making plant pits/surfaces.


Planting of plant material and watering etc.
Maintaining plants till growth.

Note: Payment of external work for Soft Landscape shall be done as per actual area
developed. External development work shall be done as per approved
detailed construction drawings to be issued to the successful tenderer.

Page 19 of 21

375

SUPPLY FABRICATION AND ERECTION OF STEEL STRUCTURE


1.0

This Specification shall apply to supply, fabrication and erection of steel structures in
building and general structural work.
The steel structures shall consist of but not limited to columns, column bracing,
portals, platforms, walkways, stairs, ladders, handrails, chequered Plate/Grating for
platforms, chain link fencing and fencing gate etc.
This Specification covers the structural steel work mainly mentioned below. The
structural work shall not be limited to the following description but shall be guided by
technical/ technological aspects for the total scope of work.
Brief description of major works under the item is as follows:

1.1

Supply, Fabrication and Erection of Mild Steel Gate


Brief description of major items shall be as follows :

1.2

a)

Supply, Fabrication and erection of mild steel gate 3.0 m high and 4.0m wide.

b)

Painting of MS Gate as per specification and drawing

c)

Gate shall be fabricated and erected as per detailed construction drawing to


be issued to the successful tenderer.

Supply, Fabrication and Erection of Miscellaneous steel structural works.


Brief description of major items shall be as follows
a)

b)
c)

1.3

Supply, Fabrication and erection of crossovers, platform, Structure for


maintenance shed, etc. fabrication from rolled Steel section and built up
section conforming to IS:2062 Grade-A and pipes conforming to IS:1161,as
per requirement.
Painting of steel structure as per specification and drawing
Crossover, Platform, Pipe and Valve Supports structure shall be fabricated
and erected as per detailed construction drawing to be issued to the
successful tenderer

Supply, Fabrication and Erection of Chain Link Fencing and Gate.


Brief description of major items shall be as follows
a) Supply, Fabrication and erection of 2 m high chain link with 500 mm at top barbed
wire supported on steel posts with other accessories all work as per specification
and drawing.
b) Painting of steel structure as per specification and drawing
c) Gate of suitable width shall be provided in the direction of chain link fencing. the
mesh and barbed wire used for the fabrication of gate shall be identical in all
respects to that of chain link fencing .the door may be single leaf or double leaf
depending on the width of the gate.
d) The gate frame shall be an angle frame with stiffeners at mid height and mid
width. The mesh shall be welded to the gate frame/stiffeners. all work as per
specification and drawing.
e) Painting of steel structure as per specification and drawing
Page 20 of 21

376

Note:

All works shall be considered for payment on MT basis.


The cost of MS bolts (permanent and service), washers, electrodes, putty,
gases, cost of straightening the raw materials, cutting of flats from plates and
providing splices, paints, tools, plants, electric power, water. other
consumables, as required for the work shall be deemed to be included in the
quoted rates
All handling and transport charges of raw materials and fabricated structures
including double handling, as required, for completion of work in accordance
with time schedule, are deemed be included in the quoted rates.

Page 21 of 21

377

Annexure-IV
to
Particular Job Specification

(ELECTRICAL WORKS)

378

BASIC ENGINEERING DESIGN BASIS


(Electrical)

FOR
SPUR LINES OF DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
24NB X84Km- LUDHIANA-JALLANDHAR P/L
16NB x 64 KM- SAHARANPUR-ROORKEE-HARIDWAR- P/L
8NB x 16km CONSUMERS NET WORK
DOCUMENT NO. - MEC/23M9/05/E9/E/000/0001, R-0

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
379

OIL & GAS SBU


DESIGN BASIS FOR SPURLINES
OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
GAIL (India) Ltd
TITLE

MECON LTD, DELHI


BASIC ENGINEERING DESIGN
BASIS (ELECTRICAL)

DOCUMENT NO.

Page 1 of 9

MEC/23M9/05/E9/E/000/0001

REVISION 0

CONTENTS
SL. NO.

DESCRIPTION

1.0

INTRODUCTION

2.0

CODES AND STANDARD

3.0

OPERATING REQUIRMENT

4.0

LIGHTING SYSTEM

5.0

SITE CONDITIONS

6.0

AREA CLASSIFICATION & EQUIPMENT SELECTION

7.0

ENCLOSERE PROTECTION OF EQUIPMENT

8.0

EARTHING AND LIGHTNING PROTECTION SYSTEM

9.0

CABLES

10.0

AC SYSTEM

11.0

SWITCH SOCKET

PREPARED BY:

CHECKED BY:

APPROVED BY:

ISSUE DATE :

(Vinay Nagvanshi)

(Quasim Ahmad)

(D.K. Pande)

JUN, 2010

380

OIL & GAS SBU


DESIGN BASIS FOR SPURLINES
OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
GAIL (India) Ltd
TITLE

1.0

MECON LTD, DELHI


BASIC ENGINEERING DESIGN
BASIS (ELECTRICAL)

DOCUMENT NO.

Page 2 of 9

MEC/23M9/05/E9/E/000/0001

REVISION 0

INTRODUCTION
M/s GAIL (INDIA) LIMITED has awarded MECON Limited as project management &
consultancy services for laying 16NB x 64 Km.(Appx.) long spur line, tap-off from Saharanpur
Sectionalizing Valve station (SV-3-Ch. 115 km) & 24 NBX84Km(Appx.) long Spur Line from (IP4 at Ch.295Km.) Ludhiana to Jalandhar & 8NBX16Km(Appx) Pipe Line for connecting
consumers in that Region on Bawana-Nangal pipeline
.
The project boundary covers to lay 24NB X84Km(Appx.) long Spur line from IP-4 at Ludhiana
to Jalandhar, 16NBx64 km.(Apprx.) long spurline from SV-3 future Tap-off at Saharanpur&
8NB x90Km (Appx.) pipeline for Consumer Connectivity.
This document presents design criteria for electrical system for the dispatch terminal, SV
stations, intermediate pigging & receiving stations. It indicates minimum requirements for
detailed design of electrical system and equipments.

1.1

The following electrical equipments / systems are envisaged:I)

415 V, 3 Phase power supply shall be considered available from Grid power at dispatch
terminal, Receiving Terminal & various consumer terminals.

II)

Hybrid Solar power system is considered at SV station (with control room building) for
supplying critical loads PCP, Instrumentation, SCADA and telecom.

III)

Pole Mounted HT Substation with 11/0.433 kV, 3 Ph ONAN type, step down transformer
for receiving grid power from SEB (State Electricity Board) at SV station (with control
room building).

IV)

HT cables with heat shrinkable termination kit. (Stringing between State Electricity board
& GAIL terminal, if required)

V)

LT Power and control cable.

VI)

Solar based stand alone Street lighting system for outdoor emergency lights at all SVs
stations.

VII)

Indoor & outdoor lighting including other electrical installations in building & sheds.

VIII)

Inverter system for emergency lighting.

IX)

Earthing and Lightning protection system.

X)

Structural steel, cable tray, erection accessories etc as required.

XI)

Split AC system with stabilizer.

XII)

Main Electrical Power Distribution Board (PDB) for receiving normal power and Lighting
Distribution boards.

381

OIL & GAS SBU


DESIGN BASIS FOR SPURLINES
OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
GAIL (India) Ltd
TITLE

2.0

MECON LTD, DELHI


BASIC ENGINEERING DESIGN
BASIS (ELECTRICAL)

DOCUMENT NO.

Page 3 of 9

MEC/23M9/05/E9/E/000/0001

REVISION 0

CODES AND STANDARDS


Electrical equipment and system design, manufacture, testing, installation and commissioning
will comply with all the latest applicable standards, regulations and codes as mentioned below:
BIS

Bureau of Indian Standards

CMRI

Central Mines Research institute

DGM

Director General Mines Safety

OISD

Oil Industrial Safety Directives

IEEE

Institute of Electrical & Electronics Engineer

IER

The Indian Electricity Rules

ANSI

American National Standards Institute

BEE

Bureau of Energy Efficiency, India

IEC

International Electro technical Commission

3.0

OPERATING REQUIRMENT

(i)

A.C. Power Supply

a)

11kV Power Supply


a) Voltage

11kV +/- (Variation as per SEB*)

b) Frequency

50 Hz +/- 5 %

c) Phases and Wire

3 Ph

d) Fault Level

26.2 kA (500 MVA) for 3 Sec or As per SEB regulation

*SEB-State electricity board


b)

415V Power Supply


a) Voltage

415 V +/- 10 %

b) Frequency

50 Hz +/- 5 %

c) Phases and Wire

3 Ph & N (4W)
1 Ph & N (3W)

d) Fault level

17.5 kA for 1 Sec for 3 Ph ckt

382

OIL & GAS SBU


DESIGN BASIS FOR SPURLINES
OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
GAIL (India) Ltd
TITLE

MECON LTD, DELHI


BASIC ENGINEERING DESIGN
BASIS (ELECTRICAL)

DOCUMENT NO.

Page 4 of 9

MEC/23M9/05/E9/E/000/0001

REVISION 0

10 kA for 1 Sec for 1 Ph ckt


e) Neutral Earthing
(ii)

Solidly Earth

UPS output Power supply


a) Voltage
(i) 230 V AC +/-1%

Gas Chromatograph, SCADA & Telecom servers, Instrument, F


& A system, PCP & other critical loads
Telecom
SCADA & Instrument

(ii) -48 V DC+/- 1%


(iii) 24 V DC+/- 1%

:
:

b) Frequency

50 Hz +/-1%

c) Fault level

10 KA for 1 Sec

If any equipment requires any other voltage, it shall be derived within the respective equipment.
(iii)

Solar system Power Supply Parameters for all SV stations (with control room building):
1
2

INSTRUMENTATION
TELECOM SYSTEM

24 V DC
-48 V DC (Conversion by others)

3
4
5

SCADA
CP SYSTEM
FA & CO2 Flooding system

24 V DC
24 V DC
24 V DC

4.0

LIGHTING SYSTEM

4.1

Lux level in the plant area for calculation of lighting fixture is as follow:
Control room

400 lux

Electrical room

200 lux

Office room
I/C Room

300 lux

Process area

50 lux

Battery room

200 lux

Periphery of building

20 lux

Utilization factor

As per manufacturer catalogues.

Maintenance factor

0.6 for Outdoor / 0.7 for Indoor

Type of lighting fixture

383

OIL & GAS SBU


DESIGN BASIS FOR SPURLINES
OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
GAIL (India) Ltd
TITLE

MECON LTD, DELHI


BASIC ENGINEERING DESIGN
BASIS (ELECTRICAL)

MEC/23M9/05/E9/E/000/0001

REVISION 0

2x 11 W or 2x 18 W Recess/ Surface mounted


& SCADA Room CFL fixture

Electrical room

2x 36 W or 2x 40 W FTL Industrial fixtures with


Reflector (Surface/Suspended mounting)

Battery room

2x28/36 W water / vapor proof FTL lighting fixture

Process area
(Hazardous area)

250 W HPMV/MH FLP Well Glass fixture

150/250 W HPMV/MH street light fixture


and stand alone solar street light

SITE CONDITIONS
a) Max / Min Temperature

50 / 2 C

b) Relative Humidity

98 %

c) Altitude above sea level

Less than1000 M above mean sea level.

d) Atmospheric condition

To withstand site condition


(Humid & Heavy Rainfall during Monsoon)

e) Hazardous area
Classification

Zone-1, Gas group IIA & IIB, Temp. Class T3

Safe Area

f) Control Room/Electrical
HT Switch Yard/battery room
/D.G Area/Transformers Yard

6.0

Page 5 of 9

Control room, Office

Road/Outside the building


(Safe area)

5.0

DOCUMENT NO.

AREA CLASIFFICATION AND EQUIPMENT SELECTION


Classification of hazardous area will be in accordance with BIS and IS: 5572.
Following selection will be considered for proper selection of electrical equipment for use in
hazardous area:
a) Area Classification

Zone-1

b) Gas Group

IIA and IIB

c) Temperature Classification :

T3

All electrical equipment installed in hazardous area will be selected as per IS: 5571.
All electrical equipment for hazardous area will have CMRI certification

7.0

ENCLOSURE PROTECTION OF EQUIPMENT

7.1

Enclosure Protection:-

384

OIL & GAS SBU


DESIGN BASIS FOR SPURLINES
OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
GAIL (India) Ltd
TITLE

MECON LTD, DELHI


BASIC ENGINEERING DESIGN
BASIS (ELECTRICAL)

DOCUMENT NO.

Page 6 of 9

MEC/23M9/05/E9/E/000/0001

REVISION 0

Outdoor Panels/Equipments

- IP 55

Indoor PanelsPDB/LDB & Other Panels etc

- IP 52

UPS panels etc.

- IP 31

The above enclosure protection will be in accordance with Indian standard.


7.2

Enclosure Protection in hazardous areas:The type of enclosure in the plant / process area shall be Flame proof (Ex-d) type.

8.0

EARTHING AND LIGHTNING PROTECTION SYSTEM

8.1

No. of earth pit will be provided as per construction drawings and IS: 3043.

8.2

All equipment earthing to be carried out as per IS: 3043, minimum size of GI/Copper earth
conductor to be used will be as given below.
Equipments

Earthing Conductor size

Grid & equipment such as:


Main Electrical Distribution Board
Silent D. G. Set

50 x 6 mm GI Flat

Utility building PDB, MLDB,


Switch Socket DB, UPSDB, Lighting DB etc

25 x 5 mm GI/16 sq. mm GI rope

FLP WP lights/control station

25 x 5 mm GI/16 sq. mm GI rope

Product pipe line

16 sq mm flexible copper wires

Mechanical equipment / Vessels,


Tanks, Pipe/cable racks, structure, fencing

50 x 6 mm GI Flat

RTU, Telecom, UPS

25 x 5 mm copper

Field Instruments

2.5 sq mm PVC Cu Wire

Jumper for flanges

50 x 2 mm Copper Strip

8.3

Earthing Electrode will be GI pipe for electrical system & Copper plate for instrument/ SCADA
&Telecom system.

8.4

Minimum 2 Nos. Copper Plate Electrodes will be provided for RTU / Control Panel at each
station.

8.5

Minimum 2 Nos. Copper Plate Electrodes will be provided for Telecommunication System at

385

OIL & GAS SBU


DESIGN BASIS FOR SPURLINES
OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
GAIL (India) Ltd
TITLE

MECON LTD, DELHI


BASIC ENGINEERING DESIGN
BASIS (ELECTRICAL)

DOCUMENT NO.

Page 7 of 9

MEC/23M9/05/E9/E/000/0001

REVISION 0

each station.
8.6

Minimum 2 Nos. Copper Plate Electrodes will be provided for UPS system at each station.

8.7

Minimum 4 Nos. of electrodes (2pipe+2Plate) will be provided for grounding of transformer body
& neutral.

8.8

Minimum 4 Nos. of pipe electrodes will be provided for grounding of DP/FP structure.

8.9

Minimum 2 Nos. of pipe electrodes will be provided for grounding of High Mast.

8.10

Lightning protection system shall be provided as per IS-2309.

9.0

CABLES
Power & Control cables shall be according to MECONs Standard specification but not limited to
following:

9.1

Power Cable (11kV Grade)


Screened Stranded Aluminium/copper Conductor as per SOR.
Conductor screening (with non-metallic semi conducting tape or by extrusion of semiconducting compound)
XLPE insulation by extrusion
Insulation screening (Extruded semi Conducting layer followed by copper tape)
Core with suitable filler material (For three core cables)
PVC inner sheath ST2 by extrusion or wrapping
Galvanized flat steel strip armour/Round wire Armour (For three core cables)
Hard drawn Aluminium Round wire armour (For single core cables)
Outer sheath of cable will be FRLS PVC, ST2 type by extrusion

9.2

Power Cable (1.1 KV grade)


Stranded Annealed Copper Conductor up to 16 mm2
Stranded Aluminum Conductor from 25 mm2 and above
XLPE/PVC insulation
PVC inner sheath ST2 by extrusion
Inner and outer sheath will be extruded

386

OIL & GAS SBU


DESIGN BASIS FOR SPURLINES
OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
GAIL (India) Ltd
TITLE

MECON LTD, DELHI


BASIC ENGINEERING DESIGN
BASIS (ELECTRICAL)

DOCUMENT NO.

Page 8 of 9

MEC/23M9/05/E9/E/000/0001

REVISION 0

Galvanized flat steel strip armour/Round wire armour


Hard drawn Aluminium Round wire armour (For single core cables)
Outer sheath of cable will be FRLS PVC, ST2 by extrusion
Voltage grade 1100 V
Applicable standard: IS-1554
9.3

Control Cable (1.1kV grade)


Stranded Annealed Copper Conductor 2.5 sq mm
PVC insulation type A by extrusion
Inner sheath will be PVC ST2 by extrusion
Steel strip/wire armored
Outer sheath of cable will be FRLS PVC, ST2 type by extrusion
Voltage grade 1100 V
Applicable Standard: IS-1554

9.4

Lighting Cable / Wire in conduit


2.5 mm2 stranded Copper PVC insulated wire in concealed PVC conduit will be used for
point wiring.
4Cx2.5 mm2 stranded Cu cable (YWY) shall be used for flameproof fixtures.
4Cx2.5 mm2 stranded copper cable (YWY) shall be used from outdoor lighting DB to
junction box on the lighting poles.
4Cx6 mm2 stranded Cu cable (YWY) shall be used for High mast.
3 core 2.5 mm2 stranded copper cable (YWY) will be used from junction box on the
lighting poles to lighting fixture.
4mm2 stranded Copper PVC insulated wire in concealed PVC conduit for 5/15 amp
switch socket & 20A Industrial switch socket.

10.0

SPLIT A.C. SYSTEM

10.1

All A.C. will be 230V, 50 Hz, 1 Ph & N split type with 4kVA stabilizer.

10.2

Control room temperature will be maintained at 22 C2C.

387

OIL & GAS SBU


DESIGN BASIS FOR SPURLINES
OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
GAIL (India) Ltd
TITLE

MECON LTD, DELHI


BASIC ENGINEERING DESIGN
BASIS (ELECTRICAL)

11.0

SWITCH SOCKET

11.1

5/15A, 5 pin, Switch Socket (PNE)

Control Room
Telecom & SCADA Room
Electrical Room
Battery Room
Kitchen
Canteen
Engineers Hall
In charge Room
Toilet
Guard Room
Store Room

DOCUMENT NO.

Page 9 of 9

MEC/23M9/05/E9/E/000/0001

REVISION 0

4 Nos.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
2 Nos.
1 Nos.
1 Nos.
1 Nos.

11.2

20A/16A 230V AC (PNE) Industrial Switch Socket unit fully interlocked with 16 A SP MCB type
C for Air Conditioners.

11.3

Piano reed type socket for telephone and local Area Network.
-x-x-x-

388

OIL & GAS SBU

SPURLINES OF DADRI-BAWANANANGALPIPELINE (DBNPL)


PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


DOCUMENT NO.

Scope of work

389

SCOPE OF WORKS
FOR
ELECTRICAL WORKS

FOR
SPUR LINES OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT

DOCUMENT NO. - MEC/23M9/05/E9/E/000/0002, R-0

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
Prepared By

Checked By

Approved By

VINAY NAGVANSHI

QUASIM AHMED

D K PANDE

390

OIL & GAS SBU


SCOPE OF WORK FOR SPURLINES OF
DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)

DOCUMENT NO.

Page 1 of 10

MEC/23M9/05/E9/E/000/0002

REVISION 0

CONTENT
Sl. No.

Description

GENERAL

SCOPE

OTHER MISCELLANEOUS WORK

AREA CLASSIFICATION

JOB SPECIFICATION

STATUTORY APPROVAL OF WORKS

MAKES OF EQUIPMENTS AND MATERIALS

QUALITY ASSURANCE, INSPECTION AND TESTING

TESTING & COMMISSIONING

10

DRAWINGS, STANDARD SPECIFICATIONS AND


INSTALLATION STANDARDS

391

OIL & GAS SBU


SCOPE OF WORK FOR SPURLINES OF
DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

1.0

GENERAL

1.1

Introduction

MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)

DOCUMENT NO.

Page 2 of 10

MEC/23M9/05/E9/E/000/0002

REVISION 0

The intent of this specification is to define the requirements for the supply of equipment and
materials (as required), erection, earthing, testing and commissioning of the electrical power
distribution system.
The work shall be carried out in the best workmanship like manner, in conformity with these
specifications, approved drawings and the instructions of the Engineer-in-charge from time to
time.
The contract shall include clearing of temporary construction, waste materials and loose earth,
which might get collected in and nearby the work site consequent of the execution of work under
this contract.
1.2

Standards
The work shall be performed in conformity with, standard specifications and installation
standards enclosed and code of practices of the Bureau of Indian Standards. In case of any
conflict, the stipulations under this specification shall govern.
In addition, the work shall also conform to the requirements of the following:
The Indian Electricity Act and the rules framed there under
The fire Insurance Regulations
The regulations lay down by the Chief Electrical Inspector of the state government / Central
Electricity Authority (CEA).
The regulations lay down by the Factory Inspector.
The regulations lay down by the Chief Inspector of Explosives.
Any other regulations lay down by the Central, State or Local Authorities from time to time
during the pendency of this contract.

1.3

Guarantee
The contractor shall guarantee the installation against any defects of workmanship and
materials (supplied by the contractor) for a period of 12 months from the date of issue of the
completion certificate. Any damage or defects connected with the erection of materials,
equipments or fittings supplied by the contractor that may be undiscovered at the time of issue
of the completion certificate, or may arise or come to light thereafter, shall be rectified or
replaced by the contractor at his own expense as deemed necessary and as per the instruction
of the Engineer-in-charge within the time limit specified by the Engineer-in-charge.
The above guarantee shall be applicable for the quality of work executed as well as for the
equipment / cable / fittings/ other material supplied by the contractor.

1.4

Site Conditions
The equipment offered and the installation shall be suitable for continuous operation under the

392

OIL & GAS SBU


SCOPE OF WORK FOR SPURLINES OF
DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)

DOCUMENT NO.

Page 3 of 10

MEC/23M9/05/E9/E/000/0002

REVISION 0

following site conditions.


Max. / Min temperature
Max. Relative humidity
Altitude
Atmosphere
1.5

:
:
:
:

50C/ 2C
98 %
Less than1000 M above mean sea level.
To withstand site conditions

Power Supply Parameters

i) For D/T, SVs, R/T at Sec-I, Sec-II & Various consumer Terminal.
NORMAL POWER

415V AC, 3 Phase & Neutral

LIGHTING DISTRIBUTION (Normal)

230 V AC, Single Phase

INSTRUMENTATION (UPS)

230 V AC, Single Phase


24 V DC

TELECOM SYSTEM (UPS)

-48 V DC

SCADA (UPS)

24 V DC

CP SYSTEM (UPS)

230 V AC

FIRE DETECTION & ALARM


SYSTEM (UPS)

230 V AC, Single Phase

Gas Chromatograph

230 V AC, Single Phase

ii) For ALL SV (solar powered) Stations:

NORMAL POWER

415V AC, 3 Phase & Neutral

LIGHTING DISTRIBUTION (Normal)

230 V AC, 1 Phase

INSTRUMENTATION (Solar)

24 V DC

TELECOM SYSTEM (Solar)

-48 V DC (Conversion by others)

SCADA (Solar)

24 V DC

CP SYSTEM (Solar)

24 V DC

FA & CO2 Flooding system (Solar)

24 V DC

11kV Power supply is considered available at SV, IP and Receiving station.


For rest of the station 415V, 3Ph supply shall be taken through existing consumer terminal
through cables.
Details of solar power supply is provided in particular job specification.

393

OIL & GAS SBU


SCOPE OF WORK FOR SPURLINES OF
DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)

DOCUMENT NO.

Page 4 of 10

MEC/23M9/05/E9/E/000/0002

REVISION 0

2.0

SCOPE

2.1

SCOPE OF DESIGN & ENGINEERING

2.1.1

Submission of electrical equipments selection criteria & respective design calculations,


inspection & test plan, installation & commissioning procedures, drawings for Review/Approval,
preparation of site engineering drawings and details for installation works wherever applicable
or required by the Engineer-in-charge & final commissioning reports, submit to the Engineer-incharge for Review/Approval.

2.1.2

Selection & design of all electrical equipment shall be as per relevant Indian & International
standards.

2.1.3

Correction, updating and submission of all Owners/Tenders drawings for as-built status.

2.1.4

Obtaining clearance for energizing the complete electrical facilities covered under this tender
and approval of installation and drawings from the Chief Electrical Inspector of the State
Government/Central Electricity Authority and other statutory authority as required. This includes
equipments installed or commissioned by others within the battery limit. This is for the purpose
of obtaining a comprehensive approval from competent authority.

2.2

SCOPE OF SUPPLY
Following electrical equipment and material are in the contractors scope of supply in this
tender.

2.2.1

Pole/Plinth Mounted HT Substation (11/0.433 kV) with 63 kVA and 100 KVA, Cu wound
11/0.433V, 3 Ph, ONAN type step down transformer for receiving grid power from SEB (State
Electricity Board) at SV,IP and Receiving station including supply of other associated
accessories but not limited to followings
Double pole Structure, 11 kV, 3 Ph horizontal/Vertical Gang operated Air Break switch, 11kV
100 A horn gap Fuse, 9kV- 5 kA lightning arrestors, 11kV pin insulators & disc insulators,
operating rod, handle, locking arrangement, copper wire for jumper connection, stay set (with
11kV Gay insulator, GI wire etc) complete with all accessories etc as required, including tapping
from existing HT line etc, all civil & mechanical work (i.e. concrete foundation, earthing etc) &
statutory work i.e. approval from respective electricity/statutory authority of electrical work like
charging of transformer, pole/Plinth mounted substation, tapping from battery limit of electricity
board shall be carried out in supervision of respective authority including necessary approval, if
required.

2.2.2

11 kV, ACSR weasel conductor as required for stringing between State Electricity Board Double
pole and consumer double pole structures including installation of poles if required, all civil &
mechanical & earthing work.
OR
3CX 11kV (UE) A2XFY HT cables as per MECONs standard specification & SOR with heat

394

OIL & GAS SBU


SCOPE OF WORK FOR SPURLINES OF
DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)

DOCUMENT NO.

Page 5 of 10

MEC/23M9/05/E9/E/000/0002

REVISION 0

shrinkable termination kit as required for stringing between State Electricity Board Double pole
and consumer double pole structures including all civil, mechanical & earthing work.

2.2.3

LT-Power Cable 1.1 KV grade (XLPE/PVC insulated, PVC inner sheath ST2 by extrusion,
Galvanized flat steel strip armour/Round wire armour, Hard drawn Aluminium Round wire
armour (For single core cables only), Outer sheath of cable will be FRLS PVC, ST2 by
extrusion) as per IS:1554, 7098 & schedule of rates including supply of Installation/ erection
accessories likeCable tags, cable marker, tinned- copper lugs, clamping material etc for cable termination,
FLP type double-compression nickel-plated brass cable glands, brass adapter/reducers/
nipples, fixing of metallic anchor fasteners for supporting of cable trays and other misc
electrical items required for cable laying.

2.2.4

415V, 250 A & 63A TPN, AC-23 duty fuse switch unit in outdoor type dust & weather proof
steel enclosure (2 mm thick) as per drawing.

2.2.5

Power & Lighting distribution boards (PDBs & LDBs) as per specifications & Drawings.

2.2.6

Lighting system including lighting fixtures for indoor & outdoor lighting, point wiring,
octagonal/RCC poles, lighting and power panels, switches, sockets, fans, exhaust fans, PVC
conduit to be laid in the concrete slab / other civil construction etc in safe area. Piano reed
type sockets complete with MDF Board & 10 pair cable etc. for indoor Telephones & LAN
network as per drawing & SOR.

2.2.7

Outdoor lighting system at SV stations (without control room building) will be supplied by solar
photovoltaic power module system of system voltage 12 V incorporates VRLA (SMF) Battery
for one day autonomy. Details of the system were provided in its Particular job specification.

2.2.8

Split Air Conditioners with stabilizer & 230V AC (PNE) Industrial Switch Socket unit fully
interlocked with 20 A SP type C MCB for Air Conditioners.

2.2.9

Flameproof type welding receptacles etc.

2.2.10

Inverter for emergency power.

2.2.11

GI pipes, GI Cable-trays and accessories, cable markers, identifier tags, GI saddles and all
other associated accessories for cable-laying.

2.2.12

Flame proof, outdoor type 63 Amp. & 32 Amp. Welding socket, AC-23 duty, interlocked with
heavy duty switch.

2.2.13

Earthing and lightning protection system, including supply of earthing pits, Cu earth plates
electrodes, Pipe electrodes, earthing strips, grounding conductor of various sizes and Cu strip
for flange jumper etc as per specification & drawing.

2.2.14

Safety equipment in the stations/terminals, like shock treatment charts, caution boards, first
aid equipment, rubber mats, portable fire extinguishers, sand bucket etc.

395

OIL & GAS SBU


SCOPE OF WORK FOR SPURLINES OF
DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)

DOCUMENT NO.

Page 6 of 10

MEC/23M9/05/E9/E/000/0002

REVISION 0

2.2.15

Fabrication and supply of MS frames, supports, canopies and brackets for miscellaneous
electrical equipments, including welding, supply of bolts, nuts etc for mounting and other
necessary supplies, all inclusive of painting as specified.

2.2.16

One no. of tool box to be provided at each control room building. Tool box should contain
atleast the following tools.
a)
b)
c)
d)
e)
f)
g)
h)
i)

Slide wrench 2No. ( 12 & 8)


Ring Spanner 1 set(up to no-32)
DE spanner 1 set(up to no-32)
pipe wrench 1 no. (14)
Screw Driver 1 set
Electrician screw Driver 1 set
Multimeter 1 No.
Alenkey 2 sets
Drilling Machine (600watt) with multipurpose Toolkit 1 set

2.3

SCOPE OF INSTALLATION, TESTING & COMMISSIONING

2.3.1

Installation, earthing, testing & commissioning of Outdoor type Pole/Plinth mounted copper
wound 63 and 100 KVA, 3 Ph, 11/0.433 kV Distribution Transformer.

2.3.2

Installation, earthing, testing & commissioning of Double pole structure with Gang operated
AB Switch, Lightning arrestors, Horn gap fuse, and copper wire jumpers upto transformer HT
terminals.

2.3.3

Installation, earthing, testing & commissioning of ACSR conductor, 11m MS joist/RCC pole,
11kV pin insulator and GI hardware etc as required for stinging between state electricity board
battery limit to double pole structure inside GAIL Terminal including all civil, mechanical &
earthing work.
OR
Installation, testing & commissioning of 3CX 11kV A2XFY HT cables including its termination
(Heat shrinkable termination kit) for stringing between State Electricity Board Double pole and
consumer double pole structures including all civil, mechanical & earthing work.

2.3.4

Installation, laying, termination, testing & commissioning of Cables between LT terminals of


transformer/ Distribution Board of Consumer terminal to load break fuse switch unit/
Distribution Board at GAIL terminal including supply/making & installation of Cable tray/UG
cable trenches, cable supports, double compression cable glands, cable marker, tags, lugs
etc as required for cable laying.

2.3.5

Installation, testing & commissioning of 250 A,200 A & 63 A TPN, AC-23 duty fuse switch unit
in outdoor type dust & weather proof steel enclosure (2 mm thick) as per drawing.

2.3.6

Laying & termination of all LV power and control cables laid in concrete-lined trenches, buried
cable trenches, cable trays, pipes, road crossings, pipe-racks etc.

2.3.7

Installation testing & commissioning of 415 V switch boards/PDBs/MLDBs/LDBs.

396

OIL & GAS SBU


SCOPE OF WORK FOR SPURLINES OF
DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)

DOCUMENT NO.

Page 7 of 10

MEC/23M9/05/E9/E/000/0002

REVISION 0

2.3.8

Installation, testing & commissioning of Air conditioning system for the buildings.

2.3.9

Installation, testing and commissioning of stand alone dusk-dawn solar photovoltaic street
lighting system at SV station for outdoor emergency lighting (This should be in the scope of
Solar street light contractor/vendor) & shall be as per enclosed SOR, PJS (Solar system) and
specification.

2.3.10

Installation, testing and commissioning of lighting (Indoor & Outdoor) system in the
buildings/Terminal including wiring as per construction drawing, specifications & instruction of
engineer In-charge.

2.3.11

Installation, testing & commissioning of complete earthing & lightning protection system for the
terminals as per specification, construction drawings & direction of engineer In-charge.

2.3.12

Installation testing & commissioning of Inverter for emergency power including inverter wiring
in Control room, SCADA & Telecom room & Electrical room etc.

2.3.13

Installation, testing & commissioning of GI pipes, GI Cable-trays and accessories, cable


markers, identifier tags, GI saddles and all other associated accessories for cable-laying.

2.3.14

Installation testing & commissioning of Flame proof, outdoor type 63 Amp. & 32 Amp. Welding
socket, AC-23 duty, interlocked with heavy duty switch.

2.3.15

Supply, installation, testing & commissioning of point wiring for telephone socket, LAN sockets
(Piano reed Type) in recess PVC conduit including PVC conduit, telephone socket, 10 pairs,
0.61mm, jelly filled/aerial self supporting armoured Telephone Cable, MDF box, all other
accessories etc as required.

2.3.16

Installation, testing and commissioning of the contractor supplied & free issued materials.

2.3.17

All works relating to statutory approvals of the complete installation & commissioning, from
competent authority like CEA, DGMS, State electricity authority/Board etc shall be in the
scope of contractor

3.0

OTHER MISCELLANEOUS WORKS

3.1

Preparation of buried cable trenches, including, back filling, compacting providing of brick
protection by second-class bricks, spreading of fine river sand, including all supplies as per
drawing, specification & direction of Engineer In-charge.

3.2

The job includes repairing of all civil works damaged during installation of electrical facilities.

3.3

The scope of work under this contract shall be inclusive of breaking of walls, floors and chipping
of concrete foundations necessary for the installation of equipment, materials, and making good
of the same.

3.4

Minor modifications wherever required to be done in the owner free supplied equipments /
devices to enable cable entry, termination, etc.

397

OIL & GAS SBU


SCOPE OF WORK FOR SPURLINES OF
DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)

DOCUMENT NO.

Page 8 of 10

MEC/23M9/05/E9/E/000/0002

REVISION 0

3.5

Sealing of opening made in the walls / floors for cables trays, cables, bus ducts, etc using
acceptable practice and standards.

3.6

Supply and installation of all other accessories not specifically mentioned herein, but never the
less necessary for completion of the job.

4.0

AREA CLASSIFICATION
Hydrocarbon handling areas have been generally classified as zone 1, gas group IIA/IIB as per
IS: 5572, API RP-500, OISD - 113 and IP Rules. All equipments to be installed in these areas
shall be suitable for the area classification with temperature class T3 (2000C), CMRI testing and
approved by CCOE, DGFAS and having BIS license.

5.0

JOB SPECIFICAITONS
Various electrical works covered under this contract like equipment erection, cabling, lighting
and grounding works, etc. shall be performed in accordance with specifications attached with
this tender. (Certain clauses of specifications, which are applicable to equipments or system not
covered under this contract, shall not be applicable).
Erection and commissioning of certain special equipments shall be performed in accordance
with suppliers instructions and directions of the Engineer-in-charges under supervision by
equipment supplier/s.
The equipments/materials to be supplied by the contractor shall conform to the requirements of
the applicable specifications enclosed in the tender document.

6.0

STATUTORY APPROVAL OF WORKS


All works relating to statutory approvals of the complete installation, from competent authority
like CEA, DGMS, State electricity Authority/Board etc, shall be in the scope of contractor.
The application on behalf of the owner for submission to Electrical Inspector / DGMS etc. along
with copies of required certificates and drawings, complete in all respects, shall be prepared by
the contractor and submitted to the Engineer-in-charge for onward transmission well ahead of
time so that the actual commissioning of equipment are not delayed for want of inspection by
the Electrical Inspector / DGMS. The actual Liaison work shall be arranged by the Contractor
and necessary coordination and liaisons work in this respect shall be responsibility of the
contractors. However, the Owner on submission of bills along with documentary evidence shall
reimburse any fee paid to the statutory Authority in this regards.

7.0

MAKES OF EQUIPMENTS AND MATERIALS


All equipments / materials supplied by the contractor shall be as per the list of approved makes
enclosed with this document subject to submission of Certification and approvals.

8.0

QUALITY ASSURANCE, INSPECTION AND TESTING

8.1

The equipment shall be inspected by the Owner and/or their inspection agency at the
manufacturers works prior to despatch. The equipment will be inspected as per the tests pre-

398

OIL & GAS SBU


SCOPE OF WORK FOR SPURLINES OF
DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)

DOCUMENT NO.

Page 9 of 10

MEC/23M9/05/E9/E/000/0002

REVISION 0

identified in the approved QAP to ensure conformity of the same with relevant approved
drawings, data sheets, specifications, National/International standards.
8.2

Performance tests of any equipments which cannot be conducted/demonstrated either partially


of wholly at the manufacturers work, shall be conducted after erection at site in the presence of
Owner & their inspection agency. In all the cases, prior approval of the approval shall be
obtained.

8.3

In case of waiver category of items, the same shall be pre identified. For such items, the
contractor shall furnish necessary certificates, test reports etc for Review/Approval to
Owner/Inspection agency. The issue of Inspection Certificate/Waiver Certificate for any
equipment or component there of does absolve the contractor from his contractual obligations
towards subsequent satisfactory performance of the equipment at site. Should any equipment
be found defective, In whole or part thereof after receipt at site or during erection/commissioning
and testing shall be Rectified/Changed by contractor free of cost.

8.4

Contractor shall submit test plan for the equipments with four week advance notice.

9.0

TESTING & COMMISSIONING

9.1

The successful tenderer shall submit detailed site testing & commission procedure with time
schedules for Review/Approval to Owner/MECON.

9.2

The successful tenderer shall provide adequate supervisory/ skilled personnel and all tools and
tackles, testing equipment and instruments required for complete checking of installations and
testing and commissioning of all equipment and accessories.

9.3

All the tests shall be conducted in the presence of Owner/ Engineer-in/charge or his authorized
representative unless he waives this requirement in writing.

9.4

The testing and commissioning of all equipment under the scope of the tenderer shall be carried
out in accordance with the latest edition of relevant Indian Standards, International Standard
and IE Rules.

9.5

Test reports shall be submitted in required number of copies duly signed by the TENDERER to
MECON and OWNER.

9.6

All equipment after testing shall be energized only after certification by the qualified testing
engineer that the equipment is ready for energisation and with \ the concurrence of OWNER /
MECON.

9.7

After the completion of all tests and rectification of all defects pointed out during final inspection,
plant start-up trials would be commenced. During the start-up trials contractor shall provide
skilled / unskilled personnel and supervision round the clock at his cost. The number and
category of workmen and duration up to which required, will be decided by the Engineer-incharge. Any defects noticed during the start-up trial relating to the equipment supplied and work
carried out by the Contractor, will be rectified by the contractor at his own cost.

9.8

On successful completion of erection of each item /equipment, a final inspection will be carried
out at site by Owner / MECON, for correctness and completeness of erection.

399

OIL & GAS SBU


SCOPE OF WORK FOR SPURLINES OF
DADRI-BAWANA-NANGAL PIPELINE
(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0002

Page 10 of 10
REVISION 0

9.9

Any work not conforming to the execution drawings, specifications or codes shall be rejected
forthwith and the contractor shall carry out the rectification at his own cost.

9.10

After the operating conditions are fully achieved in the plant and the other requirements as
stated in the General Conditions of Contract are fulfilled, the contractor would be eligible for
applying for a completion certificate.

10.0

DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION STANDARDS

10.1

The equipments / materials to be supplied by the contractor shall conform to the requirements of
the applicable specifications. Also the installation of various material / equipment shall conform
to the installation standards /norms.

10.2

The drawings accompanying the tender documents when read with specification shall depict the
electrical system of the Terminal. These are indicative of the nature of work and issued for
tendering purposes only. Purpose of these drawings is to enable the tendered to make an offer
in line with the requirements of the Owner. Construction shall be as per drawings / specifications
issued / approved by the Engineer-in-charge during the course of execution of work.

10.3

Conduit layout drawing in ceiling, wherever required, to be prepared by the contractor and shall
be submitted for approval.

10.4

After the job completion, contractor shall prepare AS-BUILT drawings and documents, submit
catalogues/manuals (O&M) of major brought out items like HT Substation, Transformers, AC,
Distribution Boards, Lighting fixture, Inverter etc. Final certified as built drawings, documents
and manuals etc shall be submitted by the contractor to owner in bound volume with one set in
soft copy (CD) plus five sets of prints.
Training
Contractor shall train the work force of Owner with his technical and supervisory personnel for
safe, efficient operation and maintenance of the equipment and system installed by the
contractor. The Number of personnel to be trained and the duration and structure of the training
shall be mutually discussed and finalized.

400

OIL & GAS SBU

SPURLINES OF DADRI-BAWANANANGALPIPELINE (DBNPL)


PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


DOCUMENT NO.

Particular job
specification

401

PARTICULAR JOB SPECIFICATION


FOR
11kV HT WORKS

FOR
SPUR LINES OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT

DOCUMENT No. - MEC/23M9/05/E9/E/000/0003, R-0

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092

402

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


DOCUMENT NO.

11kV HT WORKS

Page 1 of 15

MEC/23M9/05/E9/E/000/0003

REVISION 0

CONTENT
SL. NO.

DESCRIPTION

GENERAL.

SCOPE

11KV GANG OPERATED AIR BREAK SWITCH

DROP OUT FUSES

LIGHTNING ARRESTORS

AREA CLASSIFICATION

JOB SPECIFICATION

STATUTORY APPROVAL OF WORKS

MAKES OF EQUIPMENTS AND MATERIALS

10

QUALITY ASSURANCE, INSPECTION & TESTING

11

TESTING AND COMMISSIONING

12

DRAWINGS, STANDARD SPECIFICATIONS AND


INSTALLATION STANDARDS

PREPARED BY:

CHECKED BY:

APPROVED BY:

ISSUE DATE :

(Vinay Nagvanshi)

(Quasim Ahmad)

(D.K. Pande)

JUN, 2010

403

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


11kV HT WORKS

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003

1.0

GENERAL

1.1

Introduction

Page 2 of 15
REVISION 0

The intent of this specification is to define the requirements for the supply of equipment and
materials (as required), erection, earthing, testing and commissioning of the Pole/plinth mounted
11/0.433kv substation with transformer.
The work shall be carried out in the best workmanship like manner, in conformity with these
specifications, approved drawings and the instructions of the Engineer-in-charge from time to
time.
The contract shall include clearing of temporary construction, waste materials and loose earth,
which might get collected in and nearby the work site consequent of the execution of work under
this contract.
1.2

Standards
The work shall be performed in conformity with, standard specifications and installation
standards enclosed and code of practices of the Bureau of India Standards. In case of any
conflict, the stipulations under this specification shall govern.
In addition, the work shall also conform to the requirements of the following:
The Indian Electricity Act and the rules framed there under
The fire Insurance Regulations
The regulations lay down by the Chief Electrical Inspector of the state government / Central
Electricity Authority (CEA).
The regulations lay down by the Factory Inspector.
The regulations lay down by the Chief Inspector of Explosives.
IS-9920 Part-I to V
IS-2544/1973- Porcelain post insulators
IS-2633- Galvanization of ferrous parts
IS-9921 Part I to IV
IS-5340 Part-III
Any other regulations lay down by the Central, State or Local Authorities from time to time
during the pendency of this contract.

1.3

Guarantee
The contractor shall guarantee the installation against any defects of workmanship and
materials (supplied by the contractor) for a period of 12 months from the date of issue of the
completion certificate. Any damage or defects connected with the erection of materials,
equipments or fittings supplied by the contractor that may be undiscovered at the time of issue
of the completion certificate, or may arise or come to light thereafter, shall be rectified or
replaced by the contractor at his own expense as deemed necessary and as per the instruction
of the Engineer-in-charge within the time limit specified by the Engineer-in-charge.
The above guarantee shall be applicable for the quality of work executed as well as for the

404

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


DOCUMENT NO.

11kV HT WORKS

MEC/23M9/05/E9/E/000/0003

Page 3 of 15
REVISION 0

equipment / cable / fittings/ other material supplied by the contractor.


1.4

Site Conditions
The equipment offered and the installation shall be suitable for continuous operation under the
following site conditions.
Max. / Min temperature
Max. Relative humidity
Altitude
Atmosphere

1.5

:
:
:
:

50C/ 2C
98 %
Less than1000 M above mean sea level.
To withstand site conditions
(Humid & Heavy Rainfall during Monsoon)

Power Supply Parameters :


11kV Power supply is considered available at SV Terminal.
NORMAL POWER

11kV, 3Ph

VARIATION

As per KSEB

FREQUENCY

50 Hz 5%

FAULT LEVEL HT SIDE OF


TRANSFORMER

26.2 kA for 3 sec or As per


KSEB

FAULT LEVEL LT SIDE OF


TRANSFORMER

10kA For Single Phase


17.5kA For Three Phase

2.0

SCOPE

2.1

SCOPE OF DESIGN & ENGINEERING

2.1.1

Submission of electrical equipments selection criteria & respective design calculations,


inspection & test plan, installation & commissioning procedures, drawings for Review/Approval,
preparation of site engineering drawings and details for installation works wherever applicable
or required by the Engineer-in-charge & final commissioning reports, submit to the Engineer-incharge for Review/Approval.

2.1.2

Selection & design of all HT electrical equipment shall be as per relevant Indian & International
standards & contractor shall submit installation & commissioning drawings for 2-Pole structure &
associated equipments approval.

2.1.3

Correction, updating and submission of all Owners/Tenders drawings for as-built status.

2.1.4

Obtaining clearance for energizing the complete electrical facilities covered under this tender
and approval of installation and drawings from the Chief Electrical Inspector of the State
Government/Central Electricity Authority and other statutory authority as required. This includes
equipments installed or commissioned by others within the battery limit. This is for the purpose
of obtaining a comprehensive approval from competent authority.

3.0

11kV GANG OPERATED AIR BREAK SWITCH

405

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


11kV HT WORKS

DOCUMENT NO.

Page 4 of 15

MEC/23M9/05/E9/E/000/0003

REVISION 0

This section covers Design, manufacturing, testing at manufacturer works and supply of 11 KV,
100 Amps, 50HZ triple pole gang operated, outdoor type, single throw, single break tilting type
manually operated AB Switches suitable for vertical mounting. Air Break switches are suitable
for operation under off load conditions only and are intended for use on Distribution Sub
stations and tapping sectionalizing points of 11 KV lines.
3.1

Description of the materials


The 11KV A.B. Switch (3 Pin Type) sets shall confirm to the following parameters
a. Number of poles
b. Number of Post insulator per pole
c. Nominal system voltage
d. Highest system voltage
e. Rated frequency
f. System earthling effectively
g. Rated nominal current
h. Altitude of installation

3
3 nos. 12KV post insulator.
11KV
12KV
50Hz
earthed.
100 amps
Not exceeding1000M

The post insulators used in the A.B. Switches shall have the following ratings:a)

One minute power frequency withstand voltage between

I)
II)

Earth & poles


Across terminal of open switch

28 KV (rms)
32 KV (rms)

Rated lightning impulse withstand voltage between


b)
c)

Poles & Earth


Across terminal of open switch

75 KV (Peak)
85 KV (Peak)

Short time current 26.2 KA for 1 second


3.2

General
The 11KV A.B. Switch Set shall be the gang operated rotating single air break type having 3
post insulators per phase. The operating mechanism shall be suitable for manual operation from
the ground level and shall be so designed that all the three phases shall open or close
simultaneously. The Switches shall be robust in construction, easy in operation and shall be
protected against over travel or staining that might adversely affect any of its parts. The required
base M.S. Channel (hot dip galvanized) phase coupling rod, operation rod with intermediate
guide braided with flexible electrolytic copper, tail piece of required current carrying capacity and
operation mechanism with ON & OFF positions shall be provided. The operation rod shall be
medium gage of 32mm diameter nominal bore G.I. pipe single length 6 meters. The phase
coupling rod for gang operation shall be of medium gauge 25mm dia nominal bore G.I. pipe.
The Rating post insulators shall be provide with suitable bearing mounted on a base channel
with 8mm dia thrust collar and 6mm split pin made out of stainless steel. The operating down
rod shall be coupled to the spindle (minimum dia 32mm) for gang operation through another
suitable bearing by two numbers 10mm dia stainless steel bolts with double nuts. All the
bearings shall be provided with grease nipple. All metal (ferrous) parts shall be galvanized an

406

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


11kV HT WORKS

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003

Page 5 of 15
REVISION 0

polished. The pipe shall be galvanized in accordance with IS-4736/1968.The post insulators
should be fixed with the base channel using Galvanized Nuts and Bolts.
3.3

Mounting
The A.B. Switches shall be suitable for Vertical mounting in double pole sub-station structures.

3.4

Switching Blades
It shall be made out of electrolytic copper with silver plated. Contractor shall submit its size for
approval. The Switch shall have such a spring mechanism so as to ensure that the speed of the
opening of contact is independent of speed of manual operation.

3.5

Fixed Contracts
The Fixed Jaw type female contracts shall be made of electrolytic copper (minimum 95% copper
composition) duly silver coated controlled by stainless steel high pressure spring housed in
robust G.I. Cover. It is essential that provision shall be made in fixed female contracts to take
the shock arising from the closing of move contract blade without the same being transmitted to
the post insulator.
The male and female contacts assemblies shall be of sturdy construction and design to ensure
I)
II)
III)
IV)
V)

3.6

Electro dynamic withstand ability during short circuits.


Thermal withstand-ability during short circuits.
Constant contact pressure even when the live parts of the insulator stacks are subject to
tensile stresses due to linear expansion of connected bus bar of flexible conductors
either because of temperature variation or strong winds.
Self-wiping action during closing and opening.
Self-alignment assuring closing of the switch without calling for any adjustment.

Arcing Horn
A set of adjustable arcing horns made from 2 SWG G. I. Wire shall be mounted on each
insulator stack of G.O. Switch. The supplier shall supply a graph showing impulse and power
frequency spark over voltage for various gap settings of arcing horns.

3.7

Terminal Connectors
Terminal connectors shall be robust in design. The fixed connector & movable connector shall
be shall be of copper casting with uniform machine finishing duly silver plated made out of
minimum 95% copper composition with 2 nos. 12mm dia holes provided with suitable brass
bolts and double nuts, flat washers & 2 nos. bimetallic solder less sockets suitable upto 80 mm2
conductor.
Contractor shall submit size of fixed connector & movable connector for Approval.

3.8

Spacing
The minimum clearance between phases to the switch shall be 760mm. The operation down rod
shall be at a transverse distance of 300mm from the outer limb of the switch. The centre
spacing between two post insulator sof the same phase shall be 380mm. In the open position of

407

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


11kV HT WORKS

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003

Page 6 of 15
REVISION 0

the A.B. switches the moving blade shall rotate through 90 o. This shall be exhibited in the
drawing.
3.9

Name Plates
The switches shall be provided with a nameplate, which contains the information in accordance
with IS-9921 (part I to V). The name plates will be weather & rust proof.

3.10

Completeness of Equipment
All fittings, accessories or apparatus which may not have been specially mentioned in this
specification but which are otherwise necessary for satisfactory working of G.O. switches shall
be deemed to have been included in the scope of supply.

3.11

Packing & Transportation


The supplier shall be responsible for suitable packing of all the material and marking on the
consignment to ensure correct dispatch to the destination. All G.O. Switches shall be packed
suitably capable of withstanding rough handling for transportation to the various consignees so
as to avoid any shortage and damage occurring during transit. Separators shall be fixed
between the post insulators and other breakable parts of GO Switch and also between
individual GO Switches so as to prevent relative movement to avoid damage. All the labels used
on each packing shall be of tin securely bounded with wire and shall have the descriptive
marking stamped thereon. All GO Switches damaged during transportation shall be to the
suppliers account.

3.12

TEST & TEST CERTIFICATE


Type Test
Certificate for the following type tests conducted on a prototype set of A.B. Switch in a NABL
approved test house/CPRI shall have to be submitted along with offer.
Dielectric Test (impulse and one minute were power frequency withstand voltage test.)
Temperature rise test (for contracts and terminals)
Shorts Time current and peak withstand current test.
Mainly active load breaking capacity test.
Transformer off-load breaking capacity test.
Line charging breaking capacity test.
Cable charging breaking test.
Operation and mechanical endurance test.
Mechanical strength test for post insulator, as per IS-2444/1937 shall be furnished.
Test for galvanization of metal (ferrous) parts.
Routine /Acceptance Test
The following routine tests shall have to be conducted on each set by Owner/Third Party agency
of the materials at the works of the manufacturer as per relevant IS/IEC. The supplier shall give
fifteen days advance intimation to the Purchaser to enable him to depute his representative for
witnessing the tests.

408

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd

MECON LTD, DELHI

TITLE

11kV HT WORKS

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003

Page 7 of 15
REVISION 0

1. Power frequency voltage dry test.


2. Measurement of resistance of main circuit.
3. Tests to prove satisfactory operation.
4. Dimension Check
5. Galvanization test.
6. Operational test.
4.0

DROP OUT FUSES


The D.O. Fuses are intended for use on Distribution transformers for protection/isolation of the
same during overload or fault conditions of lines. The drop out fuse shall conform to IS: 9385
(Part-I to III) as amended from time to time.
The drop-out fuses shall be expulsion type. The equipment offered by the tenderer shall be
suitable for 11KV, 3 Ph 50 Hz solidly grounded earthed neutral systems. It shall be designed for
a normal current rating of 100 Amps.
The drop out fuses are required with Post Insulators. These shall be suitable for mounting on
the structure. The bracket/channel hardwares for D.O. Fuses shall be provided with adequate
sizes of nuts, bolts and washer for mounting on the structures of the purchaser.

4.1

POST INSULATORS
Each 11KV D.O. Fuse shall have two nos. 11 KV Post Insulators. The insulators shall conform
to IS: 2544 of 1973 with latest amendments. The porcelain used for manufacture of D.O. Fuse
shall be homogeneous, free from flaws or imperfections that might effect the mechanical or
dielectric strength adversely. They shall be thoroughly vitrified tough and impervious to
moisture. The glazing of the porcelain shall be of uniform brown colour free from blisters, burns
and other similar defects. Insulators of the same rating and type shall be interchangeable.
The porcelains and metal parts shall be assembled in such a manner that any thermal
expansion differential between the metal and porcelain parts through range of temperature
variation shall not loosen parts or create undue internal stresses which may affect the electrical
or mechanical strength and rigidity. Each cap and base pin shall be made of high grade cast
steel or malleable steel casting and they shall be machine faced and smoothly galvanized. The
cap and base shall be properly cemented with insulators to give perfect grip. Excess use of
cement shall be avoided.
Each 11KV Post Insulators should have technical particulars as detailed below:(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)

11KV
Nominal system voltage KV (rms)
11
Highest system voltage KV (rms)
12
Dry Power Frequency one KV (rms) minute
35
Withstand voltage
Power Frequency puncture KV (rms) Voltage 1.3 times the actual dry
Flashover voltage
Impulse withstand voltage KV (rms)
75
Visible discharge voltage KV (rms)
9
Creepage distance in mm (minimum)
320

409

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd

MECON LTD, DELHI

TITLE

11kV HT WORKS

DOCUMENT NO.

Page 8 of 15

MEC/23M9/05/E9/E/000/0003

(viii)

Cantilever strength (KN)

REVISION 0

6.60

As stated above unless otherwise modified in this specification the drop out fuse shall conform
to IS: 9385 (Part-I to III) and as amended from time to time.
The rated lightning impulse withstand voltage for positive and negative polarities shall be as
given below:11KV
a) To earth and between pole
b) Across the isolating distance of fuse base

75 KV Peak
85 KV Peak

Rated one minute power frequency withstand voltage (dry and wet) values for the fuse
11KV
a) To earth and between pole
b) Across the isolating distance of fuse base
4.2

base-

28 KV Peak
32 KV Peak

RATED BREAKING CAPACITY


The rated breaking capacity shall be 8KA (symmetrical). Bidder shall submit type test
reports/certificates of DO fuses along with offer.

4.3

MAIN CONTACTS
The main contacts of the D.O. Fuse shall be suitable for heavy duty, properly aligned, made
from Brass material. These shall have good finish and smooth surface and shall be silver plated.
All the sharp edges shall be rounded off. These contacts shall be so designed to withstand
highest short circuit breaking current that may be encountered during service. In nut-shell the
contact assembly shall ensure:i. Electrodynamic withstand ability during short circuit without any risk of repulsion of contact.
ii. Thermal withstand ability during short circuits.
iii. Constant contact pressure even when the lower parts of the insulator stacks are subjected
to tensile stresses due to linear expansion of connected bus bar or flexible conductors either
because of temperature variation or strong winds.
iv. Proper alignment to ensure smooth operation of D.O. Fuse without adjustment.

4.4

CONNECTORS
The connectors shall be made from Brass suitable for ACSR/AAA Squirrel/Weasel & Rabbit,
Raccoon & Dog. The connectors should be bolted type having 4 bolts & groove to hold the
conductor. All brass parts should be silver plated for corrosion resistance and efficient current
flow. All ferrous parts should be hot dip galvanized as per the latest version of IS: 2633. Nuts
and bolts shall conform to IS: 1364 and should be hot dip galvanized. Spring washer should be
electro galvanized.

4.5

FLY NUTS
These shall be provided at both the ends of Epoxy Resin Fiber Glass (ERFG) tube for tightening
the fuse element. The nut shall be provided with one flat washer of 1 mm thickness. The

410

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


11kV HT WORKS

DOCUMENT NO.

Page 9 of 15

MEC/23M9/05/E9/E/000/0003

REVISION 0

arrangement shall be made to ensure that the fuse wire runs centrally inside the ERFG tube
after tightening. The fly nuts should have at least 4 threads with adequate wall thickness.
4.6

SPRING STRIPS
The spring strips shall be of phosphor bronze multi line brush type having a high pressure
contacts and should retain its tension under minimum continuous service current of 100 Amps
at 90 C.

4.7

Completeness of Equipment
All fittings, accessories or apparatus which may not have been specially mentioned in this
specification but which are otherwise necessary for satisfactory working of DO fuses shall be
deemed to have been included in the scope of supply.

4.8

D.O. BARRELS (CARRIER TUBES):The carrier tube made of Epoxy Resin Fibre Glass (ERFG) and conforming to the following
specification shall be used for 11KV D.O Sets:GENERAL:This specification governs the requirement for an electrical grade tube with good mechanical
and high heat resistance properties, made from fine woven glass fibre cloth, impregnated with
epoxy resin. Tube shall be well consolidated of circular cross section and uniform wall thickness
with ends trimmed smoothly at right angles to the axis of the tube. The external surfaces shall
be brown in colour and shall be uniformly finished with polyuret and varnish or epoxy resin. The
tube has a temperature index of at least 155C.
APPLICATION- Used as fuse carrier in 11KV Drop out Fuses.
COMPLIANCE WITH- Indian Standard Specification no.10192

5.0

LIGHTNING ARRESTOR
The section covers the design, manufacture, shop testing before dispatch, supply, delivery,
erection, testing & commissioning of 9 KV, static class heavy rating, gapless, metal (zinc) oxide
lighting arrestors complete along with clamps, complete fitting and accessories for installation
on outdoor type 11 kV Double pole structure.
System parameters
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)

Nominal system voltage


Highest system voltage
System earthing
Frequency (Hz)
Lightning Impulse withstand Voltage (kVP)
Power frequency withstand Voltage (kv rms)
Arrestors duty

11Kv
12Kv
Effectively earthed system
50
75
28

-Connection to system

Phase to earth

411

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


11kV HT WORKS

DOCUMENT NO.

Page 10 of 15

MEC/23M9/05/E9/E/000/0003

-Type of equipment to be protected


5.1

Type
Gapless Metal oxide outdoor
Arrestor rating (KV rms)
9
Continuous Operating voltage (kV rms)
7.65
Nominal discharge Current:
5 Rating (KA)
Long Duration discharge class
Distribution Class
Degree of protection
IP 55
Maximum residual voltage at 5 KA (KV peak)
32
Maximum switching lighting residual
24 Voltage (kVp) at 1Ka
Partial discharge at 1.05 COV not greater than (PC)
50
High current impulse withstand voltage
100 at 65 kA (kVp)

Insulator Housing
(i)
(ii)
(iii)
(iv)

5.3

11 KV transformers & Switchgear

Lighting Arrestors
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)
(x)

5.2

REVISION 0

Power frequency withstand test voltage (Wet) (kV rms)


Lighting impulse withstand / tests voltage (kVP)
Creep age distance not less than
Pressure relief

28
75
320
class B

General Requirement
The equipment along with all accessories shall be capable of performing intended duties under
specified conditions. The Contractor shall guarantee the reliability and performance of the
individual equipment as well as of the complete system as specified in the bid documents.
The lighting arrestor shall be provided with line and earth terminals of suitable size & lightning
counter. The line side terminal shall be suitable for AAA conductor or ACSR weasel / rabbit
conductor.

i)

The metal oxide gap less Lighting Arrestor without any series or shunt gap shall be suitable for
protection for 11KV side of Distribution Transformers, associated equipment from voltage
lightings resulting from natural disturbance like lightning as well as system disturbances.

ii)

The lighting arrestor shall draw negligible current as operating voltage and at the same time
offer least resistance during the flow or lighting current.

iii)

The lighting arrestor shall consist of non-linear resistor elements placed in series and housed in
electrical grade porcelain housing / silicon polymeric of specified creep age distance.

iv)

The assembly shall be hermetically sealed with suitable rubber gaskets with effective sealing
system arrangement to prevent ingress of moisture.

v)

The lighting arrestor shall be provided with line and earth terminal of suitable size. The ground
side terminal of lighting arrestor shall be connected with 25x6 mm galvanized strip.

vi)

The lighting arrestor shall not operate under power frequency and temporary over voltage
conditions but under lighting conditions, the lighting arrestor shall change over to the conducting
mode.

412

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd

MECON LTD, DELHI

TITLE

11kV HT WORKS

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003

Page 11 of 15
REVISION 0

vii)

Lighting arrestors shall have a suitable pressure relief system to avoid damage to the porcelain /
silicon polymeric housing and providing path for flow of rated fault currents in the event of
arrestor failure.

viii)

The reference current of the arrestor shall be high enough to eliminate the influence of grading
and stray capacitance on the measured reference voltage.

ix)

The Lighting Arrestor shall be thermally stable and the supplier shall furnish a copy of thermal
stability test along with the bid.

5.4

Arrestor Mounting
The arrestors shall be suitable for mounting on 4 pole/2 pole structure used for pole/ plinth
mounted transformer and for incoming and outgoing lines.

5.5

Fittings & Accessories

x)

The lighting arrestor shall be complete with insulating bases, fasteners for stacking units along
with clamp & terminal connectors and inbuilt disconnector.

xi)

The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and shall be
so located that incoming and outgoing connections are made with minimum possible bends.
The top metal cap and base of lighting arrestor shall be galvanized. The line terminal shall have
a built in clamping device, which can be adjusted for both horizontal and vertical take off.

5.6

Drawings, Documents and Design Calculations


Bidder to submit followings along with the bid:
i)
ii)

5.7

Sectional drawings
Mounting arrangement

Completeness of Equipment
All fittings, accessories or apparatus which may not have been specially mentioned in this
specification but which are otherwise necessary for satisfactory working of Lightning Arrestor
shall be deemed to have been included in the scope of supply.

5.8

Name Plate
The nameplate attached to the arrestor shall carry the following information:
- Rated Voltage
- Continuous Operation Voltage
- Normal discharge current
- Pressure relief rated current Manufacturer Trade Mark
- Year of Manufacture
- Name of Scheme

5.9

Tests

413

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


11kV HT WORKS

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003

Page 12 of 15
REVISION 0

Test on Lighting Arrestors


The lighting Arrestors offered shall be type tested from NABL accredited laboratory. Copies of
test certificates shall be furnished by the bidder for scrutiny. Routine and Acceptance tests shall
be carried out in accordance with IS: 3070 (Part-3)-1993. The purchaser representative will
witness the acceptance test at the works of manufacturer. The suitability of the Lighting
Arrestors shall also be established from the following:
- Residual voltage test
- Reference voltage test
- P.D. test
- Sealing test
- Thermal stability
Metal oxide block shall be tested for guaranteed specific energy capability in addition to routine /
acceptance test as per IEC / IS.
i)

The maximum residual voltages corresponding to nominal discharge current of 5 kA for steep
current, impulse residual voltage test, lightning impulse protection level and switching impulse
level shall generally conform to relevant IS.

ii)

The suppliers shall furnish the copies of the type tests and the characteristics curves between
the residual voltage and nominal discharge current of the offered lighting arrestor and power
frequency voltage v/s time characteristic of the lighting arrestor subsequent to impulse energy
consumption as per clause 6.6 of IS ; 3070 (Para-3) offered along with the bid.

iii)

The lighting arrestor housing shall also be type tested and shall be subjected to routine and
acceptance tests in accordance with IS: 2071.

6.0

AREA CLASSIFICATION
Hydrocarbon handling areas have been generally classified as zone 1, gas group IIA/IIB as per
IS: 5572, API RP-500, OISD - 113 and IP Rules. All equipments to be installed in these areas
shall be suitable for the area classification with temperature class T3 (2000C), CMRI testing and
approved by CCOE, DGFAS and having BIS license.

7.0

JOB SPECIFICAITONS
Various electrical works covered under this contract like equipment erection, cabling and
grounding works, etc. shall be performed in accordance with specifications attached with this
tender. (Certain clauses of specifications, which are applicable to equipments or system not
covered under this contract, shall not be applicable).
Erection and commissioning of certain special HT equipments shall be performed in accordance
with suppliers instructions and directions of the Engineer-in-charges under supervision by
equipment supplier/s.

414

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


11kV HT WORKS

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003

Page 13 of 15
REVISION 0

The equipments/materials to be supplied by the contractor shall conform to the requirements of


the applicable specifications enclosed in the tender document.
8.0

STATUTORY APPROVAL OF WORKS


All works relating to statutory approvals of the complete installation, from competent authority
like CEA, DGMS, State electricity Authority/Board etc, shall be in the scope of contractor.
The application on behalf of the owner for submission to Electrical Inspector / DGMS etc. along
with copies of required certificates and drawings, complete in all respects, shall be prepared by
the contractor and submitted to the Engineer-in-charge for onward transmission well ahead of
time so that the actual commissioning of equipment are not delayed for want of inspection by
the Electrical Inspector / DGMS. The actual Liaison work shall be arranged by the Contractor
and necessary coordination and liaisons work in this respect shall be responsibility of the
contractors. However, the Owner on submission of bills along with documentary evidence shall
reimburse any fee paid to the statutory Authority in this regards.

9.0

MAKES OF EQUIPMENTS AND MATERIALS


All equipments / materials supplied by the contractor shall be as per the list of approved makes
enclosed with this document subject to submission of Certification and approvals.

10.0

QUALITY ASSURANCE, INSPECTION AND TESTING

10.1

The equipment shall be inspected by the Owner and/or their inspection agency at the
manufacturers works prior to despatch. The equipment will be inspected as per the tests preidentified in the approved QAP to ensure conformity of the same with relevant approved
drawings, data sheets, specifications, National/International standards.

10.2

Performance tests of any equipments which cannot be conducted/demonstrated either partially


of wholly at the manufacturers work, shall be conducted after erection at site in the presence of
Owner & their inspection agency. In all the cases, prior approval of the approval shall be
obtained.

10.3

In case of waiver category of items, the same shall be pre identified. For such items, the
contractor shall furnish necessary certificates, test reports etc for Review/Approval to
Owner/Inspection agency. The issue of Inspection Certificate/Waiver Certificate for any
equipment or component there of does absolve the contractor from his contractual obligations
towards subsequent satisfactory performance of the equipment at site. Should any equipment
be found defective, In whole or part thereof after receipt at site or during erection/commissioning
and testing shall be Rectified/Changed by contractor free of cost.

10.4

Contractor shall submit test plan for the equipments with four week advance notice.

11.0

TESTING & COMMISSIONING

11.1

The successful tenderer shall submit detailed site testing & commission procedure with time
schedules for Review/Approval to Owner/MECON.

415

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


11kV HT WORKS

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003

Page 14 of 15
REVISION 0

11.2

The successful tenderer shall provide adequate supervisory/ skilled personnel and all tools and
tackles, testing equipment and instruments required for complete checking of installations and
testing and commissioning of all equipment and accessories.

11.3

All the tests shall be conducted in the presence of Owner/ Engineer-in/charge or his authorized
representative unless he waives this requirement in writing.

11.4

The testing and commissioning of all equipment under the scope of the tenderer shall be carried
out in accordance with the latest edition of relevant Indian Standards and IE Rules.

11.5

Test reports shall be submitted in required number of copies duly signed by the TENDERER to
MECON and OWNER.

11.6

All equipment after testing shall be energized only after certification by the qualified testing
engineer that the equipment is ready for energisation and with \ the concurrence of OWNER /
MECON.

11.7

After the completion of all tests and rectification of all defects pointed out during final inspection,
plant start-up trials would be commenced. During the start-up trials contractor shall provide
skilled / unskilled personnel and supervision round the clock at his cost. The number and
category of workmen and duration up to which required, will be decided by the Engineer-incharge. Any defects noticed during the start-up trial relating to the equipment supplied and work
carried out by the Contractor, will be rectified by the contractor at his own cost.

11.8

On successful completion of erection of each item /equipment, a final inspection will be carried
out at site by Owner / MECON, for correctness and completeness of erection.

11.9

Any work not conforming to the execution drawings, specifications or codes shall be rejected
forthwith and the contractor shall carry out the rectification at his own cost.

11.10 After the operating conditions are fully achieved in the plant and the other requirements as
stated in the General Conditions of Contract are fulfilled, the contractor would be eligible for
applying for a completion certificate.
12.0

DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION STANDARDS

12.1

Following minimum information shall be furnished with bid:

a)
12.2
a)
b)
c)
12.3

Type test reports of GOAB, DO Fuse, Lightning arrestors, Insulators etc.


Following Drawings & Documents shall be submitted after award of contract for approval:
Filled-Up Data sheet
GA of Double pole structure with equipment mounting arrangement with dimensions.
Earthing schedule of DP structure.
The equipments / materials to be supplied by the contractor shall conform to the requirements of
the applicable specifications. Also the installation of various material / equipment shall conform
to the installation standards /norms.

416

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION


FOR SPURLINES OF DADRIBAWANA-NANGAL PIPELINE
(DBNPL) PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


11kV HT WORKS

DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003

Page 15 of 15
REVISION 0

12.4

The drawings accompanying the tender documents when read with specification shall depict the
electrical system of the Terminal. These are indicative of the nature of work and issued for
tendering purposes only. Purpose of these drawings is to enable the tendered to make an offer
in line with the requirements of the Owner. Construction shall be as per drawings / specifications
issued / approved by the Engineer-in-charge during the course of execution of work.

12.5

After the job completion, contractor shall prepare AS-BUILT drawings and documents, submit
catalogues/manuals (O&M) of major brought out items like HT Substation, Transformers, LA,
AB switch etc. Final certified As-Built drawings, documents and manuals etc shall be submitted
by the contractor to owner in bound volume with one set in soft copy (CD) plus five sets of
prints.
Training
Contractor shall train the work force of Owner with his technical and supervisory personnel for
safe, efficient operation and maintenance of the equipment and system installed by the
contractor. The Number of personnel to be trained and the duration and structure of the training
shall be mutually discussed and finalized.
-x-x-x-

417

PARTICULAR JOB SPECIFICATION


FOR
SPV POWER SUPPLY SYSTEM

FOR
SPUR LINES OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT

DOCUMENT NO. - MEC/23M9/05/E9/E/000/0004, R-0

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
418

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE


(DBNPL) PROJECT
ELECTRICAL SECTION, DELHI

GAIL (India) Ltd

MECON LIMITED

PARTICULAR JOB
SPECIFICATION FOR (SPV)
POWER SUPPLY SYSTEM

TITLE

DOCUMENT NO.

Page 1 of 8

MEC/23M9/05/E9/E/000
/0004

REVISION: 0

TABLE OF CONTENT
Sl. No.

Description

Page No

General.

Scope

Other Miscellaneous Work.

Area Classification.

Job Specification.

Guaranty

Makes of equipments and materials.

Inspection, testing and commissioning.

Drawings and data sheet.

Annexure - I Stationwise solar system details


Annexure - II List of Two Year Operation & maintenance Spares

Prepared By

Checked By

Approved By

VINAY NAGVANSHI

AASHISH MOYAL

D K PANDE

419

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE


(DBNPL) PROJECT
ELECTRICAL SECTION, DELHI

GAIL (India) Ltd

MECON LIMITED

PARTICULAR JOB
SPECIFICATION FOR (SPV)
POWER SUPPLY SYSTEM

TITLE

1.0

DOCUMENT NO.

Page 2 of 8

MEC/23M9/05/E9/E/000
/0004

REVISION: 0

GENERAL
Introduction

1.0.1

The intent of this specification is to define the requirements of solar power supply system
and the associated battery sets, charge controller, solar street lighting system, 3Ph charger,
DCDB etc. Tenderer's scope of work includes design, manufacture, testing, packing, delivery
to site, installation, earthing, testing & commissioning of the complete Solar system with
solar array, charge controller, battery banks, 415V 3Ph Charger for charging battery bank
from grid supply/DG supply, Distribution boards, interconnecting cables etc as per enclosed
specification, data sheets and SOR.

1.1

Standards

1.1.1

The equipment/material shall be in conformity with standard specifications, data sheet and
code of practices of the relevant Bureau of India Standards & IEC. In case of any conflict,
the stipulations under this specification/data sheet shall govern.

1.2

Site Conditions
The equipment offered and the installation shall be suitable for continuous operation under
the following site conditions.
Max. / Min temperature
Max. Relative humidity
Altitude
Atmosphere

1.3

:
:
:
:

500C/20C
98 %
Less than 1000 m above MSL
To withstand site conditions
(Humid & Heavy Rainfall during Monsoon)

Power Supply Parameters:


1
2

INSTRUMENTATION
TELECOM SYSTEM

3
4
5

SCADA
CP SYSTEM
FA & CO2 Flooding system

24 V DC
-48 V DC (Conversion by
others)
24 V DC
24 V DC
24 V DC

2.0

SCOPE

2.1

SCOPE OF DESIGN & ENGINEERING

2.1.1

Submission of solar array sizing calculations, charge controller size calculations, battery size
calculations and 415V 3 Ph charger size calculation for approval Preparation of site
engineering drawings and details for installation works wherever applicable or required by
the Engineer-in-charge, and submits to the Engineer-in-charge for review.

420

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE


(DBNPL) PROJECT
ELECTRICAL SECTION, DELHI

GAIL (India) Ltd

TITLE

MECON LIMITED

PARTICULAR JOB
SPECIFICATION FOR (SPV)
POWER SUPPLY SYSTEM

DOCUMENT NO.

Page 3 of 8

MEC/23M9/05/E9/E/000
/0004

REVISION: 0

2.1.2

The photovoltaic solar array, charge controller shall be sized to meet through battery back-up,
load cycle requirement of connected load with availability of solar energy. However the rating of
solar system shall not be less than as specified in SOR/MR.

2.1.3

All the derating factors given in specification and datasheet to be considered for
designing the SPV array and battery bank on AH basis.

2.1.4

Correction, updating and submission of all Owners drawings for as-built status.

2.2

SCOPE OF SUPPLY
Following electrical equipment and material are in the contractors scope of supply in this
tender.

2.2.1

Solar Array/Panels, Anodised Al/Hot dip galvanized MS mounting structure, Junction boxes,
Charge controller, DCDB, Battery bank, DC-DC converter, 415V 3Ph charger,
interconnecting cables among - arrays, charge controller, DC-DC Converter, DCDB, Battery
bank, 3Ph charger etc as per enclosed SOR and specification.

2.2.2

Offered solar PV cells & Modules shall be shall be manufactured from existing regular
manufacturers plant/unit of the suppliers.

2.2.3

A stand alone dusk-dawn solar photovoltaic street lighting system for outdoor emergency
lighting as per enclosed specification and SOR.

2.2.4

MV power and control cable (Cu-Conductor, PVC insulated, PVC sheathed, armoured,
FRLS cables as required).

2.2.5

GI pipes, GI Cable-trays and accessories, cable markers, identifier tags, GI saddles and all
other associated accessories as required for cable laying.

2.2.6

FLP type double-compression nickel-plated brass cable glands, tinned-copper lugs,


clamping material etc. for cable termination.

2.2.7

Earthing including earthing pits, earth electrodes, earthing strips, grounding conductor of
various sizes, Cu strip for flange jumper and Cu earth plates etc as per
specification/standard drawing.

2.2.8

Lightning surge protection must be provided for the SPV array and other solar system
components.

2.2.9

Fabrication and supply of MS frames, supports, canopies and brackets for miscellaneous
electrical equipments, including welding, supply of bolts, nuts etc for mounting and other
necessary supplies, all inclusive of painting etc as required.

2.2.10 Two years operational spares as per list provided by the vendor.
2.2.11 Offered cell/module shall be manufactured from regular manufacturing unit of the suppliers.

421

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE


(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

2.3

ELECTRICAL SECTION, DELHI


MECON LIMITED

PARTICULAR JOB
SPECIFICATION FOR (SPV)
POWER SUPPLY SYSTEM

DOCUMENT NO.

Page 4 of 8

MEC/23M9/05/E9/E/000
/0004

REVISION: 0

INSTALLATION, TESTING & COMMISSIONING

2.3.1 Delivery to site, storage, Transportation from storage to site, Installation, earthing, testing,
commissioning and performance test at site (full load test) of the complete Solar system with
solar array, charge controller, 3Ph Grid Charger, battery banks, DC-DC Converters,
Distribution boards, junction boxes, interconnecting cables etc as per enclosed specification,
data sheets and SOR. Tenderer shall submit the sizing calculations for SPV array, charge
controller, battery bank and 415V 3Ph charger. However the rating of each subsystem shall
not be less than as indicated in SOR.
2.3.2 Installation, earthing, testing & commissioning of the stand alone dusk-dawn solar
photovoltaic street lighting system including all civil work etc as required for outdoor
emergency lighting as per enclosed specification and SOR.
2.3.3 Installation of earthing material and lightning system, testing and commissioning of complete
earthing and lightning system as per specification and requirement.
2.3.4 Laying, Termination, Glanding, Ferruling of all interconnecting cables between sub array
JBs, Main JBs, Charge controller, 3Ph charger, Battery Bank and DCDB.
2.3.5 Suitable trench/route/cable-tray shall be made by the solar power system contractor for laying
of cables from solar array JBs to Charge controller.
3.0

OTHER MISCELLANEOUS WORKS

3.1

Preparation of buried cable trenches, including, back filling, compacting providing of brick
protection by second-class bricks, spreading of fine river sand, including all supplies.

3.2

The job includes repairing of all civil works damaged during installation of electrical facilities
and complete solar system.

3.3

The scope of work under this contract shall be inclusive of breaking of walls, floors and
chipping of concrete foundations necessary for the installation of equipment, materials, and
making good of the same.

3.4

Minor modifications wherever required to be done in the owner free supplied equipments /
devices to enable cable entry, termination etc.

3.5

Sealing of opening made in the walls / floors for cables trays, cables, bus ducts, etc. using
acceptable practice and standards.

3.6

Supply and installation of all other accessories not specifically mentioned herein, but never
the less necessary for completion of the job.

4.0

AREA CLASSIFICATION
Hydrocarbon handling areas have been generally classified as zone 1, gas group IIA/IIB as

422

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE


(DBNPL) PROJECT
ELECTRICAL SECTION, DELHI

GAIL (India) Ltd

TITLE

MECON LIMITED

PARTICULAR JOB
SPECIFICATION FOR (SPV)
POWER SUPPLY SYSTEM

DOCUMENT NO.

Page 5 of 8

MEC/23M9/05/E9/E/000
/0004

REVISION: 0

per IS: 5572, API RP-500, OISD - 113 and IP Rules. All equipments to be installed in these
areas shall be suitable for the area classification with temperature class T3 (200C), CMRI
testing and approved by CCOE, DGFAS and having BIS license.
5.0

JOB SPECIFICAITONS

5.1

Various electrical works covered under this contract like equipment erection, cabling,
outdoor lighting (Solar) and grounding works, etc shall be performed in accordance with
specifications attached with this tender. (Certain clauses of specifications, which are
applicable to equipments or system not covered under this contract, shall not be applicable).

5.2

Erection and commissioning of certain special equipments shall be performed in accordance


with suppliers instructions and directions of the Engineer-in-charges under supervision by
equipment supplier/s.

5.3

The equipments/materials to be supplied by the contractor shall conform to the requirements


of the applicable specifications enclosed in the tender document.

5.4

Price of erection & commissioning spares and special tools shall be included in the quoted
price by the bidder.

6.0

Guarantee
The contractor shall guarantee the installation against any defects of workmanship for a
period of 18 months and materials (supplied by the contractor) for a period of 18 months
from the date of commissioning. The module performance degradation shall not be more
than 10% of the designed Wp at the end of fifth year, the degradation of solar module shall be
measured by MNRE or govt approved test for which contractor will arrange logistics and fee.
The fee shall be reimbursed by GAIL on production of documentary evidence.
Any damage or defects connected with the supply, erection & commissioning of materials,
equipments or fittings supplied by the contractor that may be undiscovered at the time of
issue of the completion certificate, or may arise or come to light thereafter, shall be rectified
or replaced by the contractor at his own expense as deemed necessary and as per the
instruction of the Engineer-in-charge within the time limit specified by the Engineer-incharge.
The above guarantee (18 months) shall be applicable for the quality of work executed as
well as for the equipment/ cable /solar charger/ grid charger/ fittings/ Batteries other
material/equipments supplied by the contractor except solar module.

7.0

MAKES OF EQUIPMENTS AND MATERIALS


All equipments / materials supplied by the contractor shall be as per the list of approved
makes enclosed with this document.

8.0

INSPECTION, TESTING & COMMISSIONING

423

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE


(DBNPL) PROJECT
GAIL (India) Ltd

TITLE

ELECTRICAL SECTION, DELHI


MECON LIMITED

PARTICULAR JOB
SPECIFICATION FOR (SPV)
POWER SUPPLY SYSTEM

DOCUMENT NO.

Page 6 of 8

MEC/23M9/05/E9/E/000
/0004

REVISION: 0

The contractor shall carry out all the tests as enumerated in the technical specifications and
as per applicable codes and standards and QAP.
9.0

DRAWINGS AND DATA SHEET

9.1

Contractor shall submit drawings and data sheet as enumerated in the technical
specification of the equipments / materials to be supplied.

9.2

After the job completion, contractor shall prepare AS-BUILT drawings and documents,
submit catalogues/manuals (O&M) of major brought out items like solar system, charge
controller, DCDB, battery bank, DC-DC Converter, junction boxes, 3Ph charger etc. Final
certified as built drawings, documents and manuals etc shall be submitted
by
the
contractor to owner in bound volume with one set in soft copy (CD) plus five sets of prints.

424

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE


(DBNPL) PROJECT
GAIL (India) Ltd

ELECTRICAL SECTION, DELHI


MECON LIMITED

PARTICULAR JOB
SPECIFICATION FOR (SPV)
POWER SUPPLY SYSTEM

TITLE

DOCUMENT NO.

Page 7 of 8

MEC/23M9/05/E9/E/000
/0004

REVISION: 0

Annexure I
STATIONWISE SOALR SYSTEM DETAILS
S.
No.

3
4

REQUIRED
NO. OF SOALR
SYSTEM
24 Pipeline Section-I, IP Station 4 Ludhiana to R/T Terminal at
Jalandhar
SV-4
800W
1 No.
16 Pipeline Section-II, Despatch Terminal at Saharanpur to Receiving
terminal at Haridwar
SV-1
800 W
1 No.
SV-5
800 W
1 No.
STATION
DESCRIPTION

LOCATION

LOAD

STATIONWISE SOALR STREET LIGHT SYSTEM DETAILS AT All STATION

S.
No.

REQUIRED
NO. OF
SOALR
STATION
LOCATION
LOAD
STREET
DESCRIPTION
LIGHT AT
EACH
STATION
24 Pipeline Section-I, IP Station 4 Ludhiana to R/T Terminal at Jalandhar

Total

SV-2 to SV-5
1 No.
16 Pipeline Section-II, Despatch Terminal at Saharanpur to Receiving
terminal at Haridwar
SV-1 to SV-5
1 No.
8 Pipeline Section-II, Receiving terminal at Haridwar to Receiving
terminal at BHEL & Sidkul
SV-1 to SV-3
1No.

4 Nos

5 Nos.

4 Nos.

425

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE


(DBNPL) PROJECT
ELECTRICAL SECTION, DELHI

GAIL (India) Ltd

TITLE

MECON LIMITED

PARTICULAR JOB
SPECIFICATION FOR (SPV)
POWER SUPPLY SYSTEM

DOCUMENT NO.

Page 8 of 8

MEC/23M9/05/E9/E/000
/0004

REVISION: 0

Annexure II
LIST OF TWO YEAR OPERATION & MAINTENANCE SPARES FOR EACH SECTION

Solar Module

Nos.

DC-DC Converter card

Sets

Set of Meters

Sets

MCB's & MCCB's

Sets

Fuse of all ratings

Sets

Battery Cells

Nos.

10

Solar
Controller

Nos.

Charge

-x-x-x-

426

OIL & GAS SBU

SPURLINES OF DADRI-BAWANANANGALPIPELINE (DBNPL)


PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


DOCUMENT NO.

DATA SHEET

427

Rev.: 1
Edition: 1

DATA SHEET
FOR
POWER & LIGHTING DISTRIBUTION BOARD

DATA SHEET NO. - MEC/DS/05/E9/076A, R-1

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
428

ANNEXURE - III
Switch Board
1.0

Rated voltage and frequency

415V, 3phase, 4 wire, 50Hz 5%

2.0

Maximum voltage

660V

3.0

Continuous current rating at design ambient


temperature

As per approved SLD

4.0

Type of enclosure as per IS 2147

IP 52

4.1

Minimum thickness of sheet steel

2mm for load bearing & 1.6mm for


non load bearing part

5.0

Applicable standards

IS 2147, 8623, 13947

6.0

Design ambient temperature

45C

7.0

One second short time rating of switch board kA


(RMS)

As per SLD

8.0

Dynamic through fault current with complete


busbars, kA (peak)

9.0

Maximum No. of cable terminations in each type


of cubicle

9.1

Size and no.

As per SLD

10.0
11.0

Incoming termination of LT switch board


Incoming termination top/bottom

As per SLD
Bottom for cable
Top for bus-duct

12.0

Outgoing feeder cable entry top/bottom

Bottom

13.0
14.0

Minimum clearances at front and back of board


Min. clearances in air in mm

1.5m/1m

14.1

Between phases

26mm

14.2

Between live parts and ground

19mm

15.0

One minute PF withstand voltage

2.5kV

16.0

Paint shade

631 of IS-5

Busbars
1.0

Busbar material & cross section

1.1

Main busbars

E91E aluminium/ electrolytic


copper Max. current density
2

0.6A/mm
1.2

Bus connections to circuit breakers

2.0

Continuous rating at design ambient temperature

As per SLD

429

2.1

Main busbars

As per SLD

2.2

Bus connections to circuit breakers

As per rated current of breakers

3.0

Temperature rise at rated continuous current of


the busbar in the busbar chamber
Type of busbar insulators

40deg.C over 45deg.C

4.0

SMC/epoxy

Breakers/SFU
1.0

Type of breakers

As per SLD

2.0

Standards applicable

IS 13947-2/IEC947 part-II

3.0

Rated service voltage

415V, 3ph., 50Hz

3.1

Highest system voltage

660V, 3ph., 50Hz.

4.0

Rated current at design ambient for breakers

As per SLD

4.1

As per SLD

5.0

Rated with breaker in IP 52 enclosure in two tier


formation in the LT switch board
Symmetrical breaking capacity in kA (RMS) SFU

6.0

MCCB

6.1

Rated current at design ambient for breakers

As per SLD

6.2

Symmetrical breaking capacity in kA (RMS)

As per SLD

6.3

As per SLD

6.4

Thermal release setting ranges (temperature


compensated)
Short circuit release ranges

6.5

Short circuit release timer setting range

0.1 to 0.6 sec. mechanical

Note

All the releases O/L, S/C and E/F shall be


Thermal release type

80 kA RMS

As per SLD

430

ANNEXURE IV
PREFERRED MAKES
LIST OF EQUIPMENTS

PREFFERED MAKES

SFU

SIEMENS/ABB/L&T/ C&S/GEC ALSTOM

ACB

SIEMENS/ABB/C&S/GEC ALSTOM/ L&T

MCCB
CONTROL VOLTAGE TRANSFORMER

GECALSTOM/C&S/ L&T/ SIEMENS


SIEMENS/SOUTHERN
ELECTRIC/KAPPA/SWAMY TRADERS
C&S/ BEST&CROMPTON / STARDRIVE

LT BUS DUCT
CONTACTORS
OVERLOAD RELAYS WITH SPP
MINIATURE CIRCUIT BREAKERS
AMMETER
VOLTMETER
PUSH BUTTONS, INDICATION LAMPS
CTS
TERMINAL BLOCKS
CABLES
SELECTOR SWITCHES
CABLE LUGS
FLAMEPROOF EQUIPMENT
PROTECTIVE RELAYS

SIEMENS/TELE-MECHANIQUE
BCH/ABB/ L&T
SIEMENS/L&T/TELE-MECHANIQUE
BCH/ABB
SIEMENS/MDS/INDO KOPP/ HAVELLS
AE/IMP/MECO/ RISHAB
AE/IMP/MECO/ RISHAB
VAISHNO/CONCORD/SIEMENS/L&T/TT
TEKNIC/SALZER
SIEMENS/AE/INDCOIL/KAPPA/
INTRANS
ELMEX/ESSEN/
CONNECT
WELL/
WAGO/ PHOENIX
INCAB/RPGCABLES/UNIVERSAL/CCI/NI
CCO/ SPECIAL CABLES / POLYCAB
SIEMENS/EE/KAYCEE/SALZER
DOWELLS
Baliga/ CEAG/ FCG/ Sudhir / Flamepack
Alstom / ABB / GE Multiline / Easun
Reyrolle / Siemens

431

Rev.: 1
Edition: 1

DATA SHEET
FOR
DISTRIBUTION TRANSFORMER
(UPTO AND INCLUDING 100 KVA, 11 KV)

DATA SHEET NO. - MEC/DS/05/E9/80, R-1

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
432

ANNEXURE I
PURCHASER'S DATA DISTRIBUTION TRANSFORMER
GENERAL DATA
1

Type of Transformer

Outdoor /Indoor Type or as per SOR, 3-Phase, Oil


filled, Core Type, Non sealed

Quantity

As per SOR

Continuous Rating

As per SOR

Type of cooling

ONAN

Oil type

Mineral and comply the requirements of IS: 335.

Climate

Humid & Heavy Rainfall during Monsoon

Altitude

As per design basis

System earthing

Solidly earthed

10

Ambient temperature

Max.
Min.

11

Temperature rise

As per design basis

Oil measured by
thermometer

45 C

Windings measured by
resistance method

55 C

12

Paint shade

632 of IS - 5

13

Name Plate

As per IS: 1180

15

Oil

Included

16

Duty

Continuous

17

No of Phases

Electrical data
18

Frequency

50 ( 3%)

19

Phase

Three

20

Winding Conductor

Copper

433

21

Voltage ratio

11/ 0.433KV

22

Winding Connection

23

Vector group

DYN 11

25

% impedance

4.5 % (Tolerance as per IS:1180)

27

Insulation class

Type E

28

Neutral Grounding

Solidly Earthed/ As per SOR

29

Maximum System Voltage

3.6 kV (For 3.3 kV incoming)


7.2 kV (For 6.6 kV incoming)
12 kV (For 11 kV Incoming)

30

Tap Changer on primary side

N/A

31

One minute dry & wet power


frequency withstand voltage
HV side

10kV for 3.3 kV incoming supply


20kV for 6.6 kV incoming supply
28 kV for 11kV incoming supply

LV side

3kV

Impulse Withstand voltage

45kV for 3.3 kV incoming supply


60kV for 6.6 kV incoming supply

32

75 kV for 11kV incoming supply


3 Sec

37

Withstand time without injury


for 3 Phase Short circuit in
transformer
Short circuit levels on HV
terminal
Short circuit levels on LV
terminal of transformer
Auxiliary Supply Voltage

38

Over load capacity

As per IS: 1180 and 2026

39

As per IS: 1180

40

Max. Permissible Flux


density
Magnetizing Currents

41

Winding insulation

Uniform

33
34
35

Min 26.2 kA for 3 sec or As per SEB regulation


25 kA for 3 Sec
230V AC

As per IS: 1180

434

42

Neutral CT rating

As per manufacturer standard

43

Radiators

Detachable type on tank as applicable

44

Marshalling box

Shall be provided with OTI & WTI

45

HV Termination, LV
Termination details

Primary

Cable box/Suitable
Connector Provided for
connection of ACSR
conductor.
Cable size/ Conductor
Size/ Type: Decided
During detail Engg.

Secondary

Cable box
Cable

size

Type:

Decided During detail


Engg.
46

Neutral Termination

Through NCT to Neutral Bushing at Cable Box

Primary fault level

500 MVA

435

Annexure-II
TECHNICAL DATA TO FURNISH BY CONTRACTOR
1.

% Reactance at rated current &


frequency

2.

% Resistance at rated current &


frequency

3.

Total loss at rated voltage &


frequency

4.

Component Loss
a) No load loss at rated voltage
& frequency
b) Load loss at rated current at
75C

5.

No load current
At 10 % V
At 110 % V

6.

Efficiency at 75C and unity pf


At full load
At 34 load
At 12 load

7.

Efficiency at 75C and 0.8 pf lag


At full load
At 34 load
At 12 load

8.

% Regulation at full load at 75C


At unity pf
At 0.8 pf lag

9.

Efficiency at 0.9 pf @ 40% load

Mechanical data
A)

Weights in kg

436

1.

Core & Winding

2.

Tank, fittings & accessories

3.

Radiator with out oil

4.

oil

5.

Total Mass

6.
B)

Oil quantity required for first fill


ltrs.
Overall Dimension (mm)

1.

Length

2.

Breadth

3.

Height

4.

Paint

5.

Paint Shade

6.

Roller

437

Annexure III
LIST OF SPARES FOR 2 YEARS OPERATION & MAINTENANCE
1.
2.

3.
4.

Set of gasket
Bushing
HV
LV
LV Neutral
Breather
Oil temperature Thermometer

1 Set
1 Set
1 Set
1 Set
1 Set
1 Set

438

Annexure-IV

CHECK LIST (To be filled up by Tenderer)


Sl.No

Description

Deviation from specification

2
3

Filled-Up Data sheet


Transformer Mounting Arrangement

List of bought out items

General arrangement Drawing showing overall


transformer dimensions with radiator &
conservator
Unpriced item wise break up for two years
operation & maintenance spares for
transformers.
Unpriced schedule of rate (SOR) enclosed.

6
7

Remarks
Offer may be rejected if there is any
deviation.

439

Rev.: 0
Edition: 1

DATA SHEET
FOR
HIGH MAST

DATA SHEET NO. - MEC/DS/05/E9/077A, R-0

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
440

Annexure-I
PURCHASERS DATA FOR HIGH MAST
1.

HIGH MAST SYSTEM

a)

Height of mast

Min 20 m OR As per SOR

b)

Make

Bajaj or equivalent

c)

No. of Sections

As per manufacturer standard

d)

Material construction

BS-EN10 025, grade S-355

e)

Thickness

As per manufacturer standard

f)

No. of longitudinal welds /section

One

g)

No. of circumferential welds/ section

None

h)

Length of individual sections

As per manufacturer standard

(approx.)
i)

Cross section of Mast

Polygonal

j)

Base dia and top diameter (A/F)

As per manufacturer standard

k)

Type of joints

Stress slip fit joints

l)

Length of overlap

700 mm

m)

Metal protection treatment for Mast


Section

Hot Dipped Galvanized


As per BS 729 or Equivalent

n)

Method of hot dipping

Single Dipping

o)

Average thickness of galvanization


(As per BS EN ISO 1461)

Bottom : 85 Micron
Top
: 70 Micron

p)

Size of opening door at base

Min. 1000 x 300 mm

q)

Type of locking arrangement

Vandal resistant with pad locking/Allen key locking


suitable reinforcement to avoid bucking at base of
Mast

r)

Details of slack board inside the base


compartment (approx.)

PVC Board 305mm x 500mm x 10mm

s)

Provision for cable termination

MCB

t)

Diameter of base plate

As per manufacturer standard

u)

Thickness of base plate

As per manufacturer standard

v)

Size of anchor plate and thickness

As per manufacturer standard

w)

Details of template

As per manufacturer standard

441

x)

Weight of Mast (c/w accessories)

As per manufacturer standard

y)

Lightning protection

G.I single spike of length 1200 mm

DYNAMIC LOADING AS PREVAILING AT SITE

a)

Max. wind speed

As per IS 875 part 3

b)

Max. gust speed time

3 seconds.

c)

10 Mt.

d)

Height above ground level these two


factors are measured
Factor of safety for wind load

e)

Factor of safety for other load

1.15

3.

FOUNDATION DETAILS

a)

Type of foundation

Open raft shallow footing

b)

Size of foundation

As per Design

c)

Soil bearing capacity at site

To be confirmed by Owner

d)

Design safety factor

As per IS-456

e)

Considered wind pressure (Kg/Mt2)

As per IS-875-1987

f)

Depth of foundation

Min. 1.5 m below FGL

g)

Number of foundation bolts

As per manufacturer standard

h)

PCD of foundation bolts

As per manufacturer standard

i)

Type of foundation bolts

As per manufacturer standard

j)

Bolt diameter

As per manufacturer standard

4.

LANTERN CARRIAGE

a)

Material of construction

M. S. IS 2062

b)

Diameter of carriage ring (mm)

As per manufacturer standard

c)

Construction

As per manufacturer standard

d)

Number of joints

As per manufacturer standard

e)

Buffer between carriage & mast

Rubber Padded guide ring provided

f)

Load carrying capacity

As per manufacturer standard

g)

Total weight of assembly with fittings

As per qty of luminaries

h)

Number of fittings

Suitable for up to 12 nos.

i)

No. of fittings

As per SOR

i)

Type of fittings/fixture

400W HPMV/HPSV as per SOR

5.

CABLE

1.25

442

a)

Type

Trailing Cable

b)

Material

Copper conductor, EPR insulated & PCP sheathed

c)

Current carrying capacity

Min 22 Amp

d)

Conductor size

2.5 sq. mm

e)

No. of cores

5 nos.

f)

No. of circuits

One

6.

WINCH

a)

Make of winch

Bajaj or equivalent

b)

Number of drums/winch

Double drum type

c)

Gear Ratio

53 : 1

d)

Capacity

As per manufacturer standard

e)

Method of operation

Manual/ Electrical

f)

Lubrication arrangement

Permanent oil bath

g)

Type of lubricant

SAE 90 /SAE 140

7.

STAINLESS STEEL WIRE ROPE

a)

Make

B.W.LTD/SAFELIFT ENGG.

b)

Grade

AISI 316 (non corrosive marine grade)Stainless Steel

c)

Number of ropes

2 continuous ropes

d)

Construction

7/19

e)

Centre core material

Stainless steel core

f)

Diameter (mm)

6 mm

g)

Thimbles & Talurit

SS Thimble

h)

Braking load capacity

Minimum. 2400kgs. X 2

i)

Factor of safety

>5 for system at full load

8.

POWER TOOL

a)

Model

Integral

b)

Input supply

3 Ph 415V AC

c)

Wattage/HP

As per manufacturer standard

d)

Number of speeds

Single speed

e)

Operating speed.(Average)

2 M/minute

9.

TORQUE LIMITER

443

a)

Lifting capacity

As per manufacturer standard

b)

Adjustable/ Non-adjustable

Adjustable

c)

Tripping device

Mechanical

444

Rev. :1
Edition : 1

DATA SHEET
FOR
UN-INTERRUPTED POWER SUPPLY (UPS)
SYSTEM

SPECIFICATION NO.- MEC/DS/05/E9/071

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
445

ANNEXURE - I

PURCHASER'S DATA FOR UPS


1.0

INPUT POWER SUPPLY

1.1

Voltage/freq./ phase

415 V (+) 10% & (-) 15% TPN, 50 Hz 5% or 230V


AC single phase (voltage range-160V AC to 270V
AC) As per SOR.

1.2

System fault level

10 kA for 1 Sec

2.0

SITE CONDITION

2.1

Design Ambient/ Minimum


ambient

As per design Basis/48C

2.2

Max. Relative humidity

95%

2.3

Altitude

0.0 M MSL

3.0

OUT PUT REQUIREMENT

3.1

Voltage/ Phase

230V 1% AC, Single phase 2 wire

3.2

Output waveform & frequency

Pure Sinusoidal Wave


50 Hz 0.1%
Voltage distortion (THD): Less than 3% for linear
loads & Less than 5% for non linear loads.

4.0
4.1
4.2
4.3

SYSTEM REQUIREMENTS
Rating (KVA at 0.8 pf.)
Type of inverter

As per SOR
The inverter circuit should be IGBT based, fully
microprocessor controlled with PWM Technology
or Latest proven technology

Overload capacity

125% of the rated output for 10 minutes & 150%


for 1 minute.

Mode of operation

Dual/Parallel Redundant with static bypass & Dual


Redundant rectifier as specified in SOR/Design
basis/Block diagram

Inverter efficiency

>90% for normal load and not below 85% for 25%
of load

4.6

Installation

Floor Mounted

4.7

Type of enclosure

Minimum IP-31

4.8

External Cable Connection

From Bottom

4.9

Internal protection

4.10

Earthing

All live parts shrouded


Doubly Earthed (Two distinct terminals to be made
available)

4.4

4.5

446

4.11

Cooling

Forced ventilation with fans

4.12

Noise Level

<65 dB at full Load from 1 mtr distance

4.13

Crest Factor

3:1

4.14

Input Power Factor

>0.9

4.15

Load Power Factor

0.8 (with variation between 0.7 to 1.0)

4.16

Overall efficiency

>85%

5.0
5.1

Rectifier/Charger
Input voltage

415 V (+) 10% & (-) 15%, TPN, 50 Hz 5% or


230V AC single phase (voltage range-160V AC to
270V AC) or 230V 1% AC from UPS (As per
SOR).

5.2

Automatic phase selection


device

As per SOR

5.3

Output DC voltage/Load

As per Manufacturer Design

5.4

Input Power factor

>0.9 (minimum) at rated load

5.5

Input current THD (Total


Harmonic Distortion) at
nominal load

<= 12%

5.6

Overload Capability

125% minimum for 10 min.


150% minimum for 1 min.

5.7

Inrush current

Limited by soft-start circuit

5.8

Output voltage tolerance

+/- 1%

5.9

DC voltage ripple

<1% with battery connected


<2 % Without battery connected

6.0

Bypass

6.1

Automatic Bypass

Static bypass to provide an un interruptible transfer


of load in case of failure of any system component
or malfunctioning or overload & the load shall
return on the UPS when the malfunctioning or
overload is cleared.

6.2

Input connection

Separate for each UPS

6.3

The switching time from No break type


inverter to bypass & vice versa

6.4

Manual/Maintenance Bypass

6.5

Overload on bypass

6.6

Connectivity

Shall be provided
150% (minimum) for 1 minutes, 125% (minimum)
for 10 min.
Serial port RS232.

447

7.0

Battery Bank

7.1

Type of Battery

As per SOR

7.2

i)

As per specification (clause no. 3.5)

ii)
iii)
iv)

8.0
8.1

8.2

Battery end cell


voltage
Battery stand
formation
Battery back up time
De-rating factor

As per battery manufacturer


As per SOR
(i) Ageing
(ii) State of Charge
(iii) Temp. Correction

----

0.8
0.88
As per min. site
temp. (Ref. 2.1
above)
The rectifier/charger output current & voltage shall
be limited to the battery suppliers recommendation.

Alarms, Indications and LCD Display


Single line Power Flow Diagram (Mimic diagram) with LED indications of UPS
status (i.e. Mains present, Battery charging & discharging, Low battery Voltage
and unit on bypass).
Digital panel Meter with LCD
a) Input AC Voltage, current, frequency
display shall be provided for
b) Output AC Voltage, current, frequency.
monitoring viz.
c) Battery current and voltage
d) Total run time
e) Mains ON/OFF, Mains Over/Under voltage,
Phase fail
f) Inverter ON/OFF, Inverter Over/Under
voltage, inverter overload, over heat & load
in % on inverter.
g) Battery voltage low, battery level in % &
battery fault
h) Battery Operation Boost Charge, Float
Charge with of status - "in charge" or
"discharge"
i) Load on bypass or inverter.
Detailed UPS Status with Operation/faults history

8.3

Audible Alarms With LCD


Display-

9.0

Protective Features

9.1

Input

a)
b)
c)
d)
e)
f)

Mains Failure
Battery Low
UPS fault (Continuous)
Inverter Under-voltage
Over Temperature (Continuous)
Inverter Overload (Continuous)

Mains Over voltage, under voltage, phase failure

448

9.2

Inverter

9.3

Battery

9.4

Rectifier & Battery charger

10.0
10.1

Over voltage, short circuit, overload, over


temperature
Under voltage at battery terminal, Battery over
charge, Battery Over current
Maximum current limiting
Over temp. Trip
Boost charging and float charging current limiting
with back up protection against over charging.

Distribution boxes
Distribution Board Details

(As per tender drawings/SOR)


(1) ACDB 230 V, Single Phase (1 No.) :
Incomer : DP MCB
Outgoing : 8 Nos., DP MCBs
(2) DCDB : 24 V DC (1 No.)
Incomer : DP MCB
Outgoing : 6 Nos., DP MCB
(3) DCDB 48 V DC (1 No.)
Incomer : DP MCB,
Outgoing ; 6 Nos., DP MCB

449

ANNEXURE-II (A)
TECHNICAL DATA FROM MANUFACTURER
(To be filled up by the Tendered)
1.0

INVERTER

1.1

Manufacturers Model No. (Enclose catalogue)

1.2

Rating (at specified ambient) / no. of phases

1.3

Applicable codes/standards

1.4

Steady state output volt/freq (230 V + 1%)


(50 Hz + 0.1%)

1.5

Input voltage - DC

1.6

Synchronization (inv. phase locked with main) in


percentage

1.7

Synchronization manually adjustable in steps of

1.8

Allowable unbalance between phases (for 3


Phases only)

1.9

Harmonics distortion for linear & non-linear loads

1.10

Mode of operation

1.11

Dynamic Responses at following conditions


a)
50% step load (for parallel redundant
UPS)
b)
100% step load (for hot standby and
single UPS system).
c)
Power supply interruption and restoration.
d)
Load Transferred to bypass line
e)
When one inv. gets faulty and load
transferred to healthy inv. (for parallel
redundant UPS)

1.12

Recovery time to reach steady state after above


disturbance (not more than 100m Sec)
Overload capacity (125% minimum for 10 min.

1.13

Dual/Parallel Redundant with


static bypass as specified in
SOR/Design basis/Block diagram

150% minimum for 1 min.)

1.14

Short circuit capacity and duration (in % and m


sec.)

1.15

Noise Level (dB at 1 m)

450

(Not more than 65 dB)


1.16

Efficiency at 100%/75%/50% loads (not less than


90% at 100% load)

1.17

Type of control circuit

1.18

Out put voltage & phase angle (for 3 Phase only)


a) For 30% unbalance load
b) For 40% unbalance load
c) For 50% unbalance load
d) For 100% unbalance load

1.19

Crest Factors

2.0

STATIC SWITCHES

2.1

Nos. of static switches in each set

2.2

Current rating at specified ambient

2.3

Transfer time (m sec.)


a) Synchronized mode (not more than 4msec)
b) Unsynchronized mode (not more than 20msec)

3.0

BATTERY CHARGER

3.1

Rating (Amp.) / MAKE (Enclose back up


calculation).

3.2

Type of charger (Basic configuration)

3.3

Output volt under float/boost charging condition

3.4

Volt. Accuracy under specified input ( 1%)

3.5

Max. Ripple content on DC side (% RMS) (not


more than 2% without battery & 1% with battery
connected)

3.6

Efficiency at 100%/75%/50 % of load

3.7

Mode of Change over from float to boost and


vice-versa

4.0

BATTERY

4.1

Make

4.2

Type (Enclose catalogue)

4.3

AH rating (Enclose back up calculation)

4.4

End cell voltage at specified discharge rate (V/


cell)

4.5

Output (Nominal) volts

451

4.6

No. of battery banks

4.7

No. of cells in each bank

4.8

Battery charging requirements (V/ cell)


a)
Volts/Cell/Nominal
b)
Float
c)
Boost

4.9

Voltage variation from fully charged battery to


discharged battery (volts)

4.10

Charging time (Hrs.)

4.11

Max. Permissible ripple content (% RMS)

4.12

Overall dimension (L*W*H)

4.13

Container type

4.14

Accessories for battery as per specification


included

4.15

Type/Formation of battery stand

5.0

MANUAL TRANSFER DEVICES

5.1

Rating (Amp.)

5.2

Make/Type

6.0

STEP DOWN BYPASS TRANSFORMER WITH SOLID STATE VOLTAGE STABILISER

6.1

Make/type

6.2

Rating and Voltage ratio

6.3

Accuracy of stabilizer (not more than 2%)

6.4

Type of control (Solid state)

6.5

Type of cooling

7.0

Cell testing Voltmeter, Pair of


Gloves, Insulated Spanner, Extra
Electrolyte,
Hydrometer,
Thermometer etc.

Natural

AC DISTRIBUTION BOARD

7.1

Nos. of feeder/rating

7.2

Cable entry from (Bottom)

7.3

Max. Rating of outgoing feeders possible for fault


clearance by UPS with and without supply back
up (as percentage of UPS rating) not less than
25%.
a) With fast acting semi conducting fuses

9.0

Indications and Alarm

452

10.0

Metering

11.0

UPS Dimension (L x W x H) except Battery


(Including inverter, charger, rectifier, bypass
stabilizer, ACDB etc.)

12.0
12.1

OVERALL EFFICIENCY OF UPS SYSTEM


Ratio of output load to input drawn from mains
when inverters are on and synchronized with
bypass.
a) At 100% load
b) At 75% load
c) At 50% load
RELIABILITY

13.0

14.0

a) Safety factor used for selecting electronic


components/ other electrical components
(not less than 200%/ 125% respectively)
b) MTBF / MTFR
c) Availability factor
DEGREE OF PROTECTION OF THE PANEL
(Minimum IP 31)

15.0

Heat loss for total system (W)

16.0

Potential free contracts (for duplicating of fault


status in remote panel).

17.0

Fault status shall be compatible to hook-up with


Owners PC through RS 232/ RS 485 interface.

453

ANNEXURE- II (B)
TECHNICAL DATA FROM MANUFACTURER
1.0
1.1

2x100% RECTIFIER UNITS


Mains Input
a) Voltage & Frequency

415 V (+) 10% & (-) 15%, TPN, 50


Hz 5% or 230V AC single phase
(voltage range-160V AC to 270V
AC) or 230V 1% AC from UPS.
(Rectifier may be fed from UPS
output. However it shall also be
suitable for these variations if
operated independent of UPS).

b) Input harmonics (max.) at full load.

5% RMS (Voltage)

1.2

Out put details

1.2.1

Rectifier
a) Voltage / Wattage

24 V DC , Watt as per SOR


(-) 48 V DC, Watt as per SOR

b) Method of Voltage /Current Control


1.2.2

Load Bus
a) Voltage Regulation from Full load to no load
(for mains variation of 10%)

+ 5%

b) Ripple Content (<30 mV)


c) Rating of Double pole MCB and fuses for
DCDB
1.3

Efficiency of Rectifier (at 50%, 75%, 100% load)

1.4

Power Factor of Rectifier (at all load)

1.5

Annunciator details
a) Audio Visual

(DP MCBs with semiconductor


fuses and DC bus for 4 outgoing
feeders)

0.6 to 0.7 (lag)

DC over voltage
Rectifier Failure
Load C.B. Trip

454

b) Push buttons

Acknowledge, reset

c) Remote

One no. potential free common


alarm annunciation contact.

Indication Lamps

AC Power ON, Rectifier ON

1.7

Meters

A.C. input ammeter and voltmeter.


Output ammeter and voltmeter.

1.8

MTBF (Hrs.)

60,000 Hrs.

MTTR (Hrs.)

4 Hrs. (Approx.)

1.10

PTRV (Peak Transient reverse voltage)

600 V on AC side
200 V on DC side

1.11

Construction Details

1.6

1.9

a) Type of Cooling

Natural

b) Cable entry

Same as UPS Panel

c) Access

Same as UPS Panel

d) Painting

Same as UPS Panel

e) Degree of Protection
1.12

Safety Factor

Same as UPS Panel


2

455

ANNEXURE III
PREFERRED MAKES
UPS System and Inverter
1.
2.
3.
4.
5.

EMERSON
DB POWER
APLAB
KELTRON
HI-REL

Batteries (Lead Acid)


1.
2.
3.
4.

Amco Batteries Ltd.


Exide Industries Ltd.
HBLNIFE Power System Ltd.
Amara Raja Batteries Ltd.

Batteries (Nickel Cadmium)


1.
2.

Amco Batteries Ltd.


HBLNIFE Power Systems Ltd.

456

ANNEXURE - IV
CHECK LIST (To be filled up by tenderer)
Sl. No

Description

REMARKS

Deviation from specification

Charger sizing calculation enclosed

Battery sizing calculation enclosed

Battery catalogue enclosed

UPS Catalogue enclosed

Confirm compliance to Block diagram

Confirm Inspection for UPS and battery as per


specification.

Dimension for UPS Panel, rectifier and Battery


Bank enclosed.

Break up for two years operation


maintenance spares enclosed for UPS
Rectifier

&
&

457

Rev.: 1
Edition: 1

DATA SHEET
FOR
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

DATA SHEET NO. - MEC/DS/05/E9/078

(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
458

MECON LIMITED
REGD. OFF: RANCHI
834002

STANDARD TECHNICAL DATA SHEET


ELECTRICAL SECTION, DELHI
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

TITLE

DOCUMENT NO.

Page 1 of 10

MEC/DS/05/E9/078

REVISION: 1
EDITION: 1

ANNEXURE - I
PURCHASERS DATA FOR SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM
1.0

SOLAR SYSTEM

1.1

Type

Solar Photovoltaic (SPV)

1.2

System/Application

Cathodic Protection (24 V DC), Instrumentation


(24 V DC), SCADA (24 V DC) & Telecom (-48
V DC), Fire & Alarm system (24 V DC)

1.3

Daily load demand of system

800W at 24V DC continuous load

1.4

System rating (KWp)

Minimum as per SOR.

1.5

Earthing system

To be provided by vendor

1.6

Battery Back up

72 Hrs (3 Days Autonomy)

1.7

Location

Saharanpur-Roorkee-HaridwarDehradun/lRrishikesh & LudhiyanaJalandhar


Spur lines of BNPL project

1.8

Wind Velocity

170 Km/Hr

1.9

Ambient Temperature

Max. 50 deg C, Min 0 deg C

2.0

SOLAR PANEL

2.1

Module output Watts (Wp)

Not less than 80Wp

2.2

Insolation data

As per site condition, However average


insolation value shall not be higher than 5.2
kWH/Sq.M/Day

2.3

Number of no sun days

03 days

2.4

Nominal voltage of solar array

96V DC

2.5

PV Array mounting

Structure mounting on roof/ground

2.6

De-rating Factors to be considered


a) Solar array-

0.7

(Module deterioration x dust deposit x


Module mismatch x line resistance of
cable x Array wiring x panel orientation
x Rise in temp. x Charge controller eff.)
c) Ageing factor
b) DC-DC converter efficiency

0.80

c) Battery Efficiency

0.80

459

MECON LIMITED
REGD. OFF: RANCHI
834002

STANDARD TECHNICAL DATA SHEET


ELECTRICAL SECTION, DELHI
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

TITLE

DOCUMENT NO.

Page 2 of 10

MEC/DS/05/E9/078

REVISION: 1
EDITION: 1

0.9
2.7

Solar module framing material

Withstand up to 170 Km/Hr wind velocity and


Temp Range as specified.
SS-304

2.8

Material of bird spikes

2.9

Degree of protection of Solar Array and


junction box

IP65

2.10

Supporting structure

Anodized AL/Hot dipped Galvanized MS

2.11

Expected life span

25 years @ 80% of initial power rating

3.0

SOLAR CHARGE CONTROLLER

3.1

Type of charge Controller

Parallel Redundant (2x100%), Automatic


changeover through static switch, Low loss
series type (PWM), FCBC (Automatic Float
cum Boost Charging) type

3.2

Enclosure degree of protection

IP 31

3.3

Mounting

Wall / floor

3.4

Cable entry

From Bottom

3.5

Rating (Amp)/KW

As per design calculation

3.6

Charger I/O

a) Transducer for telemetering battery voltage


& current, load Voltage & current, solar array
Voltage & current (4-20 mA Output)
Compatible I/o for SCADA system
b) Potential free contact & static switchFor deep discharge of battery bank (up to
70%) for annunciation through SCADA
For status of charging of battery bank from
Solar charge controller or grid charger through
SCADA
Alarm for bank voltage becomes 88V DC.
c) Interlocking logic between solar charger
controller & Grid charger to enable automatic
changeover.

4.0

415V 3Ph CHARGER

4.1

Type of charger

Low loss series (PWM), FCBC (Automatic


Float cum Boost Charging) type

4.2

Rating

As per design calculation @ C5 rating

4.3

Arrangement

In 2X50%, Each shall be connected to


separate battery bank.

460

MECON LIMITED
REGD. OFF: RANCHI
834002

STANDARD TECHNICAL DATA SHEET


ELECTRICAL SECTION, DELHI
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

TITLE

DOCUMENT NO.

Page 3 of 10

MEC/DS/05/E9/078

REVISION: 1
EDITION: 1

4.3

Charger I/O

Potential free contact for charger ON

4.4

Output Voltage

96V DC/ As per design

4.5

Enclosure protection

IP 31

4.6

Mounting

Floor/Wall

4.7

Cable entry

From Bottom

4.8

Efficiency

>80%

5.0

BATTERY BANK

Feedback for SCADA system

5.1

Make

As per approved vendor

5.2

Type

Ni-Cd type battery bank

5.3

Mode of arrangement

2x50% (Provision made to isolate individual


bank from Charge controller/grid charger for
preventive maintenance)

5.4

AH Rating

As per design calculation (Min as per SOR)

5.5

Self discharge of battery

<3% per month at 20 deg C


<6% per month at 30 deg C

5.6

Battery Sizing:
i)

Battery end cell voltage


(Min)

ii)

Battery De-rating factor to


be considered:
Battery state of charge
Aging
Temp. Correction
DOD (Depth of discharge)
DC-DC conversion
efficiency

iii)
5.7
6.0
6.1

Battery stand formation

Charge efficiency

1.16 V/Cell

0.88
0.8
As per min. site temp (0 deg C)
70%
80%

Battery stands in double row/ double tier


formation
>95% up to 70% state of charge

DCDB
Type

Non draw-out type, Front operation &


maintenance type with Voltmeter and

461

MECON LIMITED
REGD. OFF: RANCHI
834002

STANDARD TECHNICAL DATA SHEET


ELECTRICAL SECTION, DELHI
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

TITLE

DOCUMENT NO.

Page 4 of 10

MEC/DS/05/E9/078

REVISION: 1
EDITION: 1

Ammeter.
6.2

Degree of protection

IP 41

6.3

Mounting

Wall mounted

6.4

Cable entry

From bottom

6.5 (a)

DCDB (With suitable fuses)


1) No. of I/C feeder

(DC MCB DP 63A)

2 No.

2) No. of O/G feeders (DC MCB DP 20A)

3 No.

(DC MCB DP 16A)

6 No.

(DC MCB DP 6A)

4 No.

7.0

JUNCTION BOXES

7.1

Type

FRP/Thermo Plastic, Dust vermin and water


proof

7.2

Degree of protection

IP65

7.3

Mode of arrangement

Sub array JBs than Main JB with facility for test


point for quick fault location

8.0

DC-DC CONVERTER

8.1

Type

Parallel redundant (2x100%)

8.2

Input Voltage

96V DC (As per design)

8.3

Output voltage

24V DC

8.4

Accuracy

+/-1%

8.5

Efficiency

>80%

9.0

SOLAR STREET LIGHTING SYSTEM

9.1

Type

Stand alone, Dusk-Dawn type

9.2

PV Module

150 KWp

9.3

Lamp

2X11 W CFL

9.4

Voltage

60-80 V AC

9.5

Battery Rating

150 Ah (3 Day Autonomy)

9.6

Battery Type

Tubular Low maintenance type lead acid

9.7

Indications

Green LED-Charging in progress


Red LED- For deep discharge

462

MECON LIMITED
REGD. OFF: RANCHI
834002

STANDARD TECHNICAL DATA SHEET


ELECTRICAL SECTION, DELHI
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

TITLE

DOCUMENT NO.

Page 5 of 10

MEC/DS/05/E9/078

REVISION: 1
EDITION: 1

10.0

CABLE AND ACCESSORIES

10.1

Interconnecting Cables Type

Cu- conductor PVC Insulated, PVC sheathed,


armoured FRLS type

10.2

Cable gland type

Double compression type

10.3

Lugs-type

Tinned Cu

10.4

Other accessories

As required

11.0

SPACE AVAILABLE FOR MOUNTING OF SOLAR ARRAY IN EACH EXISTING


TERMINAL

11.1

On Building top

-----------

11.2

On ground

-----------

11.2

Total plot size

(As per enclosed drawings)

463

MECON LIMITED
REGD. OFF: RANCHI
834002

STANDARD TECHNICAL DATA SHEET


ELECTRICAL SECTION, DELHI
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

TITLE

DOCUMENT NO.

Page 6 of 10

MEC/DS/05/E9/078

REVISION: 1
EDITION: 1

ANNEXURE II
TECHNICAL DATA FOR SPV POWER SUPPLY SYSTEM
(To be filled up by the Tenderer along with offer)
1.0

SOLAR ARRAY

1.1

Manufacturers Ref. No./ Model No.

1.2

Size of solar system

Submit sizing calculation

1.3

No. of Solar panel/array

Submit sizing calculation

1.4

Applicable codes/standards

1.5

Steady state output volt

1.6

Mode of Arrangement

1.7

Peak power output of each module (Pmax, Watts)

1.8

Current at Pmax (Imax)

1.9

Voltage at Pmax (Vmax)

1.10

Short circuit current (Isc)

1.11

Open circuit voltage (Voc)

1.12

Dimensions (in mm)

1.13

Degree of protection of the panel.

1.10

Tilt factor

1.11

Loss factor

1.12

Efficiency at 100% load

1.13

Type of control circuit

1.14

No. of days autonomy

2.0

CHARGE CONTROLLER

2.1

Rating (Amp.) / kW

2.2

Output voltage under float/boost charging


condition

2.3

Type / Mode

72 Hrs (3 Days autonomy)

Submit sizing calculation

PWM / (2 x 100 %) as per data sheet

Refer Block Diag. No.


MEC/SD/05/E9/E/078/01
3.0
3.1

GRID CHARGER (415V, 3Ph)


Rating (Amp.)/KW

Submit sizing calculation

464

MECON LIMITED
REGD. OFF: RANCHI
834002

STANDARD TECHNICAL DATA SHEET


ELECTRICAL SECTION, DELHI
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

TITLE

DOCUMENT NO.

Page 7 of 10

MEC/DS/05/E9/078

REVISION: 1
EDITION: 1

3.2

Output volt under float/boost charging condition

3.3

Type/Mode

3.4

Interlocking with SPV charge controller

4.0

BATTERY

4.1

Make

4.2

Type (Enclose catalogue)

4.3

Type of construction

4.4

AH rating

4.5

Battery charge eff.

4.6

Mode of arrangement

2X50%

4.7

Nominal cell voltage

1.2 V / Cell

4.8

End cell volt. At specified discharge rate (V/ cell)

4.9

No. of cells

4.10

Recommended Float charging voltage per cell

4.11

Maximum Float charging voltage per cell

4.12

Recommended Boost charging voltage per cell

4.13

Maximum Boost charging voltage per cell

4.14

Accessories for battery

4.15

Dimension of battery bank stand (WXDXH)

5.0
5.1

Ni-Cd

Submit sizing calculation

Included.

INDICATIONS AND ALARM


METERING & INDICATION
i)

Voltage and Current from Solar Array.

ii)

Load Voltage and current

iii)

Battery current and voltage with indication of


status - "in charge" or "discharge".

iv)

Solar array Voltage and Current.

v)

Annunciation for battery deep discharge of


battery.

vi)

Indication for charging of battery from solar


charge controller or grid charger

465

MECON LIMITED
REGD. OFF: RANCHI
834002

TITLE

STANDARD TECHNICAL DATA SHEET


ELECTRICAL SECTION, DELHI
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

DOCUMENT NO.

Page 8 of 10

MEC/DS/05/E9/078

REVISION: 1
EDITION: 1

5.2

6.0

Remote Monitoring of battery voltage & current,


load Voltage & current, solar array Voltage &
current, fault status and charging of battery from
Solar charger controller or grid charger hook up
with Owners SCADA system through
RS232/485.
DIMENSIONS FOR EACH SYSTEM

6.1

Solar Array

6.2

Battery Bank

6.3

Charge Controller

6.4

3Ph Grid Charger

4.0

DIMENSIONS: (Enclose Catalogue)

466

MECON LIMITED
REGD. OFF: RANCHI
834002

STANDARD TECHNICAL DATA SHEET


ELECTRICAL SECTION, DELHI
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

TITLE

DOCUMENT NO.

Page 9 of 10

MEC/DS/05/E9/078

REVISION: 1
EDITION: 1

ANNEXURE III

TECHNICAL DATA FOR SOLAR STREET LIGHITING SYSTEM


(To be filled up by the Tenderer along with offer)
1.0

SOLAR MODULE

1.1

Peak Power (Wp)

1.2

Peak Voltage

1.3

Peak Current

1.4

Open Circuit Voltage

1.5

Short Circuit Current

1.6

Nominal Voltage

2.0

BATTERY

2.1

Make

2.2

Type

2.3

Ah rating

2.4

System Autonomy

2.5

Nominal Voltage

2.6

Depth of discharge

3.0

LUMINARY ASSEMBLY

3.1

Type of lamp

3.2

Luminous Efficiency

4.0

DIMENSIONS: (Enclose Catalogue)

467

MECON LIMITED
REGD. OFF: RANCHI
834002

TITLE

STANDARD TECHNICAL DATA SHEET


ELECTRICAL SECTION, DELHI
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM

DOCUMENT NO.

Page 10 of 10

MEC/DS/05/E9/078

REVISION: 1
EDITION: 1

ANNEXURE IV

CHECK LIST (To be filled up by Tenderer)


Sl.No

Description

Deviation from specification

Solar Array sizing calculation enclosed

3
4

Charger sizing calculation enclosed (both solar


and grid charger)
Battery sizing calculation enclosed

Solar Array, Battery catalogue enclosed

Confirmation for Inspection of Solar Array,


charge controller and battery as per
Specification/QAP.
Confirmation for Remote monitoring of the
parameters through SCADA system (Hook-up
with Owners SCADA system through
RS232/485)
and
automatic
changeover
between grid charger & solar Charger.
Confirmation that Solar System Offered can be
accommodated in plot area (Refer enclosed plot
plan).
Dimension for Solar Array, Charge Controller,
3Ph Charger and Battery Bank is enclosed.

8
9
10
11

Remarks
Offer may be rejected if there is any
deviation

Unpriced schedule of rate (SOR) enclosed.


Unpriced item wise break up for two years
operation & maintenance spares enclosed for
800W Solar system, Street lighting and 415V
3Ph charger.

468

OIL & GAS SBU

SPURLINES OF DADRI-BAWANANANGALPIPELINE (DBNPL)


PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


DOCUMENT NO.

QUALITY
ASSURANCE PLAN

469

CONTRACTOR

GAIL(India) Limited

CLIENT:

QUALITY ASSURANCE PLAN


FOR
ELECTRICAL EQUIPMENT

SPURLINES OF DADRI-BAWANANANGAL PIPELINE (DBNPL)


PROJECT

PROJECT:
PACKAGE NO.
PACKAGE NAME

ORDER NO. & DATE


SUB-CONTRACTOR
ORDER NO. & DATE

ELECTRICAL WORKS

INSTRUCTIONS FOR FILLING UP:

CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS:

1.

Code Description

QAP shall be submitted for each of the equipment separately with break up
of assembly/sub-assembly & part/component or for group of equipment
having same specification.
2.
Use numerical codes as indicated for extent of inspection & tests and
submission of test certificates & documents. Additional codes &
description for extent of inspection & tests may be added as applicable for
the plant and equipment
3.
Separate identification number with quantity for equipment shall be
indicated wherever equipment having same specifications belonging to
different facilities are grouped together.
4.
Weight in ompl (T) must be indicated under column 5 for each item.
Estimated weights may be indicated wherever actual weights are not
available.
ABBREVIATIONS USED :
CONTR

CONTRACTOR

MFR

MANUFACTURER

Sl.
No.

Description (With equipment


heading, place of use, and
Breif Specifications)

EQUIPMENT DETAILS
Indentificatuin
Quantity
Manufacturers
No.
Name and Address
No/M
T

1
1.

2
Lighting and Power
Distribution Board

4
Set

2.

Distribution Transformer
upto 100 KVA.

No.

3.

LT Power and Control


Cable

2.

6
Approved

Code Description

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

Visual
Dimensional
Fitment & Alignment
Physical Test (Sample)
Chemical Test (Sample)
Ultrasonic Test
Magnetic Particle Test (MPT)
Radiography Test
Dye Penetration Test
Measurement of IR Value
a) Before HV Test
b) After HV Test
11. High Voltage test/Dielectric
test

Expected schedule of
Final Inspection

Code Description

12. Routine test as per relevant IS


other standard
13. Type test as per relevant IS/
other standard
14. Impulse Test
15. Partial Discharge Test
16. Heat run testtemp rise test
17. Enclosure Protection Test
18. Calibration
19. Noise & Vibration
20. Test certificates for bought
out components
21. Tank Pressure Test
22. Paint shade verification

INSPECTION
Raw Material and inprocess stage
inspection
MFR
CONTR
MECON

DOCUMENTS:

23. Short time rating


24. Operational & functional
check
25. Over Speed Test
26. Flame Proof Test
27. Clearance and creepage
Distance
28. Acceptance Test
29. Harmonic content

D1. Approved GA drawings


D2. Approved single line/
schematic diagram
D3. Approved
data sheet
D4. Approved bill of materials
D5. Unpriced P.O. copy
D6. Calibration Certificate
of all measuring
instruments and gauges
30.Test on tap changer/ M. Box
31. Oil leakage test
32. BDV of Oil
33.Thermal performance test

MFR

CONTR

MECON

Test Certificates
& documents to
be submitted to
MECON

11
1,2,3,12,
22 24,27

13
1,2,3, 10,
11, 12, 22,
24,27
1,2,10,11,
12,22,27

14
D1, D2, D3, D4,
D5, D6, 20,
12,13
12,13,20
D3, D5, D6
12,13,28
D3, D5, D6,

AND

TESTS
Final Inspection/Test by

8
1,2,3,4,
24, 27

9
-

10
-

Approved

1,2,3,4,
21,27

1,2,10,11,
12

12
1,2,3,10,
11, 12,22,
24,27
1,2,10,11,
12,22,27

Mt.

Approved

1,10,11,
12,13, 28

1,2,10,11,
12, 28

1,2,10,11,
12, 28

Battery Set

Set

Approved

1,2,3,4,
24,27

1,2,3,12,
13,28

1,2

D1, D3, D4, D5,


D6, 12,13

5.

UPS System

Set

Approved

1,2,3,4,
24, 27,28

1,2,3,12,
16,22,23
24,27,28

1,2,3,12,
16*, 22,
23,24,27,
28

1,2,3,12,
16*, 22,
23,24,27,
28

D1, D2, D3, D4,


D5, D6, 20,
12,13

6.

HT Cable

Mt.

Approved

1,2,3,4

1,2,3,4,10.
12

D3,D6

Acceptance
Criteria
Standards /IS/
BS/ASME/
Norms and
Documents
15
I.S., Data Sheet,
Specifications &
Approved Drgs.
I.S., Data Sheet,
Specifications &
Test Certificate
I.S., Data Sheet,
Specifications &
Test Certificate
Tech.
Specification,
Approved
Drawings &
Data Sheets
Test certificates
Tech.
Specification,
Approved
Drawings &
Data Sheets
-

REMARKS /
SAMPLING
PLAN

16
13* for
similar rating
13* for
similar rating
13* for
similar rating
12, 13
Document to be
reviewed by
MECON

( * ) 12 hour
heat run test

Q.A.P. NO. MEC/05/E9/QAP/23M9/001


For MECON (Stamp & Signature)

for CONTRACTOR SUB-CONTRACTOR


(Stamp & Signature)

SHEET

1 OF 2

REV. 0

470

Form No.11.20 (4.4) F-10


CONTRACTOR

CLIENT:

GAIL

PROJECT:

SPURLINES OF DADRI-BAWANANANGAL PIPELINE (DBNPL)


PROJECT

QUALITY ASSURANCE PLAN


FOR
ELECTRICAL EQUIPMENT
ORDER NO. & DATE
SUB-CONTRACTOR
ORDER NO. & DATE

PACKAGE NO.
PACKAGE NAME

ELECTRICAL WORKS

INSTRUCTIONS FOR FILLING UP :

CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS:

1.

Code Description

QAP shall be submitted for each of the equipment separately with break up
of assembly/sub-assembly & part/component or for group of equipment
having same specification.
2.
Use numerical codes as indicated for extent of inspection & tests and
submission of test certificates & documents. Additional codes & description
for extent of inspection & tests may be added as applicable for the plant and
equipment
3.
Separate identification number with quantity for equipment shall be
indicated wherever equipment having same specifications belonging to
different facilities are grouped together.
4.
Weight in tonnes (T) must be indicated under column 5 for each item.
Estimated weights may be indicated wherever actual weights are not
available.
ABBREVIATIONS USED :
CONTR

CONTRACTOR

MFR

MANUFACTURER

Sl.
No.

Description (With equipment


heading, place of use, and
Breif Specifications)

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.

Visual
Dimensional
Fitment & Alignment
Physical Test (Sample)
Chemical Test (Sample)
Ultrasonic Test
Magnetic Particle Test (MPT)
Radiography Test
Dye Penetration Test
Measurement of IR Value
a) Before HV Test
b) After HV Test
11. High Voltage test/Dielectric
test

EQUIPMENT DETAILS
Indentificatuin
Quantity
Manufacturers
No.
Name and Address
No/M
T
3

4
Set

Code Description

Expected schedule of
Final Inspection

2
Solar Array with coplete
hardware (JBs, Mounting
Structure, cables etc)

8
1,2,3,4,
24, 27

8.

Solae charge controller/Grid


Charger

Set

1,2,3,4,
24, 27

9.

Battery Set

Set

1,2,3,4,
24,27

10.

Integrated test of complete


system

DOCUMENTS:

12. Routine test as per relevant IS 23. Short time rating


other standard
24. Operational & functional
13. Type test as per relevant IS/
check
other standard
25. Over Speed Test
14. Impulse Test
26. Flame Proof Test
15. Partial Discharge Test
27. Clearance and creepage
16. Heat run test
Distance
17. Enclosure Protection Test
28. Acceptance Test
18. Calibration
19. Noise & Vibration
20. Test certificates for bought out
components
21. Tank Pressure Test
22. Paint shade verification

INSPECTION
Raw Material and inprocess stage
inspection
MFR
CONTR
MECON

1
7.

Code Description

9
-

10
-

AND

D1. Approved GA drawings


D2. Approved single line/
schematic diagram
D3. Approved
data sheet
D4. Approved bill of materials
D5. Unpriced P.O. copy
D6. Calibration Certificate
of all measuring
instruments and gauges

Test Certificates
& documents to
be submitted to
MECON / GAIL

TESTS
Final Inspection/Test by

MFR

CONTR

MECON

11
1,2,3,12,
13

12
1,2,3,12,
28

13
1,2,3,12,
28

14
D1, D2, D3, D4,
D5, D6, 20,
12,13,17

1,2,3,12,
16, 22,
23,24,27

1,2,3,12,
16, 22,
23,24,27

1,2,3,12,
16, 22,
23,24,27,

D1, D2, D3, D4,


D5, D6, 20, 12,13

1,2,3,12,
13

1,2,28

1.2,28

D1, D3, D4, D5,


D6, 12,13,20

Acceptance
Criteria
Standards /IS/
BS/ASME/
Norms and
Documents
15
Tech.
Specification,
Approved
Drawings &
Data Sheets
Tech.
Specification,
Approved
Drawings &
Data Sheets
Tech.
Specification,
Approved
Drawings &
Data Sheets
Test certificates
-

REMARKS /
SAMPLING
PLAN

16
13 Document to
be reviewed by
MECON

12, 13
Document to be
reviewed by
MECON

12, 13
Document to be
reviewed by
MECON

At site
(Test Format to be
submitted by
vendor for
approval)

Q.A.P. NO. MEC/05/E9/QAP/23M9/001


For Manufacturer
(Stamp & Signature)

For CONTR
(Stamp & Signature)

For MECON
(Stamp & Signature)

SHEET

OF

REV. 0

471

OIL & GAS SBU

SPURLINES OF DADRI-BAWANANANGALPIPELINE (DBNPL)


PROJECT

GAIL (India) Ltd


TITLE

MECON LTD, DELHI


DOCUMENT NO.

CHECK LIST

472

SPURLINES OF DADRIBAWANA-NANGAL-PIPELINE
(DBNPL) PROJECT

OIL & GAS SBU

GAIL (INDIA) LIMITED


MECON LTD, DELHI
TITLE

ELECTRICAL
CHECK LIST

Tender No.:.

Page 1 of 3

MEC/05/51/23M9/GAIL/---

REVISION 0

TO BE FILLED-UP BY TENDERER

Sl.
No.

Description

1.

No deviation from the Electrical Specification/


SOR

2.

Solar Array sizing calculation enclosed

3.

Charger sizing calculation enclosed (both solar


and grid charger)

4.

Battery sizing calculation enclosed

5.

Solar Array, Battery catalogue enclosed

6.

Confirmation for Inspection of Solar Array,


charge controller and battery as per
Specification/QAP.

Remarks

473

OIL & GAS SBU

SPURLINES OF DADRIBAWANA-NANGAL-PIPELINE
(DBNPL) PROJECT

GAIL (INDIA) LIMITED


MECON LTD, DELHI
TITLE

7.

8.

ELECTRICAL
CHECK LIST

Tender No.:.

Page 2 of 3

MEC/05/51/23M9/GAIL/---

REVISION 0

Confirmation for Remote monitoring of the


parameters through SCADA system (Hook-up
with Owners SCADA system through
RS232/485)
and
automatic
changeover
between grid charger & solar Charger.
Confirmation that Solar System Offered can be
accommodated in plot area (Refer enclosed plot
plan).

9.

Dimension for Solar Array, Charge Controller,


3Ph Charger and Battery Bank is enclosed.

10.

Unpriced schedule of rate (SOR) enclosed.

11

Unpriced item wise break up for two years


operation & maintenance spares enclosed for
800W Solar system, Street lighting and 415V
3Ph charger.

12.

Unpriced SOR enclosed with offer

13.

List of similar electrical job undertaken during


last three years has been enclosed with the
offer.

14.

List of electrical personnel employed, with their


qualification & experience, has been enclosed
with the offer.

474

OIL & GAS SBU

SPURLINES OF DADRIBAWANA-NANGAL-PIPELINE
(DBNPL) PROJECT

GAIL (INDIA) LIMITED


MECON LTD, DELHI
TITLE

ELECTRICAL
CHECK LIST

Tender No.:.

Page 3 of 3

MEC/05/51/23M9/GAIL/---

REVISION 0

15.

Credential of electrical sub-contractor, enclosed


with the offer.

16.

Photocopy of Electrical Contractors license


grade A has been enclosed with the offer.

475

Annexure-V
to
Particular Job Specification

(INSTRUMENTATION WORKS)

476

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)

CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR


INSTRUMENTATION WORK

MECON LIMITED
DELHI

INDEX

Sl. No.

DESCRIPTION

1.0.0

INTENT OF THE SPECIFICATION

2.0.0

SCOPE OF WORK

3.0.0

PROCESS DESCRIPTION AND ENVIRONMENTAL


CONDITIONS

4.0.0

CODES AND STANDARDS

5.0.0

BATTERY LIMIT AND EXCLUSIONS

6.0.0

VENDOR DATA REQUIREMENT

7.0.0

DESIGN CRITERIA

8.0.0

INSPECTION AND TESTING

9.0.0

SPARES

10.0.0

AS BUILT DRAWINGS AND DOCUMENTS

11.0.0

DEVIATIONS

12.0.0

DATA SHEET FOR SECTIONS I , II

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

477

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)

CLIENT: GAIL (I) LTD.

1.0.0

SCOPE OF WORK FOR


INSTRUMENTATION WORK

MECON LIMITED
DELHI

INTENT OF THE SPECIFICATION


M/s GAIL (India) Limited intend to lay 24/16/8/4x 164 (Appx.) Km pipeline for 16NB X
64 Km (Appx.) long spur line,Tap-off from Saharanpur SV-Station (SV-3 Ch.115 Km) and
24NB X 84 Km(Appx.) long spur line from (IP-4 at Ch. 295 Km.) Ludhiana to Jalandhar &
8NB X 16 Km.(Appx.) from Haridwar to Rishikesh to Sidcul & Bhel.

2.0.0

SCOPE OF WORK:
The scope of work pertaining to Instrumentation is indicated below for each Section
separately:
SECTION - I (24"NB X 84 KM):The scope of work shall include but not limited to the following:
a)

Design , engineering, manufacture , supply, erection, testing & commissioning of


completely wired Wall Mounted type Control Panel along with all accessories for
Despatch terminal at Ludhiana and Receiving terminal at Jalandhar as per the
specification indicated in the Technical Specification (Data Sheet No.
MEC/23M9/05/E5/DS/WMCP-A)

b)

Design , engineering, manufacture , supply, erection, testing & commissioning of


completely wired Wall Mounted type Control Panel along with all accessories for all
SV stations (SV-1, SV-4) as per the specification indicated in the Technical
Specification (Data Sheet No. MEC/23M9/05/E5/DS/WMCP-A)

c)

Design, engineering, procurement, supply, installation, testing & commissioning of all


the Field-mounted Instruments & Control Panel mounted Instruments viz. various
Sensors, Transmitters, Gauges, Indicators, Barriers, Signal Multipliers (SDC) etc. as
per attached Instrument Data Sheets.

d)

Handling, loading & unloading, transportation, installation testing & commissioning


of Metering Panel for IP-4 cum Despatch terminal at Ludhiana (02 nos.) and
Receiving terminal at Jalandhar (01 nos.) to be mounted in control room including
transportation from GAIL Store to Project site. However supply of Panel is not
included in the Scope.

e)

Installation, Testing & Commissioning of free issue items like UFM ,Turbine Meters
Metering Skids, GC panels etc. excluding supply of items.

f)

Supply and laying of control, signal, triad cables on main cable trays, perforated trays,
trenches including supply of all required cable glands (explosion proof double
compression type) and consumables like ferrules, clamps, PVC tubes, Aluminium / SS
tag plates etc., clamping, ferruling, glanding of the cables, termination at both ends,
including shield/ drain/ communication wire, providing/fixing of identifying tags and
megger testing and loop testing.

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

478

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)

CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR


INSTRUMENTATION WORK

MECON LIMITED
DELHI

g)

Supply, installation of Junction Boxes including plugs for unused entries, supply,
fabrication and installation of supports, plugging of unused entries and painting
(explosion proof electrical junction boxes for 6 pair/ 6 triad cable entry and for 12
pair/ 12 core cable entry).

h)

Handling, transportation, installation, removal and remounting, electrical termination,


testing, calibration of Actuated Valves, Actuator for Gas Actuated Ball Valves / Gas
Over Oil Valves along with mounting of Valves and their respective accessories,
supply and erection of supports for impulse lines wherever required, supply,
fabrication & installation of manifolds/ impulse lines & fittings with supports,
hydraulic testing, painting of supports as per std., but exclusive of supply of Valves.

i)

Installation , Testing , Commissioning of Metering skid , Gas chromatograph ,Panel


mounted flow computer and accessories of Metering skid and GC excluding supply of
GC , Metering skid, Flow Computer.

j)

Installation , testing & Commissioning of Metering skid Panel , GC Panel excluding


supply of panels

k)

Supply of Canopies fabricated out of Powder coated MS for electronic transmitters


including supply, fabrication of support and installation of Canopy with support and
reflective painting.

l)

Supply, laying and termination of both ends from earth grid to field instruments/ JBs/
Control Panel by 8 SWG G.I. Wire / Strip in tray and conduits as required excluding
Earth-Pit preparation.

m)

Supply, laying and termination of both ends of 4 sq. mm. PVC insulated armoured
copper cable from earth pit to the barrier earth bus bar in trays/conduits/trenches as
required.

n)

Start up & commissioning of complete terminal instruments, including all labour, test
equipments and other auxiliaries as required, etc., complete in all respects as per
specifications/ drawings/ directions of Engineer-in-Charge. All necessary Testing and
Commissioning Reports, As-built Drawings etc., shall also be prepared and to be
submitted to the GAIL/MECON

o)

The scope of work shall also include


-

Arrangement of the inspection of all the items to be supplied as mentioned above


at the Manufactures works by GAIL/MECON as per approved QAP.

Submission of all drawings and documents as listed elsewhere in this Bid


document.

The scope of work shall also comply with the Instrumentation General Specifications as
described elsewhere in the Bid document.
0

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

479

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)

CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR


INSTRUMENTATION WORK

MECON LIMITED
DELHI

SECTION - II (16x 64 KM & 8x 16 KM):The scope of work shall include but not limited to the following:
a)

Design , engineering, manufacture, supply, erection, testing & commissioning of


completely wired Wall mounted type Control Panel along with all accessories for
16 SV stations (SV-1, SV-5) from Saharanpur to Haridwar as per the
specification indicated in the Technical Specification (Data Sheet No.
MEC/23M9/05/E5/DS/WMCP-B)

b)

Design, engineering, manufacture, supply, erection, testing & commissioning of


completely wired Wall mounted type Control Panel along with all accessories for
Receiving cum Distribution terminal at Haridwar as per the specification indicated
in the Technical Specification (Data Sheet No. MEC/23M9/05/E5/DS/WMCP-B)

c)

Design, engineering, procurement, supply, installation, testing & commissioning


of all the Field-mounted Instruments & Control Panel mounted Instruments viz.
various Sensors, Transmitters, Gauges, Indicators, Barriers, Signal Multipliers
(SDC) etc. as per attached Instrument Data Sheets.

d)

Handling, loading & unloading, transportation, installation testing &


commissioning of Metering Panel for SV-3 cum Despatch terminal at Saharanpur
(01 no.),Receiving terminal at Haridwar (01 no.) & Roorkee (01 no.) to be
mounted in control room including transportation from GAIL Store to Project site.
However supply of Panel is not included in the Scope.

e)

Installation, Testing & Commissioning of free issue items like PCV/SDV, UFM,
Turbine meters, Filtration and Metering Unit, Metering Skids & other accessories
etc. excluding supply of items.

f)

Supply and laying of control, signal, triad cables on main cable trays, perforated
trays, trenches including supply of all required cable glands (explosion proof
double compression type) and consumables like ferrules, clamps, PVC tubes,
Aluminium / SS tag plates etc., clamping, ferruling, glanding of the cables,
termination at both ends, including shield/ drain/ communication wire,
providing/fixing of identifying tags and megger testing and loop testing.

g)

Supply, installation of Junction Boxes including plugs for unused entries, supply,
fabrication and installation of supports, plugging of unused entries and painting
(explosion proof electrical junction boxes for 6 pair/ 6 triad cable entry and for 12
pair/ 12 core cable entry).

h)

Handling, transportation, installation, removal and remounting, electrical


termination, testing, calibration of Actuated Valves, Actuator for Gas Actuated
Ball Valves / Gas Over Oil Valves along with mounting of Valves and their
respective accessories, supply and erection of supports for impulse lines wherever
required, supply, fabrication & installation of manifolds/ impulse lines & fittings

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

480

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)

CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR


INSTRUMENTATION WORK

MECON LIMITED
DELHI

with supports, hydraulic testing, painting of supports as per std., but exclusive of
supply of Valves.
i)

Supply of Canopies fabricated out of Powder coated MS for electronic


transmitters including supply, fabrication of support and installation of Canopy
with support and reflective painting.

j)

Supply, laying and termination of both ends from earth grid to field instruments/
JBs/ Control Panel by 8 SWG G.I. Wire / Strip in tray and conduits as required
excluding Earth-Pit preparation.

k)

Supply, laying and termination of both ends of 4 sq. mm. PVC insulated armoured
copper cable from earth pit to the barrier earth bus bar in trays/conduits/trenches
as required.

l)

Start up & commissioning of complete terminal instruments, including all labour,


test equipments and other auxiliaries as required, etc., complete in all respects as
per specifications/ drawings/ directions of Engineer-in-Charge. All necessary
Testing and Commissioning Reports, As-built Drawings etc., shall also be
prepared and to be submitted to the GAIL/MECON.

m)

The scope of work shall also include


-

Arrangement of the inspection of all the items to be supplied as mentioned above


at the Manufactures works by GAIL/MECON as per approved QAP.

Submission of all drawings and documents as listed elsewhere in this Bid


document.

The scope of work shall also comply with the Instrumentation General Specifications as
described elsewhere in the Bid document.
3.0.0

PROCESS DESCRIPTION AND ENVIRONMENTAL CONDITIONS

3.0.1

Receiving terminal
Natural gas flow through the pipeline will be measured and monitored at IP-4 cum Despatch
Terminal at Ludhiana & Receiving terminal at Jalandhar of Ludhiana-Jalandhar spur line &
SV-3 cum Despatch terminal at Saharanpur & Receiving terminal at Haridwar of SaharanpurRoorkee-Haridwar spur line before custody transfer. The flow meter will be Ultrasonic /
Turbine meter type flow metering.

3.1.2

SCADA Facility
Control system shall be compatible for hooking up with the SCADA System (not included in
this Scope). Provision shall be kept for connection to SCADA directly. Provision for SCADA
connectivity shall be kept based on schemes for SCADA and telemetry. Data to be hooked up
to SCADA shall be user selectable at site. The control system shall be able to support SCADA
0

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

481

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)

CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR


INSTRUMENTATION WORK

MECON LIMITED
DELHI

without change in architecture or addition of hardware. A dedicated Terminal Block shall be


provided for SCADA Parameters.
3.2.0

ENVIRONMENTAL CONDITIONS
The environmental condition to be considered for selection, design, derating of
Instrumentation equipment shall be as follows:

4.0.0

Ambient Temperature

65 0C (Max.)

Relative Humidity

90 % RH

CODES AND STANDARDS


The following codes and standards (versions/revision valid in the date of order) shall be
referred to and made part of this specification.
ISA, AGA, API-RP, BIS, ANSI, ASTM, NEMA, DIN. Indian Explosive act. Specification and
recommendations of IEC. All other relevant standards and norms.

5.0.0.

BATTERY LIMIT AND EXCLUSIONS

5.1.1

POWER SUPPLY
Uninterrupted power supplies (230 VAC UPS) battery back up will be provided by GAIL
However conversion of 230V AC to 24 V DC with dual redundant power supply shall be in
Vendors scope. The supply, Installation, testing and commissioning of 24 VDC power
distribution box (PDB) and necessary wiring inside the panel shall be in the scope of the
Vendor. 24V DC shall be provided at SV stations.

5.1.0.

EXCLUSIONS
a) Supply of the Filtration & Metering Unit including Filters, PCVs (Active & Monitor),
Slam Shut Valves & Metering Panels including Ultrasonic Flow Meters / Turbine Flow
meters with Flow computers are not in the scope.
b) Supply of the PCVs & SDVs are not in the scope.
c) Supply of Gas Chromatographs, GC Panels & LEL Detectors are not in the scope.

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

482

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)
SCOPE OF WORK FOR
INSTRUMENTATION WORK

CLIENT: GAIL (I) LTD.

6.0

VENDOR DATA REQUIREMENTS

SL
No.

PRINTS
WITH
QUOTE

DESCRIPTION

CERTIFIED
INFORMATION
AFTER PURCHASE ORDER
REVISION / DATE
PRINTED
MATTER
(no.
of
copies)

DATE
NEEDED
(see
legend)

2W

8
8
8

W/S
A/C
2W

2W

2W

8
8
8
8
8
8
8

2W
2W
2W
2W
2W
2W
2W

2W

TRANSP
ARENCY
( no. of
copies )

A)

Control Panel & Field Mounted Instruments

*01

Bill of Material with Qty, Make & Model no.

02
03
04

Installation, operations and maintenance instructions


Test Certificates & Calibration Reports
Certificate from Statutory Bodies
Instruments Data Sheets duly filled with Make and
Model No.

*05
06

Manufacturer's Technical Catalogue for all the Items.

07

List of Commissioning Spares and Consumables

B)

Control Panel

*01
*02
03
*04
05
06
07

GA Dwg including Panel Layout & Cutout Details.


Dimension , structural and Foundation details
Panel Wiring and Terminal detail Diagrams
Power Supply Distribution Diagram
Power Requirement
Test certificate and Calibration report.
Loop Diagram
Operating Instruction for Instruments / equipment in
Vender s Scope.

08

MECON LIMITED
DELHI

LEGEND : W Week ;

W/S - With Shipment ;

REQUIRED

DATE
PROMISED

A/C Along with Inspection Call

CATEGORIES PRECEDDED BY ASTERICK (*) WILL BE APPROVED FOR FABRICATION BY MECON


LIMITED. THE REMAINING DRAWING ARE REQUIRED FOR INFORMATION ONLY.
NOTES :
1. FOLD ALL PRINTS TO 216MM X 279 MM SIZE AND ROLL TRANSPARENCIES.
2. VENDOR TO COVER ALL TRANPARENCIES AND PRINTED MATTER TO MECON LTD.

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

483

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)

CLIENT: GAIL (I) LTD.

7.0.0.

DESIGN CRITERIA

7.1.0.

CONTROL PHILOSOPHY

SCOPE OF WORK FOR


INSTRUMENTATION WORK

MECON LIMITED
DELHI

Instrumentation system has been envisaged to ensure optimum performance of Natural gas at
SV stations, Despatch Terminal at Ludhiana & Saharanpur, Receiving Terminal of Haridwar,
BHEL & Sidcul to achieve safe, reliable and trouble free operation. For this purpose Control
Panel at each terminal with microprocessor based electronic instruments having 4-20 mA DC
unified current signal as input/output have been envisaged. The basic function of this system
shall be to monitor and control of Natural Gas parameter viz. Flow, Temperature, Pressure
etc., as described in the P & IDs, Functional Schematic Diagram and Instrument Data Sheets.
These functions will be achieved with the help of Panel Mounted Indicators, Push Button, and
Lamps etc. Housed in the air-conditioned control room along with equipment/ pipeline
mounted sensors, transmitters, gauges, switches, control valves etc. in the field.
Valve status (PCVs and SDVs), inlet pressure and temperature, outlet pressure and
temperature, flow parameters, percent opening of FCVs shall be indicted in the Flow
Computers and Panel mounted instruments. The Control Panel shall have Push Buttons to
operate Actuator Valves for Emergency Shut down (ESD) purpose & Selector Switch for
Local and Remote operations of Control Valves (GOV & AV).
For Flow metering purpose, Ultrasonic type flow meters & Turbine type flow meters with
panel mounted Flow Computers have been envisaged. The Panel mounted Flow Computers
shall be mounted on the Metering Panel. (Supplied by another vendor).
For Filtration & Metering purpose, Metering Skid is envisaged comprising of Filter &
Ultrasonic flow meter along with field instruments & other accessories. (Supplied by another
vendor).
The Design shall employ the latest technology of proven capabilities. The selection of
equipment and system shall be such as to offer flexibility for future modification and
expansion without affecting the system reliability.
7.2.0

CONTROL VOLTAGES
The type of voltage level shall be as follows:

8.0.0

For Incoming to Control Panel

230V AC

For Interlocks and Shutdown Scheme and


Electronic Instruments

24 VDC

INSPECTION & TESTING


Vendor shall submit Quality Assurance Plan (QAP) for all items of Instrumentation equipment
for GAIL/MECON approval. Enclosed Vendor list shall be followed.
0

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

484

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)

CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR


INSTRUMENTATION WORK

MECON LIMITED
DELHI

Vendor shall be responsible for all Tests for perfect Integrated Control Panel. Vendor shall
arrange all necessary Instruments/accessories assistance required for these tests.
8.1

ACCEPTANCE CERTIFICATE (AC)


Acceptance Tests shall be conducted at Manufacturers works during inspection after
equipment/sub-system is completely ready for inspection. These shall include testing &
calibration etc. of equipment/sub-system. Acceptance Certificate (AC) shall be issued after
all the materials received at site.

9.0

SPARES

9.1

COMMISSIONING SPARES AND CONSUMABLES


Vendor shall include supply of spare parts for commissioning and furnish the complete list.
Any extra commissioning spares and consumables required during commissioning shall be
supplied free of cost.

9.2

SPECIAL TOOLS AND TACKLES


Vendor shall provide a set of special tools and tackles required for calibration, erection, testing
and commissioning and maintenance of instrumentation equipment.

10.0

AS BUILT DRAWINGS AND DOCUMENTS


Vendor shall incorporate all changes made in the drawings from approval stage to the handing
over stage. As-built drawings shall be submitted in requisition of sets (these will be in addition
to the sets submitted at the time of approval/ for information and up to commissioning).The
drawings to be submitted shall include all the drawings/documents submitted for the
approvals, information as also the drawings / documents required for normal operation, trouble
shooting, repair, maintenance and testing of equipment /system /installation.
Vendor shall submit the following drawings / document/ data in specified number of copies
and reproducible prior to submitting the final bill to the GAIL/MECON on handing over the
installation to the customer whichever is earlier.
i)
ii)
iii)

iv)
v)
vi)
vii)

All drawings / documents submitted to GAIL/ MECON for approval/information.


Equipment manufacturing drawings / documents submitted for information
GAIL/MECON.
Operation and Maintenance Manuals, Vendor shall submit one preliminary O&M
manual to GAIL/MECON for approval. The final manual in bounded volumes shall be
supplied before despatch of equipment in specified no. of copies.
Inspection reports, factory and site calibration test reports in bounded volumes.
As built drawings/documents incorporating all site modifications.
List of spares.
All the necessary documents required for final testing and commissioning.

Vendor shall give the drawings and documents as follows:


0

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

485

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)
SCOPE OF WORK FOR
INSTRUMENTATION WORK

CLIENT: GAIL (I) LTD.

MECON LIMITED
DELHI

(i) Six sets of Prints


(ii) One set of Transparency
11.0

DEVIATION
The Vendor shall clearly mention in the offer all the deviations from the Technical
Specifications, however minor may be. Otherwise, it will be taken for granted that the Vendor
includes all the details as mentioned in the Technical Specification though these might not have
been specifically mentioned in the offer.

12.0

DATA SHEET FOR SECTION I (24x 84 Km)

Sl.
No.
1.

MEC/23M9/05/E5/DS-PG-A

Pressure Gauges

2.

MEC/23M9/05/E5/DS-PT-A

Pressure Transmitters

3.

MEC/23M9/05/E5/DS-RTD/01-A

Resistance Temperature Detectors (01)

4.

MEC/23M9/05/E5/DS TT-A

Temperature Transmitters

5.

MEC/23M9/05/E5/DS WMCP-A

6.
7.

MEC/23M9/05/E5/DRG WMCP-A Suggestive Panel Arrangement for Wall


Mounted Panel
MEC/23M9/05/E5/DS ZB-A
Isolating Barriers

8.

MEC/23M9/05/E5/DS SDC-A

Signal Distribution Cards

9.

MEC/23M9/05/E5/DS IND-A

Indicators

Data Sheet No.

Description

Wall Mounted Control Panel &


Accessories

SECTION-II (16x 64 Km & 8x 16 Km)


Sl.
No.
1.

MEC/23L4/05/E5/DS-PG-B

Pressure Gauges

2.

MEC/23L4/05/E5/DS-PT-B

Pressure Transmitters

3.

MEC/23L4/05/E5/DS-TG-B

Temperature Gauges

4.

MEC/23L4/05/E5/DS-RTD/01-B

Resistance Temperature Detectors

5.

MEC/23L4/05/E5/DS TT-B

Temperature Transmitters

Data Sheet No.

Description

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

486

PROJECT: SPURLINES OF DADRI - BAWANA


NANGAL PIPELINE PROJECT (DBNPL)
SCOPE OF WORK FOR
INSTRUMENTATION WORK

CLIENT: GAIL (I) LTD.

MECON LIMITED
DELHI

Sl.
No.

Data Sheet No.

Description

6.

MEC/23L4/05/E5/DS WMCP-B

Wall Mounted Control Panel & Accessories

7.

MEC/23L4/05/E5/DRG WMCP- Suggestive Panel Arrangement for Wall


B

Mounted Panel

8.

MEC/23L4/05/E5/DS ZB-B

Isolating Barriers

9.

MEC/23L4/05/E5/DS SDC-B

Signal Distribution Cards

10.

MEC/23L4/05/E5/DS IND-B

Indicators

NOTE - TECHNICAL SPECIFICATIONS AND STANDARD DRGS. ENCLOSED IN OTHER


VOL. OF TENDER DOCUMENT.

21.07.2010

PJ

RS

PS

Rev.

Date

By

Chkd

Appd

487

LIST OF VENDORS FOR BOUGHT-OUT ITEMS


BAWANA NANGAL SPUR NATURAL GAS PIPELINE
I)

L.E. L DETECTION SYSTEM


1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)

Chemtrols Engineering Ltd., India


Crowcon Detection Instruments Ltd
Detection Instruments (I) Pvt Ltd
Detector Electronics Corporation
Drager Safety AG & Co. KGAA
General Monitors Ireland Ltd
Mine Safety Appliances Company
MSA Mines safety appliances.
Oldham France S.A.
Riken Keiki Co Ltd
Simrad Optronics Icare

II) CONTROL AND SIGNAL CABLES


1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)
12)
13)
14)
15)
16)
17)
18)
19)
20)
III)

M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s

ASSOCIATED CABLES
ASSOCIATED FLEXIBLES
UNIVERSAL Cables Ltd,India
DELTON Cables Ltd, India
BROOK
KEI Industries Ltd INDIA
CMI Limited
- Cords Cable Industries Ltd, India
Elkay Telelinks (P) Ltd., India
Fine Core Cables Pvt Ltd, India
Goyolene Fibres (I) Pvt Ltd, India
Netco Cable Industries Pvt Ltd, India
NICCO Corporation Ltd, India
Paramount Communications Ltd, India
Polycab Wires Pvt Ltd, India
Radiant Cables Pvt Ltd, India
Reliance Engineers Ltd., India
Suyog Electricals Ltd, India
Thermo Cables Ltd
Udey Pyrocables Pvt Ltd, India

ZENER BARRIERS/ISOLATORS
1)
2)

M/s MTL
M/s P & F
Page 1 of 3

488

IV)

RTDs
1)
2)
3)

V)

PRESSURE TRANSMITTERS & TEMPERATURE TRANSMITTERS


1)
2)
3)
4)

VI)

M/s
M/s
M/s
M/s

Fisher Rosemount (Emerson)


Yokogawa
Fuji
Honeywell

PRESSURE GAUGES & TEMPERATURES GAUGES


1)
2)
3)

VII)

M/s General Instruments Ltd., Mumbai


M/s Nagman Sensors (Pvt.) Ltd.
M/s Pyro Electric, Goa

M/s AN Instruments Pvt. Ltd., New Delhi


M/s General Instruments Ltd., Mumbai
M/s WIKA

SS VALVES, SS TUBE & SS TUBE FITTINGS


1)
2)
3)

M/s Swagelok (USA)


M/s Parker (USA)
M/s Sandvik, Sweden

VIII) JUNCTION BOXES AND CABLES GLANDS


1)
2)
3)
4)

M/s
M/s
M/s
M/s

EX-PROTECTA
FLAMEPROOF CONTROL GEARS
BALIGA
FLEXPRO ELECTRICALS

IX) PUSH BUTTONS/LAMPS:


1)
2)
X)

L&T
SIEMENS

MCBS:
1)
2)
3)

HAVELLS
INDO ASIAN
MDS

XI) RELAYS:
1)
2)

OEN
JYOTI
Page 2 of 3

489

XII) POWER SUPPLY UNIT:


1)
2)

ELNOVA
APLAB

XIII) INDICATORS

1)
2)
4)
5)

M/s
M/s
M/s
M/s

ABB
EUROTHERN
TATA HONEYWELL
MASIBUS

XIV) CONTROL ROOM EQUIPMENT CONTROL PANEL & ACCESSORIES


1)
2)
3)
4)
5)
6)
7)
8)
9)

M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s

Keltron Controls Ltd., Kerala


RITTAL
Pyrotech
Positronics Pvt. Ltd.
ABB Instruments Ltd., New Delhi
Emerson Process Management (I) Pvt. Ltd.
Rockwell Automation (I) Ltd., Ghaziabad
Siemens Ltd.
Tata Honeywell Ltd.

Note-1
For procuring bought out items from vendors other than those listed above, the same
may be acceptable subject to the following: a)
b)
c)

The vendor/ supplier of bought out item(s) is a regular and reputed


manufacturer/ supplier of said item(s) for intended services and the sizes being
offered is in their regular manufacturing/ supply range.
The vendor/ supplier should not be in the Holiday list of GAIL.
Should have supplied at least 50% of required quantity or minimum 1 number
whichever is higher of maximum size and rating of item(s) as required for
intended services.

The bidder should enclose documentary evidences i.e. PO copies, Inspection


Certificate etc. for the above, along with their bids.
Note-2
For any other item(s) for which the vendor list is not provided, bidders can supply
those item(s) from reputed vendors/ suppliers who have earlier supplied same item(s)
for the intended services in earlier projects and the item(s) offered is in their regular
manufacturing/ supply range.
The bidder is not required to enclose documentary evidences (PO copies, Inspection
Certificate etc.) along with their offer, however in case of successful bidder these
documents shall be required to be submitted by them within 30 days from date of
Placement of Order.
Page 3 of 3

490

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-TT-A


MECON LIMITED
DELHI

CLIENT: GAIL (INDIA) LTD.

TEMPERATURE TRANSMITTERS
Units:- Flow :Liquid-m3/hr,Gas-MMSCMD, Steam- kg/hr, Pressure-Kg/cm

FUNCTION

TYPE

CASE

TRANSMIT

INDICATE

ELECTRONIC

(SMART)

(G),Temperature- C,Level/Length-mm

11

POWER SUPPLY 24 V DC

12

CONDUIT CONN. 1/2" NP TF

13

LINEARISATION

14

ACCURACY

+ / - 0.1% FSD

RFI / EMI

REQD.

BLIND

MFR STD.

UPSCALE
DOWNSCALE

MOUNTING

DIRECT ON RTD/TC

YOKE

OTHER
W. PROOF
5

EX. PROOF

15

ENCLOSURE
CLASS : IP - 65

PROTECTION

INTRINISICALLY SAFE

6
7
8

AREA
CLASSIFICATION
INPUT
OUTPUT

COLD JUNCTION
COMPENSATION

10

BURN OUT
PROTECTION
TAG NO.
TT - ***

16

NEC, CLASS-1, DIVL.-1,

17

LOAD

6000 OH MS AT

DRIVING
CAPABILITY

24 V DC

MAKE

GROUP C&D
FROM RTD

18

MODEL NO.

4-20 mA

19

OPTIONS

a)

Output Meter

WP/INTR SAFE(Note 2)

Mounting

For 2" Pipe

b)
c)
RANGE
SPAN

SET

Accessories
SS Tag Plate
SERVICE

OPTION

NOTES:
1
* INFORMATION TO BE SUPPLIED BY VENDOR/ CONTRACTOR.
2
THE DIGITAL OUTPUT METER SHOULD INDICATE THE TEMPERATURE IN DEG. C.
3
ENVIRONMENTAL COVER TO BE PROVIDED FOR EACH TRANSMITTER (DRAWING ENCLOSED ELSEWHERE IN BID DOC.).
4

*** ' TAG NOS. AND QUANTITIES SHALL BE AS PER P & ID


0

15.04.2010

REV

DATE

BY

CHKD

APPD

491

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-RTD/01-A
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

RESISTANCE TEMPERATURE DETECTOR


Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2 (G) Temperature- C Level/Length-mm
GENERAL
13 Cable entry
NPT (F)
1 Assembly as per
Drg. enclosed
14 No. of entries
Single
drg.
15 Enclosure type
Dual Chamber Weather proof to
IP55
ELEMENT
THERMOWELL
3 No. of elements
Simplex
16 Material
SS 316
4 Calibration
As per DIN 43760
17 Construction
Drilled bar stock
5 Element material
Platinum (Pt 100)
18 Process connection 1 Flanged
6 Resistance at 0C
100 ohms
19 Inst. connection
NPT (F)
20 Thermowell as per Drg. Enclosed
7 Leads
Standard
drg
8 Sheath
O.D.
8 mm
TRANSMITTER
Material SS 316
21 Quantity
----9 Nipple & Union
SS 316
22 Input
----Material
10 No. Of wires
4 Wire
23 Output
----HEAD
24 Power Supply
----11 Head Cover type
Screwed cap & SS chain
25 Mounting
----12 Material
Cast Aluminium
26 Enclosure class
----27 Make & Model
----No.
Temperature
Well
Flange
Dimensions
Option
Tag No.
Range
Service
Rating/Fac
Nor.
Design
U
T
Material
e/ Finish
ASTM
A
600# RF
TE - ***
*
5-55
-29 to 65
*
*
Natural gas
125 AARH
105
NOTES

1) * Information to be supplied by the Vendor / Contractor.


2) Make of the RTD shall be from approved vendor list of Mecon /Client.
3) RTD offered shall be of highest accuracy TYPE A.
4)

*** Tag nos.& Quantity shall be as per P & ID

15.04.2010

Rev.

Date

By

Chkd

Appd

492

PROJECT: BAWANA-NANGAL SPUR NATURAL

GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-PT-A

CLIENT: GAIL (INDIA)


LTD.

MECON LIMITED
DELHI

PRESSURE TRANSMITTERS

Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2 (G) Temperature- C Level/Length-mm
GENERAL
1

Function

Type

3
4

Case
Mounting

Enclosure
Enclosure class

Elec. Area Class.

7
8
9
10
11
12

Intrinsically safe
Air supply
Power supply
Cable entry
Accuracy
Repeatability

13

Output

14

Trans. Power supply

Transmit & Indicate


Electronic Smart P
Based
Mfg. Std.
Yoke
Weather proof to
IS2147
Explosion proof to
IS2148
NEMA 4 & NEMA 7
Zone-I, Gr.IIA & IIB,
T3
Required

Service

25

Element

Diaphragm

26
27

Body Material
Element Material

Carbon Steel
316 SS

28

Process Connections

NPT(F)

Process Conn. Locn.


29

Diaphragm Seal:Type
Wetted Parts Matl.
Other Material
Process Conn.:Size and Rating
Facing and Finish
Capillary Material:-

24 VDC
NPT(F)
+ 0.075% of SPAN
+ 0.05%
TRANSMITTER
4 20 mA DC, Two
wire

Armour Flexible

24 V DC

CONTROLLER
15

Output

16

A/M switch
No. of positions

30

17
18

Set Point Adj.


Manual Regulator

31

19

Mode

a)
b)
RECORDER

20

Chart

21
22
23

Chart Drive
Moving Parts Matl.
Chart speed

Tag No.
PT- ***

c)
d)

Design Press.

**

98

Design
Temp.
-29 to 65

Armour Flexible
Matl.
Capillary length, mm
Flush / Filling Conn.
with plug
MISCALLANEOUS
Over Range
130% of Range
Protection
Options
Output Meter
W.P. Intr Safe(note 2)
Mounting
For 2 pipe mounting
Accessories
3 -Way Manifold
Required
Zero elevn. &
Required
suppression

Make & Model

32

Operating
Pressure

MEASURING UNIT
Pressure

24

Range
Location
Span

Set

Options

NOTES:

1) * Information to be supplied by the Vendor / Contractor.


2) Over range protection shall be 130% of maximum static pressure.
3) Local Digital Output meter should indicate the line pressure in Kg/cm2g.
4) Environmental cover to be provided for each transmitter

5) Transmitter shall have zero elevation /suppression for the service specified.
6) Make of the PT shall be from approved vendor list of Mecon /Client.
7) ** As per P&ID.
8) *** Tag nos. and quantities shall be as per P & ID
0
15.04.2010
Rev.

Date

By

Chkd

Appd

493

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

Data Sheet No.: MEC/23M9/05/E5/DS-PG-A

PRESSURE GAUGES
Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure-Kg/cm2(G) Temperature- C Level/Length-mm
1
Type
Direct
Wetted parts material
--2
Mounting
Local
Element
--3
Dial size
150 mm
Lower body
--Colour White (Non rusting plastic
Non wetted parts
--with black engraving)
4
Case material
Cast aluminium
Process connection
--5
Bezel ring
Screwed
Size
--6
Window material
Shatter proof glass
Rating
--7
Enclosure
IP 55 / NEMA 4
Facing &Finish
--8
Pressure element
Bourdon tube
Capillary material
--9
Element material
SS 316
Capillary length
--10
Socket material
SS 316
Flushing & Filling
--11
Accuracy
16 Over range protection 130% of range
1% FSD
12
Zero adjustment
Micrometer pointer (Internal) 17 Blow out protection
Required
18 Options
13
Connections
NPT (M)
a) Snubber
Conn. Location
Bottom
b) Syphon
14
Movement
SS 304
c) Gauge saver
15
Diaphragm seal
--d) Liquid filled casing
Type
--e) 2 Way Manifold
19 Make & Model
*
Pressure
Design
Tag No.
Range
Fluid
Location
Temp.
Operating
Design
PG ***

**

**

98

-29 to 65

NATURAL GAS

Options
**

NOTES:
1)

* Information to be supplied by the Vendor / Contractor.

2)

Make of the PG shall be from approved vendor list of Mecon /Client.

3)

** Range & operating Pressure shall be as per P&ID.

4)

*** Tag nos. and quantities shall be as per P & ID

15.04.2010

Rev.

Date

By

Chkd

Appd

494

495

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-ZB-A
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

ISOLATING BARRIERS
SL.NO.

DESCRIPTION

DETAILS

1.

TYPE

SHUNT DIODE SAFETY BARRIER

2.

APPLICATION INSTRUMENT TYPE

(i) 4-20 mA Analog I/P from 2 wire transmitter


(ii) 4-20 mA Analog O/P to I/P Converter

3.

HAZARDOUS AREA CLASSIFICATION

ZONE-I, GR. I, IIA & IIB, T3

4.

APPROVAL AUTHORITY

FM/BASEEFA/CSA/SA/CMRS

5.

SUPPLY VOLTAGE

24 V DC

6.

FUSE RATING

7.

END TO END RESISTANCE

8.

POLARITY

9.

MOUNTING

DIN RAIL (BACK OF THE PANEL)

10.

OPERATING TEMP

-20 C TO 60 C

11.

OPEN CIRCUIT VOLTAGE

12.

SHORT CIRCUIT CURRENT

14.

MAKE

MTL/P&F

15.

MODEL NO

NOTES:- * --By Vendor


1.

QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID

2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 1 of 3

496

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-ZB-A
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

ISOLATING BARRIERS
SL.NO.

DESCRIPTION

DETAILS

1.

TYPE

SHUNT DIODE SAFETY BARRIER

2.

APPLICATION INSTRUMENT TYPE

(i)

Limit switches (SPDT snap action Micro type)

(ii)

R/L status of AV-valves

(iii)

Push buttons for AV-Valves

(iv)

Spares.

3.

HAZARDOUS AREA CLASSIFICATION

ZONE-I, GR. I, IIA & IIB, T3

4.

APPROVAL AUTHORITY

FM/BASEEFA/CSA/SA/CMRS

5.

SUPPLY VOLTAGE

24 V DC

6.

FUSE RATING

7.

END TO END RESISTANCE

8.

POLARITY

9.

MOUNTING

DIN RAIL (BACK OF THE PANEL)

10.

OPERATING TEMP

-20 C TO 60 C

11.

OPEN CIRCUIT VOLTAGE

12.

SHORT CIRCUIT CURRENT

14.

MAKE

MTL/P&F

15.

MODEL NO

NOTES:1.

--By Vendor

QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID: MEC/23L4/05/21/M /001/ 0001 REV-2

2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 2 of 3

497

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-ZB-A
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

ISOLATING BARRIERS
SL.NO.

DESCRIPTION

DETAILS

1.

TYPE

SHUNT DIODE SAFETY BARRIER

2.

APPLICATION INSTRUMENT TYPE

4-20 mA Analog I/P from Temperature Transmitter

3.

HAZARDOUS AREA CLASSIFICATION

ZONE-I, GR. I, IIA & IIB, T3

4.

APPROVAL AUTHORITY

FM/BASEEFA/CSA/SA/CMRS

5.

SUPPLY VOLTAGE

24 V DC

6.

FUSE RATING

7.

END TO END RESISTANCE

8.

POLARITY

9.

MOUNTING

DIN RAIL (BACK OF THE PANEL)

10.

OPERATING TEMP

-20 C TO 60 C

11.

OPEN CIRCUIT VOLTAGE

12.

SHORT CIRCUIT CURRENT

14.

MAKE

MTL/P&F

15.

MODEL NO

16

Qty.

As Reqd.

NOTE:- * --By Vendor


1.

QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID: MEC/23L4/05/21/M /001/ 0001 REV-2

2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 3 of 3

498

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-IND-A
MECON LIMITED
DELHI

CLIENT: GAIL (INDIA)


LTD.

INDICATORS
SL .NO

DESCRIPTION
Type
Mounting
Enclosure
To be used in intrinsically
safe system
Power for transmitters
Inputs
Outputs
Capacity

1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0

Facia Details

9.0

Indications
9.1
10.0
11.0
12.0
13.0
14.0
15.0

Scan time
A/D converter Resolution
D/A converter Resolution
Load driving capability
Configuration
On line diagnostic messages
Memory type

16.0

Indicator functions
Arithmatic functions

17.0

Linearisation
18.0
19.0
20.0
21.0
22.0

Power supply
Accuracy
Repeatability
Qty. & Tag No.
Make & Model

TECHNICAL

REQUIREMENTS

TO BE CONFIRMED BY VENDOR

Microprocessor based dual channel indication


Flush Panel
General Purpose
With Extl. Zener Barrier/Isolator
24V DC (From Bulk Power Supply/SDC)
4-20mA DC (2 wire)
4-20mA DC
No. of Analog inputs
Other inputs
Other outputs Retransmission
Max. No. of Alarms settings
B.ar graph display with 4 digit 7 segment
LCD/LED digital display of PV.
Continuos
Bargraph
Digital
Required for Process variable
500 msec. Max
1500 steps min.
1500 steps min.
750 ohms
From Indicator
Required
If retentive:Erasive
Erasing by
If volatile:Battery backup for min. 72 hrs.
Battery type chargeable
Continuous.
Battery type chargeable
Configuration protection time (In case of power
failure)
Battery drain indication required.
Addition / Subtraction
Multiplication
Division
Square Root
Bias
Summation (Integration)
Sq. Root Extraction
Flow computation
(Press and Temp. compensation)
24 V DC
+/- 0.5%
+ / - 0.5 %
As per P& ID

*
*
*
*

Note: Indicators for all Wall Mounted Panels shall be Digital type only.

15.04.2010

Rev.

Date

By

Chkd

Appd

499

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-IND-A
MECON LIMITED
DELHI

CLIENT: GAIL (INDIA)


LTD.

ITEM
NO.

TAG NO.

SCALE
GRADN.

M.F.

1.

TI - ***

24 V DC Power Supply

2.

PI ***

24 V DC Power Supply

SERVICE

REMARKS

* - BY VENDOR
*** Tag Nos. & Quantities shall be as per P&ID

15.04.2010

Rev.

Date

By

Chkd

Appd

500

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS


PIPELINE
D.S.No.:MEC/23M9/05/E5/DS-SDC-A
CLIENT:GAIL(I)
LTD.

MECON LIMITED
DELHI

SIGNAL DISTRIBUTION CARDS


SL.NO.

DESCRIPTION

DETAILS

1.

TYPE

DUAL OUTPUT CURRENT ISOLATOR

2.

INPUT

4-20 mA D.C

3.

OUTPUT

TWO NOS. 4-20 mA ISOLATED OUTPUTS AS MINIMUM

4.

ISOLATION

BETWEEN INPUT & OUTPUT, BETWEEN INPUT & OUTPUT WITH


POWER SUPPLY, BETWEEN OUTPUT & OUTPUT

5.

ACCURACY

0.1%

6.

POWER SUPPLY

24 V DC

7.

TRANSMITTER POWER SUPPLY

24 V DC

8.

OUTPUT LOAD DRIVING CAPACITY

750 Ohms MINIMUM FOR EACH OUTPUT

9.

MOUNTING

DIN RAIL (BACK OF THE PANEL)

10.

MAKE

MTL/P&F

11.

MODEL NO

By Vendor

12.

QUANTITY

As Reqd.

NOTES:1.

QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID.

2.

20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

15.04.2010

Rev.

Date

By

Chkd

Appd

501

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

SPECIFICATIONS
FOR
WALL MOUNTED CONTROL PANEL & ACCESSORIES

GENERAL
Site of Installation

1.

Plant and Location

: IP-4 cum dispatch terminal at Ludhiana &


Receiving terminal at Jalandhar. SV stations
(SV-1,SV-4)

2.

Owner

: GAIL (India) Limited

3.

Consultant

: MECON LIMITED.

4.

Location of control panel


and accessories.

: Indoor

5.

Wall

: Cemented

6.

Air conditioning

: Yes

7.

Control Panels Quantity

: 4 Nos.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 1 of 6

502

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

CONTROL PANEL CONSTRUCTION


1.

Type

Wall Mounted enclosed cubicle and Non-graphic.(Back


Mounted)

2.

Lighting

Required for inside panel with door switch.

3.

Ventilation

Required with louvers backed by wirefly screen & fan. Fan


Failure alarm required

4.

Doors

Front single removable hinged doors with flush pull type


handles & with locking arrangement.

5.

Door width

Max. of 450 mm and shall suit width of the panel. Panel


width is indicative only. The sizes shall be sufficient to
accommodate the required hardware specified in MR.
However the depth and height shall be 350 & 600
respectively.

6.

Cable Entry

Bottom, Cable Glands shall be double compression type for


external armoured cables. All unused entries shall be
plugged.

7.

Receptacles

Required for 24V DC.

8.

Painting

The finish shall include sand blasting, grinding, chemical


cleaning, surface finishing by suitable filter and two coats of
high grade lacquer with wet sanding between coats.. Two
coats of paint in panel colour shall be given for Non-glossy
high stain finish. Panel face final colour shall be of the
following:
a) Light Admiralty Grey (IS-697)
b) Panel internal shall have a finish color of pale cream
IS 352
c) Channel Back shall have a finish color of black

9.

Channel Back

100X50X6 MM, MS material

10.

Name Plates

Front of Panel Instrument name plates shall be black


laminated plastic with white core. Nameplate shall be
provided on the rear of the panel also.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 2 of 6

503

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

Dimensions & Material of Construction

1.

Panel dimension

450(W) mm x 600(H) mm x 350(D) mm (Including channel


back)

2.

Control Panel

3.2 mm thick CRCA steel/5.0 mm thick HRCA steel,


Welded to frame

3.

Side & Top plates

2 mm thick CRCA steel, Welded to frame

4.

Door panel

1.6-mm thick CRCA steel. Vendor to decide on Single side


hinged or both sides hinged based on final width. Concealed
Hinges and Flush pull chrome-plated handles.

5.

Cable gland plate

3 mm thick CRCA steel

6.

Anchor Bolt Size

By vendor

7.

Lifting Eye Bolt

Required

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 3 of 6

504

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

WIRING
1.

Type

2.

Wiring details:

General purpose, Intrinsically safe

24 VDC TEG Wiring


External to Cabinet

Inside the cabinet

Low Voltage internal

Min. 3x2.5 mm/copper conductor PVC insulated


armoured
Min. 19 Strands, 16 AWG copper conductor PVC
insulated
Min. 19 Strands, 16 AWG copper conductor PVC
insulated to cabinet

Signal Wiringp:
External to Cabinet

Inside the cabinet

4.

Terminal type

Screw clamp type with Pressure Plate

5.

Terminal size for signal

Suitable for min. 2.5 mm size conductor

6.

Terminal size for power dist. :

Suitable for min. 4.0 mm size conductor and higher


As per actual cable sizes.

7.

Terminal block

Clip-on type

8.

Wiring colour code:


:
:
:
:
:

Hot Red, Neutral - Black, Earth Green


Positive Red, Negative Black
White
Yellow
Light blue

Power Supply
DC Wiring
Alarm System
Control & shutdown
Analog signals (IS)

15.04.2010

Rev.

Date

1.0 mm twin twisted individual shielded overall


shielded with overall drain PVC insulated armoured
Multi stranded min. 1.0 mm copper conductor PVC
insulated twin twisted and shielded.

By

Chkd

Appd
Page 4 of 6

505

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A
CLIENT: GAIL (INDIA)
LTD.

A)

MECON LIMITED
DELHI

POWER SUPPLY DISTRIBUTION BOXES FOR PANELS

1.

Function

: Distribute power to
individual instruments

2.

Mounting

: Mounted at the panel inside

3.

Door

: Front single door

4.

Painting

: As per panel painting specifications.

5.

Dimensions and material construction

5.1.

Box dimension

: By vendor.

5.2

Box plate thickness

: 3mm hot rolled steel.

6.

Cable entry

: By vendor

7.

Accessories

: 600V Grade DPST toggle switches


with glass cartridge fuse for individual
consumers or Suitable MCBs

8.

Special requirements

: Switch fuse unit for incoming feeder.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 5 of 6

506

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

SPECIFICATIONS FOR ACCESSORIES


1.

Fast acting fuse


Make
: By vendor
Qty.
: As required.
Lamps
Type
: Miniature filament
Rating
: By vendor
Voltage
: 24 VDC
Make / Model No.
: By Vendor
Lamps shall be provided with series resistor to increase life of lamp
Quantity
: As reqd.
Push Buttons
Type
: Spring return
Contacts
: 2 No. + 2 NC
Contact rating
: 2A 24V DC
Make
: ESBEE /Eqv.
Color
: As per standard
Quantity
: As reqd.
Selector switch
Type
: As per functional switches and
Internal ladder diagram
Specification
: Silver alloy gold plated contacts
To military specification with
SS shaft dust covers with water
Proof covering and contact shall
Be made before break type
Rating
: 5A 230V 50Hz / 2A 24V DC
Make
: KAYCEE/Eqv.
Quantity
: As reqd.
Relays
Type
: Plug in relays
Contact Type
: Potential free contact
Contact No.
: 3 NO. + 3 NC
Rating
: 24V DC, 5.0 A
Make / Model No.
: OEN/Eqv.
Quantity
: As reqd.

2.

3.

4.

5.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 6 of 6

507

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-TT-B

MECON LIMITED
DELHI

CLIENT: GAIL (INDIA) LTD.

TEMPERATURE TRANSMITTERS
Units:- Flow :Liquid-m3/hr,Gas-MMSCMD, Steam- kg/hr, Pressure-Kg/cm

TRANSMIT
1

INDICATE

(G),Temperature- C,Level/Length-mm

11

POWER SUPPLY 24 V DC

12

CONDUIT CONN. 1/2" NP TF

13

LINEARISATION

14

ACCURACY

+ / - 0.1% FSD

15

RFI / EMI

REQD.

FUNCTION
BLIND

2
3

TYPE

ELECTRONIC

(SMART)

MFR STD.

CASE

UPSCALE
DOWNSCALE

MOUNTING

DIRECT ON RTD/TC

YOKE

OTHER
W. PROOF
5

EX. PROOF

ENCLOSURE
CLASS : IP - 65

PROTECTION

INTRINISICALLY SAFE

6
7
8

AREA
CLASSIFICATION
INPUT
OUTPUT

16

NEC, CLASS-1, DIVL.-1,

17

DRIVING
CAPABILITY

24 V DC

MAKE

FROM RTD

18

MODEL NO.

4-20 mA

19

OPTIONS

a)

Output Meter

WP/INTR SAFE(Note 2)

Mounting

For 2" Pipe

COLD JUNCTION
COMPENSATION

b)

10

BURN OUT
PROTECTION

c)

TT - ***

6000 OH MS AT

GROUP C&D

TAG NO.

LOAD

RANGE
SPAN

SET

Accessories
SS Tag Plate
SERVICE

OPTION

NOTES:
1
* INFORMATION TO BE SUPPLIED BY VENDOR/ CONTRACTOR.
2
THE DIGITAL OUTPUT METER SHOULD INDICATE THE TEMPERATURE IN DEG. C.
3
ENVIRONMENTAL COVER TO BE PROVIDED FOR EACH TRANSMITTER (DRAWING ENCLOSED ELSEWHERE IN BID DOC.).
4

*** ' TAG NOS. AND QUANTITIES SHALL BE AS PER P & ID


0

15.04.2010

REV

DATE

BY

CHKD

APPD

508

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-RTD/01-B
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

RESISTANCE TEMPERATURE DETECTOR


Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2 (G) Temperature- C Level/Length-mm
GENERAL
13 Cable entry
NPT (F)
1 Assembly as per
Drg. enclosed
14 No. of entries
Single
drg.
15 Enclosure type
Dual Chamber Weather proof to
IP55
ELEMENT
THERMOWELL
3 No. of elements
Simplex
16 Material
SS 316
4 Calibration
As per DIN 43760
17 Construction
Drilled bar stock
5 Element material
Platinum (Pt 100)
18 Process connection 1 Flanged
6 Resistance at 0C
100 ohms
19 Inst. connection
NPT (F)
20 Thermowell as per Drg. Enclosed
7 Leads
Standard
drg
8 Sheath
O.D.
8 mm
TRANSMITTER
Material SS 316
21 Quantity
----9 Nipple & Union
SS 316
22 Input
----Material
10 No. Of wires
4 Wire
23 Output
----HEAD
24 Power Supply
----11 Head Cover type
Screwed cap & SS chain
25 Mounting
----12 Material
Cast Aluminium
26 Enclosure class
----27 Make & Model
----No.
Temperature
Well
Flange
Dimensions
Option
Tag No.
Range
Service
Rating/Fac
Nor.
Design
U
T
Material
e/ Finish
ASTM
A
600# RF
TE - ***
*
5-55
-29 to 65
*
*
Natural gas
125 AARH
105
NOTES

1) * Information to be supplied by the Vendor / Contractor.


2) Make of the RTD shall be from approved vendor list of Mecon /Client.
3) RTD offered shall be of highest accuracy TYPE A.
4)

*** Tag nos.& Quantity shall be as per P & ID

15.04.2010

Rev.

Date

By

Chkd

Appd

509

PROJECT: BAWANA-NANGAL SPUR NATURAL


GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-PT-B
MECON LIMITED
DELHI

CLIENT: GAIL (INDIA)


LTD.

PRESSURE TRANSMITTERS

Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2 (G) Temperature- C Level/Length-mm
GENERAL
1

Function

Type

3
4

Case
Mounting

Enclosure
Enclosure class

Elec. Area Class.

7
8
9
10
11
12

Intrinsically safe
Air supply
Power supply
Cable entry
Accuracy
Repeatability

13

Output

14

Trans. Power supply

Transmit & Indicate


Electronic Smart P
Based
Mfg. Std.
Yoke
Weather proof to
IS2147
Explosion proof to
IS2148
NEMA 4 & NEMA 7
Zone-I, Gr.IIA & IIB,
T3
Required

Service

25

Element

Diaphragm

26
27

Body Material
Element Material

Carbon Steel
316 SS

28

Process Connections

NPT(F)

Process Conn. Locn.


29

Diaphragm Seal:Type
Wetted Parts Matl.
Other Material
Process Conn.:Size and Rating
Facing and Finish
Capillary Material:-

24 VDC
NPT(F)
+ 0.075% of SPAN
+ 0.05%
TRANSMITTER
4 20 mA DC, Two
wire

Armour Flexible

24 V DC

CONTROLLER
15

Output

16

A/M switch
No. of positions

30

17
18

Set Point Adj.


Manual Regulator

31

19

Mode

a)
b)
RECORDER

20

Chart

21
22
23

Chart Drive
Moving Parts Matl.
Chart speed

Tag No.
PT- ***

c)
d)

Design Press.

**

98

Design
Temp.
-29 to 65

Armour Flexible
Matl.
Capillary length, mm
Flush / Filling Conn.
with plug
MISCALLANEOUS
Over Range
130% of Range
Protection
Options
Output Meter
W.P. Intr Safe(note 2)
Mounting
For 2 pipe mounting
Accessories
3 -Way Manifold
Required
Zero elevn. &
Required
suppression

Make & Model

32

Operating
Pressure

MEASURING UNIT
Pressure

24

Range
Location
Span

Set

Options

NOTES:

1) * Information to be supplied by the Vendor / Contractor.


2) Over range protection shall be 130% of maximum static pressure.
3) Local Digital Output meter should indicate the line pressure in Kg/cm2g.
4) Environmental cover to be provided for each transmitter

5) Transmitter shall have zero elevation /suppression for the service specified.
6) Make of the PT shall be from approved vendor list of Mecon /Client.
7) ** As per P& ID.
8) *** Tag nos. and quantities shall be as per P & ID
0

15.04.2010

Rev.

Date

By

Chkd

Appd

510

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS


PIPELINE
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

Data Sheet No.: MEC/23M9/05/E5/DS-PG-B

PRESSURE GAUGES
Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure-Kg/cm2(G) Temperature- C Level/Length-mm
1
Type
Direct
Wetted parts material
--2
Mounting
Local
Element
--3
Dial size
150 mm
Lower body
--Colour White (Non rusting plastic
Non wetted parts
--with black engraving)
4
Case material
Cast aluminium
Process connection
--5
Bezel ring
Screwed
Size
--6
Window material
Shatter proof glass
Rating
--7
Enclosure
IP 55 / NEMA 4
Facing &Finish
--8
Pressure element
Bourdon tube
Capillary material
--9
Element material
SS 316
Capillary length
--10
Socket material
SS 316
Flushing & Filling
--11
Accuracy
16 Over range protection 130% of range
1% FSD
12
Zero adjustment
Micrometer pointer (Internal) 17 Blow out protection
Required
18 Options
13
Connections
NPT (M)
a) Snubber
Conn. Location
Bottom
b) Syphon
14
Movement
SS 304
c) Gauge saver
15
Diaphragm seal
--d) Liquid filled casing
Type
--e) 2 Way Manifold
19 Make & Model
*
Pressure
Design
Tag No.
Range
Fluid
Location
Temp.
Operating
Design
PG ***

**

**

98

-29 to 65

NATURAL GAS

Options
*

NOTES:
1)

* Information to be supplied by the Vendor / Contractor.

2)

Make of the PG shall be from approved vendor list of Mecon /Client.

3)

** As per P & ID.

4)

*** Tag nos. and quantities shall be as per P & ID

15.04.2010

Rev.

Date

By

Chkd

Appd

511

512

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS


PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-IND-B
MECON LIMITED
DELHI

CLIENT: GAIL (INDIA)


LTD.

INDICATORS
SL .NO

DESCRIPTION
Type
Mounting
Enclosure
To be used in intrinsically
safe system
Power for transmitters
Inputs
Outputs
Capacity

1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0

Facia Details

9.0

Indications
9.1
10.0
11.0
12.0
13.0
14.0
15.0

Scan time
A/D converter Resolution
D/A converter Resolution
Load driving capability
Configuration
On line diagnostic messages
Memory type

16.0

Indicator functions
Arithmatic functions

17.0

Linearisation
18.0
19.0
20.0
21.0
22.0

Power supply
Accuracy
Repeatability
Qty. & Tag No.
Make & Model

TECHNICAL

REQUIREMENTS

TO BE CONFIRMED BY VENDOR

Microprocessor based dual channel indication


Flush Panel
General Purpose
With Extl. Zener Barrier/Isolator
24V DC (From Bulk Power Supply/SDC)
4-20mA DC (2 wire)
4-20mA DC
No. of Analog inputs
Other inputs
Other outputs Retransmission
Max. No. of Alarms settings
B.ar graph display with 4 digit 7 segment
LCD/LED digital display of PV.
Continuos
Bargraph
Digital
Required for Process variable
500 msec. Max
1500 steps min.
1500 steps min.
750 ohms
From Indicator
Required
If retentive:Erasive
Erasing by
If volatile:Battery backup for min. 72 hrs.
Battery type chargeable
Continuous.
Battery type chargeable
Configuration protection time (In case of power
failure)
Battery drain indication required.
Addition / Subtraction
Multiplication
Division
Square Root
Bias
Summation (Integration)
Sq. Root Extraction
Flow computation
(Press and Temp. compensation)
24 V DC
+/- 0.5%
+ / - 0.5 %
As per P& ID

*
*
*
*

Note: Indicators for all Wall Mounted Panels, shall be Digital type only.

15.04.2010

Rev.

Date

By

Chkd

Appd

513

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS


PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-IND-B
MECON LIMITED
DELHI

CLIENT: GAIL (INDIA)


LTD.

ITEM
NO.

TAG NO.

SCALE
GRADN.

M.F.

1.

TI - ***

24 V DC Power Supply

2.

PI ***

24 V DC Power Supply

SERVICE

REMARKS

* - BY VENDOR
*** Tag Nos. & Quantities shall be as per P&ID

15.04.2010

Rev.

Date

By

Chkd

Appd

514

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

SPECIFICATIONS
FOR
WALL MOUNTED CONTROL PANEL & ACCESSORIES

GENERAL
Site of Installation

1.

Plant and Location

: SV-1, SV-5 & Receiving terminal at Haridwar

2.

Owner

: GAIL (India) Limited

3.

Consultant

: MECON LIMITED.

4.

Location of control panel


and accessories.

: Indoor

5.

Wall

: Cemented

6.

Air conditioning

: Yes

7.

Control Panels Quantity

: 03 Nos.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 1 of 6

515

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

CONTROL PANEL CONSTRUCTION


1.

Type

Wall Mounted enclosed cubicle and Non-graphic.(Back


Mounted)

2.

Lighting

Required for inside panel with door switch.

3.

Ventilation

Required with louvers backed by wirefly screen & fan. Fan


Failure alarm required

4.

Doors

Front single removable hinged doors with flush pull type


handles & with locking arrangement.

5.

Door width

Max. of 450 mm and shall suit width of the panel. Panel


width is indicative only. The sizes shall be sufficient to
accommodate the required hardware specified in MR.
However the depth and height shall be 350 & 600
respectively.

6.

Cable Entry

Bottom, Cable Glands shall be double compression type for


external armoured cables. All unused entries shall be
plugged.

7.

Receptacles

Required for 24V DC.

8.

Painting

The finish shall include sand blasting, grinding, chemical


cleaning, surface finishing by suitable filter and two coats of
high grade lacquer with wet sanding between coats.. Two
coats of paint in panel colour shall be given for Non-glossy
high stain finish. Panel face final colour shall be of the
following:
a) Light Admiralty Grey (IS-697)
b) Panel internal shall have a finish color of pale cream
IS 352
c) Channel Back shall have a finish color of black

9.

Channel Back

100X50X6 MM, MS material

10.

Name Plates

Front of Panel Instrument name plates shall be black


laminated plastic with white core. Nameplate shall be
provided on the rear of the panel also.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 2 of 6

516

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

Dimensions & Material of Construction

1.

Panel dimension

450(W) mm x 600(H) mm x 350(D) mm (Including channel


back)

2.

Control Panel

3.2 mm thick CRCA steel/5.0 mm thick HRCA steel,


Welded to frame

3.

Side & Top plates

2 mm thick CRCA steel, Welded to frame

4.

Door panel

1.6-mm thick CRCA steel. Vendor to decide on Single side


hinged or both sides hinged based on final width. Concealed
Hinges and Flush pull chrome-plated handles.

5.

Cable gland plate

3 mm thick CRCA steel

6.

Anchor Bolt Size

By vendor

7.

Lifting Eye Bolt

Required

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 3 of 6

517

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

WIRING
1.

Type

2.

Wiring details:

General purpose, Intrinsically safe

24 VDC TEG Wiring


External to Cabinet

Inside the cabinet

Low Voltage internal

Min. 3x2.5 mm/copper conductor PVC insulated


armoured
Min. 19 Strands, 16 AWG copper conductor PVC
insulated
Min. 19 Strands, 16 AWG copper conductor PVC
insulated to cabinet

Signal Wiringp:
External to Cabinet

Inside the cabinet

4.

Terminal type

Screw clamp type with Pressure Plate

5.

Terminal size for signal

Suitable for min. 2.5 mm size conductor

6.

Terminal size for power dist. :

Suitable for min. 4.0 mm size conductor and higher


As per actual cable sizes.

7.

Terminal block

Clip-on type

8.

Wiring colour code:


:
:
:
:
:

Hot Red, Neutral - Black, Earth Green


Positive Red, Negative Black
White
Yellow
Light blue

Power Supply
DC Wiring
Alarm System
Control & shutdown
Analog signals (IS)

15.04.2010

Rev.

Date

1.0 mm twin twisted individual shielded overall


shielded with overall drain PVC insulated armoured
Multi stranded min. 1.0 mm copper conductor PVC
insulated twin twisted and shielded.

By

Chkd

Appd
Page 4 of 6

518

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B
CLIENT: GAIL (INDIA)
LTD.

A)

MECON LIMITED
DELHI

POWER SUPPLY DISTRIBUTION BOXES FOR PANELS

1.

Function

: Distribute power to
individual instruments

2.

Mounting

: Mounted at the panel inside

3.

Door

: Front single door

4.

Painting

: As per panel painting specifications.

5.

Dimensions and material construction

5.1.

Box dimension

: By vendor.

5.2

Box plate thickness

: 3mm hot rolled steel.

6.

Cable entry

: By vendor

7.

Accessories

: 600V Grade DPST toggle switches


with glass cartridge fuse for individual
consumers or Suitable MCBs

8.

Special requirements

: Switch fuse unit for incoming feeder.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 5 of 6

519

PROJECT: BAWANA-NANGAL SPUR


NATURAL GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

SPECIFICATIONS FOR ACCESSORIES


1.

Fast acting fuse


Make
: By vendor
Qty.
: As required.
Lamps
Type
: Miniature filament
Rating
: By vendor
Voltage
: 24 VDC
Make / Model No.
: By Vendor
Lamps shall be provided with series resistor to increase life of lamp
Quantity
: As reqd.
Push Buttons
Type
: Spring return
Contacts
: 2 No. + 2 NC
Contact rating
: 2A 24V DC
Make
: ESBEE /Eqv.
Color
: As per standard
Quantity
: As reqd.
Selector switch
Type
: As per functional switches and
Internal ladder diagram
Specification
: Silver alloy gold plated contacts
To military specification with
SS shaft dust covers with water
Proof covering and contact shall
Be made before break type
Rating
: 5A 230V 50Hz / 2A 24V DC
Make
: KAYCEE/Eqv.
Quantity
: As reqd.
Relays
Type
: Plug in relays
Contact Type
: Potential free contact
Contact No.
: 3 NO. + 3 NC
Rating
: 24V DC, 5.0 A
Make / Model No.
: OEN/Eqv.
Quantity
: As reqd.

2.

3.

4.

5.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 6 of 6

520

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS


PIPELINE
D.S.No.:MEC/23M9/05/E5/DS-SDC-B

CLIENT:GAIL(I)
LTD.

MECON LIMITED
DELHI

SIGNAL DISTRIBUTION CARDS


SL.NO.

DESCRIPTION

DETAILS

1.

TYPE

DUAL OUTPUT CURRENT ISOLATOR

2.

INPUT

4-20 mA D.C

3.

OUTPUT

TWO NOS. 4-20 mA ISOLATED OUTPUTS AS MINIMUM

4.

ISOLATION

BETWEEN INPUT & OUTPUT, BETWEEN INPUT & OUTPUT WITH


POWER SUPPLY, BETWEEN OUTPUT & OUTPUT

5.

ACCURACY

0.1%

6.

POWER SUPPLY

24 V DC

7.

TRANSMITTER POWER SUPPLY

24 V DC

8.

OUTPUT LOAD DRIVING CAPACITY

750 Ohms MINIMUM FOR EACH OUTPUT

9.

MOUNTING

DIN RAIL (BACK OF THE PANEL)

10.

MAKE

MTL/P&F

11.

MODEL NO

By Vendor

12.

QUANTITY

As Reqd.

NOTES:1.

QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID.

2.

20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

15.04.2010

Rev.

Date

By

Chkd

Appd

521

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS


PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-ZB-B
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

ISOLATING BARRIERS
SL.NO.

DESCRIPTION

DETAILS

1.

TYPE

SHUNT DIODE SAFETY BARRIER

2.

APPLICATION INSTRUMENT TYPE

(i) 4-20 mA Analog I/P from 2 wire transmitter


(ii) 4-20 mA Analog O/P to I/P Converter

3.

HAZARDOUS AREA CLASSIFICATION

ZONE-I, GR. I, IIA & IIB, T3

4.

APPROVAL AUTHORITY

FM/BASEEFA/CSA/SA/CMRS

5.

SUPPLY VOLTAGE

24 V DC

6.

FUSE RATING

7.

END TO END RESISTANCE

8.

POLARITY

9.

MOUNTING

DIN RAIL (BACK OF THE PANEL)

10.

OPERATING TEMP

-20 C TO 60 C

11.

OPEN CIRCUIT VOLTAGE

12.

SHORT CIRCUIT CURRENT

14.

MAKE

MTL/P&F

15.

MODEL NO

NOTES:- * --By Vendor


1.

QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID

2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 1 of 3

522

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS


PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-ZB-B
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

ISOLATING BARRIERS
SL.NO.

DESCRIPTION

DETAILS

1.

TYPE

SHUNT DIODE SAFETY BARRIER

2.

APPLICATION INSTRUMENT TYPE

(i)

Limit switches (SPDT snap action Micro type)

(ii)

R/L status of AV-valves

(iii)

Push buttons for AV-Valves

(iv)

Spares.

3.

HAZARDOUS AREA CLASSIFICATION

ZONE-I, GR. I, IIA & IIB, T3

4.

APPROVAL AUTHORITY

FM/BASEEFA/CSA/SA/CMRS

5.

SUPPLY VOLTAGE

24 V DC

6.

FUSE RATING

7.

END TO END RESISTANCE

8.

POLARITY

9.

MOUNTING

DIN RAIL (BACK OF THE PANEL)

10.

OPERATING TEMP

-20 C TO 60 C

11.

OPEN CIRCUIT VOLTAGE

12.

SHORT CIRCUIT CURRENT

14.

MAKE

MTL/P&F

15.

MODEL NO

NOTES:1.

--By Vendor

QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID: MEC/23L4/05/21/M /001/ 0001 REV-2

2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 2 of 3

523

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS


PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-ZB-B
CLIENT: GAIL (INDIA)
LTD.

MECON LIMITED
DELHI

ISOLATING BARRIERS
SL.NO.

DESCRIPTION

DETAILS

1.

TYPE

SHUNT DIODE SAFETY BARRIER

2.

APPLICATION INSTRUMENT TYPE

4-20 mA Analog I/P from Temperature Transmitter

3.

HAZARDOUS AREA CLASSIFICATION

ZONE-I, GR. I, IIA & IIB, T3

4.

APPROVAL AUTHORITY

FM/BASEEFA/CSA/SA/CMRS

5.

SUPPLY VOLTAGE

24 V DC

6.

FUSE RATING

7.

END TO END RESISTANCE

8.

POLARITY

9.

MOUNTING

DIN RAIL (BACK OF THE PANEL)

10.

OPERATING TEMP

-20 C TO 60 C

11.

OPEN CIRCUIT VOLTAGE

12.

SHORT CIRCUIT CURRENT

14.

MAKE

MTL/P&F

15.

MODEL NO

16

Qty.

As Reqd.

NOTE:- * --By Vendor


1.

QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID: MEC/23L4/05/21/M /001/ 0001 REV-2

2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

15.04.2010

Rev.

Date

By

Chkd

Appd
Page 3 of 3

524

Annexure-VI
to
Particular Job Specification

(TELECOMMUNICATION WORKS)

525

PROJECT: SPURLINES OF DADRI BAWANA


NANGAL (DBNPL) PIPELINE PROJECT
CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

GAIL (India) Limited


(A Govt. of India Undertaking)
NEW DELHI, INDIA

SPURLINES OF DADRI - BAWANA - NANGAL


PIPELINE PROJECT

TELECOMMUNICATION WORKS
(FOR ALL SECTIONS)

Prepared & Issued by

MECON LIMITED
DELHI

0
Rev.

21.07.2010
Date

PJ
By

Page 1 of 7

RS
Chkd

PS
Appd

526

PROJECT: SPURLINES OF DADRI BAWANA


NANGAL (DBNPL) PIPELINE PROJECT
CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

SCOPE OF WORK FOR TELECOMMUNICATION


(Applicable for all sections)
1.0

INTRODUCTION
M/s GAIL (India) Limited intend to lay an 24/16/8x 164 (Appx.) Km pipeline for 16NB X 64
Km (Appx.) long spur line,Tap-off from Saharanpur SV-Station (SV-3 Ch.115 Km) & 8NB X 16
Km.(Appx.) from Haridwar to Sidcul & Bhel and 24NB X 84 Km(Appx.) long spur line from (IP4 at Ch. 295 Km.) Ludhiana to Jalandhar .

2.0

PROJECT SCOPE
1)

Laying of Pipeline

2)
3)
4)
5)
6)
7)

PCP & TCP, TCP & impressed current permanent Cathodic Protection System
All pipeline and Terminal Instrumentation
Electrical facilities,
Civil, Structure & Architecture
IP Based SCADA System
The Internet Protocol - IP based Telecommunication system shall comprise of SDH based
OFC network system.
Optical Fiber Cable 24 Fiber as per ITU T G652 (18 fibre) & as per ITU T G 655 (6 fibre)
shall be laid by Blowing Technique in 40 mm PLB HDPE Telecom duct to be laid along
with 24, 18, 8 pipeline in same pipeline trench. At crossing additional duct will be provided
for future use.

8)

3.0

24x 84 km. pipeline from IP 4 Ludhiana to Jalandhar.


16x 64 km. pipeline from SV-3 Saharanpur to Haridwar.
8x 16 km. pipeline from Haridwar to Sidcul & Bhel.

EXECUTION METHODOLOGY OF BNPL`s SPURLINE


The entire 24/16/ 8 x 164 Km pipeline Scope of work will be distributed in two Sections as:
Section-I:

Laying of 24NB x ~84 km pipeline from despatch terminal at IP-4 Ludhiana to Receiving
Terminal Jalandhar.
Tap-off cum Despatch Terminal with filtration and metering facility at IP-4.
Installation of 24 SVs (SV-1, SV-2, SV-3, SV-4, SV-5) at different chainages.
Metering with pressure reduction & filtration at Receiving Terminal at Jalandhar (Ch.- 84
Km).

Section-II:

Laying of 16NB x ~64 km pipeline from Despatch Terminal at SV-3 at Saharanpur to


Receiving Terminal at Haridwar.
Laying of 8NB ~16 Km pipeline from Receiving Terminal at Haridwar to BHEL & Sidcul.
Tap-off cum Despatch Terminal with Filtration and metering facility at Saharanpur.
Installation of 16 SVs (SV-1, SV-2, SV-3, SV-4, SV-5).
Installation of 8 SVs (SV-1,SV-2, SV-3 for BHEL and SV-1 for Sidcul)
Metering with Pressure Reduction & Filtration at receiving terminal Haridwar.

To facilitate proper operation and management control of Pipeline, a reliable and dedicated
Telecommunication System is proposed to be setup in future connecting the various attended and
Page 2 of 7

527

PROJECT: SPURLINES OF DADRI BAWANA


NANGAL (DBNPL) PIPELINE PROJECT
CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

unattended station along the pipeline. The system will also provide for voice communication from
unmanned station to the attended stations. Telecom system shall comprise of minimum STM 1
equipment at each station.
24 fibers armored Optical fiber cable shall be laid in self-lubricated in 40mm HDPE conduit along
with the pipeline to facilitate proper operational & management control of the pipeline and
dedicated Telecommunication system in future.
2)

SCOPE OF WORK:a) Telecommunication work: The scope of work related to telecommunication work (but not limited to) shall be same for all the
sections of the pipeline include all the necessary work for laying of one number self lubricated
HDPE duct alongwith the new pipeline, Laying by blowing technique in HDPE Duct and Termination
of OFC (24 fiber) as per the SECTION wise pipeline laying plan and in separate trench inside the
terminals including supply of OFC, Blowing of OFC in Duct, HDPE Duct & accessories, Supply of
FTC, wire mesh, Termination & Testing of OFC & HDPE duct including any civil work,
commissioning , Quality assurance and Control, Documentation and any other job as per direction of
Engineer In-charge required for completion and hooking up of OFC based telecom system. To
facilitate GAIL for OFC commissioning is also Bidders Scope of work and any other job as per
direction of Engineer In-charge required for completion and hooking up of OFC based telecom
system. OFC - SDH based telecom system interface with master station is other Telecom Vendors
Scope of work.
The erection, testing and commissioning of Telecom equipment (SDH) and accessories are in other
contractors scope.
Detail Scope of Work (But not limited to):
HDPE Duct Laying:
1. Supply and Laying of 40 mm diameter self lubricated HDPE Ducts & accessories, making records
of test report of material, estimation of quantity, including Storage, Transportation, and unloading
at site, submission of HDPE alignment sheets, planning and schedule preparation for HDPE
laying.
2. Erection, testing commissioning and making the work complete in all respect as per specification.
a)

Permanently solid Lubricated 40mm diameter HDPE Conduit as per specification


along entire underground pipeline in the same trench including cased crossing for
installation of OFC in future.

b)

HDPE casing /CS pipe casing for Nallah, River/ Canal, Railways, Major Road
Crossing as directed by Engineer-in-charge wherever required and as directed by
Engineer-in-charge in all type of soils and terrain.

3. Supply and erection of cable Blowing & jointing pit, joint of HDPE conduit, scaling of conduit,
HDPE conduit testing after laying at 6 kg/cm2 as define in specification, sealing of HDPE conduit,
cased crossing, separate trench & conduit near the terminals, joints locations marking, back
filling, sealing of conduit, cable markers, joint markers, Warning mat etc. as per the MECON
specification. All the accessories, if required, must be suitable of 8 Kg/cm2 (min.) pressure rating.
Testing, commissioning and handing over of system, drawings & documentation as per contract.

Page 3 of 7

528

PROJECT: SPURLINES OF DADRI BAWANA


NANGAL (DBNPL) PIPELINE PROJECT
CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

OFC Laying:
1.

Supply and Laying of armored OFC (24 fibre), jointing closures and accessories, Submission of
test reports and documents for supplied material, storage, Transportation, unloading at site,
submission of OFC alignment sheets based on the pipeline alignment sheet, planning and OFC
laying schedule preparation, Laying of OFC (24 Fibre) testing before and after laying, all cable
sealing, padding backfilling etc. using all material including supply and laying of warning mats
etc. (at terminal area), termination of cables at FTC with all accessories, cable jointing,
commissioning and making the work complete in all respect as per specification Drawings &
documentation as per contracts & other relevant work specified by Engineer-in-charge.

2.

Supply and installation of 300 mm diameter cable marker mounted on Main pipeline Marker,
Separate OFC joint marker, electronic marker & marker locator etc., as per specification.

3.

Supply, Installation, testing and commissioning of JOINTING CLOSURE and FTC as per
standard specification.

4.

Supply of jointing pit. Jointing/ splicing of OFC after properly placing it in manholes and
providing protection to surplus OFC loop in the jointing chamber.

5.

Supply of FTC and wire mesh for both ends. Installation of FTC & wiremesh, other accessories
for termination of OFC-24 fibre in the control room, splicing with street fiber, test of the fiber
for smooth operation of system on a wavelength end to end. Test of laid OFC, identification of
fault, rectification of fault, Cable Jointing, Continuity test, Earthing, all the termination of OFC
at FTC / FDF / DDF and commissioning work complete in all respect.

6.

Testing including power testing complete cable section between two stations at 1310 nm &
1550 nm and testing of end sealing.

7.

Providing necessary testing tools & power supply at site for end to end splicing and testing etc.

8.

Preparations and submission of as-built drawings with soft copy as per define in the
specification.

9.

All necessary civil works related to erection and cabling.

10.

All electrical, Earthing / Grounding works associated with installation and commissioning of
OFC, FTC, RTU, Telecom equipment. The earthing pit for telecom equipments are also in the
vendor scope.

11.

The Scope of laying contractor for OFC is upto handing over (after successfully testing as per
specification) to the other telecom contractor / GAIL. The final acceptance of laid OFC will be
considered after completion of 30 days trail run of telecom equipments on laid OFC (for
payment purpose). Any rectification work required related to laid OFC during this period will
be in the contractors scope and same will be within the contractual completion / project
completion period specified in the contract documents.

12.

Any other work required for completion of OFC based Telecommunication work as per the
direction of Engineer-in-charge.

Establishing IT infrastructure:
As define in the Electrical PJS & SOR.

Page 4 of 7

529

PROJECT: SPURLINES OF DADRI BAWANA


NANGAL (DBNPL) PIPELINE PROJECT
CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

General guideline for OFC based telecommunication system :


1.

Vendor must submitted the details of specific experience of the party responsible for OFC,
HDPE Duct laying, jointing, splicing, Testing. Sufficient documentary evidences also to be
submitted at the time of submission of bid. The parties having proven experience and
track record in respective field shall be allowed to execute the job.

2.

After award of work, Contractor shall supply 2 copies of detailed activity Bar chart, manpower
and machinery mobilization plan, QA/ QC plan and inspection formats, execution procedures
for different type of activities, for review and approval by the Engineer-in-charge within 15
days from the date of FOI (Fax of Intent) or 7 days of mobilization of work.

3.

The payments of supply portion for HDPE Duct and OFC will be done as per contractual
payment terms. The balance 10 % will be link with the erection work and will be paid only
completion of all the erection related activity. The payments of the laid HDPE Duct (erection
part) and OFC will be as per the payments milestone define in the pipeline laying work of the
contract.

4.

The Vendor shall use the data provided in the tender for reference purpose only. It shall be the
Vendors responsibility to check accuracy and utility of this data.

5.

The contractor shall bring all duct & OFC laying, jointing, splicing equipment, tools as deemed
necessary for the timely implementation of the work.

6.

The OF cable & HDPE Duct alignment sheets to be submitted 15 days before final laying to
the Engineer-in-charge for approval which shall indicate various rail, road, canal, river & utility
crossing, location of high tension lines running in parallel with the route of OFC, location of
each of jointing locations & type of cable etc. If contractor will start the work without taking
approval of the OFC/duct alignment sheet then EIC / Client has full right not to accept
laying work. The OFC drum length will be typically 4 KM + 5 % , same should be cross
checked with actual drum length before finalizing the location of Jointing Pit in CAS
preparation. After completion of laying vendor shall submit As Built Drawing as define in
the specification.

7.

Special care should be taken to avoid any twist or damage of duct/ OFC while laying Optical
Fiber Cable under road, Nalla, Railway line, culvert as specified elsewhere in the tender
document. At all river crossing locations; Blowing pit with proper OFC loop length at both the
wide river bank end shall be provided. The jointing of OFC near river bank should be avoided.

8.

Contractor shall take all safety measures required to prevent damage to the cable and
accessories. The contractor shall be responsible for any damage to the cable, accessories and all
other free issue items and existing underground services in route, if any.

9.

The back filling and compacting of trench in layers of 20 cms. Restoration of road, Nalla,
pavements etc. after the completion of laying work as specified elsewhere in this document.
This activity will be done along with the Main line. Where separate trench required same will
be provided with all the work as define above.

10.

Testing of the complete cable section (end to end between two stations) to the satisfaction of
GAIL as per test schedule mentioned elsewhere in the tender document.

11.

The cable-blowing pit similar to jointing pit shall be provided at every one KM distance.
No payment will be made separately for cable blowing pit. Payment will be made only for
jointing pit.
Page 5 of 7

530

PROJECT: SPURLINES OF DADRI BAWANA


NANGAL (DBNPL) PIPELINE PROJECT
CLIENT: GAIL (I) LTD.

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

12.

Jointing, Splicing of OFC, in jointing pit, testing, end sealing etc. has to be done. OFC loop
should not be left without proper protection at any place. The OFC loop or surplus cable should
be accommodated within the jointing pit / chamber. At each end the OFC & Duct shall be
placed inside the pit with proper care.

13.

If during the course of execution of work any discrepancy or inconsistency error or omission in
any one of the provision of the contract is discovered which needs to be clarified, the same
matter shall be referred to the EIC / Consultants who shall give his decision in the matter and
issue instruction then accordingly the work to be carryout. The decision of the EIC / Consultant
will be final and binding to contractor.

14.

For the payment for laying, the payable length of optical fiber cable will be the length of
pipeline as per pipeline chainages. For inside Terminal the actual laid length in separate
trench upto control room will be considered for measurement. No separate rate will be
payable for separate trench. Wastage is allowed as define elsewhere in the tender
documents. OFC route marker has to be provided inside the terminal area.

15.

The quantities indicated in the SOR will be inclusive of spare requirements if any,
contractor should take prior approval of the procurements of the material from
ECI/Client/ Consultant.

16.

The Battery limit for the Telecommunication work as define above in each Section will be
considered as:
SECTION I : ~84 km OFC work from IP-4 Ludhiana to Receiving Terminal Jalandhar.
The section- I of pipeline will start from IP-4 cum Despatch Terminal Ludhiana to Receiving
Terminal Jalandhar (CH 84.00 KM). This section including piping works at Despatch terminal
Ludhiana, and SV1 to SV-5 stations. Only SV-1 and SV-4 stations valves are remotely monitored
through SCADA. At IP-4 Ludhiana the telecom room will be available and the new 24 Fibre OFC
of this section start from IP-4 to remote monitored SV-1 and then SV-4 to Receiving terminal at
Jalandhar. The Telecommunication scope of section -1 end by termination of OFC (of Section -1)
in Telecom room with all the activity defines above. Dedicated wire-mesh and FTC for this
section has to be installed by contractor of this section.
SECTION II : ~80 km OFC work from SV-3 Saharanpur to Haridwar & then to BHEL & Sidcul
The section-II of pipeline will start from SV Station-3 at Saharanpur and upto Receiving Terminal
Haridwar (CH 64 KM at Haridwar).And from Receiving Terminal Haridwar (CH 64 KM at
Haridwar) to BHEL & Sidcul (16 Km apprx). The section-II of pipeline is having 16(SV-1 to
SV-5) from Saharanpur to Haridwar, 8 SVs (SV-1, SV-2, SV-3 & SV-1) from Haridwar to
BHEL & Sidcul; total 09 nos SV stations but only 16SV-1 and 16SV-5 stations valves are
remotely monitored through SCADA. The Telecommunication scope of section -II will start with
the termination of OFC (of Section II) in Telecom Room of SV-3 at Saharanpur and then laying
& termination of OFC to SV-1 then upto SV-5 and then upto Telecom Control room of Receiving
Terminal at Haridwar with all the activity defines above and terminated in FTC. Dedicated wiremesh and FTC for this section has to be installed by contractor of this section. For
Haridwar to SIDCUL & BHEL (16 Km apprx) 24 F OFC has to be laid upto has to be laid along
the pipeline and terminated in the field FTC (provided by other).
All the section the scope of work will be as per define above.

Enclosures:

Page 6 of 7

531

PROJECT: SPURLINES OF DADRI BAWANA


NANGAL (DBNPL) PIPELINE PROJECT
CLIENT: GAIL (I) LTD.

1.
2.
3.

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

LIST OF STANDARDS SPECIFICATIONS


LIST OF STANDARDS SPECIFICATIONS
LIST OF STANDARD DRAWINGS
LIST OF STANDARDS SPECIFICATIONS

Sl. No.

Standard Specification No.

Description

Remarks

1.

MEC/TS/05/E5/T/096

Technical Specification for Optical Fibre Cable


& Accessories

Enclosed with Vol-III of IV

2.

MEC/TS/05/E5/T/037

Technical Specification PLE HDPE Telecom


Duct and Accessories

Enclosed with Vol-III of IV

3.

MEC/TS/05/E5/T/042

Technical specification of Warning Mats for


OFC & Telecommunication HDPE Duct

Enclosed with Vol-III of IV

LIST OF STANDARDS SPECIFICATIONS

Sl. No.

Standard Specification No.

Description

Remarks

1.

MEC/S/05/E5/T/001

Specification for Optical Fibre Cable & HDPE


Duct Laying and Associated Work

Enclosed with Vol-III of IV

2.

MEC/S/05/E5/T/002

Specification / Procedure for the Testing of


Optical Fibre Cable

Enclosed with Vol-III of IV

LIST OF STANDARD DRAWINGS


S. No.

Standard Specification No.

Description

Remarks

1.

MEC/05/E5/T/002

Standard Sketch for OFC laying (OFC through


HDPE) (Normal Terrain)

Enclosed with Vol-IV of IV

2.

MEC/05/E5/T/002A

Standard Sketch for OFC laying (OFC through


HDPE) (Rocky Terrain)

Enclosed with Vol-IV of IV

3.

MEC/05/E5/T/002-WM

Standard Sketch for OFC laying (Common


Warning Mat) (Normal Terrain)

Enclosed with Vol-IV of IV

4.

MEC/05/E5/T/005

Standard Drawing OFC Laying (Separate Trench)


(OFC through HDPE)

Enclosed with Vol-IV of IV

5.

MEC/05/E5/T/008

OFC Laying (Cassed Crossing) (One HDPE Duct)

Enclosed with Vol-IV of IV

6.

MEC/05/E5/T/009

Standard Sketch OFC Joining Pit / Blowing Pit

Enclosed with Vol-IV of IV

7.

MEC/05/E5/T/010

OFC Joint Marker

Enclosed with Vol-IV of IV

Page 7 of 7

532

Annexure-VII
to
Particular Job Specification

(FIRE PROTECTION SYSTEM WORKS)

533

PARTICULAR JOB SPECIFICATION


FOR
FIRE PROTECTION SYSTEM

FT - 1

534

1.0

GENERAL PROJECT INFORMATION

1.1

M/s GAIL (India) Limited proposes to lay a 24 Dia. x 84 km approx. long pipeline from
Ludhiana to Jalandhar and 16 Dia. x 64 km. approx. long pipeline from Saharanpur to
Haridwar and consumer lines to M/s BHEL & SIDCUL and pipeline networks in the
respective areas with Despatch / Receiving Terminals.
The pipeline is designed to carry 2.7 MMSCMD R-LNG. For Ludhiana Jalandhar
spurline designed capacity is 1.47 MMSCMD in which 0.6 MMSCMD will cater to
Ludhiana & other 0.87 MMSCMD to Jalandhar. For Saharanpur-Haridwar pipeline
section the designed capacity is 1.12 MMSCMD gas. And 0.53 MMSCMD gas will be
delivered to Sidcul/ Haridwar Spur line.

Section-I :

Despatch terminal at Ludhiana (At existing I.P.- 4 at Ch. 295 Km )


to Receiving terminal at Jalandhar (24 X 84 Km)

Section-II:

Tap-off cum Despatch Terminal with filteration & metering facility


at existing I.P.-4
Installation of SV-1 cum Tap- Off Point for Ludhiana, SV-2, SV-3,
SV-4, SV-5 at different Chainages
Receiving terminal at Jalandhar.

Despatch terminal at Saharanpur to Receiving cum distribution


network terminal at Haridwar (16 x 64 km) and Consumer lines
(8 X 16 Km)

Tap-off cum Despatch Terminal with filteration & metering facility at


existing SV-3 at Ch. 115 Km at Saharanpur.
Installation of SV-1, SV-2, SV-3 cum tap-off point for Roorkee, SV-4,
& SV-5 at different chainages.
Installation of tap-off for Power Plant.
Receiving cum distribution network terminal at Haridwar at Ch.60
Km
Installation of SV-1, SV-2, SV-3 cum tap-off point on Consumer line
to M/s BHEL.
Installation of SV-1 on Consumer line to M/s SIDCUL.

2.0

Intent of Specification

2.1

The intent of the specification is to cover the design, engineering, manufacture /


fabrication, procurement, packing, forwarding to site, unloading at site, receipt, storing,
erection, testing, shop painting, commissioning and guaranteed performance of the
following and as outlined in various chapters of the technical specification:
a)
b)
c)
d)

Automatic Fire detection cum alarm system


Automatic clean agent fire suppression system for manned control rooms
Portable Extinguishers
Fire Fighting Accessories

The area wise details along with the fire protection facilities proposed are listed below:-

FT - 2

535

Sl.
No.
1.

Location
SECTION-I
Despatch Terminal
at Ludhiana

2.

SV-1 cum Tap-off


for Ludhiana at
(CH: 25.00 Km)

3.

Sv-2 at Ch. 42.0Km

4.

Sv-3 at Ch. 50.0Km

5.

Sv-4 at Ch. 57.0Km

6.

Sv-5 at Ch. 72.0Km

7.

Receiving Terminal
at Jalandhar

1.

2.

3.

SECTION-II
Despatch Terminal
at Saharanpur

Sv-1 on line for M/s


BHEL at Ch.
3.70Km
Sv-1 on line for M/s
BHEL at Ch.
4.20Km

Fire Protection Facilities Proposed

Remarks

- Clean Agent Based Fire Suppression


System in Control Room (Size: 12m x
6m x 3.5m)
- Fire Alarm system in control room along
with hooters
- Portable extinguishers as per OISD:
117
- Clean Agent Based Fire Suppression
System in Control Room (Size: 29m x
6m x 3.5m)
- Fire Alarm system in control room along
with hooters
- Portable extinguishers as per OISD:
117
- Portable extinguishers as per OISD:
117
- Portable extinguishers as per OISD:
117
- Clean Agent Based Fire Suppression
System in Control Room (Size: 18m x
6m x 3.5m)
- Fire Alarm system in control room along
with hooters
- Portable extinguishers as per OISD:
117
- Portable extinguishers as per OISD:
117
- Clean Agent Based Fire Suppression
System in Control Room (Size: 29m x
6m x 3.5m)
- Fire Alarm system in control room along
with hooters
- Portable extinguishers as per OISD:
117
- Clean Agent Based Fire Suppression
System in Control Room (Size: 18m x
06m x 3.5m)
- Fire Alarm system in control room along
with hooters
- Portable extinguishers as per OISD:
117
- Portable extinguishers as per OISD:
117
- Portable extinguishers as per OISD:
117

FT - 3

536

Sl.
No.
4.

5.

6.

7.
8.

9.

10.

Location

Fire Protection Facilities Proposed

Sv-1 on line for M/s


SIDCUL at Ch.
2.50Km
Sv-3 cum tap off for
M/s SIDCUL on line
for M/s BHEL at
Ch. 6.00Km
SV-1 at Ch.
24.0Km

- Portable extinguishers as per OISD:


117

Sv-2 at Ch.
34.00Km
Sv-3 cum tap-off for
Roorkee at Ch.
39.00Km
SV-5 at Ch.
47.0Km

- Portable extinguishers as per OISD:


117
- Portable extinguishers as per OISD:
117

Receiving Terminal
at Haridwar

Remarks

- Portable extinguishers as per OISD:


117

- Clean Agent Based Fire Suppression


System in Control Room (Size: 18m x
06m x 3.5m)
- Fire Alarm system in control room along
with hooters
- Portable extinguishers as per OISD:
117

- Clean Agent Based Fire Suppression


System in Control Room (Size: 18m x
06m x 3.5m)
- Fire Alarm system in control room along
with hooters
- Portable extinguishers as per OISD:
117
- Clean Agent Based Fire Suppression
System in Control Room (Size: 29m x
6m x 3.5m)
- Fire Alarm system in control room along
with hooters
- Portable extinguishers as per OISD:
117

The contractor shall include all supports, inserts etc. required for the above system,
instrumentation & electrics of the system and all necessary operating platforms and
ladders, if required, for the safety and maintenance of the equipment and the system as
a whole.
2. 2

The delivery of the items shall be made at site of M/s GAIL at various locations of the
project as elaborated elsewhere in the specification.

2.3

Any additional item/ component that are not specifically mentioned in the specification
but are required to make the system/ equipment complete in all respects for safe
operation and guaranteed performance shall be under the scope of this specification.

2.4

The contractor shall furnish the names of the sub-suppliers, if any, along with the units /
quantity intended to be procured from them. List of approved makes of materials is
enclosed in the tender document. Only those vendors shall be acceptable for whom the
names are specified against the items. For any other item not mentioned in the list, the
successful party will take prior approval before placement of order.

FT - 4

537

2.5

The fire fighting measures are of paramount importance to safeguard the material,
product / information stored manpower and property from the fire hazards. Fire may
occur inside the plot premises consisting of general technological unit areas, metering &
filtration area, buildings (office block, control room, gate areas, non plant building etc.)
as per the layout drawing at any location or unmanned rooms due to any mishap or
sudden abnormal rise of temperature due to abnormal operating condition. Gas based
fire suppression system has been considered for control room buildings and portable
extinguishers has been envisaged for other area protection.

2.6

The system covers the basic scheme to be implemented to cater fire hazard in the
entire area, as per OISD: 117, OISD: 142, 226 TAC / NFPA, which suggests the
following systems / facilities to be installed to provide state of the art fire protection
facilities to the area:
a)
b)
c)
d)

2.7

Automatic Fire detection cum alarm system


Automatic clean agent fire suppression system for manned control rooms
Portable Extinguishers
Fire Fighting Accessories

Provision shall be made for tripping off the ventilation and A/C system and power supply
to the fire affected zone automatically along with the discharge of the extinguishing media
(if any) after getting the confirm fire signal. However, in general the automatic fire
detection and / or extinguishing system shall cover:
General technological unit areas
Filtration and Metering area
control room and administrative building with its annexi

2.8

Technological Part
Depending upon the nature of the units to be protected from fire, following types of
fire protection systems viz. Fire suppression system CO2 / clean agent based,
automatic fire detection-cum-alarm system and portable fire extinguishers shall be
provided.
However, automatic fire detection-cum-alarm system shall only be provided in all the
electrical control rooms, instrumentation rooms, switchgear rooms/sub-stations/and
all such electrical and oil premises.
Location wise the proposed fire fighting facilities are listed below:

S.N

Facility

Area

Fire Alarm & Detection


System

- All control rooms (Above & below false ceiling)


- All UPS rooms, PLC rooms
- Battery- Battery charger room

AC Duct Mounted detector

- All areas protected by fixed extinguishing system


One in each room / partition area of control room.

Fire Suppression system


(Clean Agent based)

Main control room (above and below false ceiling)


including annexe rooms.

Manual Call Point

FT - 5

538

S.N

Facility

Area

- Indoor

All the units & areas as per battery limit.

Siren

At strategic location

Portable Extinguisher

All the units & areas as per battery limit.

DCP

Process bays / area, MCC rooms, General buildings,


office building and oil facilities etc.
All electrical premises.

CO2

Office buildings.

Water

Oil facilities.

Foam

a) Minimum one number of DCP type for each


floor / process bays and as per norms.
b) Minimum one number of CO2 type for each
floor of the sub-station, main control room etc.
as per norms.
c) Minimum one number of foam type for oil
installation and oil storage tanks as per
norms.

Mobile type

3.0

Meteorological data of site


The fire protection systems shall be designed taking into account the meteorological
data prevailing at the project site as mentioned below.
Temperature
Minimum
Maximum
Relative Humidity
Maximum
Rainfall
Wind Velocity Environment -

5o C
55o C

90%
75mm
Maximum 100 Km/Hr
Humid & Hot (Sea Condition)

4.0

SCOPE OF WORK AND SERVICES

4.1

General
The scope of work of the Tenderer shall include design, engineering, supply,
fabrication/manufacture, assembly, inspection, shop testing, piping, transportation,
receipt at site storage, installation, painting, testing and commissioning, obtaining
statutory approval and demonstration of integrated performance of all equipment
required for fire protection system which broadly includes fire detection cum alarm
system, gas based fire suppression system, piping, valves, cylinders, extinguishers,
accessories and other hand appliances at various locations for the DT, RT & SV as per
the indicative list of items mentioned alongwith tentative quantities.
The tenderer shall furnish the list of commissioning and two (2) years maintenance and
operational spares in the offer. Complete details of all spare parts, their relation to the
equipment and their itemised prices shall be furnished in the tender. Prices shall be
mentioned in the price envelope and item wise list of spares without price shall be
furnished in the unpriced bid.

FT - 6

539

4.2

The scope of work and services to be rendered by the Tenderer for installation of fire
fighting system shall include but shall not be limited to the following activities.

i/

Design, engineering, manufacture/fabrication, assembly, shop testing and shop


painting, sequential packing, delivery FOR site, unloading, unpacking, storage at site,
site handling, preparation of erection drawings, erection as per approved drawings, site
testing, painting, commissioning and fulfillment of guarantee of fire protection systems,
sub-systems and integrated systems as described above and also covered under this
tendering specification.

ii/

Miscellaneous materials and services, if not otherwise specifically asked for, shall
include the following :

Constructing site office, covered store, open storage at designated place including
supply of construction material and removal of the same on completion of work.

Site cleaning, removal and disposal of debris, maintaining clean condition in and around
the working place and as instructed by authorised representative of MECON / Owner.

Distribution of electric power supply for erection work through licensed electrical
contractor / licensed electrician. Construction power shall be made available by Owner
at one place.

Supply, installation, testing, commissioning of electrical & instrumentation work,


accessories, fire fighting appliances, portable extinguishers and all associated facilities.

Owner shall made available incoming power supply at one place. However, termination,
connection, fixing of cable at the panel including supply of panels shall be done by the
bidders. The cables (power / control) from panel to respective battery charger etc.
including termination shall be considered by the bidders.

All piping integral to or between any equipment furnished under this specification,
except as otherwise specified.

All necessary isolation valves fitting at the tapping points and branch pipes.

Coupling guards for all exposed shafts and couplings.

Base plates, thrust blocks, matching flanges, supporting materials and shims.

All necessary instruments, power and control wiring integral to any equipment furnished
under this specification. This shall include terminal blocks and integral wiring to these
terminal blocks for equipment requiring external connection.

All erection accessories, consumables and miscellaneous materials, though not


specifically indicated in this specification, but actually required for completing the job in
all respects.

Erection, testing and commissioning of materials and system as a whole.

Initial fill of gas and other fire extinguishing media.

All necessary fixtures, supports.

FT - 7

540

iii/

To obtain No Objection Certificate from the local statutory fire authorities / TAC for the
complete system.

5.0

Brief Functional Description


The main intentions of provision of first aid and inbuilt fire fighting systems are to
extinguish the fire at its inception or to control its spread and to assist the fire
department in taking required action and thereby reducing the loss suffered as a
result of fire. The layout drawings of various dispatch terminal, receiving terminal, Ip,
SVs are enclosed with this tender document.
The fire protection system envisaged for the plant calls for early detection of fire and
quenching the same by various systems envisaged besides giving out an audio
visual alarm.
The first aid fire fighting arrangements cover the provision of portable fire
extinguishers, etc. as per the requirement of OISD: 117 and TAC.

5.1

Automatic Fire Detection-Cum-Alarm System: Manual Push Button Type Fire


Alarm System
Automatic fire detection-cum-alarm system shall be provided for all the electrical
premises like switchgear room, control room & administrative building etc. In addition to
detection system, manual push button fire alarm system (manual call points) shall be
provided for all the premises / bays within the scope of the Tenderer. Provision shall
also be kept by the Tenderer in the control panel to repeat the fire signal in the existing
fire station. For this repeater panel shall be installed in the fire station. Cablings /
connection from main fire alarm panel to repeater panels are included in Tenderers
scope of work. These areas shall be protected from Fire using State-of-the-art
Automatic Smoke/ Heat Detection/ Alarm & Fire Control mechanism using Code of
Practices approved by agencies such as Bureau of Indian Standards (BIS), British
Standards Institute (BSI) or National Fire Protection Association (NFPA). Relevant
certificate of approval shall be enclosed. The alarms need to be monitored on a 24 x
7 basis & logged for providing reports.
The Fire system shall deploy High Sensitivity Smoke/ Heat Detectors (HSSD) and/ or
Very Early Smoke Detection Appliance (VESDA) to allow swift detection of heat
and/or smoke.
The fire alarm should be designed to cut power to air-conditioning system. Second
alarm should cut all the power supply to the data centre and the fire suppression
system should be triggered off after a pre-set time interval.
The fire detection & alarm system shall comprise of the following items / equipments:

Fire Alarm Panels consisting of:


Central Fire Alarm Panel with Mimic / Central Processing Unit
Zonal Fire Alarm Panel
Repeat Alarm Panel / Annunciation Panel

Automatic Fire Detectors and Accessories comprising of:


Heat Detectors
Ionisation Type Smoke Detectors

FT - 8

541

Photo Electric / Optical Type Smoke Detector


UV Flame Detectors
IR Detectors
Linear Beam Detectors

Heat Sensing Cables


Manual Break Glass Boxes / Manual Call Points (MCP)
Response Indicators
Exit Signs
Hooters
Flashing Lights
Clean Agent / CO2 Release And Inhibit Switches
Any other item(s) required for the completeness of the system

Apart from the various signal and control related to fire detection following signal /
facilities and control from each of the deluge valve pertaining to medium velocity water
spray and high velocity water spray system shall also be required on the main fire
alarm control panel.
Following signals are required on the main fire- alarm control panel.
1
2.
3.
4.
5.

Fire alarm signal from each transformer through the actuation of pressure
switch.
Low water pressure alarm from each transformer DV trim line/detection line.
Alarm from DV to know that it is operated
ON/OFF command to solenoid operated valve at water line
24V DC power shall be provided for solenoid valves from the FDA system.

Signal and control shall also be provided on main fire alarm control panel from gas
based fire extinguishing system.
In addition to provisions for Unit transformers tenderer to consider similar
annunciation/signal provided on the panel for 3 nos. transformers to be provided in
separate package.
5.2

Clean Agent Fire Suppression System


Fire in strategically important places like computer rooms, control rooms, switch gear
rooms, data storage rooms, server rooms, data storage archives, libraries, laboratories
etc. is a serious hazard to highly precious and irretrievable items and properties.
Occurrence of fire besides leading to personnel injuries and property damage also
leads to loss of productivity and precious time. The primary cause of fire may be due to
short circuit / overheating of certain components somewhere in the areas. Since most of
the areas are unmanned and completely closed, fire inside is not visible and accessible
from outside till it becomes too big, dangerous and unmanageable.
Fire suppression with conventional water-based systems such as hydrant or sprinkler
system can damage the assets permanently. Therefore for these costly & critical areas,
the Fire Protection System envisaged calls for early detection of fire and quenching the
same by flooding the area with gas based fire suppression system besides giving out an
audio visual alarm. The design shall be strictly as per NFPA standard NFPA 2001.

FT - 9

542

The suppression system shall provide for high-speed release of Gas based on the
concept of total Flooding protection for enclosed areas. A Uniform extinguishing
concentration shall be as applicable and approved by the manufacturer/NFPA
2001/UL/LPCB/ULC of the gases for 70 deg F, or higher as recommended by the
system / agent manufacturer. The system discharge time shall be 10 seconds or less, in
accordance with NFPA standard 2001.
The Fire Suppression System shall include a detection and control system provision for
both pr e-alarm and automatic agent release.
The detection and control system that shall be used to trigger the Fire suppression shall
employ cross zoning of Laser and Multi-criteria smoke detectors. A single detector in
one zone activated, shall cause in alarm signal to be generated. Another detector in the
second zone activated, shall generate a pre-discharge signal and start the predischarge condition.
The discharge nozzles shall be located in the protected volume in compliance to the
limitation with regard to the spacing, floor and ceiling covering etc. The nozzle locations
shall be such that the uniform design concentration will be established in all parts of the
protected volumes. The final number of the discharge nozzles shall be according to the
OEMs patented and certified software, which shall also be certifiers such as UL /
FM/LPCB/ULC.
The Gas shall be stored in seamless storage containers complying with the SMPV
Rules set out by Chief Controller of Explosives, Nagpur, India. The Bidder shall be
required to produce a NOC for the Chief Controller of Explosives, Nagpur for the
storage containers against the cylinder identification numbers punched on them.
Welded cylinders for agent storage will not be acceptable
The Gas shall be discharged through the operation of an Electric (solenoid) operated
device or pneumatically operated device, which releases the agent through the
pneumatic operated pressure valve. Systems that employ explosive or pyrotechnic
devices for the discharge shall not be permitted.
The Gas discharge shall be activated by an output directly from the Gas Release
control panel, which will activate the solenoid valve. The Gas agent is stored in the
container as a liquid.
5.3

Interlocking with A/C & Ventilation system


There will be interlocks to shut off the exhaust fans and simultaneous tripping of A/C
and ventilation system. The fire signal from first detector will operate the audio-visual
alarm whereas on confirmation of fire signal from the other detector the ventilation/air
conditioning system shall be switched off automatically. Appropriate tripping relays
and their contacts shall be provided by the tenderer for this purpose considering zone
wise operation, partitions in cable gallery/ basement and number of fans/ system
operating in the electrical rooms.
Potential free contacts (Relay modules) shall be made available for each zone for
tripping of respective ventilation/air conditioning system. Location of above relay
module shall be as finalized during detailed engineering stage. Tenderer to consider
all accessories such as cabling/ wiring, contact multiplication etc required to achieve
the system requirement. Contact of auxiliary relays shall be made available in relay

FT - 10

543

auxiliary panel of the above mentioned places and shall be suitable to wire directly in
MCC/starter panel control circuit.
5.4

Portable Fire Extinguishers


In order to combat any occurrence of fire in any corner of the premises/area, adequate
number of first aid portable and heavy-duty trolley mounted fire extinguishers shall be
provided. Selection of the fire extinguishers shall be done depending upon the hazard,
equipment to be protected, etc. Selection of fire extinguishers shall be done as per
latest BIS2190 and as summerised in the table. However, all the
computer/automation/PLC/microprocessor rooms shall be provided with CO2 type fire
extinguishers (both portable and trolley mounted type). The fire extinguishers selected
for each location will be based on the fire hazard class present in that area.
Class
A
B

Combustible Hazard
Ordinary combustibles such as wood,
cloth, paper, rubber, plastics etc.
Flammable liquids, oils, greases,
oil based paints, lacquers and
flammable gases
Electrical equipments where it is
dangerous to use a conductive
medium.

Extinguisher Type
Water, Dry Powder
CO2, Dry Powder

Dry Powder,CO2,
Clean Agent

All the extinguishers shall conform to relevant IS and also bear ISI marking on their body. All
the extinguishers shall be supplied with mountings, accessories and initial fill. The extinguishers
supplied shall be of reputed make having approval of the Purchaser. Relevant BIS and TAC
approval certificate for all the extinguishers shall be furnished. In addition to the above
certificates, a certificate from Chief Inspector of Explosives shall be furnished for carbon dioxide
type fire extinguishers.
All the portable extinguishers shall be installed along the column/walls near entry/exit/suitable
locations and at a. height of approx. 1200 mm from the finished floor level and also in
accordance with the requirements laid down in OISD: 189 & 214. The design ,construction
and testing of all types of fire extinguishers shall be specified in accordance with
recognized standards as mentioned below.
Carbon-dioxide type ( 4.5 & 22.5 Kg. Cap.) :
Dry chemical powder ( 5.0 & 22.5 Kg Cap.) :
Mechanical foam type- AFFF ( 9.0 & 50.0 Ltr. ):
Water type (gas cartridge)
:

IS2878: 1986,Reaffirmed 1996


IS2171: 1985,Reaffirmed 1995
IS10204: 1989,Reaffirmed 1995
IS940: 1989,Reaffirmed 1995

All types of fire extinguishers shall ,as far as possible, have a standard & simple method
of operation. Portable fire extinguisher sizes will be selected as small as practical to be effective
and for ease of operator deployment.
Co2 extinguisher sizes will be determined to ensure that leakage or accidental discharge
will not cause a hazardous CO2 concentration.
Dry powder portable and wheeled fir extinguishers shall use potassium based agents and be
compatible with AFFF.
Portable extinguishers located in exposed and naturally ventilated locations shall be stored in
suitable weather proof cabinets as protection from the effects of wind and rain.

FT - 11

544

Trolley mounted dry powder extinguishers shall be provided in addition to portable


extinguishers for protection to all areas where primary risk is from a liquid hydrocarbon
fire.
7.0

Design Criteria

7.1

Codes and Standards:


STANDARDS

7.1.1

All materials, equipments, piping, valves, fittings etc. dimensional standards, tolerance,
prices of manufacture and testing procedure shall be in accordance with the latest
revision of relevant Indian, British, American standards wherever applicable.

7.1.2

The material used and equipment supplied shall be new and the best of their kind and
shall comply with the latest revisions of all relevant standards. The tenderer shall
indicate in his tender the relevant standards to which the equipment, piping, fittings, etc.
offered by him shall comply with. The latest revisions of applicable standards indicated
in the technical specification shall be used for the design, manufacture, inspecting and
testing of the items covered in this specification. The following codes and standards
shall be considered for design:

OISD-113: Classification of areas for electrical installations at hydrocarbon


processing and handling facilities.

OISD-117 & 226.

OISD-118: Layout for oil and gas installation.

OISD-163: Process control room safety.

National fire protection association, USA (NFPA) codes

Mild steel tubes, tubular and other wrought iron fittings IS:1239, part-1-1990 &
Part-2-1992

Butt welded fittings ANSI B16.9

Circular flanges for pipes, valves and fittings BS1560-latest editions

Code for pressure piping ANSI B31.1

Steel pipe flanges ANSI B 16.5

Code of practice for laying of electrically welded steel pipes for water supply
IS:5822-1994

Excavation work-code of safety IS: 3764-1992

Covered electrode for manual metal arc welding of carbon and carbon
manganese steel IS:814-1991

Approved tests for welding procedure IS: 7307 (Part-I)-1974

FT - 12

545

7.6

Approved tests for welders working to approved welding procedures


IS:7310(Part-I)-1974

Specification for arc welding of carbon and carbon manganese steels


BS:5135-1984

Ready mixed paint, stoving, red-oxide-zinc chrome priming IS:2074-1992

Code of practice for painting of ferrous metals in building IS:1477-1971

Colours for ready mixed paints and enamels IS:5-1994

Steel for general structural purposes IS:2062-1992

First Aid Fire Fighting Equipments:


The requirement of these have been estimated and provided at all critical locations
by Contractor, as per relevant OISD standards 117. The quantity shall be as per
SOR.

8.0

SPECIAL INSTRUCTIONS TO THE TENDERERS

8.1

General

8.1.1

The instruction to Tenderer shall be read in conjunction with the Invitation to Tender,
General Conditions of Contract, Tendering Specifications, Scope of supply and drawing
or other supplementary documents detailing the work.

8.1.2

The tenderer shall study the specification and satisfy himself regarding the workability of
the proposed system and shall take full responsibility for the proper system design, best
quality of material and workmanship, guaranteed operation and smooth performance of
all the equipment and accessories. This technical specification is only guidance to the
tenderer and hence all the items necessary for safe and satisfactory operation and
guaranteed performance of the proposed equipment / facilities shall be included in his
offer though these might not have been specifically mentioned in the technical
specification/schedule of quantities.

8.1.3

The Tenderer shall submit a statement of similar plants and equipment


supplied/installed by him during the last five years, which are under successful
operation.

8.1.4

The Tenderer shall satisfy the Purchaser that he possesses the necessary technical
experience for design and has at his disposal suitable facilities and crew to ensure that
his contract shall be of the best quality and workmanship. Necessary particulars in this
regard shall be furnished with the tender.

8.1.5

The Tenderer should satisfy himself by a visit to the site to ascertain the actual site
conditions before submitting his offer. Failure to do so will not absolve him of his
responsibilities of proper execution of the job. No claims for extra payment due to any
special site conditions will be considered after the submission of the offer.

8.1.6

Any loss of plant and equipment due to imprudence, negligence and unsuitable
treatment and handling shall have to be replaced by the successful tenderer at his cost.

FT - 13

546

8.1.7

The approval of drawings and/or inspection by Purchaser and/or their authorised


representative shall not absolve or relieve the supplier from any of his obligation under
this contract and they shall be wholly and solely responsible for the satisfactory
operation and guaranteed performance of the systems and equipment forming part of
the system.
This specification is issued for procurement from indigenous sources. No foreign
exchange or import license for importing equipment, components, raw materials or
spares will be arranged for or provided by the purchaser. In case the equipment offered
involves expenditure in foreign exchange, the same shall be arranged by the tenderer.

8.1.8

Any equipment/material which in any way fails to meet the requirements of the
specification will be rejected by the Purchaser and the equipment/material involved shall
not be used under the contract. The successful Tenderer will be required to promptly
furnish new material at his cost without hampering the overall schedule of
commissioning of the project.

8.1.9

Any changes or difficulties which might be encountered during the execution of work or
any other problems due to local working conditions which are not anticipated/included in
the tender document shall fall under full obligations of the successful Tenderer. No
claim on account of any ambiguity in any respect will be entertained after the
acceptance of the quotation by the Purchaser.

8.1.10 All equipment supplied shall allow access to facilitate connecting up, inspection,
maintenance and repair and shall operate satisfactorily under such variations of load,
pressure and climatic conditions as may occur during working.
8.1.11 All material, dimensional standards, tolerances, process of manufacture and testing
procedures shall be in accordance with the latest revision of the standard codes
specified in this Tendering Specification. In case where such suitable standards are not
mentioned, any acceptable Indian/International Standards shall be adopted.
8.1.12 All documents, instructions, name plates etc. shall be written in English language. All
weights, dimensions and units shall be in metric system.
8.1.13 The Tenderer shall take note of the climatic conditions of the project site, which is given,
in the introductory note of the specification.
8.1.14 The Tenderer shall quote, based on the approved makes of equipment/ supplies, as
given in the relevant clauses of this specification. In case of any deviation from the
approved list of vendors for bought-out items, prior written approval shall be obtained
from the Purchaser/Consultant.
8.1.15 The Purchaser reserves the right to reject all or any of the offers fully or partly without
assigning any reasons, whatsoever.
8.1.16 The Tenderer shall quote for earliest delivery of the equipment/supplies as well as
earliest completion of the entire work.
8.1.17 The Tenderer shall be responsible for completeness of supplies, work and services to
make the system complete, operative and properly hooked up to the Purchaser's
network. Any equipment and material not specifically mentioned in this tendering
specification, but required for safe, smooth and efficient operation and guaranteed

FT - 14

547

performance of the fire protection system will have to be intimated by the tenderer to the
purchaser.
8.1.18 The Tenderer shall submit a detailed list of commissioning spares for mechanical,
electrical, instrumentation etc that will form a part of main equipment supply.
8.1.19 The Tenderer shall include in his offer the Quality Assurance Plan containing the overall
quality management and procedures, which he proposes to follow for performing the
work during various phases of execution.
8.1.20 At the time of award of contract, the detailed Quality Assurance Plan to be followed for
execution of the contract will be mutually discussed and agreed to.
8.1.21 Wherever applicable, the equipment/supplies offered shall also conform to the provision
of statutory regulations of the Government of India and other regulations in force such
as Indian Factories Act, Indian Electricity Rules, Chief Controller of Explosives, Nagpur
etc. Any permission from statutory bodies, if necessary for execution of work shall be
sought and arranged by the Tenderer.
8.1.22 The technical specifications for installation of hydrant system elaborated in different
chapters are generally based on NFPA codes USA/TAC codes (India) and OISD 117.
However, it will be obligatory on the part of the successful tenderer to obtain approval
from Statutory Authority for the system. The tenderers are free to suggest suitable
modifications required, if any, to enable them to obtain TAC / local fire services approval
/ any other statutory bodies approvals for all the systems. No extra claim shall be
entertained by the purchaser for obtaining TAC / OISD / any other statutory bodies
approval after placement of order.
8.1.23 Materials used and equipment supplied shall be new and the best of their kind. The
successful Tenderer for the material used shall furnish manufacturers certificates.
8.1.24 If the offer deviates from the standards specified, the Tenderer shall indicate clearly in
his offer the standards he proposes to adopt with details there of. Copies of such
standards shall be enclosed with the offer.
8.2

Data, Drawings , Documents & Manuals


Drawings and Documents to be furnished by the tenderer, not limited to the list
indicated below

8.2.1

Drawings/documents to be furnished with offer


The tenderer shall submit the offer along with the following drawing/documents.

a/

Scope of work with general description of the system and equipment offered
specifying the important features. The tenderer has to give a confirmation with respect
to the scope of work as detailed in this specification excepting for the deviations, if any,
to be listed in the schedule of deviation. The description to be accompanied by single
line diagrams, and equipment layout to enable the Purchaser to have a proper
appreciation of the equipment offered and its operation.

b/

Complete bill of material for all the system in the working drawing

c/

Specific exclusions, if any, from scope of work .

FT - 15

548

e/

Equipment layout drawings for all fire protection system

f/

Specification of equipment/material along with their makes/catalogues. Approval


certificate from authorising bodies for various components of the systems.

g/

Time Schedule ( Bar Chart L1) for implementation of jobs and number of persons to be
deputed at site along with their experience/ qualification and period of posting at site.

h/

Reference list of job executed.

i/

Completed proposal exhibit sheets

j/

List of mandatory spares as per enclosed list elsewhere in the specification.

k/

List of special tools and tackles as per enclosed list elsewhere in the specification and
test jigs and special instruments required for operation and maintenance of all
equipments.

l/

Proposal for training of purchaser's personnel (equipmentwise/mandays basis).

o/

Type and make of protection relays for each type of feeders along with write up and
catalogues.

q/

Amp. hour capacity of DC battery required for MFAP.

r/

Construction/Erection plan and Instruction for storage of the equipment at site.

s/

Certificate of approval from TAC/UL/FM and similar other authorising body for various
component of scope of work. Manufacturer's standard literature, catalogue, instruction
for use and copies of certificate from TAC/ Chief Inspector of Explosives for all portable
extinguishers.

w/

Line diagram for FDA system with points indicated along with sensor schedule

aa/

Any other information tenderer feels to submit to understand the quotation in complete.

ab/

Detector type and Catalogues

ac/

Fire alarm panel drawing

ae/

List of annunciation in MFAP

Note: FAILURE TO COMPLY WITH ABOVE MAY ITSELF BE SUFFICIENT REASON TO


REJECT THE OFFER.
8.2.2

Drawing/documents to be furnished after placement of order

For Approval by purchaser/consultant


The following design data, drawing & documents shall be submitted by the contractor for
approval of the purchaser/ consultant. The contractor shall resubmit the
data/drawings/documents incorporating the changes suggested by purchaser/consultant for
final approval along with approval by TAC.

FT - 16

549

i/

Overall layout of the plant showing various premises covered under fire detection &
alarm system C02 extinguishing system, Inert gas based system etc.

iii/

G.A Drg. for Gas based systems.

iv)

Piping details for Gas based Systems.

viii/

Line diagram for individual fire detection system.

xiv/

General arrangement drawings for all electrical equipment, showing dimensional and
mounting details, cable entry and front view details.

xv/

System layout drawings showing in Plan and Sections, location of various equipments
such as detectors, junction boxes, panels, manual call points, fire indication panels,
response indicators, batteries and battery chargers, etc.

xx/

Front view and GA diagrams for all panels.

xxii/

Area wise detector layout with calculation for coverage of area.

xxiii/

Control and schematic for fire alarm system

xxx/

Sequence of annunciation and list of annunciation points for MFAP and other panels.

xxxii/

Fire alarm panel drawings

xxxvii/ Performance Guarantee Test procedures.


xxxviii/ All drawings required for TAC / OISD approval.
xxxix/ Proposal for training of purchaser's personnel (equipment wise/ man days basis).
xxxx/

Amp. hour capacity of DC battery required for engine start control & for MFAP.

xxxxi/ Construction/Erection plan and Instruction for storage of the equipment at site.
xxxxii/ Drawing showing details of fire alarm panel and list of annunciation considered in
MFAP.
Xxxxiii/ Block diagram indicating hooking up of LHS, detectors relay module etc. from MFAP
with size and type of connecting cables.
8.2.3

Drawings/documents to be furnished for information

Following drawings/documents shall be furnished.


a/

Manufacturer's routine test and type test certificates for all equipment and cables.

b/

Detailed technical catalogues for all the equipment.

c/

Ordering specifications to sub-suppliers.

d/

Instruction manuals for erection, maintenance and operation of all the equipments.

e/

External interconnection wiring diagram with terminal markings.

FT - 17

550

f/

All scheme drawings along with list of components for various electronic cards used in
the equipments. Necessary guidelines for testing the cards along with test parameters
for all such cards.

g/

Spare parts manual containing itemised inventory of equipment supplied.

h/

Details of painting for all equipment.

i/

Bus wire arrangement for control/signal/annunciation hooter supplies of control panel


and MCC.

j/

Cable schedule indicating type of cables, from to via. route, total length, size of each
cable and a final summary sheet indicating total requirement of all types of cables (for
control and power both).

k/

Panel wise bill of material indicating type make and brief technical particulars of all
items/ accessories mounted on the panels.

l/

Overall GA of all the panels/equipments.

m/

Fixing details of all the panels/equipments, supporting structures etc.

n/

Conduit layout drawing indicating type, size, length and locations of conduits required
to be placed in RCC wall/floor, brick wall.

o/

Certificate of approval from TAC/UL/FM and similar other authorising body for various
component of scope of work. Manufacturer's standard literature, catalogue, instruction
for use and copies of certificate from TAC/ Chief Inspector of Explosives for all portable
extinguishers.

8.2.4

As built drawings/documents

The Contractor shall submit following As Built drawings/documents in five sets.


-

All approved drawings/documents

All test charts and inspection certificates in bound volume.

2 set of polyester film reproducible of each of the As built drgs and documents including
design calculations incorporating approved changes, if any, during erection, testing,
commissioning ( all drawings even if there are no changes).

CAD version of drawings in floppies.

9.0

INSPECTION

9.1

General
Manufacturing progress review, inspection & testing of equipment covered under the
technical specification shall be carried out by the Purchaser at the manufacturers'
works/premises prior to dispatch to ensure that their quality & workmanship are in
conformity with the contract specifications and approved drawings.

FT - 18

551

These instructions are in addition to provisions laid down in other contract documents of
the Purchaser.
Inspection & testing stages and finalisation of quality assurance plan (QAP)
The quality assurance programme and quality assurance plan will be finalised after
mutual discussion after placement of order.
9.2

Responsibility for inspection :


Any inspection by the Purchaser does not replace the responsibility of quality assurance
and quality control functions, as expected of the Contractor to be performed by him
for supply of plant & equipment as part of the contractual obligations.
As such, any approval which the Inspecting Engineer of the Purchaser may have given
in respect of plant and equipment and other particulars and the work
or
workmanship involved in the contract (whether with or without test carried out) shall
not bind the Purchaser to accept the plant and equipment, should it on further test at
site be found not to comply with the requirements of the contract.
The inspection shall be carried out as per the approved drawings and codes. The
equipments shall be dispatched to site only after getting dispatch instructions from
Purchaser.
The Contractor is to meet the inspection & testing requirements for the equipment
coming under statutory regulations e.g. weights & measures, safety, IE rules, Tariff
Advisory Committee/ UL/ FM etc. and submit certificates and documents from
appropriate authority to Inspecting Engineer for the same.

9.3

Extent of inspection:
The extent of inspection & testing by the Purchaser shall vary from equipment to
equipment as per design requirements.
Extent of inspection to be carried out shall be finalised with the Contractor after award
of the contract on the basis of scope of supply, technical specification and approved
GA drawings. However, in case of similar bulk manufactured items, methods of
sampling for inspection of different lots shall be governed by relevant Indian or
international standards.
In case of critical components, the Purchaser reserves the right to undertake 100%
inspection.
Categories of

i) Bought-out items

Equipment
Extent of Inspection (as applicable from
equipment to equipment)
Following standard bought-out items shall be
accepted on the basis of manufacturers' test
certificates:
-Push button
enclosure

station

in

manufacturers

standard

- LT power and control cables


- Battery & battery charger

FT - 19

552

- Control/Repeater panel
- Smoke detectors & heat detectors
- Special cables
- Conduits
- Light fittings
- Battery & charger
- Detectors
ii) Final inspection & testing:
- Verification of test certificates
- Visual & Workmanship
- Dimensional
- Witnessing of routine tests as per relevant standards.
Manufacturers' test certificates for type test (excepting
for AC motors) to be submitted for verification.
- Witnessing of proto-type tests, as applicable.
9.5

TESTING OF EQUIPMENT

9.5.01 General
Testing of all equipment shall be conducted as per latest IS. Tests shall also confirm to
International Standards.
All routine tests shall be carried out at manufacturers works in presence of purchaser or
his representative.
The contractor shall submit type test certificates for similar equipment supplied by him
elsewhere. In case type test certificates for similar equipment is not available, the
same shall be conducted in presence of purchaser or his representative if purchaser
so desires, without any financial implications to purchaser.
Flammability tests on finished cable as per the requirements of IEEE-383 & IEC-332-1.
Smoke generation by inner/outer sheath fire as per ASTMD 2843. The cable shall meet
the requirement of light transmission of minimum 40% after the test.
The site tests and acceptance tests to be performed by contractor are detailed below.
The contractor shall be responsible for satisfactorily working of complete integrated
system and guaranteed performance.
Following tests shall be carried out in addition to other tests:

FT - 20

553

a) Response characteristics of heat/smoke detectors.


b) Temperature rating test of heat detectors.
c) Operation test of alarm valves.
d) Calibration test on instruments and tests on control panels
9.5.02 Site Tests And Checks
General
All the equipments shall be tested at site to know their condition and to prove suitability
for required performance.
The test indicated in following pages shall be conducted after installation. All tools,
accessories and required instruments shall have to be arranged by contractor. Any
other test which is considered necessary by the manufacturer of the equipment or
mentioned in commissioning manual has to be conducted at site.
In addition to tests on individual equipment some tests/ checks are to be
conducted/ observed from overall system point of view. Such checks are highlighted
under miscellaneous tests but these shall not be limited to as indicated and shall be
finalised with consultation of client before charging of the system.
The contractor shall be responsible for satisfactory working of complete integrated
system and guaranteed performance.
All checks and tests shall be conducted in the presence of client's representative and
test results shall be submitted in
six copies to client and one copy to
statutory/approving authorities for various equipments. Test results shall be filled in
proper proforma.
Inspection by TAC / OISD officials for all site tests where ever required shall be
arranged by the contractor at his own cost.
The contractor shall be responsible to obtain the necessary approval from time to time
during execution of the contract from TAC / OISD and final approval from TAC / OISD
to obtain maximum discount in insurance premium as per rules prevailing with TAC /
OISD.
10.0

SAFETY PRECAUTIONS
Necessary action is to be taken by the contractor during the execution of the works for
complying with various safety measures in conformity with relevant laws, if any. Special
safety arrangements for working at height are to be made, safety belts, helmets,
security surveillance/ watching of various site activities at height, checking and obtaining
clearance from the complete authority etc. are to be done by the contractor, and
necessary certificates for safe and satisfactory working condition of plants/ equipments
are to be submitted periodically by the contractor to the OWNER/ MECON.

FT - 21

554

11.0

MANPOWER PLANT & EQUIPMENT


In view of the rigid time bound completion period of the project, the contractor shall be
required to deploy suitable and adequate manpower, plant and equipment resources to
progressively achieve the time schedule as assessed by the MECON.

12.0

PERFORMANCE GUARANTEE
The supplier shall guarantee the equipment/ system supplied, for satisfactory
performance at the specified duty/ site condition for 24 months from the date of FAC.

13.0

SPARE PARTS
The contractor shall indicate separately at the time of bidding the list and the price of
spare parts (price part in sealed envelop separately) required for two years of normal
operation.

14.0

PROTECTIVE PAINTING
All equipment shall be properly cleaned and freed from rust and scale and painted with
a primary coat of red oxide zinc chromate primer as per IS: 2074 prior to shipment from
the manufacturer's premises and final painting at site shall be done as per the painting
specification.
However, galvanized pipes shall be provided with identification bands at regular
intervals instead of epoxy painting. All other equipment shall be painted with epoxy
paint. The entire surface which is not accessible after site assembly including the areas
to be thermally insulated shall be given one coat of red lead paint conforming to IS: 102
in addition to one coat of primer applied at shop or manufacturer's premises.

15.0

TIME SCHEDULE
The delivery and erection of all equipment/plant shall be so scheduled that it shall be
possible to commission the complete system package in order to match with the overall
commissioning schedule of the entire Project.
The delivery date shall be quoted from the date of issue of letter of intent taking into
account the time for approval of design and drawings by the Purchaser.
The Successful Tenderer shall guarantee the material delivery and commissioning
dates.
The Successful Tenderer shall submit bar chart/PERT network showing the start and
finish time of all activities connected with completion of the entire fire protection system
package keeping in mind the overall commissioning schedule of the project.
Progress report shall be submitted by the Successful Tenderer at regular intervals of 2
weeks on a format prescribed by the Purchaser giving the status of design, approval of
drawings, ordering position of plant and equipment and other materials ordered,
manufactured, fabricated, delivered and erected.

FT - 22

555

16.0

MATERIALS AND WORKMANSHIP

16.1

Materials used for the manufacture/ fabrication of equipment and individual components
shall be new, defect-free and best of its kind. They shall confirm to relevant Indian/
International Standards.

16.2

Only tested materials shall be used for fabrication/ manufacture of the equipment/
components. Necessary test certificates shall be submitted to the purchaser for
checking compliance to specified grades of materials.

16. 3

The finish of the equipment and, its components shall be of high quality.

16.4

The equipment shall be fabricated with minimum number of welded joints and the
seams of the weld shall be so arranged that no two seams come in one line.

16.5

All the pipe connections to the equipment shall be truly perpendicular or inclined exactly
at the angle shown in the fabrication drawing.

17.0

STATUTORY REGULATIONS, LICENCES & PERMITS

17.1

The contractor shall adhere to all applicable statutory requirements including TAC,
OISD, Inspectorate of Factories, Indian Electricity Rules and other statutes of Govt. of
India and state government. The contractor shall himself ascertain all applicable
requisite regulations.

17.2

The contractor shall be solely responsible for obtaining necessary clearances from
various statutory bodies including those of Govt. of India / State Govt. and as applicable
during the course of manufacture/ fabrication, testing, transportation and delivery of
plant and equipment. The rates quoted in this connection shall be deemed to include
any fees payable to Govt./ Fire Authorities/ Statutory bodies for obtaining approval.

17.3

Contractor shall keep constant liaison with the local Fire Authority, Electrical Authority
and all other Statutory Authorities whose approval and permissions/ sanctions before
and after execution of the work are required to be obtained.

17.4

It shall be the Contractor's responsibility to obtain the approvals and permissions,


sanctions, No Objection certificates from relevant Fire Authorities for work done by him
to enable owner to take up the operation of plant. Contractor shall comply with all
requirements of the appropriate authorities, submit documents, test reports and conduct
such tests as may be required by the concerned authority to its full satisfaction.

18.0

HANDING OVER THE WORK ON COMPLETION


The contractor shall be responsible for handing over the work complete in all respects
and in proper finished condition, on completion of the work. If there is any damage or
disfiguration/ stains on the finished surfaces including on wall, floors, ceiling, columns,
beams etc. due to contractors use, damage or any other reason during the period of
construction, the same shall be rectified suitable by the contractor without any extra
payment.

19.0

SCHEDULE OF RATES / BILL OF MATERIALS


The quantities of different material, pipes/ fittings, valves, erection, accessories etc.
mentioned in the specification and SOR are approx. quantities and any change in
requirements will be as per the finally approved drawings. Any item, instrument which is

FT - 23

556

not specifically mentioned in the SOR, but required for the completeness of the system,
will have to be supplied and erected by the contractor and the financial implication shall
be built in the testing and commissioning item.
20.0

General
All the pipe / conduit / equipment supports shall be provided as per standard practice.
Wherever pipes and cables are crossing the pipes and cables shall be laid in hume
pipe of NP-4 rating at a minimum depth of one meter.
Civil room for the storage of inert gas cylinders shall be provided.
Subsequent to successful commissioning, the systems shall be accepted after 3
months of trial runs and performance guarantee test.

GUIDE LIST OF MAKES OF MATERIAL


Fire Detection & Alarm System & Clean Agent System
Sr. No.
Product Description
1
Mcd Detector
2
Flame proof Manual call point
3
Hooter
4
Flasher
5

Panel

Response Indicator

Cable

8
9

Abort Switch
Cylinders

Make
Apollo/ Morley IAS/ GST/ Honeywell
PCD/ Agni control
PCD/ Agni control
PCD/ Agni control
Control Equipment/ Morley IAS/ GST/
Honeywell
Agni/ PCD/ Securico
INCAB/ Universal cable/ Asian cable/ KEI
or as per tender make
system sensor/ Agni/ PCD
Everest Kanto

FT - 24

557

MECON LIMITED
Delhi

DATA SHEET FOR PORTABLE


EXTINGUISHERS CARBON DI OXIDE
TYPE
MEC/05/21/M/002/DS-081D/B

MECON LIMITED

DATA SHEET
FOR
PORTABLE FIRE
EXTINGUISHERS
CARBON DI OXIDE TYPE

558

MECON LIMITED
Delhi

DATA SHEET FOR PORTABLE


EXTINGUISHERS CARBON DI OXIDE
TYPE
MEC/05/21/M/002/DS-081D/B

MECON LIMITED

DATA SHEET FOR CARBON DIOXIDE TYPE PORTABLE FIRE EXTINGUISHERS


CAPACITY 6.8KG
SL

DESCRIPTION

REQUIRED AS
PER TS

1.0

GENERAL

1.1

MANUFACTURE's NAME AND ADDRESS

1.2

QUANTITY REQUIRED

1.3

YEAR OF MANUFACTURER AND DATE OF


FILLING

1.4

TYPE

UPRIGHT

1.5

IS CODE

AS PER IS:28781986

2.0

GUARANTEED PERFORMANCE

2.1

CAPACITY, KG, FIRST FILL IN THE SCOPE OF


BIDDER

4.5 KG

2.2

MINIMUM PERIOD OF DISCHARGE (IN SEC.)

20

2.4

MAXIMUM PERIOD FOR DISCHARGE OF 95%


OF THE CONTENTS IN SECS.

30

2.5

MAXIMUM EFFECTIVE RANGE (m)

2.0

2.6

MINIMUM DISCHARGE AT 27+2`C

95% BY MASS OF
THE CONTENTS

3.0

CONSTRUCTION DETAILS

3.1

BODY

SEAMLESS
MANGANESE
STEEL CYLINDER
PER IS:7285-1988

3.2

DOME & DISH

CONVEX / FLAT
BASE

3.3

FILLING RATIO

0.667 (MAX.)

3.4

DISCHARGE CONTROL VALVE PRESSURE


RATING

125 KG/CM2

3.5

CYLINDER TEST PRESSURE

240 KG/CM2

AS OFFERD

AS PER SOR

DS-PE-CO2-6.8- 1

559

MECON LIMITED
Delhi

DATA SHEET FOR PORTABLE


EXTINGUISHERS CARBON DI OXIDE
TYPE
MEC/05/21/M/002/DS-081D/B

SL

DESCRIPTION

REQUIRED AS
PER TS

3.6

STORED GAS PRESSURE

85 KG/CM2

3.7

HOSE BURST PRESSURE

140 KG/CM2
(MIN.)

3.8

EXPANSION RATIO BETWEEN STORED LIQUID


VOLUME AND EXPANDED GAS VOLUME

1:9

3.9

SAFETY RELEASE TO BE PROVIDED

YES

3.10

WHETHER HANDLE PROVIDED

YES

4.0

MATERIAL OF CONSTRUCTION

4.1

CYLINDER

SEAMLESS STEEL
TUBE AS PER
IS:7285

4.2

CARBON DIOXIDE GAS

IS:307-1966

4.3

CONTROL VALVE

AS PER IS:32241979 ALLOY NO.


2 OF IS: 7381977

4.4

SYPHON TUBE

AL. ALLOY NO.2


AS PER IS: 4071981

4.5

HOSE PIPE

HIGH PRESSURE
BREADED WIRE
RUBBER HOSE
WITH MIN.
BURSTING
PRESSURE 140
KG/CM2

4.6

DISCHARGE HANDLE

POLYETHELENE

4.7

CARRYING HANDLE

MS

5.0

DIMENSIONS

5.1

CYLINDER SHELL THICKNESS

5.2

WEIGHT OF CHARGED EXTINGUISHER

5.3

EXTERNAL DIAMETER OF EXTINGUISHER

MECON LIMITED
AS OFFERD

25 KG

DS-PE-CO2-6.8- 2

560

MECON LIMITED
Delhi

DATA SHEET FOR PORTABLE


EXTINGUISHERS CARBON DI OXIDE
TYPE
MEC/05/21/M/002/DS-081D/B

SL

DESCRIPTION

REQUIRED AS
PER TS

5.4

OVERALL HEIGHT OF EXTINGUISHER

5.5

WHEN RECOMMENDED FOR REFILLING

LOSS IN
OVERALL
WEIGHT BY 10%

6.0

SUPPLIED FIRST CHARGE OF CHEMICAL

YES

7.0

LIST OF ACCESSORIES PROVIDED

8.0

PAINTING

SHALL BE
PAINTED IN FIRE
RED COLOUR
MATCHING
SHADE NO. 536
OF IS: 5-1978.
OTHER
STANDARDS OF
PAINTING TO BE
FOLLOWED AS
PER IS: 28781986

9.0

MARKING

AS PER IS: 2878

10.0

WHETHER APPROVED BY TARIFF ADVISORY


COMMITTEE OF INDIA OR ANY OTHER
INTERNALLY APPROVED AUTHORITY

YES

MECON LIMITED
AS OFFERD

DS-PE-CO2-6.8- 3

561

MECON LIMITED
Delhi

DATA SHEET FORPHOTOELECTRIC SMOKE


DETECTOR
MEC/23M9/05/21/M/002/DS-081H

MECON LIMITED

Data Sheet for Photo Electric Smoke Detector


1.00

MATERIAL IDENTIFICATION

1.01

NAME OF EQUIPMENT

PHOTO ELECTRIC SMOKE DETECTOR

10.2

TYPE

ADRESSEBLE

2.00

MANUFACTURING DETAILS

2.01

MAKE

BIDDER TO SPECIFY

2.02

DETECTOR MODEL

BIDDER TO SPECIFY

2.03

MANUFACTURING STANDARD

EN 54 PART 7

2.03

BASE MODEL

BIDDER TO SPECIFY

3.00

PRINCIPLE

3.01

DETECTION PRINCIPLE

4.00

OPERATING

4.01

QUIESCENT CURRENT

120 a

4.02

ALARM CURRENT

50mA

4.03

OPERATING VOLTAGE

24 V DC (8v 30v)

4.04

POWER CONSUMPTION DURING NORMAL


CONDITION

3 mW

4.05

POWER CONSUMPTION DURING ALARM


CONDITION

1.2 W

5.00

PROTECTION

5.01

INGRESS PROTECTION

6.00

MATERIAL OF CONSTRUCTION
BODY

LIGHT SCATTERING

IP-32
MOULDED ABS

7.00

OTHER FEATURES

7.01

TYPE OF MOUNTING

SURFACE

7.02

DIMENSIONS

102mm(d) X 32.5mm(H)

7.03

COLOUR

Pantone, Warm Grey 1C

7.04

WEIGHT

75g

7.05

APPLICATION

INDOOR

7.06

INDICATION

ALARM RED LED

7.07

HUMIDITY RANGE

5 to 95% RH

7.08

TEMPERATURE RANGE

-30 to 80 degree C

7.09

ANTI CONDENSATION SYSTEM

To be provided

7.10

PROTECTING COVER & BLOCKING SCREW

To be Provided

7.11

SENSITIVITY

Programmable Sensitivity

8.00

APPROVAL & ACCEPTANCE

LPCB / NFPA / TAC / OTHER AGENY


APPROVAL CERTIFICATE TO BE
ATTACHED

562

DATA SHEET FORPHOTOELECTRIC SMOKE


DETECTOR
MEC/23M9/05/21/M/002/DS-081H

MECON LIMITED
Delhi

MECON LIMITED

Data Sheet for Ionization Smoke Detector


1.00

MATERIAL IDENTIFICATION

1.01

NAME OF EQUIPMENT

10.2

TYPE

2.01

MANUFACTURING DETAILS

2.01

MAKE

BIDDER TO SPECIFY

2.02

DETECTOR MODEL

BIDDER TO SPECIFY

2.03

BASE MODEL

BIDDER TO SPECIFY

3.00

PRINCIPLE

3.01

DETECTION PRINCIPLE

DUAL CHAMBER

3.02

RADIO ACTIVE ELEMENT

AMERICIUM 241 SHIELD

4.00

OPERATING

4.01

QUIESCENT CURRENT

50 A

4.02

ALARM CURRENT

50mA

4.03

OPERATING VOLTAGE

24 V DC (8v 30v)

4.04

POWER CONSUMPTION DURING NORMAL


CONDITION

1.2 mW

4.05

POWER CONSUMPTION DURING ALARM


CONDITION

1.2 W

5.00

PROTECTION

5.01

INGRESS PROTECTION

6.00

MATERIAL OF CONSTRUCTION
BODY

IONISATION SMOKE DETECTOR


ADDRESSIBLE

IP-32

MOULDED ABS
OTHER FEATURES

7.00
7.01

TYPE OF MOUNTING

SURFACE

7.02

DIMENSIONS

102mm X 43mm

7.03

COLOUR

WHITE

7.04

WEIGHT

102g

7.05

APPLICATION

INDOOR

7.06

INDICATION

ALARM RED LED

7.07

HUMIDITY RANGE

10% TO 93% rh

7.08

TEMPERATURE RANGE

-10 to 60 degree C

7.09

ANTI CONDENSATION SYSTEM

To be Provided

7.10

PROTECTING COVER & BLOCKING SCREW

To be provided

8.00

APPROVAL & ACCEPTANCE

LPCB / NFPA / TAC / OTHER AGENY


APPROVAL CERTIFICATE TO BE
ATTACHED

563

DATA SHEET FORPHOTOELECTRIC SMOKE


DETECTOR
MEC/23M9/05/21/M/002/DS-081H

MECON LIMITED
Delhi

MECON LIMITED

Data Sheet for Fire Alarm Control Panel


1.00

MATERIAL IDENTIFICATION

1.01

NAME OF EQUIPMENT

FIRE ALARM PANEL

10.2

TYPE

ADDRESSIBLE

2.01

MANUFACTURING DETAILS

2.01

MAKE

BIDDER TO SPECIFY

2.02

MODEL

BIDDER TO SPECIFY

2.03

MANUFACTURING STANDARD

BIS 2189

2.04

NUMBER OF ZONES

AS PER SITE REQUIREMENT

3.00

OPERATING

3.01

POWER IN NORMAL MODE

140 mA

3.02

POWER IN ALARM MODE

220 mA

3.03

QUIESCENT CURRENT

75 mA

3.04

OPERATING VOLTAGE

230 VAC, 50 Hz

4.00

PROTECTION

4.01

INGRESS PROTECTION

5.00

MATERIAL OF CONSTRUCTION
BODY

IP : 41

1.6 MM THICK CRCA SHEET(MIN.)

6.00

LOTHER FEATURES

6.01

TYPE OF MOUNTING

WALL

6.02

DIMENSIONS

400mm(W) *320m(H) *120mm(D)

6.03

COLOUR

PASTEL GREY FOR EXTERIOR & INTERIOR


OR ANY MATCHING COLOUR

6.04

WEIGHT

8 kg approx.

6.05

APPLICATION

INDOOR

6.06

INDICATION

LED TYPE

6.07

ACCESSORIES

1) Door Switch 2) Cable Glands 3) MCB 4)


Panel Light 5) Cooling Fan 6) Power Supply
24v d.c.

7.00
7.01
7.02
8.00

BATTERY BACKUP
STANDBY CONDITION
ALARM CONDITON
APPROVAL & ACCEPTANCE

24 HOURS
10 MINUTS
LPCB / NFPA / TAC / OTHER AGENY
APPROVAL CERTIFICATE TO BE ATTACHED

564

DATA SHEET FORPHOTOELECTRIC SMOKE


DETECTOR
MEC/23M9/05/21/M/002/DS-081H

MECON LIMITED
Delhi

MECON LIMITED

Data Sheet for Manual Call Point


1.00

MATERIAL IDENTIFICATION

1.01

NAME OF EQUIPMENT

MANUAL CALL POINT

10.2

TYPE

CONVENTIONAL / ADDRESSIBLE

2.01

MANUFACTURING DETAILS

2.01

MAKE

BIDDER TO SPECIFY

20.02

MANUFACTURING STANDARD

BS-5839, Part-2

3.00

PRINCIPLE

3.01

OPERATING PRINCIPLE

4.00

OPERATING

4.01

OPERATING VOLTAGE

5.00

MATERIAL OF CONSTRUCTION

5.01

BODY

6.00

OTHER FEATURES

6.01

TYPE OF MOUNTING

WALL

6.02

DIMENSIONS

85mm X 85mm X 60mm

6.03

COLOUR

RED

6.04

WEIGHT

250g approx.

6.05

APPLICATION

INDOOR

6.06

INDICATION

LED TYPE

7.00

APPROVAL & ACCEPTANCE

LPCB / NFPA / TAC / OTHER


AGENY APPROVAL CERTIFICATE
TO BE ATTACHED

BREAK TYPE
24 VDC
ABS HOUSING

565

DATA SHEET FORPHOTOELECTRIC SMOKE


DETECTOR
MEC/23M9/05/21/M/002/DS-081H

MECON LIMITED
Delhi

MECON LIMITED

Data Sheet for Heat Detector


1.00

MATERIAL IDENTIFICATION

1.01

NAME OF EQUIPMENT

HEAT DETECTOR

10.2

TYPE

ADDRESIBLE

2.00

MANUFACTURING DETAILS

2.01

MAKE

BIDDER TO SPECIFY

2.02

DETECTOR MODEL

BIDDER TO SPECIFY

2.03

MANUFACTURING STANDARD

EN 54 PART 5

2.03

BASE MODEL

BIDDER TO SPECIFY

3.00

PRINCIPLE

3.01

DETECTIONPRINCIPLE

4.00

OPERATING

4.01

QUIESCENT CURRENT

133 a

4.02

ALARM CURRENT

50mA

4.03

OPERATING VOLTAGE

Nominal 24 V DC (8-30 V DC)

4.04

POWER CONSUMPTION DURING NORMAL


CONDITION

3 mW

4.05

POWER CONSUMPTION DURING ALARM


CONDITION

1.2 W

5.00

MATERIAL OF CONSTRUCTION

5.01

BODY

6.00

OTHER FEATURES

6.01

TYPE OF MOUNTING

SURFACE

6.02

DIMENSIONS

102mm(d) X 43mm(h)

6.03

COLOUR

Pantone, warm grey 1C

6.04

WEIGHT

75g approx.

6.05

APPLICATION

INDOOR

6.06

INDICATION

ALARM RED LED

6.07

HUMIDITY RANGE

5 to 95% RH

6.08

TEMPERATURE RANGE

-30 to 80 degree C

6.09

ANTI CONDENSTION SYSTEM

Available

7.00

APPROVAL & ACCEPTANCE

LPCB / NFPA / TAC / OTHER


AGENY APPROVAL CERTIFICATE
TO BE ATTACHED

THERMISTOR

Bay blend FR110

566

DATA SHEET
FOR
PORTABLE EXTINGUISHERS

DS PEDCP - 1

567

DATA SHEET FOR DRY CHEMICAL POWER PORTABLE FIRE EXTINGUISHERS


CAPACITY 10KG
PR

DESCRIPTION

REQUIRED AS PER TS

1.0

GENERAL

1.1

MANUFACTURE's NAME AND ADDRESS

1.2

QUANTITY REQUIRED

1.3

YEAR OF MANUFACTURER AND DATE OF


FILLING

1.4

TYPE

UPRIGHT

1.5

IS CODE

AS PER IS:2171-1985 WITH


AMENDMENT NO.-1

2.0

GUARANTEED PERFORMANCE

2.1

CAPACITY, KG, FIRST FILL IN THE SCOPE


OF BIDDER

10 KG

2.2

MAXIMUM EFFECTIVE RANGE WHEN


TESTED IN STILL AIR CONDITION, (m)

5.0 M

2.3

MINIMUM PERIOD DURING WHICH THE


JET SHALL BE MAINTAINED AT A LENGTH
OF NOT LESS THAN 4M (IN SEC.)

15

2.4

MAXIMUM PERIOD FOR DISCHARGE OF


85% OF THE SOLUTION, SECS.

20

2.5

MINIMUM DISCHARGE % BY WEIGHT AT


27+5`C AND AT 45` FROM HORIZONTAL

85% BY MASS OF THE


CONTENTS

3.0

CONSTRUCTION DETAILS

3.1

BODY

CYLINDRICAL

3.2

DOME & DISH

CONVEX WITHOUT REVERSE


CURVATURE

3.3

NECK RING

PARALLEL SCREW THREADED


FOR AN EFFECTIVE LENGTH
OF 16MM (MIN.)

3.4

CAP

THREADED TO MATCH WITH


NECK RING THREADS

3.5

CO2 GAS CARTRIDGE

AS PER IS:4947 AND SHOULD


BE MARKED

3.6

CARTRIDGE HOLDER

3.7

PIERCING MECHANISM

AS OFFERD

AS PER SOR

FITTED INSIDE CAP


SPRING LOADED PIERCER
DS PEDCP - 2

568

PR

DESCRIPTION

REQUIRED AS PER TS

AS OFFERD

WITH SAFETY CLIP TO


PREVENT ACCIDENTAL
OPERAIONS
3.8

HOSE

550 MM LONG AND MINIMUM


12MM DIA BRAIDED HOSE
BURSTING PRESSURE > 50
KG/ CM2

3.9

SYPHON TUBE

FITTED TO TOP DOME WHERE


DISCHARGE HOSE NOZZLE IS
ATTACHED WITH MIN. 1MM
THICKNESS

3.10

WHETHER HANDLE PROVIDED

YES

3.11

GAS USED FOR TRANSPORTING THE DRY


POWDER

CO2

4.0

MATERIAL OF CONSTRUCTION

4.1

NECK RING

LTB FR. 200 - IS:318

4.2

BODY

MS IS:513 GR. D

4.3

CAP.

GM IS:318

4.4

NOZZLE

BRONZE IS:318

4.5

WHEEL

4.6

WASHER

RUBBER

4.7

HOSE, IF ANY

PVC

4.8

APPROXIMATE WEIGHT OF
EXTINGUISHER FILLED

11.5KG. APPROX. for 10Kg

4.9

DRY CHEMICAL POWDER

SODIUM BICARBONATE BASED

4.10

PIERCER

S.S. IS:6528

4.11

SPRING

COROSION RESISTANT
TREATED SPRING STEEL IS:
4454 (PART-I)

5.0

DIMENSIONS

5.1

CYLINDER LENGTH

5.2

CYLINDER DIAMETER

5.3

CYLINDER BODY THICKNESS

5.4

EXTERNAL DIAMETER OF EXTINGUISHER

150 MM MIN.

5.5

OVERALL HEIGHT OF EXTINGUISHER

520MM APPROX.

DS PEDCP - 3

569

PR

DESCRIPTION

REQUIRED AS PER TS

5.7

THROAT DIAMETER OF NOZZLE

5.8

FILLER OPENING

63MM

7.0

SUPPLIED FIRST CHARGE OF CHEMICAL

YES

8.0

LIST OF ACCESSORIES PROVIDED

9.0

CONDITION OF REFILLING

10.0

PAINTING

SHALL BE PAINTED IN FIRE


RED COLOUR MATCHING
SHADE NO. 536 OF IS: 5-1978.
OTHER STANDARDS OF
PAINTING TO BE FOLLOWED
AS PER IS: 2171

11.0

ANTI CORROSSIVE TREATMENT

LEADED TIN COATING


THICKNESS MIN. .012MM AS
PER IS: 2171

12.0

MARKING

AS PER IS: 2171

13.0

WHETHER APPROVED BY TARIFF


ADVISORY COMMITTEE OF INDIA OR ANY
OTHER INTERNALLY APPROVED
AUTHORITY

YES

AS OFFERD

DS PEDCP - 4

570

SCHEDULE OF RATES

FOR SECTION-I
FOR
CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND
ASSOCIATED FACILITIES FOR SPURLINES OF DADRI BAWANA
NANGAL PIPELINE PROJECT (DBNPL)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

571

SCHEDULE OF RATES
FOR
CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR SPURLINES OF DADRI
BAWANA NANGAL PIPELINE PROJECT (DBNPL)

CONTENTS
SOR Item
No.
1.
2 (I).
2 (II).
3.

4.
5.

FOR SECTION-I
Description

No. of Pages

SOR FOR MAINLINE WORKS


SOR FOR TEMPORARY CATHODIC PROTECTION WORKS
SOR FOR CORROSION MONITORING SYSTEM

22
02
03

SOR FOR TERMINALS WORKS


I)
PIPING & MECHANICAL WORKS
II)
CIVIL WORKS
III)
STRUCTURAL WORKS
IV)
ELECTRICAL WORKS
V)
INSTRUMENTATION WORKS
VI)
TELECOMMUNICATION WORKS
VII) FIRE PROTECTION WORKS

14
07
02
12
04
04
02

SUMMARY OF PRICES
PROFORMA FOR EXTENDED STAY COMPENSATION

02
01

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

572

1)

SCHEDULE OF RATES
FOR
MAINLINE WORKS

[SOR. No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

573

GAIL (India) Limited


1
Sl.
No.

MAINLINE WORKS FOR SECTION-I


Description of Item

1.0

PIPELINE LAYING/INSTALLATION

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR
Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Laying/ installation of coated line pipe, associated fittings and accessories, etc. as per specifications,
drawings, other provisions of Contract and instructions of Engineer-in-Charge of the sizes mentioned
herein, including but not limited to carrying out the following :
"Receiving and taking-over", handling, loading, transportation and unloading of Owner supplied
externally PE coated and bare line pipes and other Owner supplied materials from Owner designated
place(s) of issue/ dump site(s) to Contractor's own stock-yard(s)/ workshop(s)/ work-site(s) including
stringing on the pipeline Right-of-Use (ROU)/ Right of way (ROW); Arrangement of all additional land
required for Contractor's storage, fabrication, access for construction (other than Owner provided
ROU/ROW); supply of all materials (except Owner supplied materials), consumables, equipment,
labour, etc. and other incidental works; taking custody and management with maintenance of coating
Contractor's stock/ dumpyard at site after last consignment of line pipe unloaded at coating
Contractors stock/ dump yard at site or at region nearby site including providing security guard etc.
and handing over the same after return of the surplus pipes to the Owner's designated stockyard(s);
carrying out all temporary, ancillary, auxiliary works required to make the pipeline ready for precommissioning as per drawings, specifications,
scope of work indicated in SCC and other provisions of Contract document and instructions of
Engineer-in-charge, including but not limited to carrying out the following works :
Staking and installation of construction markers, clearing, grubbing, grading (as required) of Right of
Use/ Right of Way;
Counting the number and type of trees cut in presence of DFO/concerned authorities and keeping
record thereof; shifting of all obstruction within the ROU / pipeline route alignment viz. electrical line /
pole, telephone line (poles), foreign pipeline; coordination with concerned authorities and obtaining
work permits / NOC from these authorities.
Trenching to all depths and to a width to accommodate the pipeline and/or optical fiber cable/cable
conduit during lowering & backfilling as specified in scope document and as per the relevant
standards, specifications, etc. By excavation in all types of soils (including soft/hard rock), including
blasting, chiseling or otherwise cutting etc.; providing depth of padding in trench bed & above and
around the pipeline HDPE duct and OFC as required with sand / graded earth approved by Engineerin Charge;
Survey of the detours, if required at the time of construction including marking the same in
topographical sheet, preparation of AFC drawings showing survey detail and submitting same to
Owner to review.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

574

Page 1 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Carrying out repairs of pipe defects/ replacement in case of irreparable defects and repairs of defects
of pipe coating not attributable to Owner including defects/ damages occurring during transportation/
handling after taking over from Owner by Contractor including management of their own dump site, if
required.
Thorough internal cleaning of all pipes by suitable methods to remove debris, shots, grits etc. to the
satisfaction of Engineer-in- Charge;
Stringing of line pipes along ROU/ROW including providing straw / sand / soft soil bags, soft
padding/sand padding;
Aligning, bending, cutting and beveling (as required) of pipes for welding and field adjustments, NDT
of rebevelled area, welding, carrying out destructive/ nondestructive testing of welds as required
including 100% radiography and providing all requisite equipment, labor, supervision, materials, films,
consumables, all facilities and personnel to process, develop, examine and interpret radiographs and
other tests as required; carrying out repairs of weld joints found defective by Engineer-In- Charge,
carrying out re-radiography and other nondestructive tests such as ultrasonic test etc. as required on
repaired joints, etc. as mentioned in SCC & Particular JObs Specification.

Installation of carrier pipe at all crossings including roads/ cartrack / pathway / drain / canals/ nala/
water crossings etc. by open cut after prehydrotest of the section if required as defined as per
specification (except other crossings by HDD method, open cut with conventional method, cased
crossing that are specifically covered separately elsewhere in the SOR).
Carrying out installation of carrier pipe in the casing pipe at cased crossings after pre-hydrotest of the
Section as defined in specification (excluding installation of casing pipes covered separately);

Supply of coating materials for all field joints, Long Radius Bends, Burried Fittings, Valves, etc.
including heat shrinkable sleeves and high build liquid epoxy etc. as per specifications compatible
with 3-Layer PE Coating as per tender specifications with prior approval of Engineer-in-charge.

Training and diversions of streams in steep slope areas, wherever required.


Crossing the all-foreign pipeline / HT Line / Cable / etc. with necessary concrete / PVC protection
including coordination with all agencies and obtaining NOC.
Coating of all field weld joints, long radius bends, buried fittings, valves etc.;

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

575

Page 2 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

For seismic area - the trenching and backfilling shall be carried out as per specification and drawing
no. MEC/TYP/05/21/01A/004 - Trench dimensions and cohesion less select backfill for pipeline in
seismic zone (excluding backfilling with selected soil for seismic area covered separately).

Lowering the pipelines in trench as per specification and standard drawing including providing sand
bag separators for parallel pipelines at the specified spacing (when applicable), providing required
padding over and around the pipeline OFC & HDPE Duct with sand/graded material approved by
Engineer-In-Charge (in rocky areas), backfilling with available, approved excavated material and/or
other suitable soil approved by Engineer-In-Charge;
Supply and installation of slope breaker as per specifications and drawings in steep slope areas,
wherever required;
Installation of LR Bend, as per specification wherever required depending on site condition.
Supply & Installation of warning tape on the entire length of the pipeline as per specification. Warning
tape should have anti rodent properties.
Carrying out cleaning pigging and hydrostatic testing including air cleaning, flushing, filling, gauging,
pressurization of complete pipeline in various test sections as approved by Engineer-In-Charge to the
specified test pressure, providing all equipment, pumps, fittings, instruments, dead weight tester, test
headers, pressure recorder all types of pigs etc., and services, supervision, labour, consumables,
water including supply of corrosion inhibitor, air, etc. as required, locating of leaks, if any occured
during hydrotesting attributable to contractor either by further sectionalising or any other suitable
standard recommended practice with due approval of Engineer-in-Charge and rectification of defects,
retesting after rectification, successful completion of hydrotesting of pipeline to acceptance criteria
defined in the specifications.
(Note : Leak detection, its rectification and successfully re-hydrotesting shall be carried out by
Contractor with a view that completion of all activity for successful hydrotesting is not inordinately
extended, which will hamper the overall project schedule. Further, no extra payment claim shall be
entertained for re-hydrotesting and leak detection if defects found attributable to Contractor.

All tie-ins, including the tie-in(s) of the pipeline / piping installed with the adjacent section of pipeline
by others including cutting of test header, re-beveling as required radiography and other NDT
examination, joint coating as per specification.
Carrying out all temporary, ancillary, auxiliary works and all incidental works required to make the
pipeline ready for pre-commissioning;

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

576

Page 3 of 22

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

GAIL (India) Limited


1
Sl.
No.

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Repair of defects recorded during EGP/gauge plate run or otherwise including cutting, beveling,
welding, radiography, field joint coating etc; as applicable,
Final clean-up and restoration of right of way/right of use including obtaining NOC from respective
land owner / farmers and statutory authorities as required and disposal of debris and returning all
surplus material to designated disposal areas/storage yard, as directed by Engineer-In-Charge;

Restoration of land, facilities and boundary wall etc. and associated facilities dismantled/damaged by
the Contractor during construction;
Obtaining work permits/ NOC from various statutory authorities having jurisdiction, before and after
execution of the work, and complying with all stipulation/conditions/recommendation of the said
authorities;
Preparation of as-built drawings, pipe-book and other records as specified in the specifications. SOR
shall be read in conjuction with scope of work, job specific requirements, specifications, standards,
drawings and other provision of contract document. All above works line pipe laying and installation
with radiography by X-ray an all above works for buried pipeline as per following details:
Installation of Coated Line Pipes as per following details:
Installation of Coated Line Pipes as per following details:
- Line pipe details
Size
Thk.
Grade
Coating Type Length of each Pipe
mm(NB)
(mm)
1.1 609.6
9.5/8.7
API 5L Gr. X-70/X-80 3 Layer PE
Double random (approx.
PSL-2
Coating
11.5 to 12.5 mtr.) &
Bevel End

Mtr.

35000

1.2

609.6

11.1/9.5

API 5L Gr. X-70/X-80 3 Layer PE


Double random (approx.
PSL-2
Coating
11.5 to 12.5 mtr.) &
Bevel End

Mtr.

31000

1.3

609.6

12.7/11.1

API 5L Gr. X-70/X-80 3 Layer PE


Double random (approx.
PSL-2
Coating
11.5 to 12.5 mtr.) &
Bevel End

Mtr.

11000

1.4

609.6

15.9/14.3

API 5L Gr. X-70/X-80 3 Layer PE


Double random (approx.
PSL-2
Coating
11.5 to 12.5 mtr.) &
Bevel End

Mtr.

8000

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

577

Page 4 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Notes :
1. This item rate is applicable for complete work of laying the underground pipeline from Despatch
Terminal at GAIL's existing IP Station - 4, Ludhaina to Receiving Terminal at Jalandhar (Refer Drg.
No. : MEC/23M9/05/21/M/001/1021) including installation of aboveground insulating joint & flow tee
and station approach pipeline but excluding aboveground & underground installation of SV Station
which are covered separately. The length of pipeline are tentative.
2. Rate for laying of OFC & conduit shall be quoted in relevant Schedule of Rates (SOR) of Telecom
works, hence not to be included in Pipeline Laying works.
3. For soft / normal soil and rocky area detailed refer enclosed Alignment Sheets and Soil
Investigation Report alongwith Bid.

2.0

CONTINUOUS CONCRETE COATING


Additional work over and above SOR Sl. No. 1 for supply of all consumables and materials
and application of continuous concrete weight coating on pipes of all wall thicknesses and concrete
coating of the field joints thereof, in all areas of work except minor/ major river crossings covered
separately, and performing all works as per specifications and instructions of Engineer-in-Charge and
other provisions of Contract document.
Pipes as per following details :

2.1

Pipe OD - 609.6 mm, WT- X-70 (9.5 mm) / X-80 (8.7 mm), Coating Thickness - 90 mm

3.0

CONCRETE SADDLE WEIGHTS


Additional works over and above SOR Sl. No. 1.0 for supply of all consumables and materials
including supply of 3mm, HDPE sheets, fabrication and installation of concrete saddle weights on
pipeline and performing all works as per specifications, drawings, and instructions of Engineer-incharge and other provisions of the Contract document.
- Size of Pipe 609.6 mm OD

4.0

100

Nos.

50

300

GEO TEXTILE BAGS FOR ANTI-BUOYANCY :


Additional works over and above SOR Sl. No. 1.0 for design, manufacture and supply of
Nonbiodegradable geo-textile bags (made of polypropylene fabric) materials and installation of geotextile bags duly filled with gravel / stone ballast on pipelines of all wall thickness for anti buoyancy as
per specification, drawing, and instructions of Engineer-in-charge and other provisions of the contract
document.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

578

Page 5 of 22

GAIL (India) Limited


1
Sl.
No.

MAINLINE WORKS FOR SECTION-I


Description of Item

5.0

CONCRETE SLABS

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR
Unit

Supply, fabrication and installation for Mechanical Protection by reinforced concrete weight.
Reinforced steel size should be 10 mm, top and bottom at a rate of 200 mm c/c of precised RACK
1:2:4 on pipeline of wall thickness of 75 mm thick and size as per specification, standard drawings
and instruction by EIC including supply of consumables materials, equipment, labour, supervision and
all associated civil work.
6.0

7.0
7.1

7.2

BANK & BED STABILIZATION


Additional works over and above SOR Sl. No. 1 for supply, fabrication and installation for protection
and stabilization of banks of water crossings including supply of all materials, consumables,
manpower and performing works as per drawings, specifications, instructions of Engineer-in-Charge
and provisions of Contract.
BACKFILLING WITH SELECT SOIL
BACKFILLING WITH SELECT SOIL (For Station Approach)
Unit rate over and above SOR Sl. No. 1 for supply of specified and approved quality of sand / rock /
other types of soil including supply of sand in place of available excavated material and/ or other
suitable soil as per applicable standards/ specifications, including backfilling of excavated trench for
specified length after laying of pipeline, including transportation of backfill material over all distances
and disposal of surplus excavated soil, complete.
BACKFILLING WITH SELECT SOIL (For Seismic Areas)
Providing specified and approved quality of backfill material as defined in contract document at
seismic zone along pipeline route (wherever applicable) as per standards/ specifications over and
above item 1, including supply of select backfill in place of available excavated material and/or other
suitable soil including backfilling of excavated trench after laying of pipeline and optical fiber cables/
cable conduit(where applicable) including transportation of such special backfill material over all
distances and disposal of surplus excavated soil (Refer Drg. No. MEC/TYP/05/21/01A/004).

Qty.

1000

200

2000

1000

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

MECON LIMITED
Amount
in INR

in Foreign
Currency

579

Page 6 of 22

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

1
Sl.
No.

MAINLINE WORKS FOR SECTION-I


Description of Item

8.0

PIPING WORKS FOR SECTIONALISING VALVE STATION CUM TAP-OFF POINT


All works for installation of all piping above ground at all elevations and below ground at all depth for
Sectionalising Valve Station in all type of terrains and soils including transportation and handling of all
Owner supplied materials i.e. extended stem full bore 24" (609.6 mm NB) butt welded, actuated
sectionalising Ball valve, all size of ball valves 10" & above, Insulating Joints, line pipes for mainline
from Owner's designated places(s) of issue to work site. Supply of all type of valves (8" & below
excluding only 8" extended stem, butt welded ball valves) and all mechanical items of all sizes i.e.
QOEC, assorted pipes, fittings, flanges, weldolets, sockolets, gaskets, studs, nuts, nipples & coupling
etc. Installation / Erection of instrumentation items i.e. pressure gauge, pressure transmitter,
temperature transmitter, SS tubing and temperature gauge including tubing works, consumables,
manpower, machineries, tools & tackles for carrying out all mechanical works of underground and
above ground piping including fabrication, welding,
nondestructive testing of welds, weld repairs/ retesting, cleaning/ flushing, pre-hydrotesting &
hydrostatic testing, dewatering, functional testing, cutting of mainline and bevelling (if required), tie-in
of valve assembly, including radiography of tie-in joints, corrosion coating and external painting as
required, obtaining all statutory clearances, approvals and permissions for the works (wherever
required), making of valve pit [for detail refer relevant drawings (i.e. P&ID, Plot Plan) for SV Station
point enclosed with tender] filled with sand, excavation and filling in all types of soils including soft/
hard rock for installation of piping/ pipe supports including all associated civil and structural works;
painting, finishing, clean-up and restoration of site; preparation of as-built drawings, documents and
project records and performing all works as per drawings, specifications, other provisions of Contract
document and instructions of Engineer-in-charge.

8.1

Sectionalising Valve Station-1 at Ch. 25.000 km

Lumpsum

8.2

Sectionalising Valve Station-2 at Ch. 42.000 km

Lumpsum

8.3

Sectionalising Valve Station-3 at Ch. 50.000 km

Lumpsum

8.4

Sectionalising Valve Station-4 at Ch. 57.000 km

Lumpsum

8.5

Sectionalising Valve Station-5 at Ch. 72.000 km

Lumpsum

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

MECON LIMITED
Amount
in INR

in Foreign
Currency

580

Page 7 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Notes:
1. This work is exclusive of all works associated with main pipeline covered at SOR Sl No. 1.0 above.
2. All Civil/ structural works except for piping supports will be paid separately as per rate provided
elsewhere.
3. All works related to approach roads will be paid separately as provide elsewhere in the Contract.
4. All others works pertaining to SV Station Architecture / Electrical / Instrumentation works) shall be
as per rates indicated elsewhere in the tender document.
5. Work is inclusive of receiving, taking over, loading & unloading of company supplied material and
return of surplus material to Company's designated stockyard/store.

9.0

(Refer plot plan drawing and P&ID for Sectionalising Valve Stations enclosed with tender document
for ascertaining quantum of mechanical work associated with SV Station).
WATERBODY CROSSING (by HDD Method)
Complete work of the water crossings (between the limits as defined in tender drawing - detailed
construction drawings shall be prepared by the contractor duly approved by GAIL/MECON) by
Horizontal Directional Drilling (HDD) method including "Receiving and taking over" owner supplied
three layer PE coated line pipes from owner's designated places of issue/ dump site(s) and
transportation to Contractor's stock yard/ work shop/ worksite including all handling, loading,
unloading, aligning etc. supply of all Contractor supplied material including required length of CS
conduit of size 150mm NB, 6.4mm thick. as per API - 5L Gr. B or equivalent ERW Pipe duly coaltar
epoxy coated of minimum 300 micron for OFC laying works site(s), manpower, equipments, other
resources and acquiring the required land for storage, fabrication,site office access for Contractor
etc. and execution of, but not limited to the following works in accordance with specifications scope of
work and instructions of Engineer-in-charge and as per provision of Contract Document.
- In-situ pre-construction survey including auger bore(s) of minimum 6.0 M depth [in the middle third of
waterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its bore
log by soil testing; obtaining historical data/ scour depth from concerned authority ascertaining under
neath soil & strata, necessary cover required over the carrier pipeline from lowest bed level of the
stipulated water crossing including design & calculation and detail engineering and making of crossing
drawing for getting the approval from concerned Authority/ Engineer-in-charge, getting work permit/
NOC for water crossings as well as utility crossings (if any) encountered during water crossing prior to
start the execution of work.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

581

Page 8 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

- Drilling to the required depth on the banks and bed including maintenance of drill hole in all types of
strata, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of the
water crossings by HDD methods for providing with minimum cover either
(i) 1.5m below the scour profile/ duly approved/ accepted by concerned authority ( under whoes
jurisdictions the crossing lies)
or
(ii) 2.5m to 5.0m from the lowest bed level as required by concerned authority or site & technical
requirement.
and
(iii) In addition to point (i) & (ii), In case of multiple combined X-ing i.e. canal alongwith road/ drain,
minimum cover requirement as per specification/ concerned authority for each type of x-ing has also
to be fulfilled.
- Laying of the pipeline by the approved HDD method across the water crossing including, strings
preparation of pipes, welding, testing, 100 % radiography, welding repair and retest, coating of field
joints with special type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating with
special PERP-80 repair patch or equivalent material as per specification, pre-hydrotest of complete
strings made for crossing etc. as per specification.
- Backfilling of the ditch/ trench including restoration and clean-up of area, disposal of drilling fluid &
waste etc. to the satisfaction of Engineer-in-charge/ Concerned Authority.
- Post installation hydrotest dewatering and tie-in with pipeline at either banks etc.
- All other works including pigging, cleaning, final hydrotesting as per specification etc. alongwith
mainline works (as mentioned in clause no. 1.0 above) required as per specifications, codes,
approved drawings, calculations, methods and as directed by Engineer-in-charge.
9.1

Detail of Canal Crossing alongwith adjacent road, if any, at minimum cover mentioned as above at
chainage approx. 0.542 km (Ref. X-ing Detail Drawing No. 0871/GA/MS/LJ/CRSN/003, Rev. B).

9.1.1 Crossing of Canal Crossing alongwith adjacent road, if any, for carrier pipeline of size 609.6 NB x 15.9 Lumpsum
/ 14.3 mm thk. of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L
Gr. B or equivalent ERW Pipe for HDPE ducts for OFC
9.2

Detail of Sirhind Canal Crossing (Abohar Branch) alongwith adjacent road, if any, at minimum cover
mentioned as above at chainage approx. 2.484 km (Ref. X-ing Detail Drawing No.
0871/GA/MS/LJ/CRSN/006, Rev. B).

9.2.1 Crossing of Canal Crossing alongwith adjacent road, if any, for carrier pipeline of size 609.6 NB x 15.9 Lumpsum
/ 14.3 mm thk. of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L
Gr. B or equivalent ERW Pipe for HDPE ducts for OFC

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

582

Page 9 of 22

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

1
Sl.
No.

MAINLINE WORKS FOR SECTION-I


Description of Item

9.3

Detail of Canal Crossing alongwith adjacent road, if any, at minimum cover mentioned as above at
chainage approx. 45.426 km (Ref. X-ing Detail Drawing No. 0871/GA/MS/LJ/CRSN/051, Rev. 0A).

Unit

9.3.1 Crossing of Canal Crossing alongwith adjacent road, if any, for carrier pipeline of size 609.6 NB x 15.9 Lumpsum
/ 14.3 mm thk. of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L
Gr. B or equivalent ERW Pipe for HDPE ducts for OFC
9.4

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Detail of Satlej River Crossing alongwith adjacent road, if any, at minimum cover mentioned as above
at chainage approx. 54.904 km (Ref. X-ing Detail Drawing No. 0871/GA/MS/LJ/CRSN/061).

9.4.1 Crossing of Satlej River Crossing alongwith adjacent road, if any, for carrier pipeline of size 609.6 NB Lumpsum
x 15.9 / 14.3 mm thk. of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of
API - 5L Gr. B or equivalent ERW Pipe for HDPE ducts for OFC

Note: (i) Crossings indicated in crossing detail drawing enclosed with the tender document are
tentative. Crossing width may vary as per site condition. Tenderer are advised to visit the site for
actual assessment of extent of crossing and to access the maximum extent of cover which may have
to be provided. Actual string length for HDD shall be as per design calculations so that pipe is not
under stress as permitted by codes/ specifications. Final length of string shall be decided after
decision of minimum cover requirement by concerned Authority/ Engineer-in-charge.
(ii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit laid by
HDD method are inclusive in the above item rate and no separate payment shall be made under other
clause mentioned elsewhere.
(iii) The Contractor has to quote lumpsump for all X-ing alongwith 6" CS conduit. Any extra payment
shall not be made against this item. It is sole descretion of the Contractor to do HDD crossing of
mainline pipe as well as CS conduit pipe either by suitabily strapping together both the carrier pipe &
CS conduit and pulled through the same drill hole. or making separate HDD for 6" CS conduit for OFC
laying at minimum 4m distance apart from centreline of HDD of mainline either side. No separate
payment for HDD for 6" CS conduit shall be paid.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

583

Page 10 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

10.0 WATER CROSSING [RIVER, CANAL, NALLAH / DRAIN, IRRIGATION CHANNEL (BY OPEN CUT
CONVENTIONAL METHOD)]
Complete work of the water crossings (between the limits as defined in approved drawing) including
"Receiving and taking over" owner supplied corrosion coated line pipes from owner's designated
places of issue/ dump site(s) and transportation to Contractor's stock yard/ work shop/ worksite
including all handling, loading, unloading, etc. supply of all Contractor supplied material to worksite(s),
manpower, other resources and acquiring the required land for storage, fabrication, access for
Contractor etc. and execution of, but not limited to, following works in accordance with specifications
and instructions of Engineer-in-charge and as per all provision of Contract Document.
- In-situ pre-construction survey including auger bore(s) minimum 6.0 depth [in the middle third of
waterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its bore
log by soil testing; obtaining either scour depth from concerned authority, necessary cover required
over the carrier pipeline from lowest bed level of the stipulated water crossing to be obtained from
concerned authority including design & detail engineering and making of crossing drawing for getting
their approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for water
crossings as well as utility crossings (if any) encountered during water crossing prior to start the
execution of work.
Following data shall be obtained from concern authority/ local sources to finalise scour depth :(i) Past Historical flood level datas indicating HFL to determine highest flood level.
(ii) River flow data including velocity of water flow.
(iii) Necessary information regarding type of soil and strata underneath the river bed.
- Trenching to the required depth on the banks and bed including maintenance of trench in all types of
strata, all depth to a width to accommodate the pipeline at all conditions of the water crossings by
various methods for providing with minimum cover over top of the pipe at all point across the
maximum possible width of water bed (as per drawing) either 1.5 mtrs. below the predicted scour
profile expected during the life time of the pipeline or 2.5 mtrs. below the available lowest firm bed (if
scour profile/ depth not available) of the water crossing by ascertaining bed level upto 50 mtrs. both
the side from crossing location or the actual depth as decided by concerned Authority/ Engineer-incharge whichever is more.
- Strings preparation of pipes, welding, testing, radiography, welding repair and retest, coating of field
joints with Heat Shrink Sleeve or equivalent and repair of pipeline coating with repair patch or
equivalent material as per specification, pre-hydrotest of complete strings made for crossing etc.
- Final strings preparation of pipes with thickness of 90 mm continuous concrete weight coating upto
approved length as per approved drawing & specification [only with guniting concrete in lowered
position]or as decided by Engineer-in-charge depending on site condition, repair of coating damages,
concrete coating of field joints, etc. as per respective technical specification.
- Continuous concrete weight coating of minimum density 2245 kg/m3 of mininum grade M-35 and field
joints thereof in all areas of work wherever required as per site condition and performing all works as
per specification.
- Laying of the pipeline by the approved crossing method across the water crossing in the approved
trench.
SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

584

Page 11 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

- Backfilling of the trench including supply and padding by select backfill as required: stabilisation of
excavated banks using embankment mattresses as per drawings/ specifications including supply of
necessary materials getting NOC from concerned authority after bank protection, restoration of
disturbed area and clean-up etc.
- Post installation hydrotest and tie-in with pipeline at either banks etc.
- All other works required as per specifications, approved drawings, calculations, methods and as
directed by Engineer-in-charge.
10.1 River / Canal / Drain / Nallah / Minor Crossings wherever required at minimum cover mentioned as
above.
10.1.1 Crossing of River / Canal/ Drain/ Nallah / Minor Crossings for carrier pipeline of size 609.6 NB x 9.5 /
11.1 mm of API 5L Grade X-70 OR 9.5 / 8.7 mm of API 5L Grade X-80 and CS conduit of size 150 NB
X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW Pipe for HDPE duct and OFC

Meter

300

Note: (i) The width indicated is not for any single crossings. This shall be as per requirement at site
for crossing at different locations.
(ii) Final length of string & cover from top of pipe for each crossing shall be decided and approved by
concerned Authority/ Engineer-in-charge.
(iii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit string
made for crossing laid by open cut conventional method are inclusive in the above item rate and no
separate payment shall be made under other clause mentioned elsewhere.
(iv) In case of lower depth of crossing achieved if damage to bed & bank is extensive the scheme for
Bed & Bank Stabilisation as per standards MEC/05/11/Std-015 & 016 shall be executed at no extra
cost.
11.0 ROAD CROSSING BY HDD
Complete work of the road crossing (between the limits are defined as approved drawings) by HDD
method including "Receiving and taking over" owner supplied three layer PE coated line pipes from
Owner's designated place to issue/ dump site(s) and transportation to Contractor's stock yard/ work
shop/ work site including all handling loading, unloading, aligning etc. supply of all Contractor supplied
material including required length of CS conduit for OFC laying of size 150mm NB; 6.4mm thk. of API
5L Gr. B or equivalent ERW pipe to work site(s), manpower, equipment, other resources and aquiring
the required land for storage, fabrication inclduing string preparation of pipes, welding, welding repair,
radiography, coating of field joints with special type Heat Shrink Sleeve and repair of pipeline coating
with special repair patch materials as per Specification, pre-testing etc. of complete string made for
crossing access for Contractor etc. and execution of, but not limited to, following works in accordance
with specifications and instruction of Engineer-in-charge and as per all provision of Contract
Document.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

585

Page 12 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Pre-construction survey based on site visit, collection of data (if required) from concerned Authority
including design and detail engineering and making of crossing drawings for getting their approval
from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for road crossing as well as
utility crossings (if any) encountered during road crossing prior to start the execution of work.

Drilling to required depth from top of road including maintenance of drill hole in all types of strata, all
depth to accommodate the pipeline and CS conduit for OFC laying at all conditions encountered
during road crossing by approved HDD methods for providing minimum cover specified in code/
specification or the actual depth as decided by concerned authority, whichever is more.

Backfilling of the ditch/ trench including restoration and cleanup of area and all other works including
pigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in clause no. 1.0
above) required as per specification, approved drawings, calculations, methods and to the satisfaction
of Engineer-in-charge and/ or as directed by concerned Authority.
11.1 Details of Road Crossing
11.1.1 Crossing of State Highway / Major District Road / Asphalted Road / Murrum Road / Metalled Road /
Canal Crossings for carrier pipeline of size 609.6 NB x 12.7 of API 5L Grade X-70 OR 11.1 mm of API
5L Grade X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW
Pipe for HDPE duct and OFC.

Meter

600

Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any single
crossings. This shall be as per requirement at site for crossing at different locations.
(ii) Width of the crossings are indicated in respective Crossing drawing enclosed with the tender
document. Crossing width may vary as per site condition. String length for HDD shall vary as per
design calculations so that pipe is not under stress as permitted by codes/ specifications. However
final length of string & cover from top of pipe shall be decided and approved by concerned Authority /
Engineer-in-charge.
(iii) It is sole descretion of the Contractor to do HDD crossing of mainline pipe as well as CS conduit
pipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled through the
same drill hole. or making separate HDD for 6" CS conduit for OFC laying at minimum 4m distance
apart from centreline of HDD of mainline either side. No separate payment for HDD for 6" CS conduit
shall be paid.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

586

Page 13 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

(iv) The rates as quoted for the above crossings shall be applicable for the pipeline laying between
the ROW limits of the crossing as defined in respective crossing drawings enclosed with the tender
document. Payment for crossing installation as per above rates shall be made for the actual
horizontal width of the crossing between the ROW limit of crossing along the pipeline crossed. Any
additional length of pipe required to be installed during crossing installation (on both sides of crossing)
in order to comply with the minimum requirements of cover/ burial depth specified for the crossing or
for any installation convenience shall not be considered as part of crossing on above rates and shall
be paid as per the rates quoted for the normal laying of the pipeline. No additional compensation shall
be admissible in this regard.
12.0 OTHER WATERBODY CROSSING (by HDD Method)
Complete work of the water body crossing (between the ROW limits as defined in Crossing Drawings
enclosed with Bid Document) by HDD method including "Receiving and taking over" owner supplied
three layer PE coated line pipes from Owner's designated place to issue/ dump site(s) and
transportation to Contractor's stock yard/ work shop/ work site including all handling loading,
unloading, aligning etc. supply of all Contractor supplied material including required length of CS
conduit for OFC laying of size 150mm NB; 6.4mm thk. of API 5L Gr. B or equivalent ERW pipe to
work site(s), manpower, equipment, other resources and aquiring the required land for storage,
fabrication inclduing string preparation of pipes, welding, welding repair, radiography, coating of field
joints with special type Heat Shrink Sleeve and repair of pipeline coating with special repair patch
materials as per Specification, pre-testing etc. of complete string made for crossing access for
Contractor etc. and execution of, but not limited to, following works in accordance with specifications
and instruction of Engineer-in-charge and as per all provision of Contract Document.
- In-situ pre-construction survey including auger bore(s) of minimum 6.0 M depth [in the middle third of
waterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its bore
log by soil testing; obtaining historical data/ scour depth from concerned authority ascertaining under
neath soil & strata, necessary cover required over the carrier pipeline from lowest bed level of the
stipulated water crossing including design & calculation and detail engineering and making of crossing
drawing for getting the approval from concerned Authority/ Engineer-in-charge, getting work permit/
NOC for water crossings as well as utility crossings (if any) encountered during water crossing prior to
start the execution of work.
- Drilling to the required depth on the banks and bed including maintenance of drill hole in all types of
strata, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of the
water crossings by HDD methods for providing with minimum cover either
(i) 1.5m below the scour profile/ duly approved/ accepted by concerned authority.
or
(ii) 2.5m or more from the lowest bed as required by concerned authority or site & technical
requirement.
and
(iii) In addition to point (i) & (ii), In case of multiple combined X-ing i.e. canal alongwith road/ drain,
minimum cover requirement as per specification/ concerned authority for each type of x-ing has also
to fulfilled.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

587

Page 14 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

- Laying of the pipeline by the approved HDD method across the water crossing including, strings
preparation of pipes, welding, testing, radiography, welding repair and retest, coating of field joints
with special type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating with special
PERP-80 repair patch or equivalent material as per specification, pre-hydrotest of complete strings
made for crossing etc.
- Backfilling of the ditch/ trench including restoration and clean-up of area etc. to the satisfaction of
Engineer-in-charge/ Concerned Authority.
- Post installation hydrotest dewatering and tie-in with pipeline at either banks etc.
- All other works including pigging, cleaning, final hydrotesting etc. alongwith mainline works (as
mentioned in clause no. 1.0 above) required as per specifications, codes, approved drawings,
calculations, methods and as directed by Engineer-in-charge.
12.1 Details of Water Body Crossing
12.1.1 Crossing of Unlined Canal / Distributary / Canal / Drain / Nala Crossings for carrier pipeline of size
609.6 NB x 12.7 of API 5L Grade X-70 OR 11.1 mm of API 5L Grade X-80 and CS conduit of size 150
NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW Pipe for HDPE duct and OFC.

Meter

300

Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any single
crossings. This shall be as per requirement at site for crossing at different locations.
(ii) Width of the crossings are indicated in respective Crossing drawing enclosed with the tender
document. Crossing width may vary as per site condition. String length for HDD shall vary as per
design calculations so that pipe is not under stress as permitted by codes/ specifications. However
final length of string & cover from top of pipe shall be decided and approved by concerned Authority /
Engineer-in-charge.
(iii) It is sole descretion of the Contractor to do HDD crossing of mainline pipe as well as CS conduit
pipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled through the
same drill hole. or making separate HDD for 6" CS conduit for OFC laying at minimum 4m distance
apart from centreline of HDD of mainline either side. No separate payment for HDD for 6" CS conduit
shall be paid.
(iv) The rates as quoted for the above crossings shall be applicable for the pipeline laying between
the ROW limits of the crossing as defined in respective crossing drawings enclosed with the tender
document. Payment for crossing installation as per above rates shall be made for the actual
horizontal width of the crossing between the ROW limit of crossing along the pipeline crossed. Any
additional length of pipe required to be installed during crossing installation (on both sides of crossing)
in order to comply with the minimum requirements of cover/ burial depth specified for the crossing or
for any installation convenience shall not be considered as part of crossing on above rates and shall
be paid as per the rates quoted for the normal laying of the pipeline. No additional compensation shall
be admissible in this regard.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

588

Page 15 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

13.0 CASED CROSSING


13.1 Crossing with Casing Pipe by Boring
Complete work of the road (National Highway, State Highway, MDR) Rail crossing (between the limits
as defined in approved drawings) excluding supply of casing pipe bare (for 24" NB Pipeline) including
handling, loading, transportation, unloading to Contractor's own stock yard/ work site.

Pre-construction survey and making of crossing drawing based on site visit and getting their approval
from concerned Authority/ Engineer-in-charge prior to start the execution of work.
Installation of casing pipe by jacking/ boring/ for road crossings including open cut for adjacent
service road, canal, minor nature of water channel, utility line crossing etc. (if any) wherever required
for all depth in all type of soils and terrrain for carrier pipe insertion and for OFC/ HDPE duct. All other
Contractor supplied materials like casing insulators, Zinc Ribbon Anodes and casing end seals as per
enclosed specification/ drawings materials for casing vents and drain assembly etc. including supply
of all other materials, equipments, consumables, manpower, welding including visual inspection of all
weld joints.
Preparation of required length of carrier pipeline welded string including all other works as mentioned
in SOR Sl. No. 1.0 above and as per specification/ drawings. Pulling of OFC/ HDPE duct through CS
conduit & insertion of carrier pipe in casing pipe after above ground pretesting at specified test
pressure including installation of casing insulators and Zn ribbon anode as per approved design
calculation, specification/ drawings. Insatllation of vent and drain assembly, fixing of end seals,
backfilling and restoration as original of the facilities crossed and performing all other works including
pigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in SOR Sl. No. 1.0
above) and as per specification, approved procedure, drawing etc. and instruction of Engineer-incharge and provision of contract document, getting NOC from all concerned Authority of the facilities
crossed.
a) Installation of Casing Pipe by Jacking with auger Boring of Casing Pipe - 30" NB x 10.0 mm wall thk.
(for 24" NB pipeline)

270

b) By Open Cut of Casing Pipe - 30" NB x 10.0 mm wall thk. (for 24" NB pipeline)

30

c) By Pipe Jacking with auger Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their
conduit)

270

d) By Open Cut of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit)

30

e) Supply of CS Conduit 150mm NB, 6.4mm wall thk. API 5L Gr. B or equivalent (for OFC & their
conduit)

300

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

589

Page 16 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

f) Supply of Casing Pipe of 30" (762.0 mm OD) x 10 mm thk. API 5L Gr. B or equivalent (for 24" Carrier
Pipe)

Qty.

300

14.1 Pipeline Warning Signs

Nos.

60

14.2 Right-of-way boundary markers

Nos.

336

14.3 Kilometer Posts

Nos.

84

14.4 Direction Markers

Nos.

45

14.5 Aerial Markers

Nos.

20

14.6 Navigable Waterway Markers

Nos.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any single
crossings. This shall be as per requirement at site for crossing at different locations.
(ii) Width of the above crossings indicated are tentative. Actual length & cover from top of casing pipe
string may vary depending upon site conditions, crossing methods, approved drawings etc. and/ or
decided by concerned Authority/ Engineer-in-charge.
(iii) Exact centreline location of boring of 6" NB CS conduit for HDPE Ducts / OFC as a casing pipe
shall be minimum 4.0m either side based on as installed centreline dimension of carrier pipe inside
casing pipe at all cased crossing. The cover to top of casing pipe for HDPE Ducts / OFC shall be
same as cover to top of the pipeline/ casing pipe as applicable.
14.0 PERMANENT MARKERS
Supply, fabrication and installation of following types of permanent markers along the route including
all associated civil works such as excavation in all types of soil, construction of pedestals and grouting
with concrete, cleaning, supply and application of approved colour and quality of primer and paint,
stencil letter cutting for numbers, direction, chainage, etc., restoration of area to original condition and
performing all works as per drawings, specifications and instructions of Engineer-in-charge.

Note : Final quantities of Marker may vary. This may be confirmed by EIC before fabrication.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

590

Page 17 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

15.0 REPAIR OF DEFECTS IN LINE PIPE AND PIPE COATING (ATTRIBUTABLE TO OWNER)
Repair of Owner supplied line pipe and external corrosion coating of all thicknesses noted at the time
of taking delivery by Contractor, including performing all works as per specifications and directions of
Engineer-in-charge.
15.1 Repair of coating defects in 3-Layer PE Coating Line Pipe
Repair of Holiday in Coating
Supply of all coating repair materials as per specification to be compatible with line pipe coating
material and as per the requirements of the relevant specifications, supply of all consumables,
utilities, equipment, and all manpower required, pipe cleaning and surface preparation repairing of
coating defects (resulting in holiday in coating) and testing including all handling, transportation, etc.
for line pipes, performing all works necessary for the completion of the works strictly in accordance
with the relevant specification and instructions of Engineer-in-charge. This rate shall be applicable
per sq.cm of the exposed steel area.
15.2 Repair of Defects in Pipes
i) Cutting and rebevelling (dents / damage in bevels exceeding 3mm in depth)
ii) Jack out (dents in bevels ranging between 1mm and 3mm in depth)

cm2

500

No.

20

No.

20

Nos.

16.0 LEAKS/ BURSTS (Attributable to Owner)


16.1 Major Leak/ Bursts (Detected by visual method) : All works for locating & detection of leak/ burst
(occurred during hydrostatic testing) including necessary repairing/ replacing defective pipe lengths,
including cutting out and removing the defective pipe, pretesting the replacement pipe, welding into
mainline, and NDT of welds, repair and re-testing of defective welds, coating of welded joints, cleanup, retesting the full test section of pipeline including providing all labour, materials, consumables and
inputs other than Owner supplied materials and performing all works as per drawings, specifications
enclosed with the tender/ contract document and directions of Engineer-in-charge
i) Major leak (Detected by visual method) For pipeline size 609.6 mm (24") NB
Note: (1) This rate is applicable for manufacturing defects in Owner supplied material only.
(2) Leak detection, its rectification and successfully re-hydrotesting shall be carried out as per
approved procedure by Contractor with a view that completion of all activity for successful
hydrotesting is not inordinalely extended which will hamper the overall project schedule.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

591

Page 18 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

16.2 Minor Leak (Detected by sectionalizing method) : All works for locating leak by sectionalizing or
any other methods which can not be located by visual means, (occurred during hydrostatic testing)
including necessary repairing/ replacing defective pipe lengths, including cutting out and removing the
defective pipe, pretesting the replacement pipe, welding into mainline, and NDT of welds, repair and
re-testing of defective welds, coating of welded joints, clean-up, retesting the full test section of
pipeline including providing all labour, materials, consumables and inputs other than Owner supplied
materials and performing all works as per drawings, specifications enclosed with the tender/ contract
document and directions of Engineer-in-charge
i) Minor leak (Detected by sectionalizing method) For pipeline size 609.6 mm (24") NB

Nos.

a) 20 - 30

Nos.

10

b) 31 - 45

Nos.

10

c) 46 - 60

Nos.

10

d) 61 - 90

Nos.

a) Valve Pit of Size (3.0m x 2.5m x 2.7m)

No.

b) Valve Pit of Size (2.0m x 1.5m x 2.7m)

No.

14

Note: (1) This rate is applicable for manufacturing defects in Owner supplied material only.
(2) Leak detection, its rectification and successfully re-hydrotesting shall be carried out as per
approved procedure by Contractor with a view that completion of all activity for successful
hydrotesting is not inordinalely extended which will hamper the overall project schedule.
17.0 LONG RADIUS BENDS
Supply of Long Radius Bends (R = 6D) for 24" dia.pipe, X-70 (thk. 12.7 mm) / X-80 ( thk. 11.1 mm)
as per T.S. (No. MEC/TS/05/62/015) & Data Sheet No. MEC/23M9/05/21/M/001/DS-015 enclosed in
Tender Document (Bare pipe for LR Bends shall be free issue to the contractor).

Note : The quantities of LR Bends may vary. For final quantity, approval shall be taken by EIC before
order.
18.0 VALVE PITS
All civil works including supply of all materials, excavation of pit, piping supports including all PCC,
RCC and brick works for valves pits including pedestals with insert plates as required sealing of pipe
at valve pits, providing cover,sand filling etc. and finishing , clean-up and restoration of site, filling and
grading of area around valve station for avoiding any local flooding of area, as per typical drawing
enclosed and instructions of Engineer-in-charge.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

592

Page 19 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

19.0 Magnetic Cleaning and Electronic Geometry Pigging


Mobilisation/demobilisation of pigging tools, tackles, consumables, accessories and personnel by LS / Km
contractor at work site including but not limited to magnet pig, electronic geometry pigs and pig
tracking device, temporary launcher and receiver as per specification and other provision of the bid
document including supply of material, equipment, manpower, etc. as required for geometry
inspection and magnet cleaning of Section-I including calibration of magnetic and caliper tools at
works site, running of adequate no. of magnet pigs and electronic geometry pigs (caliper) including
pig tracking at 5 to 10 Km interval, preparation of site report on pipeline, data analysis at Contractors
facility as per specification and provisions of the Bid Document.

84

20.0 PRE-COMMISSIONING AND COMMISSIONING ASSISTANCE FOR ENTIRE UNDERGROUND


PIPELINE LENGTH 24" X 84 KM APPROX. AND TERMINALS / STATIONS.
Pre-commissioning activities and pre-commissioning checks to the specified acceptance criteria,
making the entire pipeline system ready for commissioning, providing assistance during the complete
duration of commissioning operations, supply of all equipment, manpower, consumables (including
pigs and required quantity of nitrogen for valve operations) materials for all temporary works and
performing all associated works, complete as per the relevant specifications, other provisions of
Contract document and instructions of Engineer-in-Charge.
20.1 Precommissioning Checks
Note:- Pre-commissioning of pipeline from Despatch Terminal at GAIL's existing IP - 4 Station to LS / Km
Receiving Terminal at Jalandhar including terminals / stations.

84

20.2 Dewatering
Note:- Dewatering of pipeline from Despatch Terminal at GAIL's existing IP - 4 Station to Receiving LS / Km
Terminal at Jalandhar including terminals / stations.

84

20.3 Swabbing
Note:- Swabbing of pipeline from Despatch Terminal at GAIL's existing IP - 4 Station to Receiving LS / Km
Terminal at Jalandhar including terminals / stations.

84

20.4 Drying
Note:- Drying of pipeline from Despatch Terminal at GAIL's existing IP - 4 Station to Receiving LS / Km
Terminal at Jalandhar including terminals / stations.

84

20.5 Commissioning assistance


Note:- Commissioning assistance of pipeline from Despatch Terminal at GAIL's existing IP - 4 Station LS / Km
to Receiving Terminal at Jalandhar including terminals / stations.

84

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

593

Page 20 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

21.0 VIDEOGRAPHY
Carried out the videography of the entire pipeline construction activities. The work shall be carry out in LS / Km
two phases.
Videography of the entire route prior to construction activities i.e. pipeline route, location of various
stations, TOP, all crossing like road / railways, river, etc.
Videography during construction activities of Mainline Works i.e. String, Welding, Radiography, Joint
Coating, Lowering, Backfilling, etc. performing all works as per specification of EIC and other
provision of contract document.

84

22.0 IDLE TIME PRESERVATION:


22.1 Preservation of complete pipeline including sub sections, associated facilities and terminal facilities
(installed by Contractor) for a period of one month and its maintenance by filling and pressurising with
nitrogen to a positive pressure of 2 bars (g). Supply and maintenance of nitrogen at required
pressure, including supply of all consumables, nitrogen, all equipment, manpower, etc., complete as
per requirement of specifications, other provisions of contract document and instruction of Engineer Incharge.

LS/km

84

22.2 All work as defined in Sl No. 23.1 for a period of 3 month.

LS/km

84

22.3 All work as defined in Sl No. 23.1 for a period of 6 month.

LS/km

84

LS / Km

84

23.0 PIPELINE INFORMATION MANAGEMENT SYSTEM:


Providing pipeline information management system using web based software as per specification no.
MEC/S/05/21/20, Rev. 0 for monitoring pipeline construction progress and providing all "As Built" data
& drawings for entire length of pipeline in Section-I.

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

594

Page 21 of 22

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

MAINLINE WORKS FOR SECTION-I


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

24.0 Receiving & taking over, handling, transportation and storage of coated / bare line pipe
The contractor shall receive & take over owner supplied bare / 3 layer PE Coated line pipe from any
GAIL's Dumpyard in Ambala, Haryana and its transportation to contractor's own stock yard near work
site(s) at Ludhiana, which includes handling, inspection of pipes at GAIL's Dumpyard in Haryana in
presence of Owner. Repair of pipes (attributable to either contractor or owner) at Ludhiana, loading on
trucks / trailers, transportation, unloading & stacking on wooden sleepers at contractor's own stock
yard near work site(s) at Ludhiana. Above work shall be carried out as per standard drawing,
specification, instruction of Owner and other provision of contract document.
Specified OD
Thk (mm)
Material
Coating Type
Length of each pipe
mm (inch)
24.1 762 (30")
10.3/14.3 mm API 5L Gr.X-70/X-80
Bare / 3 Layer PE
Double random
Coating (Externally) (approx. 11.5 m to 12.5 m)

Meter

500

Note :
i) The quantities given in above item no. are tentative only and shall not be considered to be binding.
The quantities may be increased, decreased or deleted as per the actual site requirement and
instructions / recommendations of Owner. The unit rate shall be operated to work out the final
payment to the contractor.
ii) Above price shall be inclusive of all type of taxes & duties, transit insurance during transportation &
other insurance etc. including all financial & commercial implication as per the tender document. No
other payment except as per quoted unit rate & executed quantities will be payable by the Owner.
Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

In Figure :
Total Amount of quoted price (inclusive of all
applicable taxes & duties except Service Tax ) In Word :

Place : _____________
Date : _____________
Tender No.: _____________________________________________________
Offer No. & Date : ________________________________________________

Signature of Authorised Signatory


Name :
Designation :
Seal :

SOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

595

Page 22 of 22

2-I)

SCHEDULE OF RATES
FOR
CATHODIC PROTECTION WORKS
[SOR. No. 05/21/23M9/CP(Section-I)/SOR-02(I), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

596

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

2-(I) CATHODIC PROTECTION WORKS FOR SECTION-I


Sl. Description of Item
No.

Unit

1.0 TEMPORARY CATHODIC PROTECTION SYSTEM


1.1 Survey, design, detailed engineering, supply, installation, testing and commissioning of the Lumpsum
temporary cathodic protection system using Mg/ Zn galvanic anodes to protect the external
surface of 24NB dia. x 84 km long, 3LPE coated pipeline from Despatch Terminal at
LUDHIANA to Receving Terminal JALANDHAR in SECTION-I against corrosion for design life
of minimum 2 years or till the commissioning of PCP system, whichever is later as per standard
specification No. MEC/TS/05/21/016A for temporary cathodic protection system, scope of work.
Scope shall also include but not limited to the following for completion of jobs:-

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

- Measurement of soil resistivity along the right of way of the main pipeline & take soil sample at
every 1.00 kM for its chemical & microbial analysis along the pipeline route as per specification
for corrosion survey.
- Collection of additional data related to cathodic protection along the right of way of pipeline as
per standard specifications.
- Supply, installation, testing & commissioning of one set of spark gap arrestor across each
insulating joint provided at dispatch terminal, Receiving terminal, tap-off, SV & various
consumer terminals as per P&ID / specification. The pipeline shall be earthed with GI earth
electrodes with separate earth pit for grounding of un-protected pipeline. The resistance to
earth of grounding shall be limited to 5 ohms max.
- Supply, installation, testing & commissioning one set of polarization cell with zinc anode at all
high tension electrical power transmission line/equipments /railway tractions (all 66 KV &
above) crossing or running parallel to the pipeline for grounding purpose as per specification.
The rating shall depend upon anticipated fault current & ground bed resistance at the location of
installation. However, the rating of polarisation cell (solid state) shall not be less than 5 KA &
number of 20 kg net weight zinc anode shall not be less than two.

- Supply & installation of Zinc Ribbon Anodes at 4-8 Oclock position in the interval of 2 meter
(max.) on carrier pipes at all cased crossings i.e. railways/ roads etc.
- Supply, installation, testing & commissioning of Electrical resistance probes (6 No for Section-I
with 1 no. ER probe reading instrument) utilizing the electrical resistance technique shall be
provided along the pipeline at marshy areas and at vulnerable locations to monitor the external
corrosion activity on the pipeline. Location of external ER probe shall be decided during detail
engineering.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/CP(Section-I)/SOR-02(I), Rev-0

597
Page 1 of 2

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

2-(I) CATHODIC PROTECTION WORKS FOR SECTION-I


Sl. Description of Item
No.

Unit

Qty.

Currency

MECON LIMITED

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

Amount
in INR

in Foreign
Currency

- Supply, installation, testing & commissioning of Polarisation coupons (10 Nos. for Section-I)
have one side exposed area of 100 mm x 100 mm shall be provided along the pipeline at
marshy areas and at vulnerable locations to monitor the external corrosion activity on the
pipeline as per enclosed standard specification. Location of external Polarisation coupons shall
be decided during detail engineering.
- Monitoring of the TCP system till commissioning of the permanent cathodic protection system.

- All civil/ structural works related to TCP system including supply of bricks, cement & steel etc.
required for completion of the system.
Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.
Total Amount of quoted price (inclusive of all applicable In
taxes & duties except Service Tax )
(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

Place : _____________
Date : _____________

Figure :

In Word :

Signature of Authorised Signatory


Name :
Designation :
Seal :

Tender No.: _____________________________________________________


Offer No. & Date : ________________________________________________

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/CP(Section-I)/SOR-02(I), Rev-0

598
Page 2 of 2

SCHEDULE OF RATES
FOR
2-II) CORROSION MONITORING SYSTEM WORKS
[SOR. No. 05/21/23M9/CMS(Section-I)/SOR-02(II), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

599

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-I


Sl.
Description of Item
No.

Unit

Qty.

1.0

Design, engineering, supply of high pressure, retrievable type, flush-mounted ER probes, body SS Nos.
316, with mild steel element as per pipe material API 5L X -80/70 and the element thickness 10 mils,
suitable for measurement of Corrosion rate in the range of 0-10mpy along with adaptor with cable as
per Job specification of Corrosion Monitoring System at Ludiana Despatch terminal & Receiving
terminal at Jalandhar.

2.0

Supply of spare flush mounted ER probes body SS 316, with mild steel element as per pipe material Nos.
API 5L X -80/70 and the element thickness 10 mils, suitable for measurement of Corrosion rate in the
range of 0-10 mpy as per Job specification of Corrosion Monitoring System at Ludiana Despatch
terminal & Receiving terminal at Jalandhar.

3.0

Design, engineering, supply of 2" NB, 5.25" height, flare weld Access fitting assembly ( non-tee), body Nos.
carbon steel, acme thread outlet with hollow plug assembly in AISI-316 along with heavy duty
protective CS cover, essential spare Rating 6000 psi and sustained design temperature of 65 DEG.C
etc. for ER Probes as per Job specification of Corrosion Monitoring System at Ludiana Despatch
terminal & Receiving terminal at Jalandhar.

4.0

Design, Engineering, supply, testing & commissioning of ER Probe panel mounted transmitters with Nos.
mounting bracket and receivers (corrosion meter) connecting to UPS and suitable to interfacing with
DCS / SCADA along with all accessories for ER Probes as per Job specification of Corrosion
Monitoring System at Ludiana Despatch terminal & Receiving terminal at Jalandhar.

5.0

Installation of ER probes, access fitting assemblies, Transmitters and Receivers (Corrosion meters) Nos.
and interface with DCS / SCADA including hot tapping & welding with the pipeline, testing &
commissioning at Ludiana Despatch terminal & Receiving terminal at Jalandhar.

6.0

Installation of ER probes, access fitting assemblies, Transmitters and Receivers and interface with Nos.
DCS / SCADA without hot tapping, but including welding with the pipeline, testing & commissioning at
Ludiana Despatch terminal & Receiving terminal at Jalandhar.

7.0

Design, engineering, supply of mild steel flush disc coupons of 1.25" dia & 0.125" thickness as per Nos.
Job specification of Corrosion Monitoring System at Ludiana Despatch terminal & Receiving terminal
at Jalandhar. The coupons shall be of pipe material grade API 5L X-80/70.

10

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

SOR.No. 05/21/23M9/Corrsion(Section-I)/SOR-02(II), Rev-0

MECON LIMITED
Amount
in INR

in Foreign
Currency

600

Page 1 of 3

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-I


Sl.
Description of Item
No.

Unit

Qty.

8.0

Design, engineering, supply of retrievable coupon holders of SS 316 for flush disc coupon as per Job Nos.
specification of Corrosion Monitoring System at Ludiana Despatch terminal & Receiving terminal at
Jalandhar.

9.0

Design, engineering, supply of 2" NB, 5.25" height, flare weld Access fitting assembly (non-tee) with Nos.
solid plug assembly of SS 316 alongwith heavy duty protective CS cover, essential spare etc. as per
Job specification of Corrosion Monitoring System at Ludiana Despatch terminal & Receiving terminal
at Jalandhar.

10.0 Installation of coupons with coupon holder and access fitting assembly including hot tapping & welding Nos.
with the pipeline, testing & commissioning at Ludiana Despatch terminal & Receiving terminal at
Jalandhar.

11.0 Installation of coupons with coupon holder and access fitting assembly without hot tapping but Nos.
including welding with the pipeline, testing & commissioning at Ludiana Despatch terminal &
Receiving terminal at Jalandhar.

12.0 Supply and installation of all connecting cables from ER Probe location to control room to interface
with DCS/SCADA at Ludiana Despatch terminal & Receiving terminal at Jalandhar.

Mtr

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

Amount
in INR

in Foreign
Currency

400

13.0 Supply and installation of retriever kit complete with repair and seal kit with all accessories as per Job Nos.
specification of Corrosion Monitoring System at Ludiana Despatch terminal & Receiving terminal at
Jalandhar.

14.0 Supply and installation of service valve kit with all accessories as per Job specification of Corrosion Nos.
Monitoring System at Ludiana Despatch terminal & Receiving terminal at Jalandhar.

15.0 If required, construction of concrete pits shall be provided with removable closure with minimum gap
of 1.5 meters below the position of pipeline for retrieval of ER probes and coupons at Despatch
terminal puthuvypeen & IP-I.

LS

Currency

MECON LIMITED

SOR.No. 05/21/23M9/Corrsion(Section-I)/SOR-02(II), Rev-0

601

Page 2 of 3

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-I


Sl.
Description of Item
No.

Unit

16.0 Training of client personel.

LS

Notes;
1. The items & quantity indicated above are indicative & may vary to suit site conditions. Bidder must
quote for all items of SOR including sub items.
2.Bidder to confirm full compliance to job specifications. Deviations to specifications are not
acceptable and shall make the liable to rejection.
3.Prices quoted shall include the following:
a)All handling, transportation including marine transportation (if applicable), liaison, port fee,
warehousing, handling as required including payment of all fee, charges, custom duty, commissioning
spares etc.
b)All design, engineering, supply, installation and Technical support and Guarantees
c)All documents including drawings, manuals etc.,
4.Bidder shall submit a spare part list, recommended for 2 years normal operation.
5.All ER Probes and coupons shall be installed at suitable position. However if required, there should
be necessary space of at least 1.5 meters for the retrieval of the ER Probes and coupons. A concrete
pit with removable closure shall be constructed by the vendor.
6.All software and guarantees of the suppliers shall be on the name of GAIL.
7.The corrosion monitoring system during commissioning shall be calibrated as per manufacturer's
instructions for a period required for one complete cycle of parcel of all products being transported.
The contractor shall contact GAIL / MECON site engineer for providing the required period of
calibration along with dates/days.
8. Vendor shall be quoted separately i.e, with hot tapping & without hot tapping as the any of the
requirement may occur in the installation stage.
9. Bidder shall supply of above items at required location as per job
specification.
Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

Total Amount of quoted price In Figure :


(inclusive of all applicable taxes &
duties except Service Tax ) In Word :

Place : _____________
Date : _____________
Tender No.: _____________________________________________________
Offer No. & Date : ________________________________________________

SOR.No. 05/21/23M9/Corrsion(Section-I)/SOR-02(II), Rev-0

Signature of Authorised Signatory


Name :
Designation :
Seal :

602

Page 3 of 3

SCHEDULE OF RATES
FOR
3 - (I) TERMINAL WORKS (PIPING AND MECHANICAL)
[SOR. No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

603

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

1.0

Unit

Size

Rating/
Thk./
Sch.

Qty.

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

PLANT PIPING (ABOVEGROUND) FABRICATION, ERECTION, INSTALLATION


AND TESTING OF PIPING :
Transportation including loading, unloading, handling of all piping items from
Owner's and/ or Contractor's storage point to work at site/ workshop as applicable,
complete work of fabrication, erection, painting, testing of pipes, flanges and fittings
and making ready for further Commissioning / Start-up of carbon steel piping of all
sizes and ratings including supply of all consumables, equipment, manpower and
other resources and execution of, but not limited to, the following works in
accordance with relevant specifications indicated in SCC & scope of work indicated
in SCC, drawings, specification and instructions of Engineer-in-charge and as per all
provisions of the CONTRACT DOCUMENT.

Fabrication including cutting, edge preparation, inclusive of grinding the edges of


pipes, fittings, flanges etc. to match with the matching edges of uneven/different
thickness wherever required, welding, attachment of all pipe fittings like elbows,
tees, reducers. Supply of nipples, coupling etc. as required for completion of job.

Weldolets, sockolets, flanges, vent and drain point connection etc., including
providing stub-in connections, fabricated fittings and reinforcement pads etc., as
required.
Erection including prior cleaning, lifting, placing on pipe sleepers and supports,
overhead on racks, skids and at all elevations including installation and carrying out
connected activities for all types of valves including supply and fixing of gaskets,
studs/ bolts, nuts wherever required for all sizes, levelling, aligning, joining of
flanges, blind flanges, connecting with equipment, nozzles, strainers, tie-in with
existing piping/facilities, etc. tapping for inline instruments like pressure gauges,
thermowells, sample connection, etc.
Preparation of final bill of material based on piping GADs.
Preparation of isometric and fabrication drawings.
Carrying out Non-destructive testing as required except items mentioned in sl. no.
7.0 of SOR.
Surface preparation before application of primer by means of sand blasting including
supply of approved quality of sand, manpower, machineries, tools & tackles to
achieve required roughness as per specification and as per instruction of Engineerin-charge.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

604

Page 1 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

Unit

Painting of entire system (including aboveground all pipes fittings, flanges and
accessories) as per specification MEC/S/05/21/07 suitable for highly corrosive area
environment including supply of approved paints and primers, application of primer
and paints, indentification lettering/ numbering, colour coding, etc. as specified
including rub down & touch up of shop primer or scrapping of shop primer wherever
required by COMPANY and providing scaffolding for all heights etc.

Cleaning and flushing by water/ compressed air, testing of the systems including
hydrostatic, pneumatic and any other type of testing as specified, draining, drying by
compressed air/other methods approved by COMPANY.
Precommissioning & making operational all piping system and equipments and
provide all necessary assistance in term of supply of man-power, equipment, tools
and tackles required amount of nitrogen for purging of entire terminal piping system
including equipments etc.

Clean-up and restoration of site, preparation of as built drawings, documents and


project records; transportation of surplus free issue material to Owner's designated
plac(s); completing all works in all respects as per the AFC drawing, specifications,
standards and other provisions of Contract and instruction of Engineer-in-charge.

Completion of all such work in all respects as per scope of work and as per
drawings, specifications and instructions of the COMPANY and keeping the system
ready in all respects for commissioning and start up.

Hook-up works (with client/ consumer piping at battery limits) wherever required.

Size

Rating/
Thk./
Sch.

Qty.

Complete Carbon Steel Piping Work with painting including all fittings, flanges and
supply of all required gaskets, studs bolts & nuts etc. as described under item 1.0
above
D1A
1.1.1 API 5L, Gr. X-52, PSL-2, SAW, BE

24" NB

19.1

84

1.1.2 API 5L, Gr. X-52, PSL-2, Seamless, BE

12" NB

S60

18

1.1.3 API 5L, Gr. B, PSL-2, Seamless, BE

8" NB

14.3

102

1.1.4 ASTM 106, Gr. B (Charpy), Seamless, BE

6" NB

XS

12

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

1.1

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

605

Page 2 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

Unit

Size

Rating/
Thk./
Sch.

Qty.

1.1.5 ASTM A 106 Gr. B (Charpy), Seamless, BE

4" NB

XS

24

1.1.6 ASTM A 106 Gr. B (Charpy), Seamless, BE

2" NB

S80

36

1.1.7 ASTM A 106 Gr. B, Seamless, PE

1" NB

S80

1.1.8 ASTM A 106 Gr. B, Seamless, PE

1" NB

S80

1.1.9 ASTM A 106 Gr. B, Seamless, PE


.
1.1.10 ASTM A 106 Gr. B, Seamless, PE

" NB

S160

" NB

S160

D4A
1.1.11 ASTM A333 Grade 6 Seamless, BE

8" NB

XS

36

1.1.12 ASTM A333 Grade 6 Seamless, PE

" NB

S160

B1A
1.1.13 API 5L, Gr. B, PSL-2, Seamless, BE

8" NB

7.9

24

1.1.14 ASTM A 106 Gr. B (Charpy), Seamless, BE

4" NB

S40

24

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

Note: 1) Pipe Specification and thickness may vary depending upon availability of pipe.
No extra payment shall be made for this.
2) All butt welded fittings end shall generally match with connecting pipe wall
thickness. However, in case of misalignment, Contractor shall have to do end
preparation without any extra cost.
3) All coupling, nipples etc. as required shall be suplied by contractor but no
separate payments shall be made as it is covered under erection rate.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

606

Page 3 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

Unit

2.0

SUPPLY OF ASSORTED PIPE, FITTINGS AND FLANGES


Complete work of supply of pipes, flanges and fittings including all taxes, duties,
transportation and inspection charges but not limited to, the following items in
accordance with relevant specifications indicated in scope of work indicated in SCC,
drawings, specification and instructions of Engineer-in-charge and as per all
provisions of the CONTRACT DOCUMENT.

Handling including lifting, transportation from Contractor Stores to CONTRACTOR's


workshop for fabrication and/ or to work site for field fabrication and erection for all
piping items supplied by Contractor.

2.1

Size

Rating/
Thk./
Sch.

Qty.

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

CARBON STEEL PIPES

D1A
2.1.1 API 5L, Gr. X-52, PSL-2, SAW, BE

24" NB

19.1

84

2.1.2 API 5L, Gr. X-52, PSL-2, Seamless, BE

12" NB

S60

18

2.1.3 API 5L, Gr. B, PSL-2, Seamless, BE

8" NB

14.3

102

2.1.4 ASTM 106, Gr. B (Charpy), Seamless, BE

6" NB

XS

12

2.1.5 ASTM A 106 Gr. B (Charpy), Seamless, BE

4" NB

XS

24

2.1.6 ASTM A 106 Gr. B (Charpy), Seamless, BE

2" NB

S80

36

2.1.7 ASTM A 106 Gr. B, Seamless, PE


.
2.1.8 ASTM A 106 Gr. B, Seamless, PE

1" NB

S80

1" NB

S80

2.1.9 ASTM A 106 Gr. B, Seamless, PE

" NB

S160

2.1.10 ASTM A 106 Gr. B, Seamless, PE

" NB

S160

D4A
2.1.11 ASTM A333 Grade 6 Seamless, BE

8" NB

XS

36

2.1.12 ASTM A333 Grade 6 Seamless, PE

" NB

S160

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

607

Page 4 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

Unit

Size

Rating/
Thk./
Sch.

Qty.

B1A
2.1.13 API 5L, Gr. B, PSL-2, Seamless, BE

8" NB

7.9

24

2.1.14 ASTM A 106 Gr. B (Charpy), Seamless, BE

4" NB

S40

24

2.2.1 Weld Neck [B-16.5, ASTM A694, Gr. F-52 (Charpy), 125 AARH, RF]
(End Thickness to match pipe thickness)

Nos.

24"

600#

2.2.2

Nos.

12"

600#

2.2.3 Weld Neck [B-16.5, ASTM A105, (Charpy), 125 AARH, RF]
(End Thickness to match pipe thickness)
2.2.4

Nos.

8"

600#

13

Nos.

8"

300#

2.2.5

Nos.

6"

600#

2.2.6

Nos.

4"

600#

2.2.7

Nos.

4"

300#

20

2.2.8

Nos.

3"

150#

2.2.9

Nos.

2"

600#

20

2.2.10 Socket Welded (B-16.5, ASTM A105, 125 AARH, RF)

Nos.

1"

600#

2.2.11

Nos.

"

600#

2.2.12 Socket Welded [B-16.5, ASTM A 350 GR. LF2, Cl.-1, 125 AARH, RF]
(End Thickness to match pipe thickness)

Nos.

"

600#

2.2

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

FLANGES

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

608

Page 5 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

Unit

Size

Rating/
Thk./
Sch.

Qty.

2.2.13 Blind Flanges (B-16.5, ASTM A105 (Charpy), 125 AARH, RF]

Nos.

24"

600#

2.2.14

Nos.

8"

600#

2.2.15

Nos.

8"

300#

2.2.16

Nos.

4"

600#

2.2.17

Nos.

4"

300#

2.2.18 Blind Flanges (B-16.5, ASTM A105, 125 AARH, RF]

Nos.

1"

600#

2.2.19 Blind Flanges (B-16.5, ASTM A350, Gr. LF-2, Cl.-1, 125 AARH, RF]

Nos.

"

600#

2.2.20 Spectacle Blind [B-16.48, ASTM A105 (Charpy), 125 AARH, FF]

Nos.

24"

600#

2.2.21

Nos.

12"

600#

2.2.22

Nos.

8"

600#

2.2.23

Nos.

6"

600#

2.2.24

Nos.

4"

600#

2.2.25

Nos.

4"

300#

2.2.26

Nos.

2"

600#

2.3.1 90 Elbow [MSS-SP-75 Gr. WPHY-52, B-16.9, 1.5D, BW]

Nos.

24"

19.1

2.3.2

Nos.

12"

S60

2.3.3 90 Elbow [ASTM A234, Gr. WPB (Charpy), B-16.9, 1.5D, BW]

Nos.

8"

14.3

24

2.3.4

Nos.

6"

XS

2.3.5

Nos.

2"

S80

14

2.3

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

ELBOW

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

609

Page 6 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

Unit

2.3.6 90 Elbow [ASTM A105, B-16.11, 1.5D, SW]

Nos.

2.3.7 90 Elbow [ASTM A420,Gr. WPL-6, B-16.9, 1.5D, BW]

Rating/
Thk./
Sch.

Qty.

"

6000#

Nos.

8"

XS

2.3.8 45 Elbow [MSS - SP - 75, Gr. WPHY-52, MSS - SP - 75, 1.5D, BW]

Nos.

24"

19.1

2.3.9 45 Elbow [ASTM A234, Gr. WPB (Charpy), B-16.9, 1.5D, BW]

Nos.

2"

S80

2.4.1 Equal Tee [ASTM A234, Gr. WPB (Charpy), BW]

Nos.

8"

14.3

2.4.2 Equal Tee [ASTM A105, SW, 6000#]

Nos.

"

S160

2.4.3 Unequal Tee [ASTM A234, Gr. WPB (Charpy) BW]

Nos.

2.5 WELDOLET
2.5.1 ASTM A694 Gr. F-52 (Charpy), BW

Nos.

24" x 8"

19.1 x 14.3

2.5.2

Nos.

24" x 6"

19.1 x XS

2.5.3

Nos.

24" x 2"

19.1 x S80

12

2.5.4

Nos.

12" x 2"

S60 x S80

2.6 SOCKOLET
2.6.1 ASTM A105, SW

Nos.

24" x1"

3000#

2.6.2

Nos.

24" x "

6000#

2.6.3 ASTM A350, Gr. LF-2, SW

Nos.

8"x"

6000#

2.7 Transition Fitting


2.7.1 Transition Fitting as per drawing no. MEC/23M9/05/21/M/01 (Sheet 1 of 1)

Nos.

24"

600#

2.4

Size

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

TEE

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

8" x 8" x 4" 7.9x7.9xS40

10

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

610

Page 7 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

3.0

Unit

Size

Rating/
Thk./
Sch.

Qty.

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

ERECTION OF VALVES ( As per P & ID )


Handling including lifting and transportation from COMPANY's warehouse to
CONTRACTOR'S Stores and/or work site and installation of all types of valves,
insulating joint, flow tee including assembly of valve accessories, (if any) by bolting,
threading or welding, supply and insertion of gaskets, nuts & bolts, nipples, etc. at all
elevations of pipe sleepers, supports or overhead on racks, equipments nozzle, skid
& painting etc. supply of all consumables, manpower, equipment, etc. for completion
of all works as per scope of work and as per drawings, specifications and
instructions of Engineer-in-charge including servicing/ cleaning of valve wherever
requried.

3.1 Flanged/ Welded Valves (Full Bore/ Reduced Bore)


3.1.1 Ball/ Plug Valves

Nos.

12"

600#

3.1.2

Nos.

8"

600#

13

3.1.3

Nos.

6"

600#

3.1.4

Nos.

4"

600#

3.1.5

Nos.

4"

300#

15

3.1.6

Nos.

2"

600#

15

3.2 Socket Welded Valve (Ball / Plug Valves)


3.2.1

Nos.

"

800#

16

3.2.2

Nos.

"

800#

3.3 Ball Valve (Flanged / Welded End, AV/HOV/GOV)


3.3.1

Nos.

24"

600#

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

611

Page 8 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

Unit

Size

Rating/
Thk./
Sch.

Qty.

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

4.0

Supply of Valves & QOEC


Complete work of supply of Valves & QOEC including all taxes, duties,
transportation and inspection charges but not limited to, the following items in
accordance with relevant Specifications & relevant Data Sheets indicated in scope
of work indicated in SCC, drawings, specification and instructions of EIC and as
perall provisions of the CONTRACT DOCUMENT.
4.1 Plug Valves
D1A
4.1.1 RF

Nos.

4"

600#

4.1.2 RF

Nos.

2"

600#

4.1.3 BW

Nos.

2"

600#

D4A
4.1.4 BW

Nos.

8"

600#

4.1.5 SW

Nos.

"

800#

4.2.1 RF. RB

Nos.

12"

600#

4.2.2 RF. RB

Nos.

8"

600#

4.2.3 BW, RB

Nos.

8"

600#

4.2.4 RF, RB

Nos.

6"

600#

4.2.5 RF, RB

Nos.

4"

600#

4.2.6 BW, RB

Nos.

2"

600#

4.2.7 RF, RB

Nos.

2"

600#

4.2.8 SW, RB

Nos.

"

800#

12

4.2

Ball Valves
D1A

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

612

Page 9 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

Unit

B1A
4.2.9 RF, RB

4.3

QOEC
(D4A)
As per data sheet enclosed in the bid document

Rating/
Thk./
Sch.

Qty.

Nos.

4"

300#

14

Nos.

8"

600#

Nos.

600#/150#

5.0

SAFETY RELIEF VALVES


Supply and Installation of safety relief valve (Tag No. 0603 & 0701) as per Data
Sheet on scrapper trap alongwith companion flanges and with all accessories
including but not limited to gaskets, nuts, bolts, fixtures, clamps etc. required and
providing high vent for discharge. Installation shall as per API RP 520 final coat of
painting, set pressure testing & commissioning and as per scope of work

5.1

PSV (on Scrapper Trap)

6.0

PIPE SUPPORTS & OTHER STRUCTURES

6.1

Supply, fabrication and erection of all types of pipe supports like clamps, saddle, M.Ton.
guide stops, cradles, turn buckles, anchors, T-posts; stockade/ trestle and pipe
bridge for overhead piping; frames for canopy, approach ladders and platforms,
crossover, cable tray supports, etc. including painting suitable for highly corrosive
area as per specification labour and supervision & complete work as per drawings,
specifications and instruction of Engineer-in-charge. (Bolts, nuts, washers, U-clamps
etc. for supporting shall be supplied by the Contractor within the rates quoted.
These items will not be measured and paid seperately). The work is to be completed
in all respect as per scope of work and specification.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

Size

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

MECON LIMITED
Amount
in INR

in Foreign
Currency

613

Page 10 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

7.0

7.1

Unit

Size

Rating/
Thk./
Sch.

Qty.

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

RADIOGRAPHY
Performance of radiographic inspection by gamma radiation as per scope of work
and as per specifications in piping of all types and thickness including
providing/hiring of all necessary equipments, supply of all consumables, and
whatever else even though not expressely mentioned but required to perform the
work as per specifications and instructions of Engineer-in-Charge (full circle reradiography of the repaired joint and additional radiography necessitated due to poor
performance of contractor's welder shall be carried out by the Contractor at his own
cost and shall not be paid extra by Company). Radiographs shall be submitted to
Nos. of
the Engineer-in-Charge for acceptance, whose decision shall be final and binding.
Joint

24"

75

Nos. of
Joint

16"

10

Nos. of
Joint

12"

20

Nos. of
Joint

10"

10

Nos. of
Joint

8"

150

Nos. of
Joint

6"

50

Nos. of
Joint

4"

75

Nos. of
Joint

3"

10

Nos. of
Joint

2"

120

7.2

7.3

7.4

7.5

7.6

7.7

7.8

7.9

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

614

Page 11 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

Unit

8.0

POTABLE WATER PIPING

8.1

Complete supply, fabrication, erection, testing and commissioning of piping from


battery limit to inside terminal complete in all respects including supply, fabrication
and erection of supports and their painting as per standard/ specification and
instruction of Engineer-in-charge. Piping material shall be IS:1239, Heavy,
Galvanised pipe, fitting & valves etc.
Piping (Rate for piping shall inlcude supply of pipes, fittings, flanges and any other
material mentioned above as required for completion of work).

Size

Rating/
Thk./
Sch.

Qty.

8.1.1

1 1/2"

Hvy

60

8.1.2

1"

Hvy

60

8.1.3

3/4"

Hvy

24

8.1.4

No.

1/2"

Hvy

12

8.1.5 Threaded Valve

No.

1"

800#

8.1.6

No.

3/4"

800#

8.1.7

No.

1/2"

800#

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

MECON LIMITED
Amount
in INR

in Foreign
Currency

615

Page 12 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

9.0
9.1

Unit

Size

Rating/
Thk./
Sch.

Qty.

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

ERECTION OF VESSELS, SKID & EQUIPMENTS


Handling, including lifting, transportation from Company's stores to Contractor's workshop for fabrication or/ and to worksite for field fabrication, assembly of parts/ subassemblies erection for all vessels, equipments supplied by company above ground/
underground at all elevation/ depth, fixing of foundation bolts welding wherever
required, alinging, grouting, hooking-up, cleaning and flushing by water draining,
drying by compressed air providing all mountings, ancilliary, enabling works as
required and completing in all respect as per drawings, specification and instruction
of Engineer-in-charge. Contractor's scope shall include supply of all material and
accessories including but not limited to any fixtures, clamps, gasket, nut bolts, finish
coat of painting including rub down & touch up of shop primer/ paint scrapping of
shop primer/ paint and further their painting after application of primer as per
specification, wherever required by Company.

Approx. erection weight and Details of major equipments are as under


(Refer P&ID included with Tender).
Details of major equipments are as under
Details of Equipment
Nos.
9.1.1 Scrapper Trap with Pig Handling Device
2

MT

9.1.2 Chain Pulley Block

MT

9.1.3 Metering Skid

MT

50

Inch
Mtr.

24

10.0 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER) FOR TERMINAL PIPING


All works for leak/burst (occurring during hydrostatic testing) including necessary
repair/replacement of defective pipe length, including cutting and removing out
defective pipes, welding, NDT of welds, repair and re-testing of defective welds,
painting of welded joints, clean-up, re hydro testing of the pipe segment including
providing all necessary equipments, 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.

30" x 24"

Note : This rate shall be applicable for manufacturing defects in Company supplied
materials only.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

616

Page 13 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-I


Sl.
Description of Item
No.

Unit

Size

Rating/
Thk./
Sch.

Qty.

Curr
ency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

11.0 UNLOADING OF FREE ISSUE MATERIAL


Complete work of unloading of Free Issue Materials (Valves, Scrapper Traps,
Metering Skids, Insulating Joint etc.) from Goods Carrier (i.e. Truck, Trailer, etc.) at
GAIL's Designated Store at Ludhiana / Jalandhar. After unloading of free issue
material shall be placed / stacked inside the store at all elevations of racks including
supply of all associated consumables, manpower, equipment, etc. for completion of
all works as per instructions of Engineer-in-charge.

MT

40

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted
currency(ies).

Total Amount of quoted price (inclusive of all


applicable taxes & duties except Service Tax )

Place : _____________
Place : _____________

In Figure :
In Word :

Signature of Authorised Signatory


Name :
Designation :
Seal :

___________________________________
___________________________________

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0

617

Page 14 of 14

3-(II)

SCHEDULE OF RATES
FOR
TERMINAL WORKS (CIVIL)

[SOR. No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

618

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(II)
Item
No.

CIVIL WORKS FOR SECTION-I


Description of Items

CIV-1

Earth work in excavation/site grading


Earth work in excavation in all kinds of soil except rock in any plan dimension up to
3.0 M depth including disposal of excavated earth up to any lead in all conditions,
and disposal of surplus and unserviceable earth. Soil to be leveled and neatly
dressed complete in all respect as per scope of work, detailed construction drawings,
as per technical specifications and directions of the Engineer-in-charge.

Unit

Qty.

M3

11000

M3

18000

M3

350

M3

75

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian Currency
(INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

( The Contractor shall take into account in his rate, the provision for excess
excavation for necessary working space, slope etc., required for excavation and other
allied works and refilling the side slopes and working space)
(Rate to include cost of all labour, tools, tackles, equipment, hire charges, shoring,
bailing and pumping out water etc. with all bye works and sundry works)

CIV-2

Earth work in filling


Earth work in filling with good quality imported earth from approved source in the
layers of 150 mm and compacted up to 95% to its MDD up to 3 m depth and any
plan dimension including all testing, watering, rolling each layer with 1/2 tonne roller
or wooden or steel rammers, and dressing / filling up ground depressions etc.
complete in all respect as per scope of work, detailed construction drawings , as per
technical specifications and directions of the Engineer-in-charge.
(Rate to include cost of all labour, tools, tackles, equipment, hire charges, cost of
borrow earth by way of royalties, right of way, cess, and backfilling using serviceable
earth in all conditions, etc.)

CIV-3
a)

PLAIN CEMENT CONCRETE


Supplying and laying plain cement concrete of grade M 15 with stone aggregate
20mm down grade (including shuttering if required) in all types of concrete works
including levelling courses below foundations, mass concrete works, chambers,
cable trench, under floors and any other locations, at all levels and locations as per
drawings, specifications and directions of the Engineer-in-charge.

b)

Supplying and laying plain cement concrete of grade M 10 with stone aggregate
40mm down grade (including shuttering if required) in all types of concrete works
including levelling courses below foundations, mass concrete works, chambers,
cable trench, under floors and any other locations, at all levels and locations as per
drawings, specifications and directions of the Engineer-in-charge.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil

SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0

619

Pape 1 of 7

GAIL (India) Limited


3-(II)
Item
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

CIVIL WORKS FOR SECTION-I


Description of Items

Unit

Supplying and laying plain cement concrete of grade M 7.5 with stone aggregate
40mm down grade (including shuttering if required) in all types of concrete works
including levelling courses below foundations, mass concrete works, chambers,
cable trench, under floors and any other locations, at all levels and locations as per
drawings, specifications and directions of the Engineer-in-charge.

c)

Qty.

M3

75

M3

300

M3

25

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian Currency
(INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials, shuttering in all conditions etc. with all bye works and sundry works.)

CIV-4

CIV-5

REINFORCED CEMENT CONCRETE IN SUB STRUCTURE WORKS


Providing and laying reinforced cement concrete of grade M-20 with 20mm and
down grade crushed stone aggregate in all types of sub-structures like foundations,
pedestals, pedestal bases, pipe supports, sleepers cable trench, RCC retaining wall
foundation for boundary wall including construction joints, bitumen painting on
surfaces in contact with soil, shuttering, supplying and fixing MS inserts, finishes etc.
at all depths and levels complete as per drawings , specifications and directions of
the Engineer-in-charge.
1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials such as minimum 43 grade cement including sulphate resistant cement
for sub-structures, inserts, bolts, conduits, bitumen, excavation, PCC M-7.5 in mud
mat, other minor construction materials, shuttering , staging, testing of concrete,
curing etc. with all bye works and sundry works).
REINFORCED CEMENT CONCRETE IN SUPER STRUCTURE WORKS
Providing and laying reinforced cement concrete of grade M-20 with 20 mm and
down grade crushed stone aggregate in all types of super-structures like columns,
beams, except building superstructure if not covered elsewhere, pedestals, pipe
supports, RCC retaining wall, boundary wall including construction joints, shuttering,
supplying & fixing MS inserts, finishes etc. at all heights and levels complete as per
drawings , specifications and directions of the Engineer-in-charge.
1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials such as minimum 43 grade cement including sulphate resistant cement
for super structures, inserts, bolts, conduits, other minor construction materials,
shuttering , staging, testing of concrete, curing etc. with all bye works and sundry
works).

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil

SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0

620

Pape 2 of 7

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(II)
Item
No.

CIVIL WORKS FOR SECTION-I


Description of Items

CIV-6

Reinforcement steel
Supplying and Fabricating and Fixing in position HYSD Steel Reinforcements/ TMT
Grade Fe-415 conforming to IS1786-1985 at all levels and positions including the
Cost of transport, Straightening, Cutting, Bending, Cranking, Binding, Welding,
Provision of necessary Chairs and Spacers, Preparation of bar bending schedule
Drawings, getting the same approved etc., as per Drawings and Specifications and
including Cost of binding wire, Labour etc., all complete in all respects as per scope
of work, detailed construction drawings, technical specifications and direction of
Engineer-in-charge. The chairs and spacer bars provided will not be Measured for
payment.
[ 1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply
of all materials such as steel Reinforcement, binding wire and other minor
construction materials, testing etc. all bye works and sundry works.
2. Chairs, laps, spacers, wastage etc. shall be to contractor's account.]

CIV-7

CIV-8

Unit

BRICK WORK
Providing brick work with brick class designation M-7.5 of IS:1077 in cm1:4 (1cement
: 4 sand) in steps, load bearing structures, drains, or any shape with all lead, depths
& height including finishes, curing, scaffolding, etc., as per specifications and
drawings with all bye-works and direction of the Engineer-in-charge.

Qty.

MT

40

M3

3200

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian Currency
(INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials such as minimum 43 grade cement, bricks, finishes, bitumen, other
minor construction materials, shuttering, staging, masonry work, plastering with 15
mm thick cement plaster on exposed faces with 1:4 cement mortar( 1 cement : 4
Sand) , painting with bitumen etc.. with all bye-works and sundry works complete as
per drawings).
CONCRETE PAVEMENT
Providing and laying reinforced cement concrete pavement 150 mm thick in M-20
grade with 20 mm and down grade crushed stone aggregate in pavement, including
preparation of base (i.e. compacted subgrade, 200 thk sand and 50 thk PCC M-10
grade), leaving pockets if necessary, making recess, projections, fixing inserts
conduit pipes (GI, PVC, HDPE, etc.) laying in alternate panels, filling the gaps
between the panels with bitumen etc., making slopes, finishing edges, leaving bars
for pedestals & sleepers including providing sand fill isolation , shuttering, providing
and fixing reinforcing steel, curing, chipping and modification works etc. as specified
in any shape, thickness, position and finishing the top surface smooth as per
requirement etc. all complete as per drawings, specifications and directions of the
Engineer-in-charge.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil

SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0

621

Pape 3 of 7

GAIL (India) Limited


3-(II)
Item
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

CIVIL WORKS FOR SECTION-I


Description of Items

Unit

a) - 150mm thick in Pavements of Process Area (Type - 1)


b) - 150mm thick in Approach Roads (Type -2)

Qty.

M2
M2

700
2800

M2

1400

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian Currency
(INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials, providing and fixing reinforcement steel, shuttering, earthwork in
excavation and backfilling using serviceable earth in all conditions, preparation of
base, etc. with all bye works and sundry works. Cost of works towards pipe supports
& sleepers being raised from pavement is covered under respective RCC items.)
CIV-9

BUILDING WORKS IN SV STATIONS AND GUARD ROOMS


Construction & handing over of office building for Receiving Terminal, Despatch
Terminal and SV Stations & Guard Rooms complete in all respect as per drg. (to be
supplied by Owner) and as per technical specification and directions of Engineer-incharge.
(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials such as minimum 43 grade cement, bricks, R/F steel, inserts, bolts,
conduits, finishes, bitumen, other minor construction materials, shuttering, staging,
earthwork in excavation and backfilling using serviceable earth in all conditions,
shoring/ strutting, bailing and pumping out water, masonry work, plastering, painting,
false ceiling, flooring, water proof treatment on roof, plumbing, sanitation, electrics
etc. with all bye works and sundry works).
PAYMENT SCHEDULE : The payment schedule for this item shall be as follows:

a)

1. 40% on casting of roof and completion of brickwork upto roof level.


2. 50% on completion of all plumbing, sanitation, electrical, false ceiling, flooring,
water proof treatment on roof, sewerage & finishing works inside and outside of the
building.
3. 10% on handing over of the completed building to the owner.
Control Room Building/Guard Rooms

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil

SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0

622

Pape 4 of 7

GAIL (India) Limited


3-(II)
Item
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

CIVIL WORKS FOR SECTION-I


Description of Items

Unit

CIV-10 Compound wall


Providing, constructing and finishing of compound wall in brick masonry 345 thk with
690x460 pillar at interval of 2.0 m or as specified in construction drawings, and height
3 m as per scope of work detail construction drawings, including plastering, coping,
painting, whitewash, finishes all complete as per technical specifications and
direction of the Engineer-In-Charge.
[ 1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply
of all materials such as minimum 43 grade cement, bricks (of strength not less than
7.5 N/mm 2), finishes, bitumen, other minor construction materials, shuttering,
staging, masonry work, DPC, coping, expansion gap filling with "Capcell" armoured
board of "Supreme" make and white sealant material, plastering, exterior painting
with "Apex" of "Asian paints" or "Weathershield" of "ICI" or " Weather" coat of "Berger
Paints" etc. with all by works and sundry works.
2. Foundation / sub-structure to be paid under separate item].
CIV-11 EXTERNAL WATER SUPPLY SYSTEM
Supply, laying and commissioning GI water supply piping with all fittings such as
garden irrigation fittings, water meter, water connection, and all other fittings
including earth cutting, filling, disposal of surplus earth, 2 (two) pumps and valves ,
bore well 150 dia & 100 m deep ( min) and submersible pumps including all
accessories, panel, wiring all complete in all respects as per scope of work, detailed
drawings , technical specifications and directions of the Engineer-in-charge.

Qty.

Rm

2000

Nos.

Nos

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian Currency
(INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

[Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials including pipes, water meter, valves, boring, priming, cabling, pumps,
clearing, earth work, etc. with all bye works and sundry works and consumables.]
CIV-12 BORE WELL AND HAND PUMP
Supply, providing, placing in position Deep Well hand pump of approved quality &
make ( as per IS 9301 and installation as per IS 11004 Part-1 ) for 40 mm dia GI pipe
complete with all accessories, fittings including providing and placing in position filter
of 40 mm dia GI pipe with brass strainer of approved quality. Boring shall be 100 mm
dia steel casing pipe for Hand pump in all soils and tested up to a depth of 20.0 m
complete in all respects as per scope of work, detailed drawings , technical
specifications and directions of the Engineer-in-charge.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil

SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0

623

Pape 5 of 7

GAIL (India) Limited


3-(II)
Item
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

CIVIL WORKS FOR SECTION-I


Description of Items

Unit

CIV-13 PAVER BLOCK FLOORING


Supply , construction and handing over of CC inter locking paver block 80 mm thick, I
shape, rough finish, M-40 strength of approved brand laid over the sand bed of
minimum 100 mm thick. The CC interlocking blocks to be of uniform Grey colour or
as approved by EIC complete in all respects as per scope of work, detailed
construction drawings, technical specifications and directions of the Engineer-incharge.
[ 1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply
of all materials such paver blocks, cement, sand, earth work in excavation in cutting
earth in all conditions, shuttering with all bye works and sundry works. Cable and
pipe trench area will be deducted from forecourt area & and paid in SS tube trench in
Forecourt ].
CIV-14 KERB STONE FIXING
Providing and fixing precast concrete Kerb stones (250 wide X 300 deep and 125
thick) of M-25 grade or equivalent of approved make and shape at or near ground
level as per approved pattern and setting in position with cement mortar 1:3 (one
cement : 3 coarse sand) including the cost of required centering, shuttering and
finishing smooth with 6 mm thick cement plaster 1:3 (1 cement : 3 fine sand)
wherever required over 75 mm thick PCC M-10 levelling course, complete in all
respects as per scope of work, detailed construction drawings, technical
specifications and directions of the Engineer-In-Charge.
[ Rate to include all labour, tools, tackles, factory manufactured & steam cured Kerb
Stones, shuttering, transportation, water charges, earth work if any , PCC etc
complete]
CIV-15 SOAK PIT AND SEPTIC TANK
Providing and construction of septic tank and soak pit in brick masonry and base and
top slab in RCC M20 complete in all respect as per scope of work, detailed
construction drawings , technical specifications and directions of the Engineer-incharge.
[1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply
of all materials such as minimum 43 grade cement including chemical resistant paint
for sub-structures, bricks, inserts, bolts, covers, aggregates/ sand fill conduits,
finishes, bitumen, other minor construction materials, shuttering , staging, earthwork
in excavation and backfilling using serviceable/ borrow earth in all conditions,
shoring/strutting, bailing and pumping out water, masonry work, plastering, plumbing,
sanitation, etc. with all bye works and sundry works.]

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil

Qty.

M2

1400

Rm

750

Nos.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian Currency
(INR)
Currency

SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0

MECON LIMITED
Amount
in INR

in Foreign
Currency

624

Pape 6 of 7

GAIL (India) Limited


3-(II)
Item
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

CIVIL WORKS FOR SECTION-I


Description of Items

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian Currency
(INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

CIV-16 VALVE PIT


a)

Construction and handing over of Brick Valve Pit of approx. 2m x 1.5m & 2.7 m deep
in size (internal dimension) as per technical specification and direction of engineer-incharge complete in all respect. Scope of work shall be as per Sketch attached with
the tender.

b)

Construction and handing over of Brick Valve Pit of approx.3.0m x 2.5m & 2.7 m
deep in size (internal dimension) as per technical specification and direction of
engineer-in-charge complete in all respect. Scope of work shall be as per Sketch
attached with the tender.

No.

M2

3400

(Rate To Include All Bye Works And Sundry Works for any location) - Refer
"PREAMBLE TO SCHEDULE OF QUANTITIES" (Valve Pit)

CIV-17 LAWN DEVELOPMENT


Preparing the bed by scarifying existing surface, placing humus earth mixed with
manure/cow dung in the ratio of 8:1 for a depth of 30 cm, rough dressing, fine
dressing, levelling and flooding with water, planting of selection 1 species of grass
with 5 cm X 5 cm spacing as indicated by site incharge and thereafter maintenance
and watering for 45 days including all labours, tools, tackle, complete.

(i) The bidder must indicate currency(ies) against each quoted item of the SOR. Total Amount of quoted price (inclusive of all applicable In Figure :
taxes & duties except Service Tax )
(ii) The total amount shall also be given by the bidder in the quoted
In Word :
currency(ies).
Place
: _____________
Date
: _____________
Signature of Authorised Signatory
Name :
Tender No.: _____________________________________________________
Designation :
Offer No. & Date : ________________________________________________
Seal :
Note:

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil

SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0

625

Pape 7 of 7

3-(III)

SCHEDULE OF RATES
FOR
TERMINAL WORKS (STRUCTURAL)
[SOR. No. 05/21/23M9/Strl.(Section-I)/SOR-03(III), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

626

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(III)
Item
No.

STRUCTURAL WORKS FOR SECTION-I


Description of Items

ST-1

Providing and fixing chain link Fencing


R.M
Supply, fabrication and erection of structures such as angle iron post, Channel
post,Strainer and strut,etc.with necessary holes for fixing the chain link fencing,site
assembly and finally erection of structures at appropriate location with painting as per
specification,including 2.0m high G.I. Chain link fabric fencing mesh size 50x50x3.15 mm
dia, with 0.5 m heigh barbed wire (type-A) as per IS:278-1978 shall be made from two
strands of galvanized steel wire of nominal dia 2.5 mm twisted together fixed on angle iron
posts with GI staples, turn buckles,all necessary fitting etc, including strengthening with 4
mm dia wire Nuts bolts and washer complete in all respects.All work as per Specification
and drawings and as direction of the Engineer-In-Charge(excluding foundation and RCC
beams Refer Standard drawing)
Providing and fixing Fencing Gates
Supplying, fabrication & fixing of fencing Mild steel gate 2.5m high with Chian link
fencing mesh upto 2m height and 0.5m barbed wire fencing including all fixtures like MS
Pivot,locking arrangement, tower bolt etc.complete in all respects including painting ,all
work as per Specification and drawings and as direction of the Engineer-In-Charge
(excluding foundations and RCC beams)
2m Wide Gate
Nos.
4m Wide Gate in two panel
Nos.
Steel structure Fabrication & Erection
KG
Supply ,fabrication and erection of all types of pipes supports like clamps saddle,guide
stops,cradles,turn buckles,anchors,T-post,stockade/trestle and pipe bridge for over head
piping ,approach ladders and platform,crossover,cable tray supports,etc. including
painting as per painting specification(Bolts,nuts,washer,U-clamps etc. shall be supplied b
the contractor within the rates quoted.These items will not be measured and paid
seperately).The work is to be completed in all respect as per drawings and techanical
specification and direction of the Engineer-in-Charge
Fabrication & Erection of MS Gate
Supply, fabrication and fixing in position steel entrance gate (as per the design shown in
the tender drawing) supply of raw materials, transportation and delivery at site, unloading,
storage and handling at site, site assembly and finally erection at appropriate locations.
gates shall be fabricated out of channel and Sq Bar with all fixtures like MS Pivot, M.S
sheet boxing ,locking arrangement, MS tower bolts, gate stopper, hold fast, MS wheel wi
ball bearing , MS tee bend to shape and embedded in the road surface for gate opening
track , etc. including painting as per specification. The work is to be completed in all
respect as per drawings and techanical specification and direction of the Engineer-inCharge
4.0m clear opening width of gate in two panels.
No.

ST-2

a)
b)
ST-3

ST-4

a)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Strl

Unit

Qty.

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

50

1
1
1500

SOR.No. 05/21/23M9/Strl.(Section-I)/SOR-03(III), Rev-0

627

Pape 1 of 2

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(III)
Item
No.

STRUCTURAL WORKS FOR SECTION-I


Description of Items

ST-5

Providing and fixing chequered plate covers


Providing and fixing chequered plate in approved panel or over steel structure
KG
750
platform,cable and pipe trench including cutting, welding, hoisting, fixing in
position,including painting as per specification, complete in all respect as per drawings ,
technical specifications and directions of the Engineer-In-Charge.
Notes:
The quantities indicated are estimated values and hence are approximate. Final payment
will be made based on actual quantities to be certified by the Purchaser.
The cost of MS bolts (permanent and service), washers,MS tower bolts, MS Wheel and
plate at bottom for rolling , electrodes, putty, gases, cost of straightening the raw
materials, cutting of flats from plates and providing splices, paints, tools, plants, electric
power,water.other consumables, as required for the work shall be deemed to be included
in the quoted rates.
All handling and transport charges of raw materials and fabricated structures including
double handling, as required, for completion of work in accordance with time schedule, are
deemed be included in the quoted rates
(i) The bidder must indicate currency(ies) against each quoted item of the SOR.
Total Amount of quoted price (inclusiveIn Figure :
of all applicable taxes & duties except
(ii) The total amount shall also be given by the bidder in the quoted currency(ies).
Service Tax ) In Word :

1
2

Note:

Place
Date

Unit

: _____________
: _____________

Tender No.: _____________________________________________________

Qty.

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

Signature of Authorised Signatory


Name :
Designation :
Seal :

Offer No. & Date : ________________________________________________

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Strl

SOR.No. 05/21/23M9/Strl.(Section-I)/SOR-03(III), Rev-0

628

Pape 2 of 2

3 - (IV)

SCHEDULE OF RATES
FOR
TERMINAL WORKS (ELECTRICAL)

[SOR. No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

629

GAIL (India) Limited


3-(IV)
Sl.
No.
1
1(i)

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

Supply, installation, earthing, testing, commissioning of power distribution board


(PDB) and Lighting Distribution Board (LDB) :
Supply, Installation, connection, earthing, testing, and commissioning of surface Nos.
mounted PDB for receiving terminal consisting of bus bar chamber, cable alley, 250
Amp incomer TPN MCCB & 2 nos. 160 Amp TPN MCCB, 6 nos. 63 Amp TPN
MCCB, 2nos. 45 Amp TPN MCCB, , 2 Nos 16 Amp DP MCB outgoing, complete
with wiring, MFM (Multi Function Meter), indication lamp,ON, OFF, TRIP indication,
ammeter, voltmeter etc including civil & mechanical work, labour and materials etc
as per drawing, specification and the direction of Engineer-in-charge.

1(ii)

Supply, Installation, connection, earthing, testing, and commissioning of surface Nos.


mounted PDB for SV's terminal consisting of bus bar chamber, cable alley, 250
Amp incomer TPN MCCB & 6 nos. 100 Amp TPN MCCB, 2 nos. 45 Amp TPN
MCCB, 4 Nos 32 Amp TPN MCCB and 2 nos. 16 A outgoing, complete with wiring,
MFM (Multi Function Meter), indication lamp, ON, OFF, TRIP indication, ammeter,
voltmeter etc including civil & mechanical work, labour and materials etc as per
drawing, specification and the direction of Engineer-in-charge.

1(iii)

LIGHTING DISTRIBUTION BOARDS


Supply, Installation, connection, earthing, testing, and commissioning of 415V/240V
lighting/power panels, wall mounting type in weather/ flame proof (with hinged
cover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +
ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit complete
with wiring, indication lamp, ammeter etc including all civil & mechanical work,
labour and materials etc as per drawing, specification and the direction of Engineerin-charge.

Qty.

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

Unit Rate inclusive of all


applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

a)

Recess/Surface mounted Lighting Panel (LDB-1) for receiving terminal for Electrical Nos.
/ Control Room Lighting Points Consisting of 45 Amp (100mA sensitivity) 4 Pole
RCCB as incomer and 14 nos. 10 A DP MCBs (Type B & C) & 2 nos. 16 A DP
MCBs (Type C) as out goings complete with indication lamp etc.

b)

Recess/Surface mounted Lighting Panel (LDB-2) for receiving terminal for Building Nos.
Power Points, AC's etc consisting of 160 Amp TPN MCCB as incomer and 4 Nos.
63A DP MCBs (Type C) & 4 Nos. 45A DP MCBs (Type C), 2 nos of 25A DP MCB
and 4 nos of 16A DP MCB as out goings complete with indication lamp etc.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

Currency

MECON LIMITED

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

630

Sheet 1 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.
c)

1(iv)

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

Recess/Surface mounted Outdoor Lighting Panel (LDB-3) for receiving terminal Nos.
consisting of 32 Amp (100mA sensitivity) 4 Pole RCCB as incomer and 7 nos. 10 A
DP MCB and 2 nos. 32 A TPN MCB as out goings complete indication lamp etc.

Qty.

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

Unit Rate inclusive of all


applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

Supply, Installation, connection, earthing, testing, and commissioning of 415V/240V


lighting/power panels, wall mounting type in weather/ flame proof (with hinged
cover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +
ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit complete
with wiring, indication lamp, ammeter etc including all civil & mechanical work,
labour and materials etc as per drawing, specification and the direction of Engineerin-charge.

a)

Recess/Surface mounted Lighting Panel (LDB-1) for SV station for Electrical / Nos.
Control Room Lighting Points Consisting of 32 Amp (100mA sensitivity) 4 Pole
RCCB as incomer and 8 nos. 10 A DP MCBs (Type B & C) as out goings complete
with indication lamp etc.

b)

Recess/Surface mounted Lighting Panel (LDB-2) for SV station for Building Power Nos.
Points, AC's etc consisting of 63 Amp (300mA sensitivity) 4 Pole RCCB as incomer
and 2 Nos. 63A DP MCBs (Type C) & 4 Nos. 10A DP MCBs (Type C) as out goings
complete with indication lamp etc.

c)

Recess/Surface mounted Lighting Panel (LDB-3) for SV station for Outdoor Lighting Nos.
consisting of 32 Amp (300mA sensitivity) 4 Pole RCCB as incomer and 4 Nos.10 A
DP MCBs (Type C) and 2 nos. of 32 A TPN MCB as out goings complete with
indication lamp etc.

d)

Recess/Surface mounted Distribution Panel for room building consisting of 16 Nos.


Amp (100mA sensitivity) 4 Pole RCCB as incomer and 3 nos. 6 A DP MCBs as out
goings complete indication lamp etc.

1(v)

Currency

MECON LIMITED

Supply, Installation, connection, earthing, testing, and commissioning of 415V/240V


lighting/power panels, wall mounting type in weather/ flame proof (with hinged
cover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +
ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit complete
with wiring, indication lamp, ammeter etc including all civil & mechanical work,
labour and materials etc as per drawing, specification and the direction of Engineerin-charge.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

631

Sheet 2 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

Qty.

a)

Recess/Surface mounted Emergency Lighting Panel (LDB-E1) for receiving, Nos.


despatch and SV station for IndoorLighting Points Consisting of 32 Amp (100mA
sensitivity) 2 Pole RCCB as incomer and 4 nos. 2 A SP & 4 nos. 1 A SP MCBs
(Type B & C) as out goings complete with indication lamp etc.

i) Supply, installation, testing & commissioning of 800VA Inverter system with 150Ah Nos.
Battery backup with maintenance free lead-acid battery including wiring etc for
Emergency lighting in control room, Telecom & SCADA room, Electrical room, I/C
room, Battery room & canteen (Make Inverter: Su-Kam, Genius, Microtek,
Battery: Exide, Amaraja).
ii) Supply, installation, testing & commissioning of 250VA Inverter system with Nos.
150Ah Battery backup with maintenance free lead-acid battery including wiring etc
for Emergency lighting in control room, Telecom & SCADA room, Electrical room,
I/C room, Battery room & canteen (Make Inverter: Su-Kam, Genius, Microtek,
Battery: Exide, Amaraja).

Supply, installation, testing, commissioning of the complete earthing and lightning


protection system, earth electrodes/ pit, earth main ring, earthing of electrical
equipments, instrument panels, field instruments, process equipments and pipes/
flanges including all associated civil & mechanical work with all material and labour
as per drawing, specification and the direction of Engineer-in-charge.

a)
b)
c)
d)
e)
f)

Earth Pits- GI PIPE Electrode with 6 mm thick chequered plate cover


Nos.
Earth Pits- Copper plate Electrode with 6 mm thick chequered plate cover
Nos.
GI Strip (50X6) mm
Mtr
GI Strip (25X5) mm
Mtr
Copper Strip (25X3) mm
Mtr
GI Wire, wire rope and all balance earthing material including copper strip (50 mm x Lot
2 mm thick) jumper for flanges etc as per the specification.
GI lightning rod 25 mm dia. 1800 mm long including supply of all hardware labour Set
etc. complete as per approved drawings, specifications and directions of EngineerIn-Charge.

g)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

MECON LIMITED
Unit Rate inclusive of all
applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

90
30
600
595
215
1
2

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

632

Sheet 3 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

Qty.

Supply, laying, termination, testing and commissioning of 1.1kV grade PVC LT


power and control cables (conforming to IS:1554 and MECON's specification) of
following sizes in trenches, excavated under ground trench/trays, pulling through
pipes and its proper sealing, cutting of paved area, roads etc.

a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)

3.5x 120 mm2 AYFY


3.5x 70 mm2 AYFY
3.5x 35 mm2 AYFY
3.5x 25 mm2 AYFY
4 x 6 mm2 YWY
4x4 mm2 YWY
4x2.5 mm2 YWY
2 X 10 mm2 YWY
2 X 6 mm2 YWY
2 X 4 mm2 YWY
2 X 2.5 mm2 YWY

Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr

200
60
30
40
400
80
2540
300
150
480
10

Supply of Installation/ erection accessories including, cable tags, cable marker,


nickle plated lugs, double compressed brass cable glands, brass
adaptar/reducers/nipples, fixing of metallic anchor fasteners for supporting of cable
trays and misc. electrical switchgear including all labour and materials complete as
required and as per directions of Engineer-In-Charge.

Lot

Wiring for main/ submain with 4 x 6 sq.mm PVC insulated copper conductor single
core cable/ wire in PVC conduit in recess/ trench as required.

Mtr

190

Supply, installation, testing, commissioning of lighting fixtures complete with


mounting bracket, flame proof/non flame proof, control gear box as per the type of
fixture, lamps etc. including civil work with pipe inserts for cables and connecting
work, with all material and labour as per specifications, drawings and instruction of
Engineer-in-charge. Work to be completed in all respects.
Street lighting, non integral type flame proof well glass fixture(lighting fixture : Type
FLPW-1245 of M/s Baliga make or equivalent,150 W mercury vapour lamp) on 6mtr
GI octagonal pole (Type BOP-6030 of Bajaj make or equivalent) complete with
bracket, GI clamps for fixing flame proof control gear box as per standard
drawing(MEC/SD/05/E9/77/04) & specification (MEC/TS/05/E9/077B).

Set

20

Set

a)

b)

Bracket mounted single frame proof flood light fixture (for 250W mercury vapour
lamp) on building structure , lighting fixture type : FHF300 (AL) of M/s CG make or
equivalent.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

MECON LIMITED
Unit Rate inclusive of all
applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

633

in Foreign
Currency

Sheet 4 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.
c)
d)

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

Bracket mounted lighting fixture with lamp (for 250W MH lamp) on building/ Set
structure, lighting fixture type : MHSG1525IH/G of M/s CG make or equivalent
High Mast lighting on a 20 m high pole suitable with 8 Nos. lighting fixtures (400W Set
HPMV lamp) (As per attached data sheet, Make - M/s Bajaj or equivalent).

Qty.

(i)

a) 100KVA
Nos.
b) 63KVA
Nos.
c) 25KVA
Nos.
Supply, Erection, testing & commissioning of all the items listed at (Sl. No. ii) to viii)
below) including transformer, all miscellaneous materials required, digging,
trenching, backfilling, compaction, making of foundations/ pedestal, fixing the
fencing and gate, spreading of blue granite material, etc as required to complete the
HT & LT installation as per the tender.
Supply, erection and commissioning of double pole Structure with MS joist ISMB Set
200 x 100 mm, 11 m long complete with 100 x 50 mm MS channels of required
length and size ; 11 kV 3 Ph 100A horizontal Gang operated Air Break switch,
11kV 100 A DO Fuse, 9kV- 5 kA lightning arrestors, 11kV pin insulators & disc
insulators, operating rod, handle, locking arrangement, copper wire for jumper
connection, stay set (with 11kV Gay insulator, GI wire etc) complete all accessories
etc as required inclusive of paint (two coats of primer & two coats of final aluminum
paint), civil, mechanical & earthing work i.e. concrete foundation etc.

1
3
1

Supply, erection, testing and commissioning of MS joist ISMB 200X100mm, 11m Set
long complete with 100X50 mm MS channel of required length and size as per IE
rules for mounting of PIN type insulator with GI nut bolt, washer etc. as required for
support of overhead line conductor, inclusive of painting (two coats of primer&two
coats of final aluminium paint) including civil, earthing & mechanical work i.e.
concrete foundation etc.
Supply, erection and commissioning of 11 kV, ACSR weasel conductor as required Mtr.
for stringing between State Electricity Board Double pole and consumer double pole
structures including all civil & mechanical work.

80

(iv)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

Unit Rate inclusive of all


applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

POLE MOUNTED 11/0.433kV SUBSTATION WITH TRANSFORMER


Supply, installation, Inspection,Transportation to site, erection on pole/pilnth, testing
and commissioning of 11/0.433 kV outdoor type, 3Ph, 50Hz, copper wound, Dyn11,
ONAN distribution transformer complete with all accessories as per IS 2026/1180 &
MECON's specification & first oil filled of following rating as per the tender drawing,
PJS, specification and the direction of Engineer-in-charge
Termination arrangement for HV side : HT bushing & for LV side: Cable end
box/Terminal box.

(iii)

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

12

(ii)

Currency

MECON LIMITED

2000

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

634

Sheet 5 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

Qty.

(v)

Installation, laying, termination, testing & commissioning of 3CX 11kV A2XFY, 95 Mtr.
Sqmm HT cables including its termination kit (Heat shrinkable termination) for
stringing between State Electricity Board Double pole and consumer double pole
structures in trenches, excavated under ground trench/trays, pulling through pipes
and its proper sealing, cutting of paved area, roads etc including all civil, mechanical
earthing
work.

2000

(vi)

Supply,erection and commissioning of outdoor type dust & weather proof sheet steel Nos.
(2 mm thick) enclosed fuse switch unit of following rating for mounting on wall or
pedestal.
250A, 415V, 3 Pole & Neutral AC-23 duty and suitable for termination of 1 nos. (3.5
x 95/120 sq.mm) AYFY cable on incomer terminals and 1 nos. (3.5 x 95/120 sq.mm)
AYFY cable on outgoing terminals.
Supply,erection and commissioning of material for chain link fencing of (height 2.5 Mtr.
m) for the sub station area with ISA 50 x 50 x 6 mm angle and 4 mm thick welded
wire mesh and 1 no. gate (2x2 mtr.) complete with all material, lobour & welding
including civil & mechanial work.
Supply,erection and commissioning of 40 mm blue granite metal for spreading in the Sqmtr
fenced area (approximately 5 m x 5 m)

(vii)

(viii)

Unit Rate inclusive of all


applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

100

Supply, installation, testing & commissioning of point wiring as per details in


construction drawing & specification (includes PVC conduits in ceiling, luminaries,
sockets, lamps, industrial type heavy duty exhaust fans, ceiling fans, electronic
speed regulator, switches (ANCHOR ROMA make or equivalent) & switch-boards as
mentioned below with Multi strand Flexible HR PVC insulated copper conductor
wires/cables including wiring between LDBs to switchboards.

a)
(i)

Light Point
Recess/surface mounted mirror type CFL fixture (type TLE211 of CG make or Nos.
equivalent).

156

(ii)

Surface mounted mirror type CFL fixture (type TLE236 of CG make or equivalent).

Nos.

10

(iii)

Industrial type (1x28) (Type fixture - TMS 122/128E HF and reflector GMS 122/128 Nos.
R of philips make or equivalent)

43

b)

Exhaust fan (Industrial type 300 mm) with louvers, 950 rpm, 55 watt.

16

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

80

Nos.

Currency

MECON LIMITED

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

635

Sheet 6 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

Qty.

c)

Socket outlet (5/15 Amp combination) of ANCHOR ROMA make or equivalent Nos.
including wiring (3 run of 1x4 Sqmm flexible Cu cord of 7 strand for PNE from LDB).

64

d)

20 Amp sheet steel enclosed industrial type socket with 20 Amp DP MCB (Type C) Nos.
for Air Conditioners including wiring (3 run of 1x4 Sqmm flexible Cu cord of 7 strand
for PNE from LDB).

22

e)

Ceiling Fan with electronic regulator (Energy Efficient, 50 W, 1200mm sweep)

Nos.

39

10

Supply installation,testing and commissioning of latest model (4 stars BEE certified) Nos.
2T split AC complete with remote, 5 KVA stablizer, MS Stand for outdoor unit etc.

22

11

Supply, erection and commissioning of Flame proof, outdoor type 63 Amp. Welding Nos.
socket AC-23 duty, interlocked with heavy duty switch.

12

Supply & testing of portable type emergency lighting unit (7 W CFL Lamp) fed by a Nos.
self- contained SMF battery 12V, 7 Ah and charger operating on 240 V AC supply,
including all labour and materials complete as per directions of Engineer-InCharge.(Preferred make Phillips, Bajaj, BPL)

13

Supply and laying of following sizes of class 'B' G.I.Pipe in required length fixed on
steel, concrete or similar sructure, laid in trenches, ready to be buried in concrete
including cutting, threading, bending and similar works, supply of clamps, small iron
structures, spacers and installation of seats, plugs, bushings etc. small civil works,
including all labour and materials complete as per approved drawings and
directions of Engineer-In-Charge.
50 mm NB
80 mm NB
100 mm NB

a)
b)
c)
14

a)
(i)
(ii)

Mtr
Mtr
Mtr

Supply and erection of following Hot Dip Galvanized Ladder/Perforated Type cable
trays (as per IS 2629) including bends, tee, crosses, horizontal and vertical splices
etc. as required including supply of all G.I hardwares, all labour and material as
required as per standard drawings, specification and direction of Engineer-incharge.
Ladder type, made from 50mm height and 2.5 mm thick sheet steel & galvanized
(86 microns) of following sizes.
150 mm wide
Mtrs.
300 mm wide
Mtrs.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

MECON LIMITED
Unit Rate inclusive of all
applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

190
140
100

270
120

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

636

Sheet 7 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.
b)
(i)
(ii)

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

Perforated type, made from 50mm height and 2.5 mm thick sheet steel &
galvanized (86 microns) of following sizes.
150mm wide
Mtrs.
300mm wide
Mtrs.

15

Supply, fabrication and errection of MS base frame support for switch gear and
bracket for misc. electrical equipment, cable and cable tray support out of roled MS
section, pipes, plates etc including welding, bolting, reveting, supply of necessary
anchor bolts and grouting etc supply of paints applying one coat of anti rust primer
two finish coats of approved synthetic enamel paints including bracking walls, floors
etc for structure as required including supply of all GI hardware materials including
all labour and materials complete as required and the direction of Engineer-incharge

16

d)

Supply and installation of the following including the supply of necessary clamp,
bolts, rawl plugs etc. breaking and making good of walls, if required , and including
all labour and materials complete as per directions of Engineer-In-Charge,
applicable standards and Indian Electricity rules.
Shock hazard charts complete with frame and glass
First Aid Boxes
Carbon-di-oxide (CO2) type fire extinguisher 4.5 Kg capacity Complete with
gunmetal valve conforming to IS : 3224 With ISI mark, Discharge horn with bend &
wall fixing Bracket With Mfg. Test certificate.
Caution boards including supply of necessary clamps, bolts and other hardware.

e)

Single Line Diagram complete with frame and glass

17

Supply and laying of Insulating Mats(as per IS:15652 - 2006) of 1000mm width,
required for maintenance of electrical equipment in substation as required including
cutting to required shape in running length and including all labour and materials
etc. complete and as per directions of Engineer-In-Charge as per applicable Indian
or International standards and Indian Electricity Rules.

a)

11 KV grade of 2.5 mm thick

a)
b)
c)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

Qty.

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

MECON LIMITED
Unit Rate inclusive of all
applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

390
120

Lot

Nos.
Nos.
Nos.

3
3
9

Nos.

No.

Mtr.

130

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

637

Sheet 8 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.
18

a)
b)
c)

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

Telephone & LAN Cable & Sockets :


Supply, installation, testing & commissioning of point wiring for telephone socket,
LAN sockets (Piano reed Type) in recess PVC conduit including PVC conduit,
telephone socket, cable, accessories etc as required.
Socket for LAN cabling (Piano Reed Type)
Socket for Telephone (Piano Reed Type)
supply and laying of 10 pairs, 0.61mm, jelly filled/aerial self supporting armoured
Telephone Cable, including MDF box, accessories etc as required.
UTP cable (CAT 6) , Make : D Link/Amp/Lucent

Qty.

Nos.
Nos.
Mtr.

34
27
300

Mtr.

200

Design, manufacture, shop testing, inspection, packing , forwarding, delivery,


installation, testing and commissioning at site of UPS systems as per specification
and following rating:
10KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS system
suitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,
AC with solid statevoltage stablizer for Bypass supply, ACDB and 12.0 hrs. Battery
backup (Ni-Cd, 1.2V) and battery capacity shall not be less than 195.0 KVAh (
where KVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Less
than 61.0 KW.
Dual Redundant rectifier system and DCDB as per Specification and following
rating:
i) 24 V Dc (1000 W), ii) -48V DC(500 W)
All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.

Set

(ii)

Recommended spares for 2 years operation & maintenance of UPS & Rectifier
system( The list of recommended spares along with the item wise price shall be
enclosed with the price part . Unpriced list of the recommended spares shall be
enclosed with the technical part.)

Set

19 (iii)

Design, manufacture, shop testing, inspection, packing , forwarding, delivery,


installation, testing and commissioning at site of UPS systems as per specification
and following rating:
5KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS system
suitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,
AC with solid statevoltage stablizer for Bypass supply, ACDB and 12.0 hrs. Battery
backup (Ni-Cd, 1.2V) and battery capacity shall not be less than 100.0 KVAh (
where KVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Less
than 30.0 KW.
Dual Redundant rectifier system and DCDB as per Specification and following
rating:
i) 24 V DC (1000 W), ii) -48V DC(500 W)

Set

d)
19 (i)

a)

b)

c)

a)

b)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

MECON LIMITED
Unit Rate inclusive of all
applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

638

in Foreign
Currency

Sheet 9 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

Qty.

c)

All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.

(iv)

Recommended spares for 2 years operation & maintenance of UPS & Rectifier
system( The list of recommended spares along with the item wise price shall be
enclosed with the price part . Unpriced list of the recommended spares shall be
enclosed with the technical part.)

Set

19 (v)

Design, manufacture, shop testing, inspection, packing , forwarding, delivery,


installation, testing and commissioning at site of UPS systems as per specification
and following rating:
3KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS system
suitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,
AC with solid statevoltage stablizer for Bypass supply, ACDB and 12.0 hrs. Battery
backup (Ni-Cd, 1.2V) and battery capacity shall not be less than 60.0 KVAh ( where
KVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Less than
18.0 KW.
Dual Redundant rectifier system and DCDB as per Specification and following
rating:
i) 24 V DC (1000 W), ii) -48 V DC(500 W)
All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.

Set

Recommended spares for 2 years operation & maintenance of UPS & Rectifier
system( The list of recommended spares along with the item wise price shall be
enclosed with the price part . Unpriced list of the recommended spares shall be
enclosed with the technical part.)

Set

a)

b)

c)
(vi)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

MECON LIMITED
Unit Rate inclusive of all
applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

639

in Foreign
Currency

Sheet 10 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.
20

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

SOLAR SYSTEM FOR CATHODIC PROTECTION (PCP), INSTRUMENTATION ,


SCADA, TELECOM, FIRE & ALARM SYSTEM
Design, manufacture, testing at works, supply, storage, Transportation to site,
Installation, commissioning and performance test at site of complete SPV based
Power source with three days autonomy for 800W DC load for twenty four hours per
day operation as per tender specification, data sheet, Scope of work and block
diagram enclosed including commissioning spares as required & supply of Two year
operation & maintenance spares as per Annexure-II of PJS.

Qty.

Set

Set

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

MECON LIMITED
Unit Rate inclusive of all
applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

The system shall include


(i) SPV array with junction boxes, Anodized AL/ Hot dipped Galvanized M-Steel
structure
(ii) SPV charge controller (output 96V DC)
(iii) Ni-Cd (1.2V/Cell) Battery Bank (96V DC)
(iv) DC-DC Converter(output 24V DC)
(v) DCDBs [24V]
(vi) Interconnecting cables among arrays, charge controller, battery bank, 3Ph
charger, DCDB, junction boxes etc including supply of all accesssories like cable
glands, tinned-cu lugs etc as required.
vii) Earthing and lightning protection system as required to complete the system.

Rating of SPV array and battery bank shall be selected to meet the load
requirement as specified above. However, each subsystem rating shall not be
less then the value given below
I) Array Capacity = 9.6 KWp
ii) Battery Bank [128 KWHr] in 2x50% arrangement
iii) DC-DC Converter (96V DC to 24V DC 1000W)
21

SOLAR SYSTEM FOR OUTDOOR EMERGENCY LIGHTING


Design, manufacture, testing at works, supply, storage, Transportation to site
Installation, commissioning and performance test at site of complete Solar Street
lighting system complete with GI pole and GI mounting bracket, control gear box,
internal cable from fitting to junction box, and 2x11W CFL Lamp, 12 V 150Ah
battery backup with 150Wp solar array, earthing etc including pipe inserts for
cables and connecting work and commissioning spares as required, with all material
and labour as per specifications, drawings and instruction of Engineer-in-charge.
Nominal height of GI pole shall be 6m. Work to be completed in all respects.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

640

Sheet 11 of 12

GAIL (India) Limited


3-(IV)
Sl.
No.
22

23

1)
2)

3)
4)

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ELECTRICAL WORKS FOR SECTION-I


Description of Items

Unit

415V 3Ph CHARGER FOR HYBRID SOLAR SYSTEM


Design, manufacture, testing at works, supply, Storage, Transportation to site
Installation, commissioning and performance test at site of complete 3 Ph
CHARGER (Automatic FCBC type) to charge the battery bank in sl.no. 20 above
from grid supply including commissioning spares as required as per specifications,
data sheet and instruction of Engineer-in-charge.
Rating of charger shall be selected such that it can charge fully discharged
battery at C5 rating.
All works relating to statutory approvals of the installation from competent authority
like electrical inspectorate, CEA, DGMS, SEB etc. including carrying out of all
required modifications in design / Manufacturer / Installation to meet the requirement
of Indian Electricity rules and other statutory regulations in force, carrying out
necessary paper work and liasion with the authorities to obtain all necessary
clearances for charging of installation as per relevant national standards. However
the official fees towards the approvals shall be reimbursed by the client.

Set

LS

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

Unit Rate inclusive of all


applicable taxes & duties except
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

Note
Bidder must quote for all items of SOR including sub items.
Bidder shall supply of above items at required location as per of Scope of work.
Above quantities are only estimated quantities and may change as per site
condition/detail engineering. Procurement shall be done as per actual site condition,
approved construction drawings and instruction of engineer incharge. Successful
tenderer shall supply the equipments, at the same rate, as per the changed
quantities.
Procurement of Air Conditioners shall be after approval of model/make from
Engineer in Charge.
Any commissioning & installation spares as required shall be included in the supply

Note: (i) The bidder must indicate currency(ies) against each quoted item of the
SOR.
(ii) The total amount shall also be given by the bidder in the quoted
currency(ies).
Place
Date

Qty.

MECON LIMITED

: _____________
: _____________

Total Amount of quoted price (inclusive


of all applicable taxes & duties except
Service Tax )

In Figure :
In Word :

Signature of Authorised Signatory


Name :
Designation :
Seal :

Tender No.: _____________________________________________________


Offer No. & Date : ________________________________________________

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect

SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0

641

Sheet 12 of 12

SCHEDULE OF RATES
FOR
3 - (V) TERMINAL WORKS (INSTRUMENTATION)
[SOR. No. 05/21/23M9/Inst(Section-I)/SOR-03(V), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

642

GAIL (India) Limited


3-(V)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

INSTRUMENTATION FOR SECTION-I


Description of Items

Unit

Qty.

1.0

FIELD INSTRUMENTS

1.01

Supply, Installation, Calibration, Testing & Commissioning of Pressure Gauges Nos.


inclusive of supply of necessary piping materials/tubings alongwith all necessary
valves & fittings, fabrication and installation of impulse lines/manifolds & hydraulic
testing. as per installation standard no. MEC/05/E5/SD/PG/004 A

22

1.02

Supply, Installation, Calibration, Testing & Commissioning of Pressure Nos.


Transmitters including mounting of Instrument on yoke, supply of yoke, supply and
erection of supports for impulse lines wherever required, supply, fabrication &
installation of SS manifolds/ SS impulse lines & SS valves & fittings with supports,
hydraulic testing and painting of supports. as per installation std. no.
MEC/05/E5/SD/PT/001A

17

1.03

Supply, Installation, Calibration, Testing & Commissioning of Temperature Nos.


Transmitters including mounting of Instrument on yoke, supply of yoke, supply and
erection of supports for impulse lines wherever required, supply, fabrication &
installation of SS manifolds/ SS impulse lines & SS valves & fittings with supports,
hydraulic testing and painting of supports.

1.04

Supply , Installation, Calibration, Testing & Commissioning of RTD with flanged Nos.
thermowell inclusive of installation of thermowell on the nozzle and installation of
instruments as per installation standard no. MEC/05/E5/SD/TG-RTD/005 &
MEC/05/E5/SD/RTD -TW/006

1.05

Supply,Demonstration of Hart Communicator Universal type for Calibration of No.


smart Transmitters

2.0

CONTROL PANEL AND PANEL MOUNTED INSTRUMENTS

2.01

Design,
Engineering, Procurement, Manufacture, Testing,
Inspection,
Supply,Transportation, Erection, Calibration / Simulation & Commissioning of Wall
Mounted Panel along with all accessories and Panel Mounted Instruments as
indicated below, including supply of commissioning spares with special tools and
tackles as required, as per Data Sheets / Specification in the Bid Document.

a)
b)
c)
d)

Wall Mounted Panel (DS No. MEC/23M9/05/E5/DS/WMCP-A)


Indicators (Data Sheet No. MEC/23M9/05/E5/DS-IND-A)
Signal Distribution Card (Data Sht No.-MEC/23M9/05/E5/DS-SDC-A)
Barriers (DS No. MEC/23M9/05/E5/DS-ZB-A)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Inst

Nos.
Nos.
Nos.
Nos.

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Erection
Supply

MECON LIMITED
Unit Rate inclusive of all applicable
taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

4
28
26
30

SOR.No. 05/21/23M9/Inst(Section-I)/SOR-03(V), Rev-0

643

Sheet 1 of 4

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(V)
Sl.
No.

INSTRUMENTATION FOR SECTION-I


Description of Items

3.0
3.01

FREE ISSUE ITEMS


Handling, transportation, installation, removal and remounting, electrical Sets
termination, testing, calibration of Actuated Valves, Actuator for Gas Actuated Ball
Valves / Gas Over Oil Valves along with mounting of Valves and their respective
accessories, supply and erection of supports for impulse lines wherever required,
supply, fabrication & installation of manifolds/ impulse lines & fittings with supports,
hydraulic testing, painting of supports as per std., but exclusive of supply of Valves.

3.02

Installation, Testing and Commissioning of Metering skid ( Filtration & Ultrasonic


Meter based Metering streams),Gas Chromatograph System including GC Panel &
LEL Detectors for Ludhiana (IPS-4)
Installation, Testing and Commissioning of Metering skid (Filtration streams,
Pressure Reduction & Turbine Meter based Metering streams) for Ludhiana.
Installation, Testing and Commissioning of Metering skid (Filtration streams,
Pressure Reduction streams & Turbine Meter based Metering streams) & LEL
Detectors for Jalandhar.

3.03
3.04

Unit

Qty.

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Erection
Supply

N.A.

No.

N.A.

No.

N.A.

No.

N.A.

Installation of Junction Boxes including Supply of Junction Boxes with plugs for
unused entries, supply, fabrication and installation of supports, plugging of unused
entries and painting.
a) Explosionproof electrical junction boxes for 6 pair/ 6 triad cable entry
Nos.
b) Explosionproof electrical junction boxes for 12 pair/ 12 core cable entry
Nos.
4.01 Supply of Canopies fabricated out of powder coated MS for electronic transmitters Nos.
including supply, fabrication of support and installation of canopy with support and
reflective painting.

MECON LIMITED
Unit Rate inclusive of all applicable
taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

4.0

5.0
5.01

i)

ii)

12
4
28

CABLING
Supply and Laying of control, signal, triad cables on main cable trays, perforated
trays, trenches including supply of all required cable glands(Explosion proof double
compression type) and consumables like ferrules, clamps, PVC tubes,
aluminium/SS tag plates etc., clamping , ferruling, glanding of the cables,
termination at both ends, including shield/drain/ communication wire,
providing/fixing of identifying tags and megger testing and loop testing but exclusive
of supply & erection of GI Perforated tray.
Signal Cables
- 1 P x 1.5 mm (Type I)
- 6 P x 0.5 mm (Type II)

Mtrs.
Mtrs.

650
800

RTD Cables
- 4C x 1.5 mm - Quad Cable (Type-I)
- 6 TRIAD x 1.5 mm (Type II)

Mtrs.
Mtrs.

400
250

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Inst

SOR.No. 05/21/23M9/Inst(Section-I)/SOR-03(V), Rev-0

644

Sheet 2 of 4

GAIL (India) Limited


3-(V)
Sl.
No.
iii)

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

INSTRUMENTATION FOR SECTION-I


Description of Items

Unit

Qty.

Control Cables
- 12C x 1.5 mm
- 3C x 1.5 mm

Mtrs.
Mtrs.

2350
500

iv)

RS-232/485 Digital Communication Cable

Mtrs.

200

v)

2C x 4 mm Power Cable (Copper conductor)

Mtrs.

500

6.0

STRUCTURAL (Complete in all respects as per Scope of Work , related to


Instrumentation)
Supply and erection of prefabricated perforated GI trays of thickness 2.5mm
including tees, bends and elbows, supply, fabrication and erection of required
supports and painting of supports with one coat of primer as per IS:2074 and 2
coats of finished paint including supply of paint as per std. and direction of Engineer
In-Charge.
Sizes :
a) 60 mm wide X 30 mm high
b) 100 mm wide X 30 mm high
c) 200 mm wide X 30 mm high
c) 300 mm wide X 30 mm high

Mtrs.
Mtrs.
Mtrs.
Mtrs.

250
400
300
100

6.01

7.0

Idetification of instrument items wherever required including supply of approved Lump


color of paint(fluorescent),painting of tag number(approx. 25-50 mm high) on sum
instruments item like junction boxes,panels,valves,etc as specified by engineer in
charge.

8.0

Excavation of trenches for burying the cables, preparation of same for laying of
cable, filling with river sand, laying of brick, back filling and compacting of the
excavated earth as per specifications including supply of sand and bricks and
removal of surplus earth as per instructions of Engineer-in-Charge.
Size of Trench:
600 mm (Width) X 675 mm ( Depth)
Mtrs.

9.0

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Erection
Supply

MECON LIMITED
Unit Rate inclusive of all applicable
taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

600

Supply and installation of PVC pipes and sleeves for crossing of electrical cables
as required including supply of sealing compound.
a) 100 mm
b) 150 mm
C) 50 mm

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Inst

Mtrs.
Mtrs.
Mtrs.

20
20
20

SOR.No. 05/21/23M9/Inst(Section-I)/SOR-03(V), Rev-0

645

Sheet 3 of 4

GAIL (India) Limited


3-(V)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

INSTRUMENTATION FOR SECTION-I


Description of Items

Unit

10.0 EARTHING
10.01 Supply, laying and termination of both ends from earth grid to Field Mtrs.
instruments/JBs/Control Panel by 8 SWG G.I. Wire in tray and conduits as required
excluding earth-pit preparation.
10.02 Supply, Laying and Termination of both ends of 4 sq. mm. PVC insulated armoured Mtrs.
copper cable from earth pit to the barrier earth bus bar in trays/conduits/trenches as
required.
11.00 Start up & Commissioning of complete terminal instruments, including all labour,
test equipments and other auxiliaries as required, etc., complete in all respects as
per specifications/ drawings/ directions of Engineer-in-Charge. All necessary
Testing and commissioning reports, as-built drawings etc., shall also be prepared
and to be submitted to the purchaser/consultant
Note:
1) The quantities given above against individual items are indicative and shall not
A)
be considered to be binding. The quantities may be increased, decreased or
deleted at site at the time of actual execution and as per discretion of
owner/engineer-in-charge. The unit rate shall be operated to work out the final
payment due to contractor.The procurement shall done as per actual site condition
Approved construction drgs. and Instruction of EIC.
2) All the items required to complete the work shall be the scope of supply of
contractor only.
3) Supply means supply of instruments including all erection accessories as
defined above
4) Erection means Erection , Testing , Calibration & Commissioning etc as defined
above.
B)
(i) The bidder must indicate currency(ies) against each quoted item of the
SOR.
(ii) The total amount shall also be given by the bidder in the quoted
currency(ies).
Place
Date

: _____________
: _____________

Lump
sum

Qty.

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian Currency (INR)
Erection
Supply

MECON LIMITED
Unit Rate inclusive of all applicable
taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

Amount
in INR

in Foreign
Currency

250

50

Total Amount of quoted price (inclusive of all


applicable taxes & duties except Service Tax
)

In Figure :
In Word :

Signature of Authorised Signatory


Name :
Designation :
Seal :

Tender No.: _____________________________________________________


Offer No. & Date : ________________________________________________

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Inst

SOR.No. 05/21/23M9/Inst(Section-I)/SOR-03(V), Rev-0

646

Sheet 4 of 4

3- (VI)

SCHEDULE OF RATES
FOR
TELECOMMUNICATION WORKS

[SOR. No. 05/21/23M9/Telecom(Section-I)/SOR-03(VI), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

647

GAIL (India) Limited


3-(VI)
Item
No.

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

TELECOMMUNICATION WORKS FOR SECTION-I


Description of Items

Unit

Qty.

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Telecommunication Work as define in scope of work in this bid documents has to be


carried out by the Bidder and it includes followings :-

TELECOMMUNICATION WORK : The work will be for the section I (IP-4 Ludhiana
to Receiving Terminal Jalandhar appx. 84 KM pipeline)
SUPPLY OF OFC AND ACCESSORIES (as per MECON Technical specification
No. MEC/TS/05/E5/T/096). Design, Manufacturing,factory testing, inspection,
packaging, forwarding, transportation, insurance,reciept and storage at site etc.
as per TS.

1.0

Supply of 24 fibre composite Optical fibre cable (6 Fibre of G-655 & 18 Fibre of G652 ) of 4000 M + 5 % cable drums (Qty as per pipeline length with spare)

Meters

88000

2.0

Supply of Jointing Closures including all accessories (approved make of


GAIL/MECON only.) (qty as per approved OFC Cable Alignment sheet) (20 planned
and 4 spares)

Nos.

24

3.0

Supply of Special Tools & Tackles each set consists of all the items as per
Annexure 2 of TS No. MEC/TS/05/E5/T/096

Set

Meters

88000

Supply of Permanently Lubricated Telecom HDPE Duct & Accessories as per


MECON TECHNICAL SPECIFICATION No. MEC/TS/05/E5/T/037.Design,
Manufacturing,factory testing, inspection, packaging, forwarding,
transportation, insurance,recept and storage at site etc. as per TS.

1.0

Supply of 40 mm OD 6 Kg/cm2, permanently lubricated HDPE DUCT, Factory


Acceptance Testing as per specification.(with spares

2.0

Supply of HDPE Accessories:


Supply of HDPE accessories required including Lumpsum
Plastic Couplers, End Plugs, Cable Scaling Plugs, End Caps, etc suitable & sufficient
for supplied Duct..

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Telecom

SOR.No. 05/21/23M9/Telecom(Section-I)/SOR-03(VI), Rev-0

648

Pape 1 of 4

GAIL (India) Limited


3-(VI)
Item
No.
D

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

TELECOMMUNICATION WORKS FOR SECTION-I


Description of Items

Unit

Qty.

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

SITE WORK (as per scope of work, specification no. MEC/S/05/E5/T/001 & 002 of
Bid documents)

1.0

Submission of optical fiber cable & HDPE alignment sheets as per the requirements of Lumpsum
specification based on the existing pipe line survey (No separate survey
reqd.),estimation of OFC & HDPE duct including all accessories in accordance with
the alignment sheet and specifications.Laying work can not be started without
approval of these documents from Client / Consultant / EIC.

2.0

Blowing / Laying of Optical Fiber Cable

All activities pertaining to Blowing / Laying of optical fiber cable in same pipeline trenc Per Meter 84000
inside 40 mm HDPE telecom duct (after testing of OFC drum at site) ,through CS/ of Trench
HDPE conduits at crossing, in separate trench inside the terminal upto FTC at telecom Length
room, testing of OFC after Blowing/laying, cable sealing etc. using all materials
required complete as per specifications and drawing provided in the bid document & as
per direction of EIC.
3.0

Erection of HDPE Duct as per specification


2
Installation of 40mm OD, 6kg/cm permanently lubricated HDPE ducts, in same Per Meter 84000
pipeline trench direct buried or cased crossing through CS/ HDPE conduit in all type of of Trench
soil & terrain, excavation as required, padding, backfilling, including supply & laying of Length
Warning Mats( only where common mat is not provided), cleaning and sealing of
ducts at the end of laid drum lengths, preparation & Supply of Cable Blowing Pit
including sand,( RCC pit as per dwg & at every 1 KM distance, at 1 meter away
from the main pipeline), for river crossing additional blowing pit at both end of
the river bank, jointing of HDPE conduit, erection accessories (suitable for min 8
kg/cm2 pressure rating),(This duct is for blowing of 24 F OFC for total length of pipeline
as per spec. and drawing )

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Telecom

SOR.No. 05/21/23M9/Telecom(Section-I)/SOR-03(VI), Rev-0

649

Pape 2 of 4

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(VI)
Item
No.

TELECOMMUNICATION WORKS FOR SECTION-I


Description of Items

3.0 a

Testing of laid permanently lubricated HDPE ducts (on 6 kg/cm2 g pressure), Lumpsum
rectification / modification if required, cleaning and sealing of ducts at the end of laid
drum lengths,preparation of report , joint location marking , final acceptance / Handing
over of the same to GAIL all complete as per specifications provided in the bid
document & as per direction of EIC. Drawings and documentation as per specification
& contract agreement .

Unit

Qty.

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

Amount
in INR

in Foreign
Currency

4.0

Supply and installation of jointing pits, including sand, etc. all complete as per
spec., drawing provided in the bid document and the direction of consultan

Nos.

20

5.0

Supply & installation of 300 dia cable markers at all pipeline marker locations on
same pipeline marker post as per specifications & drawing provided in the bid
document and direction of consultant

Nos.

82

6.0

Using supplied Jointing closure for Jointing of optical fiber cable (including supply
and installation of joint markers, etc.), final Jointing / splicing,Testing of laid
OFC between intermediate station and end to end, all completed as per specifications
& drawing provided in the bid document and direction of consultant.

Nos.

20

7.0

Supply & Installation and commissioning of FTC (in & out) (as per approved
make) & wiremesh (structural size 1.5 Mtr x 1 mtr and mesh size 15 cm x 15 cm) and
other accessories for termination of OFC - 24 fibre in the equipment room

Nos

8.0

Termination of OFC on FTC/FDF/DDF inside the equipement control room, splicing Lumpsum
with steet fibre, test of the fibre for the smooth operation system on wavelength. Power
Testing of laid OFC,(end to end), Identification of the fault,Rectification, Earthing, final
testing & commissioning , preparation of reports etc. work complete in all respect
with all necessary accessories for all location, final acceptance / Handing over of the
same to GAIL and as per the direction of Engineers in charge.Drawings and
documentation as per specification & contract agreement.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Telecom

Currency

MECON LIMITED

SOR.No. 05/21/23M9/Telecom(Section-I)/SOR-03(VI), Rev-0

650

Pape 3 of 4

GAIL (India) Limited


3-(VI)
Item
No.
9.0

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

TELECOMMUNICATION WORKS FOR SECTION-I


Description of Items

Unit

Supply and Installation & Commissioning of Electronic Marker System as per


specification , test certificate and documents etc. consisting of
a) Electronic Markers (To be buried underground along with OFC Joints at all jointing
location)
b) Electronic Marker Locator and accessories (Including probe and locator
electronics)

Note:

Note : The quantites of individual item can varied as per site requirement.The
payment will be made as per actual certified measurement at site.Bidder shall
take prior approval of quantities before procurements based on the site
estimates.
(i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted
currency(ies).

Place
Date

: _____________
: _____________

Tender No.: _____________________________________________________

Qty.

Sets

20

Sets

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Total Amount of quoted price (inclusive of In Figure :


all applicable taxes & duties except Service
Tax ) In Word :

Signature of Authorised Signatory


Name :
Designation :
Seal :

Offer No. & Date : ________________________________________________

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Telecom

SOR.No. 05/21/23M9/Telecom(Section-I)/SOR-03(VI), Rev-0

651

Pape 4 of 4

3- (VII)

SCHEDULE OF RATES
FOR
FIRE PROTECTION SYSTEM

[SOR. No. 05/21/23M9/Fire(Section-I)/SOR-03(VII), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

652

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(VII) FIRE PROTECTION SYSTEM FOR SECTION-I


Sl. Description of Item
No.
A
1

Unit

Qty.

HAND APPLIANCES
Providing & fixing CO2 type fire extinguishers with steel cylinder with dischange valve and as
per data sheet no. MEC/05/21/M/002/DS-081D/B and spec.no. MEC/TS/05/21/081D/B and
conforming to IS: IS: 2878-1976. Extinguisher shall be painted with red enamel paint and fixed
to wall with brackets.
a) Capacity 4.5 kg.
i) At SV-1 cum Tap-off point for Ludhiana at Ch. 25 Km
ii)At SV-2 at Ch. 42.0 Km
iii)At SV-3 at Ch. 50.0 Km
iv)At SV-4 at Ch. 57.0 Km
v)At SV-5 at Ch. 72.0 Km
vi) At Receiving Terminal at Jalandhar

Nos.
Nos.
Nos.
Nos.
Nos.
Nos.

2
1
1
2
1
2

b) Spare CO2 cartridges for 4.5Kg CO2 extinguisher

Nos.

24

i) At SV-1 cum Tap-off point for Ludhiana at Ch. 25Km


ii) At Receiving Terminal at Jalandhar

Nos.
Nos.

1
1

b) Spare DCP cartridges for 10Kg DCP extinguisher

Nos.

Nos.
Nos.
Nos.

2
2
2

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Providing & fixing dry chemical powder type fire extinguisher suitable for inverted operation with
anticorrosive treatment and hydraulically tested to a pressure of 25 kg/ sq.cm as per data
sheet no. MEC/23K2/05/21/M/002/DS-081D/A and specification no. MEC/TS/05/21/081D/A.
Extinguishers externally painted with red enamel and fixed to wall with brackets complete with
internal charge and spanner complete (confirming to IS: 2171)
a) 10 Kg Capacity

Providing & fixing clean agent type fire extinguisher suitable for inverted operation with
anticorrosive treatment and hydraulically tested as per NFPA. The product should be UL /LPC
listed. The gas shall be stored at a pressure of not less than 15 bar and range shall be 2-5
meter.
a) 2.5Kg Capacity
i) At SV-1 cum Tap-off point for Ludhiana at Ch. 25Km
ii)At SV-4 at Ch. 57.0 Km
iii) At Receiving Terminal at Jalandhar

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/ Fire(Section-I)/SOR-03(VII), Rev-0

653
Page 1 of 2

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-I FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3-(VII) FIRE PROTECTION SYSTEM FOR SECTION-I


Sl. Description of Item
No.
4

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Providing and fixing galvenised steel fire buckets of 9 ltr. Water capacity as per technical
specification no. MEC/TS/05/21/081D/D and confirming to IS: 2546-1974. Buckets shall be
painted with red enamel paint and fixed to suitable location .
a) Capacity 4.5 kg.
i) At SV-1 cum Tap-off point for Ludhiana at Ch. 25Km
ii)At SV-2 at Ch. 42.0Km
iii)At SV-3 at Ch. 50.0Km
iv)At SV-4 at Ch. 57.0Km
v)At SV-5 at Ch. 72.0Km
vi) At Receiving Terminal at Jalandhar

CLEAN AGENT FIRE SUPPRESSION SYSTEM

Clean Gas Fire Suppression Centralised System complete with required acessories & each
cylinder filled with Clean agent Fire extinguishing Agent as Main Bank.and Standby Bank
(Make: UL Listed ) with Pressure Switch with Locking Device, Discharge Nozzles designed to
provide the proper flow rate and distribution of Clean Agent to total flood the hazard area: 180
deg. / 360 deg. ( Make: UL listed ), ASTM A106 Gr. B Piping, fittings & supports, etc. ,
Manifold fabricated from seamless pipe, A106 Gr. B having inlets with supports etc.with
activation through intelligent addressible Fire Detection and Alarm Systemas with panels,
detectors, response indicators etc. all complete as per approved scheme.Work shall be carried
out as per MECON TS No. MEC/TS/05/21/081L. The area of control rooms to be protected are
listed below:
a) Control Room & Telecom & Scada room at SV-1 cum tap-off point for Ludhiana at Ch
25.0Km, Size 20m x6m x 3.5m(h)
b) Control Room, Electrical, battery room & Telecom & Scada room at SV-4 at Ch 57.0 Km,
Size 18m x6m x 3.5m(h)
c) Control Room, Electrical, battery room & Telecom & Scada room at Receiving Terminal,
Jalandhar Size 29m x6m x 3.5m(h)

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

Nos.
Nos.
Nos.
Nos.
Nos.
Nos.

2
1
1
2
1
2

L.S.

L.S.

L.S.

Total Amount of quoted price (inclusive of all In Figure :


applicable taxes & duties except Service Tax )
In Word :

Place : _____________
Place : _____________

Signature of Authorised Signatory


Name :
Designation :
Seal :

Tender No.: _____________________________________________________


Offer No. & Date : ________________________________________________
D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I

SOR.No. 05/21/23M9/ Fire(Section-I)/SOR-03(VII), Rev-0

654
Page 2 of 2

SCHEDULE OF RATES

SECTION-I : SUMMARY OF PRICES (To be submitted with priced part of the offer)
CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR SPURLINES OF DADRI BAWANA NANGAL PIPELINE PROJECT (DBNPL)
BID DOCUMENT NO.: 05/51/23M9/GAIL/001-i)
E-TENDER NO : 8000001974

Sl. No.

Price in Indian Currency (INR)


(In Figures)

(In Words)

Price in Foreign Currency


Currency
(In Figures)

(In Words)

Total amount of quoted price for Mainline Works SOR

2 (I).

Total amount of quoted price for Cathodic Protection Works SOR

2(II).

Total amount of quoted price for Corrosion Monitoring System Works SOR

Terminal Works

I)

Total amount of quoted price for Piping & Mechanical Works SOR

II)

Total amount of quoted price for Civil Works SOR

III)

Total amount of quoted price for Structural Works SOR

IV)

Total amount of quoted price for Electrical Works SOR

V)

Total amount of quoted price for Instrumentation Works SOR

VI.

Total amount of quoted price for Telecommunication Works SOR

VII.

Total amount of quoted price for Fire Protection System Works SOR

Page 1 of 3

655

SCHEDULE OF RATES
Sl. No.
4
Gross Total Amount (inclusive of all applicable taxes & duties excluding Service
Tax)

Price in Indian Currency (INR)

Price in Foreign Currency

[1+2(I)+ 2(II)+(3-I)+(3-II)+(3-III)+(3-IV)+(3-V)+(3-VI)+(3-VII)]
5
6

Rebate (if any) offered on gross total amount (on Sl.No. 4) above. (which will be _________ % of
______________________
applicable on each item of Schedule of Rate)
total quoted amount Percent of total quoted amount
Amount of Rebate as per Sl.No. 5 above

NET TOTAL AMOUNT FOR SECTION-I {4-6} (after considering rebate


indicated at Sl.No. 6)

Service Tax under composite scheme @ 10.3% (Presently Applicable Rate)


on the Net Total amount mentioned at Sl. No. 7 above.

Service Tax under composite scheme @ 10.3% (Presently Applicable


Rate) on free issue material of Rs 123 Crores.

10

Total Amount for Section -I (Sl. No. 7 + 8 + 9)

11

Total Amount of extended stay compensation for Section-I

12

Gross Total Amount for Section-I (Sl. No. 10 + 11)

Notes:

1) The total amount shall also be given by the bidder in the quoted currency(ies).
2) The amount of Free Issue Material indicated at Sl. No. 9 above is indicative only. Service Tax on Free Issue Materials shall be reimbursed at actual by the Employer
on submission of Cenvatable Invoices as per Service Tax Rules on the actual amount of Free Issue Material.
3) The rate of Service Tax indicated in this format shall be considered for Statutory variation as per the provisions of bidding document.

Place
Date

: _____________
: _____________

Signature of Authorised Signatory


Name :
Designation :
Seal :

Tender No.:
Offer No. & Date : ________________________________________________

Page 2 of 3

656

SCHEDULE OF RATES

SECTION- I : PROFORMA FOR EXTENDED STAY COMPENSATION (To be submitted with priced part of the offer)
CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR SPURLINES OF DADRI BAWANA NANGAL PIPELINE PROJECT (DBNPL
BID DOCUMENT NO.: 05/51/23M9/GAIL/001-i)
E-TENDER NO : 8000001974

1.00

Rate of extended stay compensation beyond the time schedule and grace period mentioned in bidding document for reasons solely attributable to Owner.

In Figure : ________________________________________________ (per month)


In Word : _________________________________________________ (per month)

Notes:
1) Any amount/ price filled-up by the Bidder shall also be suffixed/ prefixed by currency(ies) in above format.
2) Bidder shall submit this format in Un-priced part duly stamped and signed without indicating the price. The price shall be submitted in the price party only.
3) Extended stay compensation shall be loaded on the quoted prices as per clause no. 42 of Special Conditions of Contract (SCC).
4) In case no rate for Extended Stay Compensation is stipulated, it will be considered that Extended Stay Compensation is not required by the Bidder and the rates
quoted by them shall be valid till completion of works in all respects.

Place
Date

: _____________
: _____________

Tender No.:
Offer No. & Date : ________________________________________________

Page 3 of 3

Signature of Authorised Signatory


Name :
Designation :
Seal :

657

SCHEDULE OF RATES

FOR SECTION-II
FOR
CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND
ASSOCIATED FACILITIES FOR SPURLINES OF DADRI BAWANA
NANGAL PIPELINE PROJECT (DBNPL)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

658

SCHEDULE OF RATES
FOR
CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR SPURLINES OF DADRI
BAWANA NANGAL PIPELINE PROJECT (DBNPL)

CONTENTS
SOR Item
No.
1.
2 (I).
2 (II).
3.

4.
5.

FOR SECTION-II
Description

No. of Pages

SOR FOR MAINLINE WORKS


SOR FOR TEMPORARY CATHODIC PROTECTION WORKS
SOR FOR CORROSION MONITORING SYSTEM

28
02
03

SOR FOR TERMINALS WORKS


I)
PIPING & MECHANICAL WORKS
II)
CIVIL WORKS
III)
STRUCTURAL WORKS
IV)
ELECTRICAL WORKS
V)
INSTRUMENTATION WORKS
VI)
TELECOMMUNICATION WORKS
VII) FIRE PROTECTION WORKS

14
07
02
11
04
04
03

SUMMARY OF PRICES
PROFORMA FOR EXTENDED STAY COMPENSATION

02
01

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

659

1)

SCHEDULE OF RATES
FOR
MAINLINE WORKS

[SOR. No. 05/21/23M9/Mainline(Section-II)/SOR-01, Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

660

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

1
Sl.
No.

MAINLINE WORKS FOR SECTION-II


Description of Item

1.0

PIPELINE LAYING/INSTALLATION

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Laying/ installation of coated line pipe, associated fittings and accessories, etc. as per specifications,
drawings, other provisions of Contract and instructions of Engineer-in-Charge of the sizes mentioned
herein, including but not limited to carrying out the following :
"Receiving and taking-over", handling, loading, transportation and unloading of Owner supplied
externally PE coated and bare line pipes and other Owner supplied materials from Owner designated
place(s) of issue/ dump site(s) to Contractor's own stock-yard(s)/ workshop(s)/ work-site(s) including
stringing on the pipeline Right-of-Use (ROU)/ Right of way (ROW); Arrangement of all additional land
required for Contractor's storage, fabrication, access for construction (other than Owner provided
ROU/ROW); supply of all materials (except Owner supplied materials), consumables, equipment,
labour, etc. and other incidental works; taking custody and management with maintenance of coating
Contractor's stock/ dumpyard at site after last consignment of line pipe unloaded at coating
Contractors stock/ dump yard at site or at region nearby site including providing security guard etc.
and handing over the same after return of the surplus pipes to the Owner's designated stockyard(s);
carrying out all temporary, ancillary, auxiliary works required to make the pipeline ready for precommissioning as per drawings, specifications,
scope of work indicated in SCC and other provisions of Contract document and instructions of
Engineer-in-charge, including but not limited to carrying out the following works :
Staking and installation of construction markers, clearing, grubbing, grading (as required) of Right of
Use/ Right of Way;
Counting the number and type of trees cut in presence of DFO/concerned authorities and keeping
record thereof; shifting of all obstruction within the ROU / pipeline route alignment viz. electrical line /
pole, telephone line (poles), foreign pipeline; coordination with concerned authorities and obtaining
work permits / NOC from these authorities.
Trenching to all depths and to a width to accommodate the pipeline and/or optical fiber cable/cable
conduit during lowering & backfilling as specified in scope document and as per the relevant
standards, specifications, etc. By excavation in all types of soils (including soft/hard rock), including
blasting, chiseling or otherwise cutting etc.; providing depth of padding in trench bed & above and
around the pipeline HDPE duct and OFC as required with sand / graded earth approved by Engineerin Charge;
Survey of the detours, if required at the time of construction including marking the same in
topographical sheet, preparation of AFC drawings showing survey detail and submitting same to
Owner to review.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

661

Page 1 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Carrying out repairs of pipe defects/ replacement in case of irreparable defects and repairs of defects
of pipe coating not attributable to Owner including defects/ damages occurring during transportation/
handling after taking over from Owner by Contractor including management of their own dump site, if
required.
Thorough internal cleaning of all pipes by suitable methods to remove debris, shots, grits etc. to the
satisfaction of Engineer-in- Charge;
Stringing of line pipes along ROU/ROW including providing straw / sand / soft soil bags, soft
padding/sand padding;
Aligning, bending, cutting and beveling (as required) of pipes for welding and field adjustments, NDT
of rebevelled area, welding, carrying out destructive/ nondestructive testing of welds as required
including 100% radiography and providing all requisite equipment, labor, supervision, materials, films,
consumables, all facilities and personnel to process, develop, examine and interpret radiographs and
other tests as required; carrying out repairs of weld joints found defective by Engineer-In- Charge,
carrying out re-radiography and other nondestructive tests such as ultrasonic test etc. as required on
repaired joints, etc. as mentioned in SCC & Particular JObs Specification.

Installation of carrier pipe at all crossings including roads/ cartrack / pathway / drain / canals/ nala/
water crossings etc. by open cut after prehydrotest of the section if required as defined as per
specification (except other crossings by HDD method, open cut with conventional method, cased
crossing that are specifically covered separately elsewhere in the SOR).
Carrying out installation of carrier pipe in the casing pipe at cased crossings after pre-hydrotest of the
Section as defined in specification (excluding installation of casing pipes covered separately);

Supply of coating materials for all field joints, Long Radius Bends, Burried Fittings, Valves, etc.
including heat shrinkable sleeves and high build liquid epoxy etc. as per specifications compatible
with 3-Layer PE Coating as per tender specifications with prior approval of Engineer-in-charge.

Training and diversions of streams in steep slope areas, wherever required.


Crossing the all-foreign pipeline / HT Line / Cable / etc. with necessary concrete / PVC protection
including coordination with all agencies and obtaining NOC.
Coating of all field weld joints, long radius bends, buried fittings, valves etc.;
SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

662

Page 2 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

For seismic area - the trenching and backfilling shall be carried out as per specification and drawing
no. MEC/TYP/05/21/01A/004 - Trench dimensions and cohesion less select backfill for pipeline in
seismic zone (excluding backfilling with selected soil for seismic area covered separately).

Lowering the pipelines in trench as per specification and standard drawing including providing sand
bag separators for parallel pipelines at the specified spacing (when applicable), providing required
padding over and around the pipeline OFC & HDPE Duct with sand/graded material approved by
Engineer-In-Charge (in rocky areas), backfilling with available, approved excavated material and/or
other suitable soil approved by Engineer-In-Charge;
Supply and installation of slope breaker as per specifications and drawings in steep slope areas,
wherever required;
Installation of LR Bend, as per specification wherever required depending on site condition.
Supply & Installation of warning tape on the entire length of the pipeline as per specification. Warning
tape should have anti rodent properties.
Carrying out cleaning pigging and hydrostatic testing including air cleaning, flushing, filling, gauging,
pressurization of complete pipeline in various test sections as approved by Engineer-In-Charge to the
specified test pressure, providing all equipment, pumps, fittings, instruments, dead weight tester, test
headers, pressure recorder all types of pigs etc., and services, supervision, labour, consumables,
water including supply of corrosion inhibitor, air, etc. as required, locating of leaks, if any occured
during hydrotesting attributable to contractor either by further sectionalising or any other suitable
standard recommended practice with due approval of Engineer-in-Charge and rectification of defects,
retesting after rectification, successful completion of hydrotesting of pipeline to acceptance criteria
defined in the specifications.
(Note : Leak detection, its rectification and successfully re-hydrotesting shall be carried out by
Contractor with a view that completion of all activity for successful hydrotesting is not inordinately
extended, which will hamper the overall project schedule. Further, no extra payment claim shall be
entertained for re-hydrotesting and leak detection if defects found attributable to Contractor.

All tie-ins, including the tie-in(s) of the pipeline / piping installed with the adjacent section of pipeline
by others including cutting of test header, re-beveling as required radiography and other NDT
examination, joint coating as per specification.
Carrying out all temporary, ancillary, auxiliary works and all incidental works required to make the
pipeline ready for pre-commissioning;
SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

663

Page 3 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Repair of defects recorded during EGP/gauge plate run or otherwise including cutting, beveling,
welding, radiography, field joint coating etc; as applicable,
Final clean-up and restoration of right of way/right of use including obtaining NOC from respective
land owner / farmers and statutory authorities as required and disposal of debris and returning all
surplus material to designated disposal areas/storage yard, as directed by Engineer-In-Charge;

Restoration of land, facilities and boundary wall etc. and associated facilities dismantled/damaged by
the Contractor during construction;
Obtaining work permits/ NOC from various statutory authorities having jurisdiction, before and after
execution of the work, and complying with all stipulation/conditions/recommendation of the said
authorities;
Preparation of as-built drawings, pipe-book and other records as specified in the specifications. SOR
shall be read in conjuction with scope of work, job specific requirements, specifications, standards,
drawings and other provision of contract document. All above works line pipe laying and installation
with radiography by X-ray an all above works for buried pipeline as per following details:
Installation of Coated Line Pipes as per following details:
Installation of Coated Line Pipes as per following details:
- Line pipe details
Size
Thk.
Grade
Coating Type Length of each Pipe
mm(NB)
(mm)
1.1 406.4
6.4
API 5L Gr. X-70/X-80 3 Layer PE
Double random (approx.
PSL-2
Coating
11.5 to 12.5 mtr.) &
Bevel End
1.2

406.4

1.3

406.4

7.1/6.4

8.7/7.9

API 5L Gr. X-70/X-80


PSL-2

API 5L Gr. X-70/X-80


PSL-2

3 Layer PE
Coating

3 Layer PE
Coating

Mtr.

20000

Double random (approx.


11.5 to 12.5 mtr.) &
Bevel End

Mtr.

20000

Double random (approx.


11.5 to 12.5 mtr.) &
Bevel End

Mtr.

20000

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

664

Page 4 of 28

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

1
Sl.
No.

MAINLINE WORKS FOR SECTION-II


Description of Item

1.4

406.4

11.1/9.5

1.5

219.1

6.4

API 5L Gr. X-56


PSL-2

3 Layer PE
Coating

1.6

219.1

7.9

API 5L Gr. X-56


PSL-2

3 Layer PE
Coating

Unit

API 5L Gr. X-70/X-80 3 Layer PE


Double random (approx.
PSL-2
Coating
11.5 to 12.5 mtr.) &
Bevel End

Qty.

Mtr.

6000

Double random (approx.


11.5 to 12.5 mtr.) &
Bevel End

Mtr.

11000

Double random (approx.


11.5 to 12.5 mtr.) &
Bevel End

Mtr.

5000

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Notes :
1. This item rate is applicable for complete work of laying the underground pipeline from Despatch
Terminal at GAIL's existing SV-3 Station, Saharanpur to Receiving Terminal and consumers lines to
BHEL & SIDCUL in Haridwar (Refer Drg. No. : MEC/23M9/05/21/M/001/1021) including installation of
aboveground insulating joint & flow tee and station approach pipeline but excluding aboveground &
underground installation of SV Station which are covered separately. The length of pipeline are
tentative.
2. Rate for laying of OFC & conduit shall be quoted in relevant Schedule of Rates (SOR) of Telecom
works, hence not to be included in Pipeline Laying works.
3. For soft / normal soil and rocky area detailed refer enclosed Alignment Sheets and Soil
Investigation Report alongwith Bid.
2.0

CONTINUOUS CONCRETE COATING


Additional work over and above SOR Sl. No. 1 for supply of all consumables and materials
and application of continuous concrete weight coating on pipes of all wall thicknesses and concrete
coating of the field joints thereof, in all areas of work except minor/ major river crossings covered
separately, and performing all works as per specifications and instructions of Engineer-in-Charge and
other provisions of Contract document.
Pipes as per following details :

2.1

Pipe OD - 406.4 mm, WT- X-70 (7.1 mm) / X-80 (6.4 mm), Coating Thickness - 80 mm

100

2.2

Pipe OD - 219.1 mm, WT- X-56 (7.9 mm), Coating Thickness - 80 mm

50

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

665

Page 5 of 28

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

1
Sl.
No.

MAINLINE WORKS FOR SECTION-II


Description of Item

3.0

CONCRETE SADDLE WEIGHTS

3.1

Additional works over and above SOR Sl. No. 1.0 for supply of all consumables and materials
including supply of 3mm, HDPE sheets, fabrication and installation of concrete saddle weights on
pipeline and performing all works as per specifications, drawings, and instructions of Engineer-incharge and other provisions of the Contract document.
Size of Pipe 406.4 mm OD

Nos.

50

3.2

Size of Pipe 219.1 mm OD

Nos.

10

4.0

CONCRETE SLABS
M

1200

200

2000

1000

Unit

Supply, fabrication and installation for Mechanical Protection by reinforced concrete weight.
Reinforced steel size should be 10 mm, top and bottom at a rate of 200 mm c/c of precised RACK
1:2:4 on pipeline of wall thickness of 75 mm thick and size as per specification, standard drawings
and instruction by EIC including supply of consumables materials, equipment, labour, supervision and
all associated civil work.
5.0

6.0
6.1

6.2

BANK & BED STABILIZATION


Additional works over and above SOR Sl. No. 1 for supply, fabrication and installation for protection
and stabilization of banks of water crossings including supply of all materials, consumables,
manpower and performing works as per drawings, specifications, instructions of Engineer-in-Charge
and provisions of Contract.
BACKFILLING WITH SELECT SOIL
BACKFILLING WITH SELECT SOIL (For Station Approach)
Unit rate over and above SOR Sl. No. 1 for supply of specified and approved quality of sand / rock /
other types of soil including supply of sand in place of available excavated material and/ or other
suitable soil as per applicable standards/ specifications, including backfilling of excavated trench for
specified length after laying of pipeline, including transportation of backfill material over all distances
and disposal of surplus excavated soil, complete.
BACKFILLING WITH SELECT SOIL (For Seismic Areas)
Providing specified and approved quality of backfill material as defined in contract document at
seismic zone along pipeline route (wherever applicable) as per standards/ specifications over and
above item 1, including supply of select backfill in place of available excavated material and/or other
suitable soil including backfilling of excavated trench after laying of pipeline and optical fiber cables/
cable conduit(where applicable) including transportation of such special backfill material over all
distances and disposal of surplus excavated soil (Refer Drg. No. MEC/TYP/05/21/01A/004).

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

MECON LIMITED
Amount
in INR

in Foreign
Currency

666

Page 6 of 28

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

1
Sl.
No.

MAINLINE WORKS FOR SECTION-II


Description of Item

7.0

PIPING WORKS FOR SECTIONALISING VALVE STATION CUM TAP-OFF POINT


All works for installation of all piping above ground at all elevations and below ground at all depth for
Sectionalising Valve Station in all type of terrains and soils including transportation and handling of all
Owner supplied materials i.e. extended stem full bore (406.4 mm NB) butt welded, actuated
sectionalising Ball valve, all sizes of valves 10" & above, unequal flow tees, Insulating Joints of all
sizes pipes for mainline and fittings from Owner's designated places(s) of issue to work site. Supply
of all type of valves (excluding only 6" ball valves extended stem, butt welded) and all mechanical
items i.e. QOEC, assorted pipes, fittings, flanges, weldolets, sockolets, gaskets, studs, nuts, nipples
& coupling etc. Installation / Erection of instrumentation items i.e. pressure gauge, pressure
transmitter, temperature transmitter, SS tubing and temperature gauge including tubing works,
consumables, manpower, machineries, tools & tackles for carrying out all mechanical works of
underground and above ground piping including
fabrication, welding, nondestructive testing of welds, weld repairs/ retesting, cleaning/ flushing, prehydrotesting & hydrostatic testing, dewatering, functional testing, cutting of mainline and bevelling (if
required), tie-in of valve assembly, including radiography of tie-in joints, corrosion coating and
external painting as required, obtaining all statutory clearances, approvals and permissions for the
works (wherever required), making of valve pit [for detail refer relevant drawings (i.e. P&ID, Plot Plan)
for SV Station point enclosed with tender] filled with sand, excavation and filling in all types of soils
including soft/ hard rock for installation of piping/ pipe supports including all associated civil and
structural works; painting, finishing, clean-up and restoration of site; preparation of as-built drawings,
documents and project records and performing all works as per drawings, specifications, other
provisions of Contract document and instructions of Engineer-in-charge.

7.1

Sectionalising Valve Station-1 at Ch. 24.000 km

Lumpsum

7.2

Sectionalising Valve Station-2 at Ch. 34.000 km

Lumpsum

7.3

Sectionalising Valve Station-3 Cum Tap-off for Roorkee at Ch. 39.000 km

Lumpsum

7.4

Sectionalising Valve Station-4 at Ch. 45.000 km

Lumpsum

7.5

Sectionalising Valve Station-5 at Ch. 47.000 km

Lumpsum

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

MECON LIMITED
Amount
in INR

in Foreign
Currency

667

Page 7 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Notes:
1. This work is exclusive of all works associated with main pipeline covered at SOR Sl No. 1.0 above.
2. All Civil/ structural works except for piping supports will be paid separately as per rate provided
elsewhere.
3. All works related to approach roads will be paid separately as provide elsewhere in the Contract.
4. All others works pertaining to SV Station Architecture / Electrical / Instrumentation works) shall be
as per rates indicated elsewhere in the tender document.
5. Work is inclusive of receiving, taking over, loading & unloading of company supplied material and
return of surplus material to Company's designated stockyard/store.

8.0

(Refer plot plan drawing and P&ID for Sectionalising Valve Stations enclosed with tender document
for ascertaining quantum of mechanical work associated with SV Station).
PIPING WORKS FOR SECTIONALISING VALVE STATION CUM TAP-OFF POINT
All works for installation of all piping above ground at all elevations and below ground at all depth for
Sectionalising Valve Station in all type of terrains and soils including transportation and handling of all
Owner supplied materials i.e. extended stem full bore (219.1 mm NB) butt welded, actuated
sectionalising Ball valve from Designated Store place(s) of issue to work site. Supply of all type of
valves and all mechanical items i.e. 2" QOEC, assorted pipes, fittings, flanges, weldolets, sockolets,
gaskets, studs, nuts, nipples & coupling etc. Installation / Erection of instrumentation items i.e.
pressure gauge, pressure transmitter, temperature transmitter, SS tubing and temperature gauge
including tubing works, consumables, manpower, machineries, tools & tackles for carrying out all
mechanical works of underground and above ground piping including fabrication, welding,
nondestructive testing of welds, weld repairs/ retesting, cleaning /
flushing, pre-hydrotesting & hydrostatic testing, dewatering, functional testing, cutting of mainline and
bevelling (if required), tie-in of valve assembly, including radiography of tie-in joints, corrosion coating
and external painting as required, obtaining all statutory clearances, approvals and permissions for
the works (wherever required), making of valve pit [for detail refer relevant drawings (i.e. P&ID, Plot
Plan) for SV Station point enclosed with tender] filled with sand, excavation and filling in all types of
soils including soft/ hard rock for installation of piping/ pipe supports including all associated civil and
structural works; painting, finishing, clean-up and restoration of site; preparation of as-built drawings,
documents and project records and performing all works as per drawings, specifications, other
provisions of Contract document and instructions of Engineer-in-charge.

8.2 For Consumer Lines - BHEL


8.2.1 Sectionalising Valve Station-1 at Ch. 3.700 km

Lumpsum

8.2.2 Sectionalising Valve Station-2 at Ch. 4.200 km

Lumpsum

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

668

Page 8 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

8.2.3 Sectionalising Valve Station-3 at Ch. 6.000 km

Lumpsum

8.3 For Consumer Lines - SIDCUL


8.3.1 Sectionalising Valve Station-1 at Ch. 2.500 km

Lumpsum

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Notes:
1. This work is exclusive of all works associated with main pipeline covered at SOR Sl No. 1.0 above.
2. All Civil/ structural works except for piping supports will be paid separately as per rate provided
elsewhere.
3. All works related to approach roads will be paid separately as provide elsewhere in the Contract.
4. All others works pertaining to SV Station Architecture / Electrical / Instrumentation works) shall be
as per rates indicated elsewhere in the tender document.
5. Work is inclusive of receiving, taking over, loading & unloading of company supplied material and
return of surplus material to Company's designated stockyard/store.

9.0

(Refer plot plan drawing and P&ID for Sectionalising Valve Stations enclosed with tender document
for ascertaining quantum of mechanical work associated with SV Station).
PIPING WORKS FOR TAP-OFF POINT
All works for installation of all piping above ground at all elevations and below ground at all depth for
Tap-off Point in all type of terrains and soils including transportation and handling of all Owner
supplied materials i.e. unequal flow tees, insulating joints from Owner's designated places(s) of
issue to work site. Supply of all type of valves (8" & below) and all mechanical items i.e. assorted
pipes, fittings, flanges, weldolets, sockolets, gaskets, studs, nuts, nipples & coupling etc. Supply,
Installation / Erection of instrumentation items i.e. SS tubing including tubing works, consumables,
manpower, machineries, tools & tackles for carrying out all mechanical works of underground and
above ground piping including fabrication, welding, nondestructive testing of welds, weld repairs /
retesting, cleaning/ flushing, pre-hydrotesting & hydrostatic testing, dewatering, functional testing,
cutting of mainline and bevelling (if required), tie-in of valve
assembly, including radiography of tie-in joints, corrosion coating and external painting as required,
obtaining all statutory clearances, approvals and permissions for the works (wherever required). For
detail refer relevant drawings i.e. P&ID, Plot Plan for Tap-off Point enclosed with tender. For
installation of piping / pipe supports including all associated civil and structural works; painting,
finishing, clean-up and restoration of site; preparation of as-built drawings, documents and project
records and performing all works as per drawings, specifications, other provisions of Contract
document and instructions of Engineer-in-charge.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

669

Page 9 of 28

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

1
Sl.
No.

MAINLINE WORKS FOR SECTION-II


Description of Item

9.1

Tap-off Point for Power Plant at Ch. Approx. 52 km

Unit

Lumpsum

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Notes:
1. This work is exclusive of all works associated with main pipeline covered at 1.0 above.
2. All Civil/ structural works except for piping supports will be paid separately as per rate provided
elsewhere.
3. All works related to approach roads will be paid separately as provide elsewhere in the Contract.
4. All others works pertaining to SV Station Architecture / Electrical / Instrumentation works) shall be
as per rates indicated elsewhere in the tender document.
5. Work is inclusive of receiving, taking over, loading & unloading of company supplied material and
return of surplus material to Company's designated stockyard/store.
(Refer plot plan drawing and P&ID for Tap-off Point enclosed with tender document for ascertaining
quantum of mechanical work associated with Tap-off Point).
10.0 WATERBODY CROSSING (by HDD Method)
Complete work of the water crossings (between the limits as defined in tender drawing - detailed
construction drawings shall be prepared by the contractor duly approved by GAIL/MECON) by
Horizontal Directional Drilling (HDD) method including "Receiving and taking over" owner supplied
three layer PE coated line pipes from owner's designated places of issue/ dump site(s) and
transportation to Contractor's stock yard/ work shop/ worksite including all handling, loading,
unloading, aligning etc. supply of all Contractor supplied material including required length of CS
conduit of size 150mm NB, 6.4mm thick. as per API - 5L Gr. B or equivalent ERW Pipe duly coaltar
epoxy coated of minimum 300 micron for OFC laying works site(s), manpower, equipments, other
resources and acquiring the required land for storage, fabrication,site office access for Contractor
etc. and execution of, but not limited to the following works in accordance with specifications scope of
work and instructions of Engineer-in-charge and as per provision of Contract Document.
Geotechnical survey datas for Bore Holes will be furnished by GAIL/MECON
- In-situ pre-construction survey including auger bore(s) of minimum 6.0 M depth [in the middle third of
waterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its bore
log by soil testing; obtaining historical data/ scour depth from concerned authority ascertaining under
neath soil & strata, necessary cover required over the carrier pipeline from lowest bed level of the
stipulated water crossing including design & calculation and detail engineering and making of
crossing drawing for getting the approval from concerned Authority/ Engineer-in-charge, getting work
permit/ NOC for water crossings as well as utility crossings (if any) encountered during water crossing
prior to start the execution of work.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

670

Page 10 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

- Drilling to the required depth on the banks and bed including maintenance of drill hole in all types of
strata, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of the
water crossings by HDD methods for providing with minimum cover either
(i) 1.5m below the scour profile/ duly approved/ accepted by concerned authority ( under whoes
jurisdictions the crossing lies)
or
(ii) 2.5m to 5.0m from the lowest bed level as required by concerned authority or site & technical
requirement.
and
(iii) In addition to point (i) & (ii), In case of multiple combined X-ing i.e. canal alongwith road/ drain,
minimum cover requirement as per specification/ concerned authority for each type of x-ing has also
to be fulfilled.
- Laying of the pipeline by the approved HDD method across the water crossing including, strings
preparation of pipes, welding, testing, 100 % radiography, welding repair and retest, coating of field
joints with special type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating with
special PERP-80 repair patch or equivalent material as per specification, pre-hydrotest of complete
strings made for crossing etc. as per specification.
- Backfilling of the ditch/ trench including restoration and clean-up of area, disposal of drilling fluid &
waste etc. to the satisfaction of Engineer-in-charge/ Concerned Authority.
- Post installation hydrotest dewatering and tie-in with pipeline at either banks etc.
- All other works including pigging, cleaning, final hydrotesting as per specification etc. alongwith
mainline works (as mentioned in clause no. 1.0 above) required as per specifications, codes,
approved drawings, calculations, methods and as directed by Engineer-in-charge.
10.1 Detail of Stream Crossing (Hindan River ) at minimum cover mentioned as above at chainage 6.109
km (Ref. X-ing Detail Drawing No. CRS-007, R0)
10.1.1 Crossing of Stream Crossing (Hindan River ) for carrier pipeline of size 406.4 NB x 11.1mm / 9.5 mm Lumpsum
thk. of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or
equivalent ERW Pipe for HDPE ducts for OFC

10.2 Detail of Stream Crossing (Hindan River ) at minimum cover mentioned as above at chainage 6.375
km (Ref. X-ing Detail Drawing No. CRS-008, R0)
10.2.1 Crossing of Stream Crossing (Hindan River ) for carrier pipeline of size 406.4 NB x 11.1mm / 9.5 mm Lumpsum
thk. of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or
equivalent ERW Pipe for HDPE ducts for OFC

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

671

Page 11 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

10.3 Detail of Canal Crossings alongwith adjacent road at minimum cover mentioned as above at chainage
34.837, 34.859 & 34.877 km (Ref. X-ing Detail Drawing No. CRS-030, 031 & 032 R0)
10.3.1 Crossing of Canal Crossings alongwith adjacent road for carrier pipeline of size 406.4 NB x 11.1mm / Lumpsum
9.5 mm thk. of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L
Gr. B or equivalent ERW Pipe for HDPE ducts for OFC

10.4 Detail of Canal Crossings at minimum cover mentioned as above at chainage 35.825 km (Ref. X-ing
Detail Drawing No. CRS-034 R0)
10.4.1 Crossing of Canal Crossings for carrier pipeline of size 406.4 NB x 11.1mm / 9.5 mm thk. of API 5L Lumpsum
Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW
Pipe for HDPE ducts for OFC

10.5 Detail of Canal Crossings at minimum cover mentioned as above at chainage 36.422 km (Ref. X-ing
Detail Drawing No. CRS-035 R0)
10.5.1 Crossing of Canal Crossings for carrier pipeline of size 406.4 NB x 11.1mm / 9.5 mm thk. of API 5L Lumpsum
Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW
Pipe for HDPE ducts for OFC

10.6 Detail of Canal Crossings alongwith adjacent road at minimum cover mentioned as above at chainage
37.202 km (Ref. X-ing Detail Drawing No. CRS-036, R0)
10.6.1 Crossing of Canal Crossings alongwith adjacent road for carrier pipeline of size 406.4 NB x 11.1mm / Lumpsum
9.5 mm thk. of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L
Gr. B or equivalent ERW Pipe for HDPE ducts for OFC

10.7 Detail of Canal Crossings alongwith adjacent road at minimum cover mentioned as above at chainage
37.432 km (Ref. X-ing Detail Drawing No. CRS-037, R0)
10.7.1 Crossing of Canal Crossings alongwith adjacent road for carrier pipeline of size 406.4 NB x 11.1mm / Lumpsum
9.5 mm thk. of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L
Gr. B or equivalent ERW Pipe for HDPE ducts for OFC

10.8 Detail of Canal Crossings alongwith adjacent road at minimum cover mentioned as above at chainage
37.676 km (Ref. X-ing Detail Drawing No. CRS-038, R0)

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

672

Page 12 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

10.8.1 Crossing of Canal Crossings alongwith adjacent road for carrier pipeline of size 406.4 NB x 11.1mm / Lumpsum
9.5 mm thk. of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L
Gr. B or equivalent ERW Pipe for HDPE ducts for OFC

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

10.9 Detail of Solani River Crossing at minimum cover mentioned as above at chainage 45.899 km (Ref. Xing Detail Drawing No. CRS-046, R0)
10.10.1 Crossing of Solani River Crossing for carrier pipeline of size 406.4 NB x 11.1mm / 9.5 mm thk. of API Lumpsum
5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent
ERW Pipe for HDPE ducts for OFC

10.10 Detail of Ratmau Rao River Crossing at minimum cover mentioned as above at chainage 47.241 km
(Ref. X-ing Detail Drawing No. CRS-047, R0)
10.10.1 Crossing of Ratmau Rao River Crossing for carrier pipeline of size 406.4 NB x 11.1mm / 9.5 mm thk. Lumpsum
of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or
equivalent ERW Pipe for HDPE ducts for OFC

10.11 Detail of Ratmau Rao River Crossing at minimum cover mentioned as above at chainage 47.577 km
(Ref. X-ing Detail Drawing No. CRS-048, R0)
10.11.1 Crossing of Ratmau Rao River Crossing for carrier pipeline of size 406.4 NB x 11.1mm / 9.5 mm thk. Lumpsum
of API 5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or
equivalent ERW Pipe for HDPE ducts for OFC

10.12 Detail of Canal Crossings at minimum cover mentioned as above at chainage 54.502 km (Ref. X-ing
Detail Drawing No. CRS-057 R0)
10.12.1 Crossing of Canal Crossings for carrier pipeline of size 406.4 NB x 11.1mm / 9.5 mm thk. of API 5L Lumpsum
Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW
Pipe for HDPE ducts for OFC

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

673

Page 13 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Note: (i) Crossings indicated in crossing detail drawing enclosed with the tender document are
tentative. Crossing width may vary as per site condition. Tenderer are advised to visit the site for
actual assessment of extent of crossing and to access the maximum extent of cover which may have
to be provided. Actual string length for HDD shall be as per design calculations so that pipe is not
under stress as permitted by codes/ specifications. Final length of string shall be decided after
decision of minimum cover requirement by concerned Authority/ Engineer-in-charge.
(ii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit laid by
HDD method are inclusive in the above item rate and no separate payment shall be made under other
clause mentioned elsewhere.
(iii) The Contractor has to quote lumpsump for all X-ing alongwith 6" CS conduit. Any extra payment
shall not be made against this item. It is sole descretion of the Contractor to do HDD crossing of
mainline pipe as well as CS conduit pipe either by suitabily strapping together both the carrier pipe &
CS conduit and pulled through the same drill hole. or making separate HDD for 6" CS conduit for
OFC laying at minimum 4m distance apart from centreline of HDD of mainline either side. No
separate payment for HDD for 6" CS conduit shall be paid.
11.0 WATER CROSSING [RIVER, CANAL, NALLAH / DRAIN, IRRIGATION CHANNEL (BY OPEN CUT
CONVENTIONAL METHOD)]
Complete work of the water crossings (between the limits as defined in approved drawing) including
"Receiving and taking over" owner supplied corrosion coated line pipes from owner's designated
places of issue/ dump site(s) and transportation to Contractor's stock yard/ work shop/ worksite
including all handling, loading, unloading, etc. supply of all Contractor supplied material to worksite(s),
manpower, other resources and acquiring the required land for storage, fabrication, access for
Contractor etc. and execution of, but not limited to, following works in accordance with specifications
and instructions of Engineer-in-charge and as per all provision of Contract Document.
- In-situ pre-construction survey including auger bore(s) minimum 6.0 depth [in the middle third of
waterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its bore
log by soil testing; obtaining either scour depth from concerned authority, necessary cover required
over the carrier pipeline from lowest bed level of the stipulated water crossing to be obtained from
concerned authority including design & detail engineering and making of crossing drawing for getting
their approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for water
crossings as well as utility crossings (if any) encountered during water crossing prior to start the
execution of work.
Following data shall be obtained from concern authority/ local sources to finalise scour depth :(i) Past Historical flood level datas indicating HFL to determine highest flood level.
(ii) River flow data including velocity of water flow.
(iii) Necessary information regarding type of soil and strata underneath the river bed.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

674

Page 14 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

- Trenching to the required depth on the banks and bed including maintenance of trench in all types of
strata, all depth to a width to accommodate the pipeline at all conditions of the water crossings by
various methods for providing with minimum cover over top of the pipe at all point across the
maximum possible width of water bed (as per drawing) either 1.5 mtrs. below the predicted scour
profile expected during the life time of the pipeline or 2.5 mtrs. below the available lowest firm bed (if
scour profile/ depth not available) of the water crossing by ascertaining bed level upto 50 mtrs. both
the side from crossing location or the actual depth as decided by concerned Authority/ Engineer-incharge whichever is more.
- Strings preparation of pipes, welding, testing, radiography, welding repair and retest, coating of field
joints with Heat Shrink Sleeve or equivalent and repair of pipeline coating with repair patch or
equivalent material as per specification, pre-hydrotest of complete strings made for crossing etc.
- Final strings preparation of pipes with thickness of 80 mm continuous concrete weight coating upto
approved length as per approved drawing & specification [only with guniting concrete in lowered
position]or as decided by Engineer-in-charge depending on site condition, repair of coating damages,
concrete coating of field joints, etc. as per respective technical specification.
- Continuous concrete weight coating of minimum density 2245 kg/m 3 of mininum grade M-35 (nominal
mix) and field joints thereof in all areas of work wherever required as per site condition and performing
all works as per specification.
- Laying of the pipeline by the approved crossing method across the water crossing in the approved
trench.
- Backfilling of the trench including supply and padding by select backfill as required: stabilisation of
excavated banks using embankment mattresses as per drawings/ specifications including supply of
necessary materials getting NOC from concerned authority after bank protection, restoration of
disturbed area and clean-up etc.
- Post installation hydrotest and tie-in with pipeline at either banks etc.
- All other works required as per specifications, approved drawings, calculations, methods and as
directed by Engineer-in-charge.
11.1 River / Canal / Drain / Nallah / Minor Crossings wherever required at minimum cover mentioned as
above.
11.1.1 Crossing of River / Canal/ Drain/ Nallah / Minor Crossings for carrier pipeline of size 406.4 NB x 8.7 /
7.9 mm of API 5L Grade X-70 OR 9.5 / 8.7 mm of API 5L Grade X-80 and CS conduit of size 150 NB
X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW Pipe for HDPE duct and OFC

Meter

300

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

675

Page 15 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

11.2 River / Canal / Drain / Nallah / Minor Crossings wherever required at minimum cover mentioned as
above.
11.2.1 Crossing of River / Canal/ Drain/ Nallah / Minor Crossings for carrier pipeline of size 219.1 NB x 7.9 of
API 5L Grade X-56 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent
ERW Pipe for HDPE duct and OFC

Meter

100

Note: (i) The width indicated is not for any single crossings. This shall be as per requirement at site
for crossing at different locations.
(ii) Final length of string & cover from top of pipe for each crossing shall be decided and approved by
concerned Authority/ Engineer-in-charge.
(iii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit string
made for crossing laid by open cut conventional method are inclusive in the above item rate and no
separate payment shall be made under other clause mentioned elsewhere.
(iv) In case of lower depth of crossing achieved if damage to bed & bank is extensive the scheme for
Bed & Bank Stabilisation as per standards MEC/05/11/Std-015 & 016 shall be executed at no extra
cost.
12.0 ROAD CROSSING BY HDD
Complete work of the road crossing (between the limits are defined as approved drawings) by HDD
method including "Receiving and taking over" owner supplied three layer PE coated line pipes from
Owner's designated place to issue/ dump site(s) and transportation to Contractor's stock yard/ work
shop/ work site including all handling loading, unloading, aligning etc. supply of all Contractor supplied
material including required length of CS conduit for OFC laying of size 150mm NB; 6.4mm thk. of API
5L Gr. B or equivalent ERW pipe to work site(s), manpower, equipment, other resources and aquiring
the required land for storage, fabrication inclduing string preparation of pipes, welding, welding repair,
radiography, coating of field joints with special type Heat Shrink Sleeve and repair of pipeline coating
with special repair patch materials as per Specification, pre-testing etc. of complete string made for
crossing access for Contractor etc. and execution of, but not limited to, following works in accordance
with specifications and instruction of Engineer-in-charge and as per all provision of Contract
Document.
Pre-construction survey based on site visit, collection of data (if required) from concerned Authority
including design and detail engineering and making of crossing drawings for getting their approval
from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for road crossing as well as
utility crossings (if any) encountered during road crossing prior to start the execution of work.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

676

Page 16 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Drilling to required depth from top of road including maintenance of drill hole in all types of strata, all
depth to accommodate the pipeline and CS conduit for OFC laying at all conditions encountered
during rail/ road crossing by approved HDD methods for providing minimum cover specified in code/
specification or the actual depth as decided by concerned authority, whichever is more.

Backfilling of the ditch/ trench including restoration and cleanup of area and all other works including
pigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in clause no. 1.0
above) required as per specification, approved drawings, calculations, methods and to the satisfaction
of Engineer-in-charge and/ or as directed by concerned Authority.
12.1 Details of Road Crossing
12.1.1 Crossing of State Highway / Major District Road / Asphalted Road / Murrum Road / Metalled Road /
Canal Crossings for carrier pipeline of size 406.4 NB x 8.7 of API 5L Grade X-70 OR 7.9 mm of API
5L Grade X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW
Pipe for HDPE duct and OFC.
12.1.2 Crossing of State Highway / Major District Road / Asphalted Road / Murrum Road / Metalled Road /
Canal Crossings for carrier pipeline of size 219.1 NB x 7.9 of API 5L Grade X-56 and CS conduit of
size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW Pipe for HDPE duct and OFC.

Meter

400

Meter

100

Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any single
crossings. This shall be as per requirement at site for crossing at different locations.
(ii) Width of the crossings are indicated in respective Crossing drawing enclosed with the tender
document. Crossing width may vary as per site condition. String length for HDD shall vary as per
design calculations so that pipe is not under stress as permitted by codes/ specifications. However
final length of string & cover from top of pipe shall be decided and approved by concerned Authority /
Engineer-in-charge.
(iii) It is sole descretion of the Contractor to do HDD crossing of mainline pipe as well as CS conduit
pipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled through the
same drill hole. or making separate HDD for 6" CS conduit for OFC laying at minimum 4m distance
apart from centreline of HDD of mainline either side. No separate payment for HDD for 6" CS conduit
shall be paid.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

677

Page 17 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

(iv) The rates as quoted for the above crossings shall be applicable for the pipeline laying between
the ROW limits of the crossing as defined in respective crossing drawings enclosed with the tender
document. Payment for crossing installation as per above rates shall be made for the actual
horizontal width of the crossing between the ROW limit of crossing along the pipeline crossed. Any
additional length of pipe required to be installed during crossing installation (on both sides of crossing)
in order to comply with the minimum requirements of cover/ burial depth specified for the crossing or
for any installation convenience shall not be considered as part of crossing on above rates and shall
be paid as per the rates quoted for the normal laying of the pipeline. No additional compensation shall
be admissible in this regard.
13.0 OTHER WATERBODY CROSSING (by HDD Method)
Complete work of the water body crossing alongwith road (NH/SH/MDR/etc.) (between the ROW
limits as defined in Crossing Drawings enclosed with Bid Document) by HDD method including
"Receiving and taking over" owner supplied three layer PE coated line pipes from Owner's designated
place to issue/ dump site(s) and transportation to Contractor's stock yard/ work shop/ work site
including all handling loading, unloading, aligning etc. supply of all Contractor supplied material
including required length of CS conduit for OFC laying of size 150mm NB; 6.4mm thk. of API 5L Gr. B
or equivalent ERW pipe to work site(s), manpower, equipment, other resources and aquiring the
required land for storage, fabrication inclduing string preparation of pipes, welding, welding repair,
radiography, coating of field joints with special type Heat Shrink Sleeve and repair of pipeline coating
with special repair patch materials as per Specification, pre-testing etc. of complete string made for
crossing access for Contractor etc. and execution of, but not limited to,
following works in accordance with specifications and instruction of Engineer-in-charge and as per all
provision of Contract Document.
- In-situ pre-construction survey including auger bore(s) of minimum 6.0 M depth [in the middle third of
waterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its bore
log by soil testing; obtaining historical data/ scour depth from concerned authority ascertaining under
neath soil & strata, necessary cover required over the carrier pipeline from lowest bed level of the
stipulated water crossing including design & calculation and detail engineering and making of
crossing drawing for getting the approval from concerned Authority/ Engineer-in-charge, getting work
permit/ NOC for water crossings as well as utility crossings (if any) encountered during water crossing
prior to start the execution of work.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

678

Page 18 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

- Drilling to the required depth on the banks and bed including maintenance of drill hole in all types of
strata, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of the
water crossings by HDD methods for providing with minimum cover either
(i) 1.5m below the scour profile/ duly approved/ accepted by concerned authority.
or
(ii) 2.5m or more from the lowest bed as required by concerned authority or site & technical
requirement.
and
(iii) In addition to point (i) & (ii), In case of multiple combined X-ing i.e. canal alongwith road/ drain,
minimum cover requirement as per specification/ concerned authority for each type of x-ing has also
to fulfilled.
- Laying of the pipeline by the approved HDD method across the water crossing including, strings
preparation of pipes, welding, testing, radiography, welding repair and retest, coating of field joints
with special type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating with special
PERP-80 repair patch or equivalent material as per specification, pre-hydrotest of complete strings
made for crossing etc.
- Backfilling of the ditch/ trench including restoration and clean-up of area etc. to the satisfaction of
Engineer-in-charge/ Concerned Authority.
- Post installation hydrotest dewatering and tie-in with pipeline at either banks etc.
- All other works including pigging, cleaning, final hydrotesting etc. alongwith mainline works (as
mentioned in clause no. 1.0 above) required as per specifications, codes, approved drawings,
calculations, methods and as directed by Engineer-in-charge.
13.1 Details of Water Body Crossing
13.1.1 Crossing of Unlined Canal / Distributary / Canal / Drain / Nala Crossings for carrier pipeline of size
406.4 NB x 8.7/11.5 of API 5L Grade X-70 OR 7.9 / 9.5 mm of API 5L Grade X-80 and CS conduit of
size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW Pipe for HDPE duct and OFC.

13.1.2 Crossing of River / Unlined Canal / Distributary / Canal / Drain / Nala / Stream Crossings for carrier
pipeline of size 219.1 NB x 7.9 of API 5L Grade X-56 and CS conduit of size 150 NB X 6.4 mm thick.
of API - 5L Gr. B or equivalent ERW Pipe for HDPE duct and OFC.

Meter

300

Meter

500

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

679

Page 19 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any single
crossings. This shall be as per requirement at site for crossing at different locations.
(ii) Width of the crossings are indicated in respective Crossing drawing enclosed with the tender
document. Crossing width may vary as per site condition. String length for HDD shall vary as per
design calculations so that pipe is not under stress as permitted by codes/ specifications. However
final length of string & cover from top of pipe shall be decided and approved by concerned Authority /
Engineer-in-charge.
(iii) It is sole descretion of the Contractor to do HDD crossing of mainline pipe as well as CS conduit
pipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled through the
same drill hole. or making separate HDD for 6" CS conduit for OFC laying at minimum 4m distance
apart from centreline of HDD of mainline either side. No separate payment for HDD for 6" CS conduit
shall be paid.
(iv) The rates as quoted for the above crossings shall be applicable for the pipeline laying between
the ROW limits of the crossing as defined in respective crossing drawings enclosed with the tender
document. Payment for crossing installation as per above rates shall be made for the actual
horizontal width of the crossing between the ROW limit of crossing along the pipeline crossed. Any
additional length of pipe required to be installed during crossing installation (on both sides of crossing)
in order to comply with the minimum requirements of cover/ burial depth specified for the crossing or
for any installation convenience shall not be considered as part of crossing on above rates and shall
be paid as per the rates quoted for the normal laying of the pipeline. No additional compensation shall
be admissible in this regard.
14.0 CASED CROSSING
14.1 Crossing with Casing Pipe by Boring
Complete work of the road (National Highway, State Highway, MDR) Rail crossing (between the limits
as defined in approved drawings) excluding supply of casing pipe bare (for 16" NB Pipeline) including
handling, loading, transportation, unloading to Contractor's own stock yard/ work site.

Pre-construction survey and making of crossing drawing based on site visit and getting their approval
from concerned Authority/ Engineer-in-charge prior to start the execution of work.
Installation of casing pipe by jacking/ boring/ for road crossings including open cut for adjacent
service road, canal, minor nature of water channel, utility line crossing etc. (if any) wherever required
for all depth in all type of soils and terrrain for carrier pipe insertion and for OFC/ HDPE duct. All other
Contractor supplied materials like casing insulators, Zinc Ribbon Anodes and casing end seals as per
enclosed specification/ drawings materials for casing vents and drain assembly etc. including supply
of all other materials, equipments, consumables, manpower, welding including visual inspection of all
weld joints.
SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

680

Page 20 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Preparation of required length of carrier pipeline welded string including all other works as mentioned
in SOR Sl. No. 1.0 above and as per specification/ drawings. Pulling of OFC/ HDPE duct through CS
conduit & insertion of carrier pipe in casing pipe after above ground pretesting at specified test
pressure including installation of casing insulators and Zn ribbon anode as per approved design
calculation, specification/ drawings. Insatllation of vent and drain assembly, fixing of end seals,
backfilling and restoration as original of the facilities crossed and performing all other works including
pigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in SOR Sl. No. 1.0
above) and as per specification, approved procedure, drawing etc. and instruction of Engineer-incharge and provision of contract document, getting NOC from all concerned Authority of the facilities
crossed.
a) Installation of Casing Pipe by Jacking with auger Boring of Casing Pipe - 24" NB x 8-10 mm wall thk.
(for 16" NB pipeline)

Qty.

270

b) By Open Cut of Casing Pipe - 24" NB x 10.0 mm wall thk. (for 16" NB pipeline)

30

c) By Pipe Jacking with auger Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their
conduit)

350

d) By Open Cut of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit)

50

e) Supply of CS Conduit 150mm NB, 6.4mm wall thk. API 5L Gr. B or equivalent (for OFC & their
conduit)

400

f) Supply of Casing Pipe of 24" (609.4 mm NB), 8.7mm wall thk. API 5L Gr. B or equivalent

300

g) Installation of Casing Pipe by Jacking with auger Boring of Casing Pipe - 14" NB x 6.4 mm / 7.1 mm
wall thk. (for 8" NB pipeline)

80

h) By Open Cut of Casing Pipe - 14" NB x 6.4 mm wall thk. (for 8" NB pipeline)

20

100

i) Supply of Casing Pipe 355.6 mm NB, 6.4mm wall thk. API 5L Gr. B or equivalent

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any single
crossings. This shall be as per requirement at site for crossing at different locations.
(ii) Width of the above crossings indicated are tentative. Actual length & cover from top of casing pipe
string may vary depending upon site conditions, crossing methods, approved drawings etc. and/ or
decided by concerned Authority/ Engineer-in-charge.
(iii) Exact centreline location of boring of 6" NB CS conduit for HDPE Ducts / OFC as a casing pipe
shall be minimum 4.0m either side based on as installed centreline dimension of carrier pipe inside
casing pipe at all cased crossing. The cover to top of casing pipe for HDPE Ducts / OFC shall be
same as cover to top of the pipeline/ casing pipe as applicable.
SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

MECON LIMITED
Amount
in INR

in Foreign
Currency

681

Page 21 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

15.0 PERMANENT MARKERS


Supply, fabrication and installation of following types of permanent markers along the route including
all associated civil works such as excavation in all types of soil, construction of pedestals and
grouting with concrete, cleaning, supply and application of approved colour and quality of primer and
paint, stencil letter cutting for numbers, direction, chainage, etc., restoration of area to original
condition and performing all works as per drawings, specifications and instructions of Engineer-incharge.
15.1 Pipeline Warning Signs

Nos.

50

15.2 Right-of-way boundary markers

Nos.

300

15.3 Kilometer Posts

Nos.

75

15.4 Direction Markers

Nos.

45

15.5 Aerial Markers

Nos.

12

15.6 Navigable Waterway Markers

Nos.

cm2

400

No.

20

No.

20

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Note : Final quantities of Marker may vary. This may be confirmed by EIC before fabrication.
16.0 REPAIR OF DEFECTS IN LINE PIPE AND PIPE COATING (ATTRIBUTABLE TO OWNER)
Repair of Owner supplied line pipe and external corrosion coating of all thicknesses noted at the time
of taking delivery by Contractor, including performing all works as per specifications and directions of
Engineer-in-charge.
16.1 Repair of coating defects in 3-Layer PE Coating Line Pipe
Repair of Holiday in Coating
Supply of all coating repair materials as per specification to be compatible with line pipe coating
material and as per the requirements of the relevant specifications, supply of all consumables,
utilities, equipment, and all manpower required, pipe cleaning and surface preparation repairing of
coating defects (resulting in holiday in coating) and testing including all handling, transportation, etc.
for line pipes, performing all works necessary for the completion of the works strictly in accordance
with the relevant specification and instructions of Engineer-in-charge. This rate shall be applicable
per sq.cm of the exposed steel area.
16.2 Repair of Defects in Pipes
i) Cutting and rebevelling (dents / damage in bevels exceeding 3mm in depth)
ii) Jack out (dents in bevels ranging between 1mm and 3mm in depth)

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

682

Page 22 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

17.0 LEAKS/ BURSTS (Attributable to Owner)


17.1 Major Leak/ Bursts (Detected by visual method) : All works for locating & detection of leak/ burst
(occurred during hydrostatic testing) including necessary repairing/ replacing defective pipe lengths,
including cutting out and removing the defective pipe, pretesting the replacement pipe, welding into
mainline, and NDT of welds, repair and re-testing of defective welds, coating of welded joints, cleanup, retesting the full test section of pipeline including providing all labour, materials, consumables and
inputs other than Owner supplied materials and performing all works as per drawings, specifications
enclosed with the tender/ contract document and directions of Engineer-in-charge
17.1.1 Major leak (Detected by visual method) For pipeline size 406.4 mm (16") NB

Nos.

17.1.2 Major leak (Detected by visual method) For pipeline size 219.1 mm (8") NB

Nos.

17.2.1 Minor leak (Detected by sectionalizing method) For pipeline size 406.4 mm (16") NB

Nos.

17.2.2 Minor leak (Detected by sectionalizing method) For pipeline size 219.1 mm (8") NB

Nos.

Note: (1) This rate is applicable for manufacturing defects in Owner supplied material only.
(2) Leak detection, its rectification and successfully re-hydrotesting shall be carried out as per
approved procedure by Contractor with a view that completion of all activity for successful
hydrotesting is not inordinalely extended which will hamper the overall project schedule.
17.2 Minor Leak (Detected by sectionalizing method) : All works for locating leak by sectionalizing or
any other methods which can not be located by visual means, (occurred during hydrostatic testing)
including necessary repairing/ replacing defective pipe lengths, including cutting out and removing the
defective pipe, pretesting the replacement pipe, welding into mainline, and NDT of welds, repair and
re-testing of defective welds, coating of welded joints, clean-up, retesting the full test section of
pipeline including providing all labour, materials, consumables and inputs other than Owner supplied
materials and performing all works as per drawings, specifications enclosed with the tender/ contract
document and directions of Engineer-in-charge

Note: (1) This rate is applicable for manufacturing defects in Owner supplied material only.
(2) Leak detection, its rectification and successfully re-hydrotesting shall be carried out as per
approved procedure by Contractor with a view that completion of all activity for successful
hydrotesting is not inordinalely extended which will hamper the overall project schedule.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

683

Page 23 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

18.0 LONG RADIUS BENDS


18.1 Supply of Long Radius Bends (R = 6D) for 16" dia.pipe, X-70 (thk. 11.1 mm) / X-80 ( thk. 9.5 mm) as
per T.S. (No. MEC/TS/05/62/015) & Data Sheet No. MEC/23M9/05/21/M/001/DS-015 enclosed in
Tender Document (Bare pipe for LR Bends shall be free issue to the contractor).
a) 20 - 30

Nos.

10

b) 31 - 45

Nos.

c) 46 - 60

Nos.

d) 61 - 90

Nos.

a) 20 - 30

Nos.

b) 31 - 45

Nos.

c) 46 - 60

Nos.

d) 61 - 90

Nos.

10

a) 20 - 30, MSS-SP-75, Gr. WPHY-56, 7.9 mm thk.

Nos.

b) 31 - 45, MSS-SP-75, Gr. WPHY-56, 7.9 mm thk.

Nos.

c) 46 - 60, MSS-SP-75, Gr. WPHY-56, 7.9 mm thk.

Nos.

d) 61 - 90, MSS-SP-75, Gr. WPHY-56, 7.9 mm thk.

Nos.

10

18.2 Supply of Long Radius Bends (R = 6D) for 8" dia.pipe, X-56 (thk. 7.9 mm) as per T.S. (No.
MEC/TS/05/62/015) & Data Sheet No. MEC/23M9/05/21/M/001/DS-015 enclosed in Tender
Document (Bare pipe for LR Bends shall be free issue to the contractor).

18.3 Supply of Long Radius Bends (R = 3D) for 8" dia.pipe, X-56 (thk. 7.9mm) (No free issue material will
be supplied).

Note : The quantities of LR Bends may vary. For final quantity, approval shall be taken by EIC before
order.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

684

Page 24 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

19.0 VALVE PITS


All civil works including supply of all materials, excavation of pit, piping supports including all PCC,
RCC and brick works for valves pits including pedestals with insert plates as required sealing of pipe
at valve pits, providing cover,sand filling etc. and finishing , clean-up and restoration of site, filling and
grading of area around valve station for avoiding any local flooding of area, as per typical drawing
enclosed and instructions of Engineer-in-charge.
a) Valve Pit of Size (2.5m x 2.0m x 2.7m)

No.

b) Valve Pit of Size (1.5m x 1.5m x 2.7m)

No.

20

c) Valve Pit of Size (1.5m x 1.0m x 2.7m)

No.

10

d) Valve Pit of Size (2.0m x 1.5m x 2.7m)

No.

20.1 Pipeline from Despatch Terminal at Saharanpur to Receiving Terminal at Haridwar

LS / Km

64

20.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL

LS / Km

16

20.0 Magnetic Cleaning and Electronic Geometry Pigging


Mobilisation/demobilisation of pigging tools, tackles, consumables, accessories and personnel by
contractor at work site including but not limited to magnet pig, electronic geometry pigs and pig
tracking device, temporary launcher and receiver as per specification and other provision of the bid
document including supply of material, equipment, manpower, etc. as required for geometry
inspection and magnet cleaning of Section-II including calibration of magnetic and caliper tools at
works site, running of adequate no. of magnet pigs and electronic geometry pigs (caliper) including
pig tracking at 5 to 10 Km interval, preparation of site report on pipeline, data analysis at Contractors
facility as per specification and provisions of the Bid Document.

21.0 PRE-COMMISSIONING AND COMMISSIONING ASSISTANCE FOR ENTIRE UNDERGROUND


PIPELINE AND TERMINALS / STATIONS.
Pre-commissioning activities and pre-commissioning checks to the specified acceptance criteria,
making the entire pipeline system ready for commissioning, providing assistance during the complete
duration of commissioning operations, supply of all equipment, manpower, consumables (including
pigs and required quantity of nitrogen for valve operations) materials for all temporary works and
performing all associated works, complete as per the relevant specifications, other provisions of
Contract document and instructions of Engineer-in-Charge.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

685

Page 25 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

21.1 Precommissioning Checks


21.1.1 Note:- Pre-commissioning of pipeline from Despatch Terminal at Saharanpur to Receiving Terminal at LS / Km
Haridwar including terminals / stations.
21.1.2 Note:- Pre-commissioning of pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL LS / Km
including terminals / stations.
21.2 Dewatering
21.2.1 Note:- Dewatering of pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar LS / Km
including terminals / stations.
21.2.2 Note:- Dewatering of pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL including LS / Km
terminals / stations.
21.3 Swabbing
21.3.1 Note:- Swabbing of pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar LS / Km
including terminals / stations.
21.3.2 Note:- Swabbing of pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL including LS / Km
terminals / stations.
21.4 Drying
21.4.1 Note:- Drying of pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar LS / Km
including terminals / stations.
21.4.2 Note:- Drying of pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL including terminals LS / Km
/ stations.
21.5 Commissioning assistance
21.5.1 Note:- Commissioning assistance of pipeline from Despatch Terminal Saharanpur to Receiving LS / Km
Terminal at Haridwar including terminals / stations.
21.5.2 Note:- Commissioning assistance of pipeline from Receiving Terminal at Haridwar to BHEL & LS / Km
SIDCUL including terminals / stations.

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

Amount
in INR

in Foreign
Currency

64

16

64

16

64

16

64

16

64

16

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

MECON LIMITED

686

Page 26 of 28

GAIL (India) Limited


1
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

22.0 VIDEOGRAPHY
Carried out the videography of the entire pipeline construction activities. The work shall be carry out in
two phases.
Videography of the entire route prior to construction activities i.e. pipeline route, location of various
stations, TOP, all crossing like road / railways, river, etc.
Videography during construction activities of Mainline Works i.e. String, Welding, Radiography, Joint
Coating, Lowering, Backfilling, etc. performing all works as per specification of EIC and other
provision of contract document.
22.1 Pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar

LS / Km

64

22.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL

LS / Km

16

23.1.1 Pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar

LS / Km

64

23.1.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL

LS / Km

16

23.2.1 Pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar

LS / Km

64

23.2.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL

LS / Km

16

23.3.1 Pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar

LS / Km

64

23.3.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL

LS / Km

16

23.0 IDLE TIME PRESERVATION:


23.1 Preservation of complete pipeline including sub sections, associated facilities and terminal facilities
(installed by Contractor) for a period of one month and its maintenance by filling and pressurising with
nitrogen to a positive pressure of 2 bars (g). Supply and maintenance of nitrogen at required
pressure, including supply of all consumables, nitrogen, all equipment, manpower, etc., complete as
per requirement of specifications, other provisions of contract document and instruction of Engineer Incharge.

23.2 All work as defined in Sl No. 23.1 for a period of 3 month.

23.3 All work as defined in Sl No. 23.1 for a period of 6 month.

SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

687

Page 27 of 28

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

GAIL (India) Limited


1
Sl.
No.

MAINLINE WORKS FOR SECTION-II


Description of Item

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

24.0 PIPELINE INFORMATION MANAGEMENT SYSTEM:


Providing pipeline information management system using web based software as per specification
no. MEC/S/05/21/20, Rev. 0 for monitoring pipeline construction progress and providing all "As Built"
data & drawings for entire length of pipeline in Section-II.
24.1 Pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar

LS / Km

64

24.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL

LS / Km

16

Meter

500

25.0 Receiving & taking over, handling, transportation and storage of coated / bare line pipe
The contractor shall receive & take over owner supplied bare / 3 layer PE Coated line pipe from
GAIL's Dumpyard in Badaur (Punjab) and its transportation to contractor's own stock yard near work
site(s) at Saharanpur / Haridwar, which includes handling, inspection of pipes at GAIL's store Badaur
(Punjab) in presence of Owner. Repair of pipes (attributable to either contractor or owner) at
Ludhiana, loading on trucks / trailers, transportation, unloading & stacking on wooden sleepers at
contractor's own stock yard near work site(s) at Saharanpur. Above work shall be carried out as per
standard drawing, specification, instruction of Owner and other provision of contract document.
Specified OD
mm (inch)
25.1 609.8 (24")

Thk (mm)
8.7/9.5 mm

Material

Coating Type

Length of each pipe

API 5L Gr.X-70
Bare / 3 Layer PE
Double random
Coating (Externally) (approx. 11.5 m to 12.5 m)

Note :
i) The quantities given in above item no. are tentative only and shall not be considered to be binding.
The quantities may be increased, decreased or deleted as per the actual site requirement and
instructions / recommendations of Owner. The unit rate shall be operated to work out the final
payment to the contractor.
ii) Above price shall be inclusive of all type of taxes & duties, transit insurance during transportation &
other insurance etc. including all financial & commercial implication as per the tender document. No
other payment except as per quoted unit rate & executed quantities will be payable by the Owner.
Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

In Figure :
Total Amount of quoted price (inclusive of all
applicable taxes & duties except Service Tax ) In Word :

Place : _____________
Date : _____________
Tender No.: _____________________________________________________
Offer No. & Date : ________________________________________________

Signature of Authorised Signatory


Name :
Designation :
Seal :
SOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

688

Page 28 of 28

2-I)

SCHEDULE OF RATES
FOR
CATHODIC PROTECTION WORKS
[SOR. No. 05/21/23M9/CP(Section-II)/SOR-02(I), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

689

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2-(I) CATHODIC PROTECTION WORKS FOR SECTION-II


Sl. Description of Item
No.

Unit

1.0 TEMPORARY CATHODIC PROTECTION SYSTEM


1.1 Survey, design, detailed engineering, supply, installation, testing and commissioning of the Lumpsum
temporary cathodic protection system using Mg/ Zn galvanic anodes to protect the external
surface of 16 x 64 Km (Approx.) from SV cum Despatch Terminal at Saharanpur to Receiving
cum distribution Terminal at Haridwar & 8x16Km (Approx.) from Receiving cum distribution
Terminal at Haridwar to Receiving Terminal at BHEL & SIDCUL in SECTION-II against
corrosion for design life of minimum 2 years or till the commissioning of PCP system,
whichever is later as per standard specification No. MEC/TS/05/21/016A for temporary
cathodic protection system, scope of work.
Scope shall also include but not limited to the following for completion of jobs:-

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

- Measurement of soil resistivity along the right of way of the main pipeline & take soil sample at
every 1.00 kM for its chemical & microbial analysis along the pipeline route as per specification
for corrosion survey.
- Collection of additional data related to cathodic protection along the right of way of pipeline as
per standard specifications.
- Supply, installation, testing & commissioning of one set of spark gap arrestor across each
insulating joint provided at dispatch terminal, receiving terminal, tap-off, SV & various
consumer terminals as per P&ID / specification. The pipeline shall be earthed through GI earth
electrodes with separate earth pit for grounding of un-protected/above ground pipeline. The
resistance to earth of grounding shall be limited to 5 ohms max.
- Supply, installation, testing & commissioning one set of polarization cell with zinc anode at all
high tension electrical power transmission line/equipments /railway tractions (all 66 KV &
above) crossing or running parallel to the pipeline for grounding purpose as per specification.
The rating shall depend upon anticipated fault current & ground bed resistance at the location
of installation. However, the rating of polarisation cell (solid state) shall not be less than 5 KA &
number of 20 kg net weight zinc anode shall not be less than two.

- Supply & installation of Zinc Ribbon Anodes at 4-8 Oclock position in the interval of 2 meter
(max.) on carrier pipes at all cased crossings i.e. railways/ roads etc.
- Supply, installation, testing & commissioning of Electrical resistance probes (2 Nos for Section
-II with 1 no. ER probe reading instrument) utilizing the electrical resistance technique shall be
provided along the pipeline at marshy areas and at vulnerable locations to monitor the external
corrosion activity on the pipeline. Location of external ER probe shall be decided during detail
engineering.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

SOR.No. 05/21/23M9/CP(Section-II)/SOR-02(I), Rev-0

690

Page 1 of 2

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2-(I) CATHODIC PROTECTION WORKS FOR SECTION-II


Sl. Description of Item
No.

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

- Supply, installation, testing & commissioning of Polarisation coupons (10 Nos for Section-II)
have one side exposed area of 100 mm x 100 mm shall be provided along the pipeline at
marshy areas and at vulnerable locations to monitor the external corrosion activity on the
pipeline as per enclosed standard specification. Location of external Polarisation coupons shall
be decided during detail engineering.
- Monitoring of the TCP system till commissioning of the permanent cathodic protection system.
- All civil/ structural works related to TCP system including supply of bricks, cement & steel etc.
required for completion of the system.
Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

Total Amount of quoted price (inclusive of all In Figure :


applicable taxes & duties except Service Tax )
In Word :

Place : _____________
Date : _____________

Signature of Authorised Signatory


Name :
Designation :
Seal :

Tender No.: _____________________________________________________


Offer No. & Date : ________________________________________________

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

SOR.No. 05/21/23M9/CP(Section-II)/SOR-02(I), Rev-0

691

Page 2 of 2

SCHEDULE OF RATES
FOR
2-II) CORROSION MONITORING SYSTEM WORKS
[SOR. No. 05/21/23M9/CMS(Section-II)/SOR-02(II), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

692

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-II


Sl.
Description of Item
No.

Unit

Qty.

1.0

Design, engineering, supply of high pressure, retrievable type, flush-mounted ER probes, body SS
316, with mild steel element as per pipe material API 5L X -80/70 and the element thickness 10 mils,
suitable for measurement of Corrosion rate in the range of 0-10mpy along with adaptor with cable as
per Job specification of Corrosion Monitoring System at Despatch terminal Saharanpur & Receiving
terminal at Haridwar.

Nos.

2.0

Supply of spare flush mounted ER probes body SS 316, with mild steel element as per pipe material
API 5L X -80/70 and the element thickness 10 mils, suitable for measurement of Corrosion rate in the
range of 0-10 mpy as per Job specification of Corrosion Monitoring System at Despatch terminal
Saharanpur & Receiving terminal at Haridwar.

Nos.

3.0

Design, engineering, supply of 2" NB, 5.25" height, flare weld Access fitting assembly ( non-tee), body
carbon steel, acme thread outlet with hollow plug assembly in AISI-316 along with heavy duty
protective CS cover, essential spare Rating 6000 psi and sustained design temperature of 65 DEG.C
etc. for ER Probes as per Job specification of Corrosion Monitoring System at Despatch terminal
Saharanpur & Receiving terminal at Haridwar.

Nos.

4.0

Design, Engineering, supply, testing & commissioning of ER Probe panel mounted transmitters with
mounting bracket and receivers (corrosion meter) connecting to UPS and suitable to interfacing with
DCS / SCADA along with all accessories for ER Probes as per Job specification of Corrosion
Monitoring System at Despatch terminal Saharanpur & Receiving terminal at Haridwar.

Nos.

5.0

Installation of ER probes, access fitting assemblies, Transmitters and Receivers (Corrosion meters)
and interface with DCS / SCADA including hot tapping & welding with the pipeline, testing &
commissioning at Despatch terminal Saharanpur & Receiving terminal at Haridwar.

Nos.

6.0

Installation of ER probes, access fitting assemblies, Transmitters and Receivers and interface with
DCS / SCADA without hot tapping, but including welding with the pipeline, testing & commissioning at
Despatch terminal Saharanpur & Receiving terminal at Haridwar.

Nos.

7.0

Design, engineering, supply of mild steel flush disc coupons of 1.25" dia & 0.125" thickness as per
Job specification of Corrosion Monitoring System at Despatch terminal Saharanpur & Receiving
terminal at Haridwar. The coupons shall be of pipe material grade API 5L X-80/70.

Nos.

10

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

SOR.No. 05/21/23M9/CMS(Section-II)/SOR-02(II), Rev-0

MECON LIMITED
Amount
in INR

in Foreign
Currency

693

Page 1 of 3

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-II


Sl.
Description of Item
No.

Unit

Qty.

8.0

Design, engineering, supply of retrievable coupon holders of SS 316 for flush disc coupon as per Job
specification of Corrosion Monitoring System at Despatch terminal Saharanpur & Receiving terminal
at Haridwar.

Nos.

9.0

Design, engineering, supply of 2" NB, 5.25" height, flare weld Access fitting assembly (non-tee) with
solid plug assembly of SS 316 alongwith heavy duty protective CS cover, essential spare etc. as per
Job specification of Corrosion Monitoring System at Despatch terminal Saharanpur & Receiving
terminal at Haridwar.

Nos.

10.0 Installation of coupons with coupon holder and access fitting assembly including hot tapping & welding
with the pipeline, testing & commissioning at Despatch terminal Saharanpur & Receiving terminal at
Haridwar.

Nos.

11.0 Installation of coupons with coupon holder and access fitting assembly without hot tapping but
including welding with the pipeline, testing & commissioning at Despatch terminal Saharanpur &
Receiving terminal at Haridwar.

Nos.

12.0 Supply and installation of all connecting cables from ER Probe location to control room to interface
with DCS/SCADA at Despatch terminal Saharanpur & Receiving terminal at Haridwar.

Mtr

400

13.0 Supply and installation of retriever kit complete with repair and seal kit with all accessories as per Job
specification of Corrosion Monitoring System at Despatch terminal Saharanpur & Receiving terminal
at Haridwar.

Nos.

14.0 Supply and installation of service valve kit with all accessories as per Job specification of Corrosion
Monitoring System at Despatch terminal Saharanpur & Receiving terminal at Haridwar.

Nos.

15.0 If required, construction of concrete pits shall be provided with removable closure with minimum gap
of 1.5 meters below the position of pipeline for retrieval of ER probes and coupons at Despatch
terminal Saharanpur & Receiving terminal at Haridwar.

LS

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

SOR.No. 05/21/23M9/CMS(Section-II)/SOR-02(II), Rev-0

MECON LIMITED
Amount
in INR

in Foreign
Currency

694

Page 2 of 3

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-II


Sl.
Description of Item
No.

Unit

16.0 Training of client personel.

LS

Notes;
1. The items & quantity indicated above are indicative & may vary to suit site conditions. Bidder must
quote for all items of SOR including sub items.
2.Bidder to confirm full compliance to job specifications. Deviations to specifications are not
acceptable and shall make the liable to rejection.
3.Prices quoted shall include the following:
a)All handling, transportation including marine transportation (if applicable), liaison, port fee,
warehousing, handling as required including payment of all fee, charges, custom duty, commissioning
spares etc.
b)All design, engineering, supply, installation and Technical support and Guarantees
c)All documents including drawings, manuals etc.,
4. Bidder shall submit a spare part list, recommended for 2 years normal operation.
5.All ER Probes and coupons shall be installed at suitable position. However if required, there should
be necessary space of at least 1.5 meters for the retrieval of the ER Probes and coupons. A concrete
pit with removable closure shall be constructed by the vendor.
6.All software and guarantees of the suppliers shall be on the name of GAIL.
7.The corrosion monitoring system during commissioning shall be calibrated as per manufacturer's
instructions for a period required for one complete cycle of parcel of all products being transported.
The contractor shall contact GAIL / MECON site engineer for providing the required period of
calibration along with dates/days.
8. Vendor shall be quoted separately i.e, with hot tapping & without hot tapping as the any of the
requirement may occur in the installation stage.
9. Bidder shall supply of above items at required location as per job
specification.
Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

Qty.

Currency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

Total Amount of quoted price (inclusive of In Figure :


all applicable taxes & duties except Service
Tax ) In Word :

Place : _____________
Date : _____________
Tender No.: _____________________________________________________
Offer No. & Date : ________________________________________________

SOR.No. 05/21/23M9/CMS(Section-II)/SOR-02(II), Rev-0

Signature of Authorised Signatory


Name :
Designation :
Seal :

695

Page 3 of 3

SCHEDULE OF RATES
FOR
3 - (I) TERMINAL WORKS (PIPING AND MECHANICAL)
[SOR. No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

696

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(I)
Sl.
No.

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

1.0

PLANT PIPING (ABOVEGROUND) FABRICATION, ERECTION, INSTALLATION


AND TESTING OF PIPING :

Unit

Size

Rating/
Thk./
Sch.

Qty.

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Transportation including loading, unloading, handling of all piping items from


Owner's and/ or Contractor's storage point to work at site/ workshop as applicable,
complete work of fabrication, erection, painting, testing of pipes, flanges and fittings
and making ready for further Commissioning / Start-up of carbon steel piping of all
sizes and ratings including supply of all consumables, equipment, manpower and
other resources and execution of, but not limited to, the following works in
accordance with relevant specifications indicated in SCC & scope of work indicated
in SCC, drawings, specification and instructions of Engineer-in-charge and as per
all provisions of the CONTRACT DOCUMENT.

Fabrication including cutting, edge preparation, inclusive of grinding the edges of


pipes, fittings, flanges etc. to match with the matching edges of uneven/different
thickness wherever required, welding, attachment of all pipe fittings like elbows,
tees, reducers. Supply of nipples, coupling etc. as required for completion of job.

Weldolets, sockolets, flanges, vent and drain point connection etc., including
providing stub-in connections, fabricated fittings and reinforcement pads etc., as
required.
Erection including prior cleaning, lifting, placing on pipe sleepers and supports,
overhead on racks, skids and at all elevations including installation and carrying out
connected activities for all types of valves including supply and fixing of gaskets,
studs/ bolts, nuts wherever required for all sizes, levelling, aligning, joining of
flanges, blind flanges, connecting with equipment, nozzles, strainers, tie-in with
existing piping/facilities, etc. tapping for inline instruments like pressure gauges,
thermowells, sample connection, etc.
Preparation of final bill of material based on piping GADs.
Preparation of isometric and fabrication drawings.
Carrying out Non-destructive testing as required except items mentioned in sl. no.
7.0 of SOR.
Surface preparation before application of primer by means of sand blasting
including supply of approved quality of sand, manpower, machineries, tools &
tackles to achieve required roughness as per specification and as per instruction of
Engineer-in-charge.

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

697

Page 1 of 14

GAIL (India) Limited


3-(I)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

Unit

Painting of entire system (including aboveground all pipes fittings, flanges and
accessories) as per specification MEC/S/05/21/07 suitable for highly corrosive area
environment including supply of approved paints and primers, application of primer
and paints, indentification lettering/ numbering, colour coding, etc. as specified
including rub down & touch up of shop primer or scrapping of shop primer wherever
required by COMPANY and providing scaffolding for all heights etc.

Cleaning and flushing by water/ compressed air, testing of the systems including
hydrostatic, pneumatic and any other type of testing as specified, draining, drying
by compressed air/other methods approved by COMPANY.
Precommissioning & making operational all piping system and equipments and
provide all necessary assistance in term of supply of man-power, equipment, tools
and tackles required amount of nitrogen for purging of entire terminal piping system
including equipments etc.

Clean-up and restoration of site, preparation of as built drawings, documents and


project records; transportation of surplus free issue material to Owner's designated
plac(s); completing all works in all respects as per the AFC drawing, specifications,
standards and other provisions of Contract and instruction of Engineer-in-charge.

Completion of all such work in all respects as per scope of work and as per
drawings, specifications and instructions of the COMPANY and keeping the system
ready in all respects for commissioning and start up.

Hook-up works (with client/ consumer piping at battery limits) wherever required.

1.1

Size

Rating/
Thk./
Sch.

Qty.

1.1.1

Complete Carbon Steel Piping Work with painting including all fittings, flanges and
supply of all required gaskets, studs bolts & nuts etc. as described under item 1.0
above
D1A
API 5L, Gr. X-52, PSL-2, SAW, BE

16" NB

17.5

36

1.1.2

API 5L, Gr. X-52, PSL-2, Seamless, BE

12" NB

S60

1.1.3

API 5L, Gr. B, PSL-2, Seamless, BE

8" NB

14.3

24

1.1.4

ASTM A 106 Gr. B (Charpy), Seamless, BE

6" NB

XS

78

1.1.5

ASTM A 106 Gr. B (Charpy), Seamless, BE

4" NB

XS

48

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

MECON LIMITED
Amount
in INR

in Foreign
Currency

698

Page 2 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(I)
Sl.
No.

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

1.1.6

ASTM A 106 Gr. B (Charpy), Seamless, BE

1.1.7

ASTM A 106 Gr. B, Seamless, PE

1.1.8
1.1.9

Qty.

2" NB

Rating/
Thk./
Sch.
S80

1" NB

S80

ASTM A 106 Gr. B, Seamless, PE

1" NB

S80

ASTM A 106 Gr. B, Seamless, PE

" NB

S160

1.1.10 ASTM A 106 Gr. B, Seamless, PE

" NB

S160

D4A
1.1.11 ASTM A333 Grade 6 Seamless, BE

6" NB

XS

48

1.1.12 ASTM A 333 Gr. 6, Seamless, BE

4" NB

XS

36

1.1.13 ASTM A333 Grade 6 Seamless, PE

" NB

S160

B1A
API 5L, Gr. B, PSL-2, Seamless, BE

10" NB

STD

1.1.15 API 5L, Gr. B, PSL-2, Seamless, BE

8" NB

7.9

1.1.16 ASTM A 106 Gr. B (Charpy), Seamless, BE

4" NB

S40

12

1.1.4

Note:

Unit

Size

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

24

1) Pipe Specification and thickness may vary depending upon availability of pipe.
No extra payment shall be made for this.
2) All butt welded fittings end shall generally match with connecting pipe wall
thickness. However, in case of misalignment, Contractor shall have to do end
preparation without any extra cost.
3) All coupling, nipples etc. as required shall be suplied by contractor but no
separate payments shall be made as it is covered under erection rate.

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

699

Page 3 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(I)
Sl.
No.

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

2.0

SUPPLY OF ASSORTED PIPE, FITTINGS AND FLANGES


Complete work of supply of pipes, flanges and fittings including all taxes, duties,
transportation and inspection charges but not limited to, the following items in
accordance with relevant specifications indicated in scope of work indicated in
SCC, drawings, specification and instructions of Engineer-in-charge and as per all
provisions of the CONTRACT DOCUMENT.

Handling including lifting, transportation from Contractor Stores to CONTRACTOR's


workshop for fabrication and/ or to work site for field fabrication and erection for all
piping items supplied by Contractor.

2.1

Unit

Size

Rating/
Thk./
Sch.

Qty.

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

CARBON STEEL PIPES

2.1.1

D1A
API 5L, Gr. X-52, PSL-2, SAW, BE

16" NB

17.5

36

2.1.2

API 5L, Gr. X-52, PSL-2, Seamless, BE

12" NB

S60

2.1.3

API 5L, Gr. B, PSL-2, Seamless, BE

8" NB

14.3

24

2.1.4

ASTM A 106 Gr. B (Charpy), Seamless, BE

6" NB

XS

78

2.1.5

ASTM A 106 Gr. B (Charpy), Seamless, BE

4" NB

XS

48

2.1.6

ASTM A 106 Gr. B (Charpy), Seamless, BE

2" NB

S80

24

2.1.7

ASTM A 106 Gr. B, Seamless, PE

1" NB

S80

2.1.8

ASTM A 106 Gr. B, Seamless, PE

1" NB

S80

2.1.9

ASTM A 106 Gr. B, Seamless, PE

" NB

S160

2.1.10 ASTM A106 Grade 6 Seamless, PE

" NB

S160

D4A
2.1.11 ASTM A333 Grade 6 Seamless, BE

6" NB

XS

48

2.1.12 ASTM A 333 Gr. 6, Seamless, BE

4" NB

XS

36

2.1.13 ASTM A333 Grade 6 Seamless, PE

" NB

S160

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

700

Page 4 of 14

GAIL (India) Limited


3-(I)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

Unit

Size

Rating/
Thk./
Sch.

Qty.

B1A
2.1.14 API 5L, Gr. B, PSL-2, Seamless, BE

10" NB

STD

2.1.15 API 5L, Gr. B, PSL-2, Seamless, BE

8" NB

7.9

2.1.16 ASTM A 106 Gr. B (Charpy), Seamless, BE

4" NB

S40

12

Nos.

16"

600#

Nos.

12"

600#

Nos.

10"

300#

2.2.4

Nos.

8"

600#

2.2.5

Nos.

8"

300#

2.2.6

Nos.

6"

600#

10

2.2.7

Nos.

4"

600#

12

2.2.8

Nos.

4"

300#

12

2.2.9

Nos.

3"

150#

2.2.10

Nos.

2"

600#

2.2.11 Socket Welded (B-16.5, ASTM A105, 125 AARH, RF)

Nos.

1"

600#

2.2.12

Nos.

1"

300#

2.2.13

Nos.

1"

600#

2.2.14 Socket Welded [B-16.5, ASTM A 350 GR. LF2, Cl.-1, 125 AARH, RF]
(End Thickness to match pipe thickness)

Nos.

"

600#

2.2
2.2.1

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

Amount
in INR

in Foreign
Currency

FLANGES
Weld Neck [B-16.5, ASTM A694, Gr. F-52 (Charpy), 125 AARH, RF]
(End Thickness to match pipe thickness)

2.2.2
2.2.3

Curr
ency

MECON LIMITED

Weld Neck [B-16.5, ASTM A105, (Charpy), 125 AARH, RF]


(End Thickness to match pipe thickness)

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

701

Page 5 of 14

GAIL (India) Limited


3-(I)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

2.2.15 Blind Flanges (B-16.5, ASTM A105 (Charpy), 125 AARH, RF]

Nos.

16"

Rating/
Thk./
Sch.
600#

2.2.16

Nos.

10"

300#

2.2.17

Nos.

8"

600#

2.2.18

Nos.

8"

300#

2.2.19

Nos.

4"

600#

2.2.20

Nos.

4"

300#

2.2.21

Nos.

2"

600#

2.2.22 Blind Flanges (B-16.5, ASTM A105, 125 AARH, RF]

Nos.

1"

600#

2.2.23 Blind Flanges (B-16.5, ASTM A350, Gr. LF-2, Cl.-1, 125 AARH, RF]

Nos.

"

600#

2.2.24 Spectacle Blind [B-16.48, ASTM A105 (Charpy), 125 AARH, FF]

Nos.

16"

600#

2.2.25

Nos.

8"

600#

2.2.26

Nos.

8"

300#

2.2.27

Nos.

6"

600#

2.2.28

Nos.

4"

600#

2.2.29

Nos.

4"

300#

2.2.30

Nos.

2"

600#

Nos.

16"

17.5

Nos.

12"

S60

2.3
2.3.1

Unit

Size

Qty.

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

ELBOW
90 Elbow [MSS - SP - 75, Gr. WPHY-52, MSS - SP - 75, 1.5D, BW]

2.3.2

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

702

Page 6 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(I)
Sl.
No.

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

2.3.3

90 Elbow [ASTM A234, Gr. WPB (Charpy), B-16.9, 1.5D, BW]

Unit

Size

Nos.

8"

Rating/
Thk./
Sch.
14.3

Qty.

2.3.4

Nos.

6"

XS

18

2.3.5

Nos.

4"

XS

2.3.6

Nos.

2"

S80

14

90 Elbow [ASTM A105, B-16.11, 1.5D, SW]

Nos.

"

6000#

2.3.8

90 Elbow [ASTM A420, Gr. WPL-6, B-16.9, 1.5D, BW]

Nos.

6"

XS

2.3.9

45 Elbow [MSS - SP - 75, Gr. WPHY-52, MSS - SP - 75, 1.5D, BW]

Nos.

16"

17.5

Nos.

8"

14.3

2.4
2.4.1

Amount
in INR

in Foreign
Currency

TEE
Unequal Tee [MSS - SP - 75, Gr. WPHY-52, MSS - SP - 75, BW]

2.4.2
2.4.3

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

2.3.7

2.3.10 45 Elbow [ASTM A234 Gr. WPB (Charpy), 1.5 D, BW]

Curr
ency

MECON LIMITED

Unequal Tee [ASTM A234, Gr. WPB (Charpy), BW]

2.4.4

Nos.

16" x 16" x 817.5x17.5x14.3 3

Nos.

16" x 16" x 617.5x17.5xXS

Nos.

10" x 10" x 4TD x STD x S4 4

Nos.

10" x 10" x 8TD x STD x 7

2.4.5

Equal Tee [ASTM A234, Gr. WPB (Charpy), BW]

Nos.

6"

XS

2.4.6

Equal Tee [ASTM A105, SW, 6000#]

Nos.

"

S80

2.5
2.5.1

WELDOLET
ASTM A105 (Charpy), BW

Nos.

16" x 4"

17.5 x XS

Nos.

16" x 2"

17.5 x S80

10

2.5.2

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

703

Page 7 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(I)
Sl.
No.

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

2.6
2.6.1

SOCKOLET
ASTM A105, SW

Unit

Size

Rating/
Thk./
Sch.

Qty.

Nos.

16" x "

6000#

2.6.2

Nos.

16" x 1"

3000#

2.6.3

Nos.

8" x 1"

3000#

2.6.4

ASTM A350, Gr. LF-2, SW

Nos.

6"x"

6000#

2.7
2.7.1

REDUCER
MSS - SP - 75, Gr. WPHY-52, MSS - SP - 75, BW

Nos.

16" x 12"

17.5 x S60

2.8
2.8.1

QOEC (As per the data sheets enclosed in bid document)


D4A

Nos.

6"

600#

2.9
2.9.1

Transition Fitting
Transition Fitting as per drawing no. MEC/23M9/05/21/M/01 (Sheet 1 of 2 & Sheet
2 of 2)

Nos.

16"

600#

Nos.

8"

600#

3.1.2

Nos.

8"

300#

3.1.3

Nos.

6"

600#

12

3.1.4

Nos.

4"

600#

3.0

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

ERECTION OF VALVES ( As per P & ID )


Handling including lifting and transportation from COMPANY's warehouse to
CONTRACTOR'S Stores and/or work site and installation of all types of valves,
insulating joint, flow tee including assembly of valve accessories, (if any) by bolting,
threading or welding, supply and insertion of gaskets, nuts & bolts, nipples, etc. at
all elevations of pipe sleepers, supports or overhead on racks, equipments nozzle,
skid & painting etc. supply of all consumables, manpower, equipment, etc. for
completion of all works as per scope of work and as per drawings, specifications
and instructions of Engineer-in-charge including servicing/ cleaning of valve
wherever requried.

3.1
3.1.1

Flanged/ Welded Valves (Full Bore/ Reduced Bore)


Ball/ Plug Valves

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

704

Page 8 of 14

GAIL (India) Limited


3-(I)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

3.1.5

Nos.

4"

Rating/
Thk./
Sch.
300#

3.1.6

Nos.

2"

600#

22

Nos.

"

800#

15

Nos.

"

800#

Nos.

16"

600#

4.1.1

Supply of Valves
Complete work of supply of valves including all taxes,duties,transportation and
inspection charges but not limited to ,the following items in accordance with
relevant Specifications & relevant Data Sheets indicated in scope of work indicated
in SCC, drawings, specification and instructions of EIC and as perall provisions of
the CONTRACT DOCUMENT.
Plug Valves
D1A
RF

Nos.

2"

600#

4.1.2

RF

Nos.

4"

600#

4.1.3

BW

Nos.

2"

600#

4.1.4

D4A
BW

Nos.

6"

600#

4.1.5

SW

Nos.

"

800#

4.2.1

Ball Valves
D1A
RF, RB

Nos.

8"

600#

4.2.2

RF, RB

Nos.

8"

300#

4.2.3

RF, RB

Nos.

6"

600#

3.2
3.2.1

Unit

4.0

4.1

4.2

Qty.

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

Amount
in INR

in Foreign
Currency

Socket Welded Valve (Ball / Plug Valves)

3.2.2
3.3
3.3.1

Size

MECON LIMITED

Ball Valve (Flanged / Welded End, AV/HOV/GOV)

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

705

Page 9 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(I)
Sl.
No.

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

4.2.4

BW, RB

Nos.

4.2.5

RF, RB

4.2.6

Unit

Qty.

6"

Rating/
Thk./
Sch.
600#

Nos.

4"

600#

RF, RB

Nos.

4"

300#

4.2.7

BW, RB

Nos.

4"

600#

4.2.8

RF, RB

Nos.

2"

600#

4.2.9

BW, RB

Nos.

2"

600#

4.2.10 SW, FB

Nos.

"

800#

10

Nos.

600#/150#

5.0

SAFETY RELIEF VALVES


Supply and Installation of safety relief valve (Tag No. 0103 & 0201) as per Data
Sheet on scrapper trap alongwith companion flanges and with all accessories
including but not limited to gaskets, nuts, bolts, fixtures, clamps etc. required and
providing high vent for discharge. Installation shall as per API RP 520 final coat of
painting, set pressure testing & commissioning and as per scope of work

5.1

PSV (on Scrapper Trap)

6.0

PIPE SUPPORTS & OTHER STRUCTURES

6.1

Supply, fabrication and erection of all types of pipe supports like clamps, saddle, M.Ton.
guide stops, cradles, turn buckles, anchors, T-posts; stockade/ trestle and pipe
bridge for overhead piping; frames for canopy, approach ladders and platforms,
crossover, cable tray supports, etc. including painting suitable for highly corrosive
area as per specification labour and supervision & complete work as per drawings,
specifications and instruction of Engineer-in-charge. (Bolts, nuts, washers, Uclamps etc. for supporting shall be supplied by the Contractor within the rates
quoted. These items will not be measured and paid seperately). The work is to be
completed in all respect as per scope of work and specification.

Size

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

Amount
in INR

in Foreign
Currency

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

MECON LIMITED

706

Page 10 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(I)
Sl.
No.

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

7.0

RADIOGRAPHY

7.1

Unit

Performance of radiographic inspection by gamma radiation as per scope of work


and as per specifications in piping of all types and thickness including
providing/hiring of all necessary equipments, supply of all consumables, and
whatever else even though not expressely mentioned but required to perform the
work as per specifications and instructions of Engineer-in-Charge (full circle reradiography of the repaired joint and additional radiography necessitated due to
poor performance of contractor's welder shall be carried out by the Contractor at his
own cost and shall not be paid extra by Company). Radiographs shall be submitted
to the Engineer-in-Charge for acceptance, whose decision shall be final and Nos. of
Joint
binding.

Size

Rating/
Thk./
Sch.

Qty.

16"

75

7.2

Nos. of
Joint

12"

10

7.3

Nos. of
Joint

10"

20

7.4

Nos. of
Joint

8"

60

7.5

Nos. of
Joint

6"

80

7.6

Nos. of
Joint

4"

60

7.7

Nos. of
Joint

3"

20

7.8

Nos. of
Joint

2"

150

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

MECON LIMITED
Amount
in INR

in Foreign
Currency

707

Page 11 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(I)
Sl.
No.

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

8.0

POTABLE WATER PIPING

8.1

Complete supply, fabrication, erection, testing and commissioning of piping from


battery limit to inside terminal complete in all respects including supply, fabrication
and erection of supports and their painting as per standard/ specification and
instruction of Engineer-in-charge. Piping material shall be IS:1239, Heavy,
Galvanised pipe, fitting & valves etc.
Piping (Rate for piping shall inlcude supply of pipes, fittings, flanges and any other
material mentioned above as required for completion of work).

Unit

Size

Rating/
Thk./
Sch.

Qty.

8.1.1

1"

Hvy

60

8.1.2

1"

Hvy

60

8.1.3

"

Hvy

24

8.1.4

No.

"

Hvy

12

No.

1"

800#

8.1.6

No.

"

800#

8.1.7

No.

"

800#

8.1.5

Threaded Valve

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

MECON LIMITED
Amount
in INR

in Foreign
Currency

708

Page 12 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(I)
Sl.
No.

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

9.0
9.1

ERECTION OF VESSELS, SKID & EQUIPMENTS


Handling, including lifting, transportation from Company's stores to Contractor's
work-shop for fabrication or/ and to worksite for field fabrication, assembly of parts/
sub-assemblies erection for all vessels, equipments supplied by company above
ground/ underground at all elevation/ depth, fixing of foundation bolts welding
wherever required, alinging, grouting, hooking-up, cleaning and flushing by water
draining, drying by compressed air providing all mountings, ancilliary, enabling
works as required and completing in all respect as per drawings, specification and
instruction of Engineer-in-charge. Contractor's scope shall include supply of all
material and accessories including but not limited to any fixtures, clamps, gasket,
nut bolts, finish coat of painting including rub down & touch up of shop primer/
paint scrapping of shop primer/ paint and further their painting after application of
primer as per specification, wherever required by Company.

Unit

Size

Rating/
Thk./
Sch.

Qty.

9.1.1

Approx. erection weight and Details of major equipments are as under


(Refer P&ID included with Tender).
Details of major equipments are as under
Nos.
Details of Equipment
Scrapper Trap with Pig Handling Device
2

MT

24" x 16"

9.1.2

Metering Skid

MT

16"

25

9.1.3

Metering Skid

MT

4"

10

9.1.4

Chain Pulley Block

10.0

LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER) FOR TERMINAL PIPING


All works for leak/burst (occurring during hydrostatic testing) including necessary Inch Mtr.
repair/replacement of defective pipe length, including cutting and removing out
defective pipes, welding, NDT of welds, repair and re-testing of defective welds,
painting of welded joints, clean-up, re hydro testing of the pipe segment including
providing all necessary equipments, 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.

MT

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

16

Note : This rate shall be applicable for manufacturing defects in Company supplied
materials only.

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

709

Page 13 of 14

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(I)
Sl.
No.

PIPING & MECHANICAL WORKS FOR SECTION-II


Description of Item

11.0

UNLOADING OF FREE ISSUE MATERIAL

Unit

Complete work of unloading of Free Issue Materials (Valves, Scrapper Traps,


Metering Skids, Insulating Joint, etc.) from Goods Carrier (i.e. Truck, Trailer, etc.)
at GAIL's Designated Store near Haridwar. After unloading of free issue material
shall be placed / stacked inside the store at all elevations of racks including supply
of all associated consumables, manpower, equipment, etc. for completion of all
works as per instructions of Engineer-in-charge.
Note: (i) The bidder must indicate currency(ies) against each quoted item of the
SOR.
(ii) The total amount shall also be given by the bidder in the quoted
currency(ies).

MT

Size

Rating/
Thk./
Sch.

Qty.

Curr
ency

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

40

Total Amount of quoted price (inclusive of all


applicable taxes & duties except Service Tax )

Place : _____________
Date : _____________

In Figure :
In Word :

Signature of Authorised Signatory


Name :
Designation :
Seal :

____________________________________

SOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

710

Page 14 of 14

3-(II)

SCHEDULE OF RATES
FOR
TERMINAL WORKS (CIVIL)

[SOR. No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

711

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(II)
Item
No.

CIVIL WORKS FOR SECTION-II


Description of Items

CIV-1

Earth work in excavation/site grading


Earth work in excavation in all kinds of soil except rock in any plan dimension up to
3.0 M depth including disposal of excavated earth up to any lead in all conditions,
and disposal of surplus and unserviceable earth. Soil to be leveled and neatly
dressed complete in all respect as per scope of work, detailed construction drawings,
as per technical specifications and directions of the Engineer-in-charge.

Unit

Qty.

M3

14000

M3

22000

M3

500

M3

75

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

( The Contractor shall take into account in his rate, the provision for excess
excavation for necessary working space, slope etc., required for excavation and other
allied works and refilling the side slopes and working space)
(Rate to include cost of all labour, tools, tackles, equipment, hire charges, shoring,
bailing and pumping out water etc. with all bye works and sundry works)

CIV-2

Earth work in filling


Earth work in filling with good quality imported earth from approved source in the
layers of 150 mm and compacted up to 95% to its MDD up to 3 m depth and any
plan dimension including all testing, watering, rolling each layer with 1/2 tonne roller
or wooden or steel rammers, and dressing / filling up ground depressions etc.
complete in all respect as per scope of work, detailed construction drawings , as per
technical specifications and directions of the Engineer-in-charge.
(Rate to include cost of all labour, tools, tackles, equipment, hire charges, cost of
borrow earth by way of royalties, right of way, cess, and backfilling using serviceable
earth
in
all
conditions,
etc.
)

CIV-3
a)

PLAIN CEMENT CONCRETE


Supplying and laying plain cement concrete of grade M 15 with stone aggregate
20mm down grade (including shuttering if required) in all types of concrete works
including levelling courses below foundations, mass concrete works, chambers,
cable trench, under floors and any other locations, at all levels and locations as per
drawings, specifications and directions of the Engineer-in-charge.

b)

Supplying and laying plain cement concrete of grade M 10 with stone aggregate
40mm down grade (including shuttering if required) in all types of concrete works
including levelling courses below foundations, mass concrete works, chambers,
cable trench, under floors and any other locations, at all levels and locations as per
drawings, specifications and directions of the Engineer-in-charge.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil

SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0

712

Pape 1 of 7

GAIL (India) Limited


3-(II)
Item
No.
c)

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

CIVIL WORKS FOR SECTION-II


Description of Items

Unit

Supplying and laying plain cement concrete of grade M 7.5 with stone aggregate
40mm down grade (including shuttering if required) in all types of concrete works
including levelling courses below foundations, mass concrete works, chambers,
cable trench, under floors and any other locations, at all levels and locations as per
drawings, specifications and directions of the Engineer-in-charge.

Qty.

M3

75

M3

200

M3

25

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials, shuttering in all conditions etc. with all bye works and sundry works.)

CIV-4

CIV-5

REINFORCED CEMENT CONCRETE IN SUB STRUCTURE WORKS


Providing and laying reinforced cement concrete of grade M-20 with 20mm and
down grade crushed stone aggregate in all types of sub-structures like foundations,
pedestals, pedestal bases, pipe supports, sleepers cable trench, RCC retaining wall
foundation for boundary wall including construction joints, bitumen painting on
surfaces in contact with soil, shuttering, supplying and fixing MS inserts, finishes etc.
at all depths and levels complete as per drawings , specifications and directions of
the Engineer-in-charge.
1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials such as minimum 43 grade cement including sulphate resistant cement
for sub-structures, inserts, bolts, conduits, bitumen, excavation, PCC M-7.5 in mud
mat, other minor construction materials, shuttering , staging, testing of concrete,
curing etc. with all bye works and sundry works).
REINFORCED CEMENT CONCRETE IN SUPER STRUCTURE WORKS
Providing and laying reinforced cement concrete of grade M-20 with 20 mm and
down grade crushed stone aggregate in all types of super-structures like columns,
beams, except building superstructure if not covered elsewhere, pedestals, pipe
supports, RCC retaining wall, boundary wall including construction joints, shuttering,
supplying & fixing MS inserts, finishes etc. at all heights and levels complete as per
drawings , specifications and directions of the Engineer-in-charge.
1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials such as minimum 43 grade cement including sulphate resistant cement
for super structures, inserts, bolts, conduits, other minor construction materials,
shuttering , staging, testing of concrete, curing etc. with all bye works and sundry
works).

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil

SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0

713

Pape 2 of 7

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(II)
Item
No.

CIVIL WORKS FOR SECTION-II


Description of Items

CIV-6

Reinforcement steel
Supplying and Fabricating and Fixing in position HYSD Steel Reinforcements/ TMT
Grade Fe-415 conforming to IS1786-1985 at all levels and positions including the
Cost of transport, Straightening, Cutting, Bending, Cranking, Binding, Welding,
Provision of necessary Chairs and Spacers, Preparation of bar bending schedule
Drawings, getting the same approved etc., as per Drawings and Specifications and
including Cost of binding wire, Labour etc., all complete in all respects as per scope
of work, detailed construction drawings, technical specifications and direction of
Engineer-in-charge. The chairs and spacer bars provided will not be Measured for
payment.
[ 1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply
of all materials such as steel Reinforcement, binding wire and other minor
construction materials, testing etc. all bye works and sundry works.
2. Chairs, laps, spacers, wastage etc. shall be to contractor's account.]

CIV-7

CIV-8

Unit

BRICK WORK
Providing brick work with brick class designation M-7.5 of IS:1077 in cm1:4 (1cement
: 4 sand) in steps, load bearing structures, drains, or any shape with all lead, depths
& height including finishes, curing, scaffolding, etc., as per specifications and
drawings with all bye-works and direction of the Engineer-in-charge.

Qty.

MT

26

M3

3700

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials such as minimum 43 grade cement, bricks, finishes, bitumen, other
minor construction materials, shuttering, staging, masonry work, plastering with 15
mm thick cement plaster on exposed faces with 1:4 cement mortar( 1 cement : 4
Sand) , painting with bitumen etc.. with all bye-works and sundry works complete as
per drawings).
CONCRETE PAVEMENT
Providing and laying reinforced cement concrete pavement 150 mm thick in M-20
grade with 20 mm and down grade crushed stone aggregate in pavement, including
preparation of base (i.e. compacted subgrade, 200 thk sand and 50 thk PCC M-10
grade), leaving pockets if necessary, making recess, projections, fixing inserts
conduit pipes (GI, PVC, HDPE, etc.) laying in alternate panels, filling the gaps
between the panels with bitumen etc., making slopes, finishing edges, leaving bars
for pedestals & sleepers including providing sand fill isolation , shuttering, providing
and fixing reinforcing steel, curing, chipping and modification works etc. as specified
in any shape, thickness, position and finishing the top surface smooth as per
requirement etc. all complete as per drawings, specifications and directions of the
Engineer-in-charge.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil

SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0

714

Pape 3 of 7

GAIL (India) Limited


3-(II)
Item
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

CIVIL WORKS FOR SECTION-II


Description of Items

Unit

a) - 150mm thick in Pavements of Process Area (Type - 1)


b) - 150mm thick in Approach Roads (Type -2)

Qty.

M2
M2

900
3000

M2

1100

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials, providing and fixing reinforcement steel, shuttering, earthwork in
excavation and backfilling using serviceable earth in all conditions, preparation of
base, etc. with all bye works and sundry works. Cost of works towards pipe supports
& sleepers being raised from pavement is covered under respective RCC items.)
CIV-9

BUILDING WORKS IN SV STATIONS AND GUARD ROOMS


Construction & handing over of office building for Receiving Terminal, Despatch
Terminal and SV Stations & Guard Rooms complete in all respect as per drg. (to be
supplied by Owner) and as per technical specification and directions of Engineer-incharge.
(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials such as minimum 43 grade cement, bricks, R/F steel, inserts, bolts,
conduits, finishes, bitumen, other minor construction materials, shuttering, staging,
earthwork in excavation and backfilling using serviceable earth in all conditions,
shoring/ strutting, bailing and pumping out water, masonry work, plastering, painting,
false ceiling, flooring, water proof treatment on roof, plumbing, sanitation, electrics
etc. with all bye works and sundry works).
PAYMENT SCHEDULE : The payment schedule for this item shall be as follows:

a)

1. 40% on casting of roof and completion of brickwork upto roof level.


2. 50% on completion of all plumbing, sanitation, electrical, false ceiling, flooring,
water proof treatment on roof, sewerage & finishing works inside and outside of the
building.
3. 10% on handing over of the completed building to the owner.
Control Room Building/Guard Rooms

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil

SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0

715

Pape 4 of 7

GAIL (India) Limited


3-(II)
Item
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

CIVIL WORKS FOR SECTION-II


Description of Items

Unit

CIV-10 Compound wall


Providing, constructing and finishing of compound wall in brick masonry 345 thk with
690x460 pillar at interval of 2.0 m or as specified in construction drawings, and height
3 m as per scope of work detail construction drawings, including plastering, coping,
painting, whitewash, finishes all complete as per technical specifications and
direction of the Engineer-In-Charge.
[ 1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply
of all materials such as minimum 43 grade cement, bricks (of strength not less than
7.5 N/mm 2), finishes, bitumen, other minor construction materials, shuttering,
staging, masonry work, DPC, coping, expansion gap filling with "Capcell" armoured
board of "Supreme" make and white sealant material, plastering, exterior painting
with "Apex" of "Asian paints" or "Weathershield" of "ICI" or " Weather" coat of "Berger
Paints" etc. with all by works and sundry works.

Rm

2. Foundation / sub-structure to be paid under separate item].


CIV-11 EXTERNAL WATER SUPPLY SYSTEM
Supply, laying and commissioning GI water supply piping with all fittings such as
Nos.
garden irrigation fittings, water meter, water connection, and all other fittings
including earth cutting, filling, disposal of surplus earth, 2 (two) pumps and valves ,
bore well 150 dia & 100 m deep ( min) and submersible pumps including all
accessories, panel, wiring all complete in all respects as per scope of work, detailed
drawings , technical specifications and directions of the Engineer-in-charge.

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

2700

[Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of
all materials including pipes, water meter, valves, boring, priming, cabling, pumps,
clearing, earth work, etc. with all bye works and sundry works and consumables.]
CIV-12 BORE WELL AND HAND PUMP
Supply, providing, placing in position Deep Well hand pump of approved quality &
make ( as per IS 9301 and installation as per IS 11004 Part-1 ) for 40 mm dia GI pipe
complete with all accessories, fittings including providing and placing in position filter
of 40 mm dia GI pipe with brass strainer of approved quality. Boring shall be 100 mm
dia steel casing pipe for Hand pump in all soils and tested up to a depth of 20.0 m
complete in all respects as per scope of work, detailed drawings , technical
specifications and directions of the Engineer-in-charge.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil

Nos

SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0

716

Pape 5 of 7

GAIL (India) Limited


3-(II)
Item
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

CIVIL WORKS FOR SECTION-II


Description of Items

Unit

CIV-13 PAVER BLOCK FLOORING


Supply , construction and handing over of CC inter locking paver block 80 mm thick, I
shape, rough finish, M-40 strength of approved brand laid over the sand bed of
minimum 100 mm thick. The CC interlocking blocks to be of uniform Grey colour or
as approved by EIC complete in all respects as per scope of work, detailed
construction drawings, technical specifications and directions of the Engineer-incharge.
[ 1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply
of all materials such paver blocks, cement, sand, earth work in excavation in cutting
earth in all conditions, shuttering with all bye works and sundry works. Cable and
pipe trench area will be deducted from forecourt area & and paid in SS tube trench in
Forecourt ].

M2

CIV-14 KERB STONE FIXING


Providing and fixing precast concrete Kerb stones (250 wide X 300 deep and 125 Rm
thick) of M-25 grade or equivalent of approved make and shape at or near ground
level as per approved pattern and setting in position with cement mortar 1:3 (one
cement : 3 coarse sand) including the cost of required centering, shuttering and
finishing smooth with 6 mm thick cement plaster 1:3 (1 cement : 3 fine sand)
wherever required over 75 mm thick PCC M-10 levelling course, complete in all
respects as per scope of work, detailed construction drawings, technical
specifications and directions of the Engineer-In-Charge.
[ Rate to include all labour, tools, tackles, factory manufactured & steam cured Kerb
Stones, shuttering, transportation, water charges, earth work if any , PCC etc
complete]
CIV-15 SOAK PIT AND SEPTIC TANK
Providing and construction of septic tank and soak pit in brick masonry and base and Nos.
top slab in RCC M20 complete in all respect as per scope of work, detailed
construction drawings , technical specifications and directions of the Engineer-incharge.
[1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply
of all materials such as minimum 43 grade cement including chemical resistant paint
for sub-structures, bricks, inserts, bolts, covers, aggregates/ sand fill conduits,
finishes, bitumen, other minor construction materials, shuttering , staging, earthwork
in excavation and backfilling using serviceable/ borrow earth in all conditions,
shoring/strutting, bailing and pumping out water, masonry work, plastering, plumbing,
sanitation, etc. with all bye works and sundry works.]

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

2100

1300

10

SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0

717

Pape 6 of 7

GAIL (India) Limited


3-(II)
Item
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

CIVIL WORKS FOR SECTION-II


Description of Items

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

CIV-16 VALVE PIT


a)

Construction and handing over of Brick Valve Pit of approx. 2m x 1.5m & 2.7 m deep No.
in size (internal dimension) as per technical specification and direction of engineer-incharge complete in all respect. Scope of work shall be as per Sketch attached with
the tender.

20

b)

Construction and handing over of Brick Valve Pit of approx.3.0m x 2.5m & 2.7 m
deep in size (internal dimension) as per technical specification and direction of
engineer-in-charge complete in all respect. Scope of work shall be as per Sketch
attached with the tender.

No.

.
(Rate To Include All Bye Works And Sundry Works for any location) - Refer
"PREAMBLE TO SCHEDULE OF QUANTITIES" (Valve Pit)

CIV-17 LAWN DEVELOPMENT


Preparing the bed by scarifying existing surface, placing humus earth mixed with
manure/cow dung in the ratio of 8:1 for a depth of 30 cm, rough dressing, fine
dressing, levelling and flooding with water, planting of selection 1 species of grass
with 5 cm X 5 cm spacing as indicated by site incharge and thereafter maintenance
and watering for 45 days including all labours, tools, tackle, complete.
Note:

(i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted
currency(ies).

Place
Date

: _____________
: _____________

Tender No.: _____________________________________________________

M2

5000

Total Amount of quoted price (inclusive of In Figure :


all applicable taxes & duties except
Service Tax ) In Word :

Signature of Authorised Signatory


Name :
Designation :
Seal :

Offer No. & Date : ________________________________________________

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil

SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0

718

Pape 7 of 7

3-(III)

SCHEDULE OF RATES
FOR
TERMINAL WORKS (STRUCTURAL)
[SOR. No. 05/21/23M9/Strl.(Section-II)/SOR-03(III), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

719

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
GAIL (India) Limited
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN
HARIDWAR
3-(III) STRUCTURAL WORKS FOR SECTION-II
Unit Rate inclusive of all applicable taxes &
Item
No.

Description of Items

ST-1

Providing and fixing chain link Fencing


Supply, fabrication and erection of structures such as angle iron post , Channel
post,Strainer and strut,etc.with necessary holes for fixing the chain link fencing,site
assembly and finally erection of structures at appropriate location with painting as per
specification,including 2.0m high G.I. Chain link fabric fencing mesh size 50x50x3.15 mm
dia, with 0.5 m heigh barbed wire (type-A) as per IS:278-1978 shall be made from two
strands of galvanized steel wire of nominal dia 2.5 mm twisted together fixed on angle iron
posts with GI staples, turn buckles,all necessary fitting etc, including strengthening with 4
mm dia wire Nuts bolts and washer complete in all respects.All work as per Specification
and drawings and as direction of the Engineer-In-Charge(excluding foundation and RCC
beams Refer Standard drawing)
Providing and fixing Fencing Gates
Supplying, fabrication & fixing of fencing Mild steel gate 2.5m high with Chian link fencin
mesh upto 2m height and 0.5m barbed wire fencing including all fixtures like MS
Pivot,locking arrangement, tower bolt etc.complete in all respects including painting ,all
work as per Specification and drawings and as direction of the Engineer-In-Charge
(excluding foundations and RCC beams)
2m Wide Gate
4m Wide Gate in two panel
Steel structure Fabrication & Erection
Supply ,fabrication and erection of all types of pipes supports like clamps saddle,guide
stops,cradles,turn buckles,anchors,T-post,stockade/trestle and pipe bridge for over head
piping ,approach ladders and platform,crossover,cable tray supports,etc. including painting
as per painting specification(Bolts,nuts,washer,U-clamps etc. shall be supplied by the
contractor within the rates quoted.These items will not be measured and paid
seperately).The work is to be completed in all respect as per drawings and techanical
specification and direction of the Engineer-in-Charge
Fabrication & Erection of MS Gate
Supply, fabrication and fixing in position steel entrance gate (as per the design shown in t
tender drawing) supply of raw materials, transportation and delivery at site, unloading,
storage and handling at site, site assembly and finally erection at appropriate locations.
gates shall be fabricated out of channel and Sq Bar with all fixtures like MS Pivot, M.S
sheet boxing ,locking arrangement, MS tower bolts, gate stopper, hold fast, MS wheel with
ball bearing , MS tee bend to shape and embedded in the road surface for gate opening
track , etc. including painting as per specification. The work is to be completed in all
respect as per drawings and techanical specification and direction of the Engineer-inCharge
4.0m clear opening width of gate in two panels.

ST-2

a)
b)
ST-3

ST-4

a)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Strl

Unit

Qty.

R.M

600

Nos.
Nos.

1
5

KG

1000

No.

13

Currency

duties except Service Tax


Price in Indian
Price in Foreign
Currency (INR)
Currency

SOR.No. 05/21/23M9/Strl.(Section-II)/SOR-03(III), Rev-0

MECON LIMITED
Amount
in INR

in Foreign
Currency

720
Pape 1 of 2

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
GAIL (India) Limited
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN
HARIDWAR
3-(III) STRUCTURAL WORKS FOR SECTION-II
Unit Rate inclusive of all applicable taxes &
Item
No.

Description of Items

ST-5

Providing and fixing chequered plate covers


Providing and fixing chequered plate in approved panel or over steel structure
platform,cable and pipe trench including cutting, welding, hoisting, fixing in
position,including painting as per specification, complete in all respect as per drawings ,
technical specifications and directions of the Engineer-In-Charge.
Note:
The quantities indicated are estimated values and hence are approximate. Final payment
will be made based on actual quantities to be certified by the Purchaser.
The cost of MS bolts (permanent and service), washers,MS tower bolts, MS Wheel and
plate at bottom for rolling , electrodes, putty, gases, cost of straightening the raw materials,
cutting of flats from plates and providing splices, paints, tools, plants, electric
power,water.otherconsumables, as required for the work shall be deemed to be included in
the quoted rates.
All handling and transport charges of raw materials and fabricated structures including
double handling, as required, for completion of work in accordance with time schedule, are
deemed be included in the quoted rates
(i) The bidder must indicate currency(ies) against each quoted item of the SOR.

1
2

Note:

Unit

(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

KG

Qty.

Currency

duties except Service Tax


Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

500

In Figure :
Total Amount of quoted price (inclusive of all
applicable taxes & duties except Service Tax )
In Word :

Place
Date

: _____________
: _____________

Tender No.: _____________________________________________________

Signature of Authorised Signatory


Name :
Designation :
Seal :

Offer No. & Date : ________________________________________________

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Strl

SOR.No. 05/21/23M9/Strl.(Section-II)/SOR-03(III), Rev-0

721
Pape 2 of 2

3 - (IV)

SCHEDULE OF RATES
FOR
TERMINAL WORKS (ELECTRICAL)

[SOR. No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

722

GAIL (India) Limited


3-(IV)
Sl.
No.
1

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ELECTRICAL WORKS FOR SECTION-II


Description of Items

Unit

Supply, installation, earthing, testing, commissioning of power distribution board


(PDB) and Lighting Distribution Board (LDB) :
Supply, Installation, connection, earthing, testing, and commissioning of surface
mounted PDB for receiving terminal consisting of bus bar chamber, cable alley, 250
Amp incomer TPN MCCB & 2 nos. 160 Amp TPN MCCB, 6 nos. 63 Amp TPN
MCCB, 2nos. 45 Amp TPN MCCB, , 2 Nos 16 Amp DP MCB outgoing, complete
with wiring, MFM (Multi Function Meter), indication lamp,ON, OFF, TRIP indication,
ammeter, voltmeter etc including civil & mechanical work, labour and materials etc
as per drawing, specification and the direction of Engineer-in-charge.

Qty.

No.

1(ii)

Supply, Installation, connection, earthing, testing, and commissioning of surface Nos.


mounted PDB for SV's terminal consisting of bus bar chamber, cable alley, 250
Amp incomer TPN MCCB & 6 nos. 100 Amp TPN MCCB, 2 nos. 45 Amp TPN
MCCB, 4 Nos 32 Amp TPN MCCB and 2 nos. 16 A outgoing, complete with wiring,
MFM (Multi Function Meter), indication lamp, ON, OFF, TRIP indication, ammeter,
voltmeter etc including civil & mechanical work, labour and materials etc as per
drawing, specification and the direction of Engineer-in-charge.

1(iii)

LIGHTING DISTRIBUTION BOARDS


Supply, Installation, connection, earthing, testing, and commissioning of 415V/240V
lighting/power panels, wall mounting type in weather/ flame proof (with hinged
cover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +
ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit complete
with wiring, indication lamp, ammeter etc including all civil & mechanical work,
labour and materials etc as per drawing, specification and the direction of Engineerin-charge.

1(i)

a)

Recess/Surface mounted Lighting Panel (LDB-1) for receiving terminal for No.
Electrical / Control Room Lighting Points Consisting of 45 Amp (100mA sensitivity) 4
Pole RCCB as incomer and 14 nos. 10 A DP MCBs (Type B & C) & 2 nos. 16 A DP
MCBs (Type C) as out goings complete with indication lamp etc.

b)

Recess/Surface mounted Lighting Panel (LDB-2) for receiving terminal for Building
Power Points, AC's etc consisting of 160 Amp TPN MCCB as incomer and 4 Nos.
63A DP MCBs (Type C) & 4 Nos. 45A DP MCBs (Type C), 2 nos of 25A DP MCB
and 4 nos of 16A DP MCB as out goings complete with indication lamp etc.

No.

c)

Recess/Surface mounted Outdoor Lighting Panel (LDB-3) for receiving terminal


consisting of 32 Amp (100mA sensitivity) 4 Pole RCCB as incomer and 7 nos. 10 A
DP MCB and 2 nos. 32 A TPN MCB as out goings complete indication lamp etc.

No.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

723

Sheet 1 of 11

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(IV)
Sl.
No.

ELECTRICAL WORKS FOR SECTION-II


Description of Items

1(iv)

Supply, Installation, connection, earthing, testing, and commissioning of 240V


lighting/power panels, wall mounting type in weather/ flame proof (with hinged
cover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +
ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit complete
with wiring, indication lamp, ammeter etc including all civil & mechanical work,
labour and materials etc as per drawing, specification and the direction of Engineerin-charge.

Unit

Qty.

a)

Recess/Surface mounted Lighting Panel (LDB-1) for SV station for Electrical / Nos.
Control Room Lighting Points Consisting of 32 Amp (100mA sensitivity) 4 Pole
RCCB as incomer and 8 nos. 10 A DP MCBs (Type B & C) as out goings complete
with indication lamp etc.

b)

Recess/Surface mounted Lighting Panel (LDB-2) for SV station for Building Power Nos.
Points, AC's etc consisting of 63 Amp (300mA sensitivity) 4 Pole RCCB as incomer
and 2 Nos. 63A DP MCBs (Type C) & 4 Nos. 10A DP MCBs (Type C) as out goings
complete with indication lamp etc.

c)

Recess/Surface mounted Lighting Panel (LDB-3) for SV station for Outdoor Lighting Nos.
consisting of 32 Amp (300mA sensitivity) 4 Pole RCCB as incomer and 4 Nos.10 A
DP MCBs (Type C) and 2 nos. of 32 A TPN MCB as out goings complete with
indication lamp etc.

1(v)

a)

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

Supply, Installation, connection, earthing, testing, and commissioning of 415V/240V


lighting/power panels, wall mounting type in weather/ flame proof (with hinged
cover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +
ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit complete
with wiring, indication lamp, ammeter etc including all civil & mechanical work,
labour and materials etc as per drawing, specification and the direction of Engineerin-charge.
Recess/Surface mounted Emergency Lighting Panel (LDB-E2) for receiving, Nos.
despatch and SV station for IndoorLighting Points Consisting of 32 Amp (100mA
sensitivity) 2 Pole RCCB as incomer and 4 nos. 2 A SP & 4 nos. 1 A SPMCBs
(Type B & C) as out goings complete with indication lamp etc.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

724

Sheet 2 of 11

GAIL (India) Limited


3-(IV)
Sl.
No.
2

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ELECTRICAL WORKS FOR SECTION-II


Description of Items

Unit

i) Supply, installation, testing & commissioning of 800VA Inverter system with 150Ah No.
Battery backup with maintenance free lead-acid battery including wiring etc for
Emergency lighting in control room, Telecom & SCADA room, Electrical room, I/C
room, Battery room & canteen (Make Inverter: Su-Kam, Genius, Microtek,
Battery: Exide, Amaraja).
ii) Supply, installation, testing & commissioning of 250VA Inverter system with Nos.
150Ah Battery backup with maintenance free lead-acid battery including wiring etc
for Emergency lighting in control room, Telecom & SCADA room, Electrical room,
I/C room, Battery room & canteen (Make Inverter: Su-Kam, Genius, Microtek,
Battery: Exide, Amaraja).

Supply, installation, testing, commissioning of the complete earthing and lightning


protection system, earth electrodes/ pit, earth main ring, earthing of electrical
equipments, instrument panels, field instruments, process equipments and pipes/
flanges including all associated civil & mechanical work with all material and labour
as per drawing, specification and the direction of Engineer-in-charge.

a)
b)
c)
d)
e)
f)

Earth Pits- GI PIPE Electrode with 6 mm thick chequered plate cover


Nos.
Earth Pits- Copper plate Electrode with 6 mm thick chequered plate cover
Nos.
GI Strip (50X6) mm
Mtr
GI Strip (25X5) mm
Mtr
Copper Strip (25X3) mm
Mtr
GI Wire, wire rope and all balance earthing material including copper strip (50 mm x Lot
2 mm thick) jumper for flanges etc as per the specification.
GI lightning rod 25 mm dia. 1800 mm long including supply of all hardware labour Set
etc. complete as per approved drawings, specifications and directions of EngineerIn-Charge.

g)

Supply, laying, termination, testing and commissioning of 1.1kV grade PVC LT


power and control cables (conforming to IS:1554 and MECON's specification) of
following sizes in trenches, excavated under ground trench/trays, pulling through
pipes and its proper sealing, cutting of paved area, roads etc.

a)
b)
c)
d)
e)
f)
h)
i)
j)
k)
l)

3.5x 120 mm2 AYFY


3.5x 70 mm2 AYFY
3.5x 35 mm2 AYFY
3.5x 25 mm2 AYFY
4x6 mm2 YWY
4x4 mm2 YWY
4x2.5 mm2 YWY
2 X 10 mm2 YWY
2 X 6 mm2 YWY
2 X 4 mm2 YWY
2 X 2.5 mm2 YWY

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

72
23
500
625
155
1
8

200
95
50
60
300
40
1690
250
100
250
10

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

725

Sheet 3 of 11

GAIL (India) Limited


3-(IV)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ELECTRICAL WORKS FOR SECTION-II


Description of Items

Unit

Qty.

Supply of Installation/ erection accessories including, cable tags, cable marker,


nickle plated lugs, double compressed brass cable glands, brass
adaptar/reducers/nipples, fixing of metallic anchor fasteners for supporting of cable
trays and misc. electrical switchgear including all labour and materials complete as
required and as per directions of Engineer-In-Charge.

Lot

Wiring for main/ submain with 4 x 6 sq.mm PVC insulated copper conductor single
core cable/ wire in PVC conduit in recess/ trench as required.

Mtr

10

Supply, installation, testing, commissioning of lighting fixtures complete with


mounting bracket, flame proof/non flame proof, control gear box as per the type of
fixture, lamps etc. including civil work with pipe inserts for cables and connecting
work, with all material and labour as per specifications, drawings and instruction of
Engineer-in-charge. Work to be completed in all respects.
Street lighting, non integral type flame proof well glass fixture(lighting fixture : Type
FLPW-1245 of M/s Baliga make or equivalent,150 W mercury vapour lamp) on 6mtr
GI octagonal pole (Type BOP-6030 of Bajaj make or equivalent) complete with
bracket, GI clamps for fixing flame proof control gear box as per standard
drawing(MEC/SD/05/E9/77/04) & specification (MEC/TS/05/E9/077B).

Set

18

Bracket mounted single frame proof flood light fixture (for 250W mercury vapour Set
lamp) on building structure , lighting fixture type : FHF300 (AL) of M/s CG make or
equivalent.
Bracket mounted lighting fixture with lamp (for 250W MH lamp) on building/ Set
structure, lighting fixture type : MHSG1525IH/G of M/s CG make or equivalent
High Mast lighting on a 20 m high pole suitable with 6 Nos. lighting fixtures (400W Set
HPMV lamp) (As per attached data sheet, Make - M/s Bajaj or equivalent).

a)

b)

c)
d)

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

10
1

POLE MOUNTED 11/0.433kV SUBSTATION WITH TRANSFORMER


Supply, installation, Inspection,Transportation to site, erection on pole/pilnth, testing
and commissioning of 11/0.433 kV outdoor type, 3Ph, 50Hz, copper wound, Dyn11,
ONAN distribution transformer complete with all accessories as per IS 2026/1180 &
MECON's specification & first oil filled of following rating as per the tender drawing,
PJS, specification and the direction of Engineer-in-charge
Termination arrangement for HV side : HT bushing & for LV side: Cable end
box/Terminal box.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

726

Sheet 4 of 11

GAIL (India) Limited


3-(IV)
Sl.
No.
(i)

(ii)

(iii)

(iv)

(v)

(vi)

(vii)

(viii)

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ELECTRICAL WORKS FOR SECTION-II


Description of Items

Unit

a) 100KVA
Nos.
b) 63KVA
Nos.
c) 25KVA
Nos.
Supply, Erection, testing & commissioning of all the items listed at (Sl. No. ii) to viii)
below) including transformer, all miscellaneous materials required, digging,
trenching, backfilling, compaction, making of foundations/ pedestal, fixing the
fencing and gate, spreading of blue granite material, etc as required to complete the
HT & LT installation as per the tender.
Supply, erection and commissioning of double pole Structure with MS joist ISMB Set
200 x 100 mm, 11 m long complete with 100 x 50 mm MS channels of required
length and size ; 11 kV 3 Ph 100A horizontal Gang operated Air Break switch,
11kV 100 A DO Fuse, 9kV- 5 kA lightning arrestors, 11kV pin insulators & disc
insulators, operating rod, handle, locking arrangement, copper wire for jumper
connection, stay set (with 11kV Gay insulator, GI wire etc) complete all accessories
etc as required inclusive of paint (two coats of primer & two coats of final aluminum
paint), civil, mechanical & earthing work i.e. concrete foundation etc.
Supply, erection, testing and commissioning of MS joist ISMB 200X100mm, 11m Set
long complete with 100X50 mm MS channel of required length and size as per IE
rules for mounting of PIN type insulator with GI nut bolt, washer etc. as required for
support of overhead line conductor, inclusive of painting (two coats of primer&two
coats of final aluminium paint) including civil, earthing & mechanical work i.e.
concrete foundation etc.
Supply, erection and commissioning of 11 kV, ACSR weasel conductor as required Mtr.
for stringing between State Electricity Board Double pole and consumer double pole
structures including all civil & mechanical work.
Installation, laying, termination, testing & commissioning of 3CX 11kV A2XFY, 95 Mtr.
Sqmm HT cables including its termination kit (Heat shrinkable termination) for
stringing between State Electricity Board Double pole and consumer double pole
structures in trenches, excavated under ground trench/trays, pulling through pipes
and its proper sealing, cutting of paved area, roads etc including all civil, mechanical
earthing
work.
Supply,erection and commissioning of outdoor type dust & weather proof sheet steel Nos.
(2 mm thick) enclosed fuse switch unit of following rating for mounting on wall or
pedestal.
250A, 415V, 3 Pole & Neutral AC-23 duty and suitable for termination of 1 nos. (3.5
x 95/120 sq.mm) AYFY cable on incomer terminals and 1 nos. (3.5 x 95/120 sq.mm)
AYFY cable on outgoing terminals.
Supply,erection and commissioning of material for chain link fencing of (height 2.5 Mtr.
m) for the sub station area with ISA 50 x 50 x 6 mm angle and 4 mm thick welded
wire mesh and 1 no. gate (2x2 mtr.) complete with all material, lobour & welding
including civil & mechanial work.
Supply,erection and commissioning of 40 mm blue granite metal for spreading in the Sqmtr
fenced area (approximately 5 m x 5 m)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

1
3
1

120

3000

2000

80

100

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

727

Sheet 5 of 11

GAIL (India) Limited


3-(IV)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ELECTRICAL WORKS FOR SECTION-II


Description of Items

Unit

Qty.

Supply, installation, testing & commissioning of point wiring as per details in


construction drawing & specification (includes PVC conduits in ceiling, luminaries,
sockets, lamps, industrial type heavy duty exhaust fans, ceiling fans, electronic
speed regulator, switches (ANCHOR ROMA make or equivalent) & switch-boards as
mentioned below with Multi strand Flexible HR PVC insulated copper conductor
wires/cables including wiring between LDBs to switchboards.

a)
(i)

Light Point
Recess/surface mounted mirror type CFL fixture (type TLE211 of CG make or Nos.
equivalent).

117

(ii)

Surface mounted mirror type CFL fixture (type TLE236 of CG make or equivalent).

Nos.

10

(iii)

Industrial type (1x28) (Type fixture - TMS 122/128E HF and reflector GMS 122/128 Nos.
R of philips make or equivalent)

43

b)

Exhaust fan (Industrial type 300 mm) with louvers, 950 rpm, 55 watt.

Nos.

14

c)

Socket outlet (5/15 Amp combination) of ANCHOR ROMA make or equivalent Nos.
including wiring (3 run of 1x4 Sqmm flexible Cu cord of 7 strand for PNE from LDB).

46

d)

20 Amp sheet steel enclosed industrial type socket with 20 Amp DP MCB (Type C) Nos.
for Air Conditioners including wiring (3 run of 1x4 Sqmm flexible Cu cord of 7 strand
for PNE from LDB).

15

e)

Ceiling Fan with electronic regulator (Energy Efficient, 50 W, 1200mm sweep)

Nos.

33

10

Supply installation,testing and commissioning of latest model (4 stars BEE certified) Nos.
2T split AC complete with remote, 5 KVA stablizer, MS Stand for outdoor unit etc.

15

11

Supply, erection and commissioning of Flame proof, outdoor type 63 Amp. Welding Nos.
socket AC-23 duty, interlocked with heavy duty switch.

12

Supply & testing of portable type emergency lighting unit (7 W CFL Lamp) fed by a Nos.
self- contained SMF battery 12V, 7 Ah and charger operating on 240 V AC supply,
including all labour and materials complete as per directions of Engineer-InCharge.(Preferred make Phillips, Bajaj, BPL)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

728

Sheet 6 of 11

GAIL (India) Limited


3-(IV)
Sl.
No.
13

a)
b)
c)
14

a)
(i)
(ii)
b)
(i)
(ii)

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ELECTRICAL WORKS FOR SECTION-II


Description of Items

Unit

Supply and laying of following sizes of class 'B' G.I.Pipe in required length fixed on
steel, concrete or similar sructure, laid in trenches, ready to be buried in concrete
including cutting, threading, bending and similar works, supply of clamps, small iron
structures, spacers and installation of seats, plugs, bushings etc. small civil works,
including all labour and materials complete as per approved drawings and
directions of Engineer-In-Charge.
50 mm NB
80 mm NB
100 mm NB
Supply and erection of following Hot Dip Galvanized Ladder/Perforated Type cable
trays (as per IS 2629) including bends, tee, crosses, horizontal and vertical splices
etc. as required including supply of all G.I hardwares, all labour and material as
required as per standard drawings, specification and direction of Engineer-incharge.
Ladder type, made from 50mm height and 2.5 mm thick sheet steel & galvanized
(86 microns) of following sizes.
150 mm wide
300 mm wide
Perforated type, made from 50mm height and 2.5 mm thick sheet steel & galvanized
(86 microns) of following sizes.
150mm wide
300mm wide

15

Supply, fabrication and errection of MS base frame support for switch gear and
bracket for misc. electrical equipment, cable and cable tray support out of roled MS
section, pipes, plates etc including welding, bolting, reveting, supply of necessary
anchor bolts and grouting etc supply of paints applying one coat of anti rust primer
two finish coats of approved synthetic enamel paints including bracking walls, floors
etc for structure as required including supply of all GI hardware materials including
all labour and materials complete as required and the direction of Engineer-incharge

16

Supply and installation of the following including the supply of necessary clamp,
bolts, rawl plugs etc. breaking and making good of walls, if required , and including
all labour and materials complete as per directions of Engineer-In-Charge,
applicable standards and Indian Electricity rules.
Shock hazard charts complete with frame and glass
First Aid Boxes
Carbon-di-oxide (CO2) type fire extinguisher 4.5 Kg capacity Complete with
gunmetal valve conforming to IS : 3224 With ISI mark, Discharge horn with bend &
wall fixing Bracket With Mfg. Test certificate.
Caution boards including supply of necessary clamps, bolts and other hardware.

a)
b)
c)

d)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

Qty.

Mtr
Mtr
Mtr

190
90
70

Mtrs.
Mtrs.

190
80

Mtrs.
Mtrs.

310
80

Lot

Nos.
Nos.
Nos.

3
3
9

Nos.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

729

Sheet 7 of 11

GAIL (India) Limited


3-(IV)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ELECTRICAL WORKS FOR SECTION-II


Description of Items

Unit

e)

Single Line Diagram complete with frame and glass

17

Supply and laying of Insulating Mats(as per IS:15652 - 2006) of 1000mm width,
required for maintenance of electrical equipment in substation as required including
cutting to required shape in running length and including all labour and materials
etc. complete and as per directions of Engineer-In-Charge as per applicable Indian
or International standards and Indian Electricity Rules.

a)

11 KV grade of 2.5 mm thick

18

Telephone & LAN Cable & Sockets :


Supply, installation, testing & commissioning of point wiring for telephone socket,
LAN sockets (Piano reed Type) in recess PVC conduit including PVC conduit,
telephone socket, cable, accessories etc as required.
Socket for LAN cabling (Piano Reed Type)
Socket for Telephone (Piano Reed Type)
supply and laying of 10 pairs, 0.61mm, jelly filled/aerial self supporting armoured
Telephone Cable, including MDF box, accessories etc as required.
UTP cable (CAT 6) , Make : D Link/Amp/Lucent

a)
b)
c)
d)
19 (i)

a)

b)

c)
(ii)

Qty.

No.

Mtr.

120

Nos.
Nos.
Mtr.

21
19
220

Mtr.

140

Design, manufacture, shop testing, inspection, packing , forwarding, delivery,


installation, testing and commissioning at site of UPS systems as per specification
and following rating:
10KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS system
suitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,
AC with solid statevoltage stablizer for Bypass supply, ACDB and 12.0 hrs. Battery
backup (Ni-Cd, 1.2V) and battery capacity shall not be less than 195.0 KVAh (
where KVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Less
than 61.0 KW.
Dual Redundant rectifier system and DCDB as per Specification and following
rating:
i) 24 V Dc (1000 W), ii) -48V DC(500 W)
All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.

Set

Recommended spares for 2 years operation & maintenance of UPS & Rectifier
system( The list of recommended spares along with the item wise price shall be
enclosed with the price part . Unpriced list of the recommended spares shall be
enclosed with the technical part.)

Set

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

730

Sheet 8 of 11

GAIL (India) Limited


3-(IV)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ELECTRICAL WORKS FOR SECTION-II


Description of Items

Unit

19 (iii) Design, manufacture, shop testing, inspection, packing , forwarding, delivery,


installation, testing and commissioning at site of UPS systems as per specification
and following rating:
a)
5KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS system
suitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,
AC with solid statevoltage stablizer for Bypass supply, ACDB and 12.0 hrs. Battery
backup (Ni-Cd, 1.2V) and battery capacity shall not be less than 100.0 KVAh (
where KVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Less
than 30.0 KW.
b)
Dual Redundant rectifier system and DCDB as per Specification and following
rating:
i) 24 V DC (1000 W), ii) -48V DC(500 W)
c)
All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.
(iv)

Recommended spares for 2 years operation & maintenance of UPS & Rectifier
system( The list of recommended spares along with the item wise price shall be
enclosed with the price part . Unpriced list of the recommended spares shall be
enclosed with the technical part.)

19 (v) Design, manufacture, shop testing, inspection, packing , forwarding, delivery,


installation, testing and commissioning at site of UPS systems as per specification
and following rating:
a)
3KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS system
suitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,
AC with solid statevoltage stablizer for Bypass supply, ACDB and 4.0 hrs. Battery
backup (Ni-Cd, 1.2V) and battery capacity shall not be less than 24.0 KVAh ( where
KVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Less than 9.0
KW.
b)
Dual Redundant rectifier system and DCDB as per Specification and following
rating:
i) 24 V DC (1000 W), ii) -48 V DC(500 W)
c)
All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.
(vi)

Recommended spares for 2 years operation & maintenance of UPS & Rectifier
system( The list of recommended spares along with the item wise price shall be
enclosed with the price part . Unpriced list of the recommended spares shall be
enclosed with the technical part.)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

Qty.

Set

Set

Set

Set

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

731

Sheet 9 of 11

GAIL (India) Limited


3-(IV)
Sl.
No.
20

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ELECTRICAL WORKS FOR SECTION-II


Description of Items

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

SOLAR SYSTEM FOR CATHODIC PROTECTION (PCP), INSTRUMENTATION ,


SCADA, TELECOM, FIRE & ALARM SYSTEM
Design, manufacture, testing at works, supply, storage, Transportation to site,
Installation, commissioning and performance test at site of complete SPV based
Power source with three days autonomy for 800W DC load for twenty four hours per
day operation as per tender specification, data sheet, Scope of work and block
diagram enclosed including commissioning spares as required & supply of Two year
operation & maintenance spares as per Annexure-II of PJS.

Set

Set

The system shall include


(i) SPV array with junction boxes, Anodized AL/ Hot dipped Galvanized M-Steel
structure
(ii) SPV charge controller (output 96V DC)
(iii) Ni-Cd (1.2V/Cell) Battery Bank (96V DC)
(iv) DC-DC Converter(output 24V DC)
(v) DCDBs [24V]
(vi) Interconnecting cables among arrays, charge controller, battery bank, 3Ph
charger, DCDB, junction boxes etc including supply of all accesssories like cable
glands, tinned-cu lugs etc as required.
vii) Earthing and lightning protection system as required to complete the system.

Rating of SPV array and battery bank shall be selected to meet the load
requirement as specified above. However, each subsystem rating shall not be
less then the value given below
I) Array Capacity = 9.6 KWp
ii) Battery Bank [128 KWHr] in 2x50% arrangement
iii) DC-DC Converter (96V DC to 24V DC 1000W)
21

SOLAR SYSTEM FOR OUTDOOR EMERGENCY LIGHTING


Design, manufacture, testing at works, supply, storage, Transportation to site
Installation, commissioning and performance test at site of complete Solar Street
lighting system complete with GI pole and GI mounting bracket, control gear box,
internal cable from fitting to junction box, and 2x11W CFL Lamp, 12 V 150Ah battery
backup with 150Wp solar array, earthing etc including pipe inserts for cables and
connecting work and commissioning spares as required, with all material and labour
as per specifications, drawings and instruction of Engineer-in-charge. Nominal
height of GI pole shall be 6m. Work to be completed in all respects.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

732

Sheet 10 of 11

GAIL (India) Limited


3-(IV)
Sl.
No.
22

23

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ELECTRICAL WORKS FOR SECTION-II


Description of Items

Unit

415V 3Ph CHARGER FOR HYBRID SOLAR SYSTEM


Design, manufacture, testing at works, supply, Storage, Transportation to site
Installation, commissioning and performance test at site of complete 3 Ph
CHARGER (Automatic FCBC type) to charge the battery bank in sl.no. 20 above
from grid supply including commissioning spares as required as per specifications,
data sheet and instruction of Engineer-in-charge.
Rating of charger shall be selected such that it can charge fully discharged
battery at C5 rating.
All works relating to statutory approvals of the installation from competent authority
like electrical inspectorate, CEA, DGMS, SEB etc. including carrying out of all
required modifications in design / Manufacturer / Installation to meet the requirement
of Indian Electricity rules and other statutory regulations in force, carrying out
necessary paper work and liasion with the authorities to obtain all necessary
clearances for charging of installation as per relevant national standards. However
the official fees towards the approvals shall be reimbursed by the client.

Qty.

Set

LS

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Indian Currency (INR)
Supply
Erection

Unit Rate inclusive of all applicable


taxes & duties except Service Tax
Price in Foreign Currency
Supply
Erection

MECON LIMITED
Amount
in Foreign
Currency

in INR

Note
1)
2)

3)
4)

Bidder must quote for all items of SOR including sub items.
Bidder shall supply of above items at required location as per of Scope of work.
Above quantities are only estimated quantities and may change as per site
condition/detail engineering. Procurement shall be done as per actual site condition,
approved construction drawings and instruction of engineer incharge. Successful
tenderer shall supply the equipments, at the same rate, as per the changed
quantities.
Procurement of Air Conditioners shall be after approval of model/make from
Engineer in Charge.
Any commissioning & installation spares as required shall be included in the supply

Note: (i) The bidder must indicate currency(ies) against each quoted item of the
SOR.
(ii) The total amount shall also be given by the bidder in the quoted
currency(ies).

Place
Date

: _____________
: _____________

In Figure :
Total Amount of quoted price (inclusive of all
applicable taxes & duties except Service Tax )

In Word :

Signature of Authorised Signatory


Name :
Designation :
Seal :

Tender No.: _____________________________________________________


Offer No. & Date : ________________________________________________

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect

SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0

733

Sheet 11 of 11

SCHEDULE OF RATES
FOR
3 - (V) TERMINAL WORKS (INSTRUMENTATION)
[SOR. No. 05/21/23M9/Inst(Section-II)/SOR-03(V), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

734

GAIL (India) Limited


3-(V)
Sl.
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

INSTRUMENTATION FOR SECTION-II


Description of Items

Unit

Qty.

1.0

FIELD INSTRUMENTS

1.01

Supply, Installation, Calibration, Testing & Commissioning of Pressure Gauges Nos.


inclusive of supply of necessary piping materials/tubings alongwith all necessary
valves & fittings, fabrication and installation of impulse lines/manifolds & hydraulic
testing. as per installation standard no. MEC/05/E5/SD/PG/004 B

19

1.02

Supply, Installation, Calibration, Testing & Commissioning of Pressure Nos.


Transmitters including mounting of Instrument on yoke, supply of yoke, supply and
erection of supports for impulse lines wherever required, supply, fabrication &
installation of SS manifolds/ SS impulse lines & SS valves & fittings with supports,
hydraulic testing and painting of supports. as per installation std. no.
MEC/05/E5/SD/PT/001 B

14

1.03

Supply, Installation, Calibration, Testing & Commissioning of Temperature Nos.


Transmitters including mounting of Instrument on yoke, supply of yoke, supply and
erection of supports for impulse lines wherever required, supply, fabrication &
installation of SS manifolds/ SS impulse lines & SS valves & fittings with supports,
hydraulic testing and painting of supports.

1.04

Supply , Installation, Calibration, Testing & Commissioning of RTD with flanged Nos.
thermowell inclusive of installation of thermowell on the nozzle and installation of
instruments as per installation standard no. MEC/05/E5/SD/TG-RTD/005 &
MEC/05/E5/SD/RTD -TW/006

1.05

Supply,Demonstration of Hart Communicator Universal type for Calibration of


smart Transmitters

No.

2.0

CONTROL PANEL AND PANEL MOUNTED INSTRUMENTS

2.01

Design,
Engineering,
Procurement,
Manufacture,
Testing,
Inspection,
Supply,Transportation, Erection, Calibration / Simulation & Commissioning of Wall
Mounted type Control Panel along with all accessories and Panel Mounted
Instruments as indicated below, including supply of commissioning spares with
special tools and tackles as required, as per Data Sheets / Specification in the Bid
Document.
Wall Mounted Panel (DS No. MEC/23M9/05/E5/DS/WMCP-B)
Indicators (Data Sheet No. MEC/23M9/05/E5/DS-IND-B)
Signal Distribution Card (Data Sht No.-MEC/23M9/05/E5/DS-SDC-B)
Barriers (DS No. MEC/23M9/05/E5/DS-ZB-B)

Nos.
Nos.
Nos.
Nos.

3
24
25
25

a)
b)
c)
d)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Inst

Currency

Unit Rate inclusive of all applicable Unit Rate inclusive of all applicable
taxes & duties except Service Tax
taxes & duties except Service Tax
Price in Indian Currency (INR)
Price in Foreign Currency
Supply
Erection
Supply
Erection

SOR.No. 05/21/23M9/Inst(Section-II)/SOR-03(V), Rev-0

MECON LIMITED
Amount
in INR

in Foreign
Currency

735

Sheet 1 of 4

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(V)
Sl.
No.

INSTRUMENTATION FOR SECTION-II


Description of Items

3.0
3.01

FREE ISSUE ITEMS


Handling, transportation, installation, removal and remounting, electrical termination, Sets
testing, calibration of Actuated Valves, Actuator for Gas Actuated Ball Valves / Gas
Over Oil Valves along with mounting of Valves and their respective accessories,
supply and erection of supports for impulse lines wherever required, supply,
fabrication & installation of manifolds/ impulse lines & fittings with supports,
hydraulic testing, painting of supports as per std., but exclusive of supply of Valves.

3.02

Testing & Commissioning of Metering skid (Filtration & Ultrasonic Meter based
Nos.
Metering streams) for Saharanpur with Gas chromatograph system & LEL
Detections along with field instruments & other accessories, However supply of
USM based metering skid is not included in the Scope.
Testing & Commissioning of Metering skid (Filtration streams, Pressure Reduction Nos.
streams & Turbine Meter based Metering streams) with LEL Detections for
Haridwar. However supply of Turbine based metering skid is not included in the
Scope.
Testing & Commissioning of Metering skid (Filtration streams, Pressure Reduction
Nos.
streams & Turbine Meter based Metering streams) with LEL Detections for
Roorkee.However supply of Turbine based metering skid is not included in the
Scope.

3.03

3.04

Unit

Installation of Junction Boxes including Supply of Junction Boxes with plugs for
unused entries, supply, fabrication and installation of supports, plugging of unused
entries and painting.
a) Explosionproof electrical junction boxes for 6 pair/ 6 triad cable entry
Nos.
b) Explosionproof electrical junction boxes for 12 pair/ 12 core cable entry
Nos.
4.01 Supply of Canopies fabricated out of powder coated MS for electronic transmitters Nos.
including supply, fabrication of support and installation of canopy with support and
reflective painting.

Qty.

Currency

Unit Rate inclusive of all applicable Unit Rate inclusive of all applicable
taxes & duties except Service Tax
taxes & duties except Service Tax
Price in Indian Currency (INR)
Price in Foreign Currency
Supply
Erection
Supply
Erection

N.A

N.A

N.A

N.A

MECON LIMITED
Amount
in INR

in Foreign
Currency

4.0

5.0
5.01

i)

12
3
25

CABLING
Supply and Laying of control, signal, triad cables on main cable trays, perforated
trays, trenches including supply of all required cable glands(Explosion proof double
compression type) and consumables like ferrules, clamps, PVC tubes,
aluminium/SS tag plates etc., clamping , ferruling, glanding of the cables,
termination at both ends, including shield/drain/ communication wire, providing/fixing
of identifying tags and megger testing and loop testing but exclusive of supply &
erection of GI Perforated tray.
Signal Cables
- 1 P x 1.5 mm (Type I)
- 6 P x 0.5 mm (Type II)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Inst

Mtr.
Mtr.

650
800

SOR.No. 05/21/23M9/Inst(Section-II)/SOR-03(V), Rev-0

736

Sheet 2 of 4

GAIL (India) Limited


3-(V)
Sl.
No.
ii)

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

INSTRUMENTATION FOR SECTION-II


Description of Items

Unit

Qty.

RTD Cables
- 4C x 1.5 mm - Quad Cable (Type-I)
- 6 TRIAD x 1.5 mm (Type II)

Mtr.
Mtr.

400
250

Control Cables
- 12C x 1.5 mm
- 3C x 1.5 mm

Mtr.
Mtr.

2350
500

iv)

RS-232/485 Digital Communication Cable

Mtr.

200

v)

2C x 4 mm Power Cable (Copper conductor)

Mtr.

500

6.0

STRUCTURAL (Complete in all respects as per Scope of Work , related to


Instrumentation)
Supply and erection of prefabricated perforated GI trays of thickness 2.5mm
including tees, bends and elbows, supply, fabrication and erection of required
supports and painting of supports with one coat of primer as per IS:2074 and 2
coats of finished paint including supply of paint as per std. and direction of EngineerIn-Charge.
Sizes :
a) 60 mm wide X 30 mm high
b) 100 mm wide X 30 mm high
c) 200 mm wide X 30 mm high
c) 300 mm wide X 30 mm high

Mtr.
Mtr.
Mtr.
Mtr.

250
400
300
100

iii)

6.01

7.0

Idetification of instrument items wherever requird including supply of approved color Lump
of paint(fluorescent),painting of tag number(approx. 25-50 mm high) on instruments sum
item like junction boxes,panels,valves,etc as specified by engineer in charge.

8.0

Excavation of trenches for burying the cables, preparation of same for laying of
cable, filling with river sand, laying of brick, back filling and compacting of the
excavated earth as per specifications including supply of sand and bricks and
removal of surplus earth as per instructions of Engineer-in-Charge.
Size of Trench:
600 mm (Width) X 675 mm ( Depth)
Mtrs.

9.0

Currency

Unit Rate inclusive of all applicable Unit Rate inclusive of all applicable
taxes & duties except Service Tax
taxes & duties except Service Tax
Price in Indian Currency (INR)
Price in Foreign Currency
Supply
Erection
Supply
Erection

MECON LIMITED
Amount
in INR

in Foreign
Currency

600

Supply and installation of PVC pipes and sleeves for crossing of electrical cables as
required including supply of sealing compound.
a) 100 mm
b) 150 mm
C) 50 mm

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Inst

Mtrs.
Mtrs.
Mtrs.

20
20
20

SOR.No. 05/21/23M9/Inst(Section-II)/SOR-03(V), Rev-0

737

Sheet 3 of 4

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(V)
Sl.
No.

INSTRUMENTATION FOR SECTION-II


Description of Items

10.0
10.01

EARTHING
Supply, laying and termination of both ends from earth grid to Field Mtrs.
instruments/JBs/Control Panel by 8 SWG G.I. Wire in tray and conduits as required
excluding earth-pit preparation.
Supply, Laying and Termination of both ends of 4 sq. mm. PVC insulated armoured Mtrs.
copper cable from earth pit to the barrier earth bus bar in trays/conduits/trenches as
required.

10.02

11.00

Unit

Start up & Commissioning of complete terminal instruments, including all labour, test Lump
equipments and other auxiliaries as required, etc., complete in all respects as per sum
specifications/ drawings/ directions of Engineer-in-Charge. All necessary Testing
and commissioning reports, as-built drawings etc., shall also be prepared and to be
submitted to the purchaser/consultant

Qty.

Currency

Unit Rate inclusive of all applicable Unit Rate inclusive of all applicable
taxes & duties except Service Tax
taxes & duties except Service Tax
Price in Indian Currency (INR)
Price in Foreign Currency
Supply
Erection
Supply
Erection

: _____________
: _____________

Amount
in INR

in Foreign
Currency

250

50

Note:
1) The quantities given above against individual items are indicative and shall not be
A)
considered to be binding. The quantities may be increased, decreased or deleted at
site at the time of actual execution
and as per discretion of owner/engineer-in-charge. The unit rate shall be operated
to work out the final payment due to contractor.The procurement shall done as per
actual site condition , Approved
construction drgs. and Instruction of EIC.
2) All the items required to complete the work shall be the scope of supply of
contractor only.
3) Supply means supply of instruments including all erection accessories as defined
above
4) Erection means Erection , Testing , Calibration & Commissioning etc as defined
above.
(i) The bidder must indicate currency(ies) against each quoted item of the
Total Amount of quoted price (inclusive of
B)
all applicable taxes & duties except Service
SOR.
Tax )
(ii) The total amount shall also be given by the bidder in the quoted
currency(ies).
Place
Date

MECON LIMITED

In Figure :
In Word :

Signature of Authorised Signatory


Name :
Designation :
Seal :

Tender No.: _____________________________________________________


Offer No. & Date : ________________________________________________

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Inst

SOR.No. 05/21/23M9/Inst(Section-II)/SOR-03(V), Rev-0

738

Sheet 4 of 4

3- (VI)

SCHEDULE OF RATES
FOR
TELECOMMUNICATION WORKS

[SOR. No. 05/21/23M9/Telecom(Section-II)/SOR-03(VI), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

739

GAIL (India) Limited


3-(VI)
Item
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN
HARIDWAR

TELECOMMUNICATION WORKS FOR SECTION-II


Description of Items

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

TelecommunicationWork as define in scope of work in this bid documents has to be


carried out by the Bidder and it includes followings :-

TELECOMMUNICATION WORK : The work will be for the section II (SV-3 at


Saharanpur to Receiving Terminal Haridwar& then upto BHEL & Sidcul (appx.
80 KM pipeline)
SUPPLY OF OFC AND ACCESSORIES (as per MECON Technical specification
No. MEC/TS/05/E5/T/096). Design, Manufacturing,factory testing, inspection,
packaging, forwarding, transportation, insurance,reciept and storage at site
etc. as per TS.

1.0

Supply of 24 fibre composite Optical fibre cable (6 Fibre of G-655 & 18 Fibre of G652 ) of 4000 M + 5 % cable drums (Qty as per pipeline length with spare)

meters

84000

2.0

Supply of Jointing Closures including all accessories (approved make of


GAIL/MECON only.) (qty as per approved OFC Cable Alignment sheet) (19 planned
and 3 spares)

Nos.

22

3.0

Supply of special Jointing Closures suitable for 24 fibre OFC including all
accessories of approved make of GAIL/MECON only required at pipeline header end
for consumers. (qty as per approved OFC Cable Alignment sheet) (2 planned and 1
spare)

Nos.

4.0

Supply of Special Tools & Tackles each set consists of all the items as per
Annexure 2 of TS No. MEC/TS/05/E5/T/096

Set

meters

84000

1.0

Supply of Permanently Lubricated Telecom HDPE Duct & Accessoriesas per


MECON TECHNICAL SPECIFICATION No. MEC/TS/05/E5/T/037.Design,
Manufacturing,factory testing, inspection, packaging, forwarding,
transportation, insurance,recept and storage at site etc. as per TS
Supply of 40 mm OD 6 Kg/cm2, permanently lubricatedHDPE DUCT, Factory
Acceptance Testing as per specification.(with spares

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Telecom

SOR.No. 05/21/23M9/Telecom(Section-II)/SOR-03(VI), Rev-0

740

Pape 1 of 4

GAIL (India) Limited


3-(VI)
Item
No.
2.0

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN
HARIDWAR

TELECOMMUNICATION WORKS FOR SECTION-II


Description of Items

Unit

Supply of HDPE Accessories:


Supply of HDPE accessories required including Lumpsum
Plastic Couplers, End Plugs, Cable Scaling Plugs, End Caps, etc suitable & sufficient
for supplied Duct..

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

SITE WORK (as per scope of work, specification no. MEC/S/05/E5/T/001 & 002
of Bid documents)

1.0

Submission of optical fiber cable & HDPE alignment sheets as per the requirements Lumpsum
of specification based on the existing pipe line survey (No separate survey
reqd.),estimation of OFC & HDPE duct including all accessories in accordance with
the alignment sheet and specifications.Laying work can not be started without
approval of these documents from Client / Consultant / EIC.

2.0

Blowing / Laying of Optical Fiber Cable

All activities pertaining to Blowing / Laying of optical fiber cable in same pipeline Per Meter of 80000
Trench
trench inside 40 mm HDPE telecom duct (after testing of OFC drum at site) ,through
Length
CS/ HDPE conduits at crossing, in separate trench inside the terminal upto FTC at
telecom room, testing of OFC after Blowing/laying, cable sealing etc. using all
materials required complete as per specifications and drawing provided in the bid
document & as per direction of EIC.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Telecom

SOR.No. 05/21/23M9/Telecom(Section-II)/SOR-03(VI), Rev-0

741

Pape 2 of 4

GAIL (India) Limited


3-(VI)
Item
No.
3.0

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN
HARIDWAR

TELECOMMUNICATION WORKS FOR SECTION-II


Description of Items

Unit

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

Erection of HDPE Duct as per specification


Installation of 40mm OD, 6kg/cm2 permanently lubricated HDPE ducts, in same Per Meter of 80000
Trench
pipeline trench direct buried or cased crossing through CS/ HDPE conduit in all type
Length
of soil & terrain, excavation as required, padding, backfilling, including supply &
laying of Warning Mats( only where common mat is not provided), cleaning and
sealing of ducts at the end of laid drum lengths, preparation & Supply of Cable
Blowing Pit including sand,( RCC pit as per dwg & at every 1 KM distance, at 1
meter away from the main pipeline),for river crossing additional blowing pit at
both end of the river bank, jointing of HDPE conduit, erection accessories (suitable
for min 8 kg/cm2 pressure rating),(This duct is for blowing of 24 F OFC for total
length of pipeline as per spec. and drawing )

Testing of laid permanently lubricated HDPE ducts (at 6 kg/cm2 g pressure), Lumpsum
rectification / modification if required, cleaning and sealing of ducts at the end of laid
drum lengths,preparationof report , joint location marking , final acceptance / Handing
over of the same to GAIL all complete as per specifications provided in the bid
document & as per direction of EIC. Drawings and documentationas per specification
& contract agreement .

4.0

Supply and installation of jointing pits, including sand, etc. all complete as per
spec., drawing provided in the bid document and the direction of consultan

Nos.

21

5.0

Supply & installation of 300 dia cable markers at all pipeline marker locations on
same pipeline marker post as per specifications & drawing provided in the bid
document and direction of consultant

Nos.

75

6.0

Using supplied Jointing closure for Jointing of optical fiber cable (including
supply and installation of joint markers, etc.), final Jointing / splicing,Testingof
laid OFC between intermediate station and end to end, all completed as per
specifications & drawing provided in the bid document and direction of consultant.

Nos.

21

3.0 a

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Telecom

SOR.No. 05/21/23M9/Telecom(Section-II)/SOR-03(VI), Rev-0

742

Pape 3 of 4

GAIL (India) Limited


3-(VI)
Item
No.

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN
HARIDWAR

TELECOMMUNICATION WORKS FOR SECTION-II


Description of Items

Unit

7.0

Supply & Installation and commissioning of FTC (in & out) (as per approved
make) & wiremesh (structural size 1.5 Mtr x 1 mtr and mesh size 15 cm x 15 cm)
and other accessories for termination of OFC - 24 fibre in the equipment room

8.0

Termination of OFC on FTC/FDF/DDF inside the equipement control room, splicing Lumpsum
with steet fibre, test of the fibre for the smooth operation system on wavelength.
Power Testing of laid OFC,(end to end), Identification of the fault,Rectification,
Earthing, final testing & commissioning, preparation of reports etc. work complete
in all respect with all necessary accessories for all location, final acceptance / Handing
over of the same to GAIL and as per the direction of Engineers in charge.Drawings
and documentation as per specification & contract agreement.

9.0

Supply and Installation & Commissioning of Electronic Marker System as per


specification , test certificate and documents etc. consisting of
a) Electronic Markers (To be buried underground along with OFC Joints at all
jointing location)

Note:

b) Electronic Marker Locator and accessories (Including probe and locator


electronics)
Note : The quantites of individual item can varied as per site requirement.The
payment will be made as per actual certified measurement at site.Bidder shall
take prior approval of quantities before procurements based on the site
estimates.
(i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted
currency(ies).

Place
Date

: _____________
: _____________

Tender No.: _____________________________________________________

Sets.

Qty.

Currency

Unit Rate inclusive of all applicable taxes &


duties except Service Tax
Price in Indian
Price in Foreign
Currency (INR)
Currency

MECON LIMITED
Amount
in INR

in Foreign
Currency

Set

21

Set

In Figure :
Total Amount of quoted price (inclusive of al
applicable taxes & duties except Service Tax )
In Word :

Signature of Authorised Signatory


Name :
Designation :
Seal :

Offer No. & Date : ________________________________________________

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Telecom

SOR.No. 05/21/23M9/Telecom(Section-II)/SOR-03(VI), Rev-0

743

Pape 4 of 4

3- (VII)

SCHEDULE OF RATES
FOR
FIRE PROTECTION SYSTEM

[SOR. No. 05/21/23M9/Fire(Section-II)/SOR-03(VII), Rev-0]

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

744

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(VII) FIRE PROTECTION SYSTEM FOR SECTION-II


Sl. Description of Item
No.
A
1

Unit

Qty.

HAND APPLIANCES
Providing & fixing CO2 type fire extinguishers with steel cylinder with dischange valve and as
per data sheet no. MEC/05/21/M/002/DS-081D/B and spec.no. MEC/TS/05/21/081D/B and
conforming to IS: IS: 2878-1976. Extinguisher shall be painted with red enamel paint and fixed
to wall with brackets.
a) Capacity 4.5 kg.
i) At Despatch Terminal Saharanpur
ii) At SV-1 on line for M/s BHEL at Ch. 3.70Km
iii) At SV-1 at Ch. 24.0Km
iv)At SV-2 on line for BHEL at Ch. 4.20Km
v)At SV-1 on line for M/s SIDCUL at Ch. 2.5Km
vi) At SV-3 cum Tap off for SIDCUL on line for BHEL at Ch. 6.0Km
vii) At SV-2 at Ch. 34.0Km
viii) At SV-3 cum tap off for Roorkee at Ch. 39Km
ix) At SV-4 at Ch. 45Km
x) At SV-5 at Ch. 47.0Km
xi) At Receiving Terminal at haridwar

Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.

1
1
2
1
1
1
2
1
1
2
2

b) Spare CO2 cartridges for 4.5Kg CO2 extinguisher

Nos.

24

i) At Despatch Terminal Saharanpur


ii) At Receiving Terminal at haridwar

Nos.
Nos.

1
2

b) Spare DCP cartridges for 10Kg DCP extinguisher

Nos.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Providing & fixing dry chemical powder type fire extinguisher suitable for inverted operation with
anticorrosive treatment and hydraulically tested to a pressure of 25 kg/ sq.cm as per data
sheet no. MEC/23K2/05/21/M/002/DS-081D/A and specification no. MEC/TS/05/21/081D/A.
Extinguishers externally painted with red enamel and fixed to wall with brackets complete with
internal charge and spanner complete (confirming to IS: 2171)
a) 10 Kg Capacity

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

SOR.No. 05/21/23M9/ Fire(Section-II)/SOR-03(VII), Rev-0

745

Page 1 of 3

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(VII) FIRE PROTECTION SYSTEM FOR SECTION-II


Sl. Description of Item
No.
3

Unit

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

Amount
in INR

in Foreign
Currency

Providing & fixing clean agent type fire extinguisher suitable for inverted operation with
anticorrosive treatment and hydraulically tested as per NFPA. The product should be UL /LPC
listed. The gas shall be stored at a pressure of not less than 15 bar and range shall be 2-5
meter.
a) 2.5Kg Capacity
i) At Despatch Terminal Saharanpur
ii) At SV-1 at Ch. 24.0Km
iii) At SV-5 at Ch. 47.0Km
iv) At Receiving Terminal at haridwar

Qty.

MECON LIMITED

Nos.
Nos.
Nos.
Nos.

2
1
2
2

Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.

2
1
2
1
1
1
1
1
1
2
2

Providing and fixing galvenised steel fire buckets of 9 ltr. Water capacity as per technical
specification no. MEC/TS/05/21/081D/D and confirming to IS: 2546-1974. Buckets shall be
painted with red enamel paint and fixed to suitable location .
a) Capacity 4.5 kg.
i) At Despatch Terminal Saharanpur
ii) At SV-1 on line for M/s BHEL at Ch. 3.70Km
iii) At SV-1 at Ch. 24.0Km
iv)At SV-2 on line for BHEL at Ch. 4.20Km
v)At SV-1 on line for M/s SIDCUL at Ch. 2.5Km
vi) At SV-3 cum Tap off for SIDCUL on line for BHEL at Ch. 6.0Km
vii) At SV-2 at Ch. 34.0Km
viii) At SV-3 cum tap off for Roorkee at Ch. 39Km
ix) At SV-4 at Ch. 45Km
x) At SV-5 at Ch. 47.0Km
xi) At Receiving Terminal at haridwar

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

SOR.No. 05/21/23M9/ Fire(Section-II)/SOR-03(VII), Rev-0

746

Page 2 of 3

GAIL (India) Limited

SCHEDULE OF RATES FOR


SECTION-II FOR
SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL)
Bid Doc. No.: 05/51/23M9/GAIL/001(i)
SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3-(VII) FIRE PROTECTION SYSTEM FOR SECTION-II


Sl. Description of Item
No.

Unit

CLEAN AGENT FIRE SUPPRESSION SYSTEM

Clean Gas Fire Suppression Centralised System complete with required acessories & each
cylinder filled with Clean agent Fire extinguishing Agent as Main Bank.and Standby Bank
(Make: UL Listed ) with Pressure Switch with Locking Device, Discharge Nozzles designed to
provide the proper flow rate and distribution of Clean Agent to total flood the hazard area: 180
deg. / 360 deg. ( Make: UL listed ), ASTM A106 Gr. B Piping, fittings & supports, etc. ,
Manifold fabricated from seamless pipe, A106 Gr. B having inlets with supports etc.with
activation through intelligent addressible Fire Detection and Alarm Systemas with panels,
detectors, response indicators etc. all complete as per approved scheme.Work shall be carried
out as per MECON TS No. MEC/TS/05/21/081L. The area of control rooms to be protected are
listed below:
a) Control Room, Electrical, battery room & Telecom & Scada room at Despatch Terminal at
Saharanpur, Size 18m x6m x 3.5m(h)
b) Control Room, Electrical, battery room & Telecom & Scada room at SV-1 Ch.-24Km, Size
18m x6m x 3.5m(h)
c) Control Room, Electrical, battery room & Telecom & Scada room at SV-5 Ch.-47Km, Size
18m x6m x 3.5m(h)
d) Control Room, Electrical, battery room & Telecom & Scada room at Receiving Terminal,
Haridwar Size 29m x6m x 3.5m(h)

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.
(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

Qty.

L.S.

L.S.

L.S.

L.S.

Currency

Unit Rate inclusive of all applicable taxes


& duties except Service Tax
Price in Foreign
Price in Indian
Currency
Currency (INR)

MECON LIMITED
Amount
in INR

in Foreign
Currency

Total Amount of quoted price (inclusive of all In Figure :


applicable taxes & duties except Service Tax )
In Word :

Place : _____________
Date : _____________

Signature of Authorised Signatory


Name :
Designation :
Seal :

Tender No.: _____________________________________________________


Offer No. & Date : ________________________________________________

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II

SOR.No. 05/21/23M9/ Fire(Section-II)/SOR-03(VII), Rev-0

747

Page 3 of 3

SCHEDULE OF RATES

SECTION-II : SUMMARY OF PRICES (To be submitted with priced part of the offer)
CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR SPURLINES OF DADRI BAWANA NANGAL PIPELINE PROJECT (DBNPL)
BID DOCUMENT NO.: 05/51/23M9/GAIL/001-i)
E-TENDER NO : 8000001974

Sl. No.

Price in Indian Currency (INR)


(In Figures)

(In Words)

Price in Foreign Currency


Currency
(In Figures)

(In Words)

Total amount of quoted price for Mainline Works SOR

2 (I).

Total amount of quoted price for Cathodic Protection Works SOR

2(II).

Total amount of quoted price for Corrosion Monitoring System Works SOR

Terminal Works

I)

Total amount of quoted price for Piping & Mechanical Works SOR

II)

Total amount of quoted price for Civil Works SOR

III)

Total amount of quoted price for Structural Works SOR

IV)

Total amount of quoted price for Electrical Works SOR

V)

Total amount of quoted price for Instrumentation Works SOR

VI.

Total amount of quoted price for Telecommunication Works SOR

VII.

Total amount of quoted price for Fire Protection System Works SOR

Page 1 of 3

748

SCHEDULE OF RATES
Sl. No.
4
Gross Total Amount (inclusive of all applicable taxes & duties excluding Service
Tax)

Price in Indian Currency (INR)

Price in Foreign Currency

[1+2(I)+ 2(II)+(3-I)+(3-II)+(3-III)+(3-IV)+(3-V)+(3-VI)+(3-VII)]
5
6

Rebate (if any) offered on gross total amount (on Sl.No. 4) above. (which will be _________ % of
Percent of total quoted
applicable on each item of Schedule of Rate)
total quoted amount amount
Amount of Rebate as per Sl.No. 5 above

NET TOTAL AMOUNT FOR SECTION-II {4-6} (after considering rebate


indicated at Sl.No. 6)

Service Tax under composite scheme @ 4.12% (Presently Applicable Rate)


on the Net Total amount mentioned at Sl. No. 7 above.

Service Tax under composite scheme @ 4.12% (Presently Applicable


Rate) on free issue material of Rs 64 Crores.

10

Total Amount for Section -II (Sl. No. 7 + 8 + 9)

11

Total Amount of extended stay compensation for Section-II

12

Gross Total Amount for Section-II (Sl. No. 10 + 11)

Notes:

1) The total amount shall also be given by the bidder in the quoted currency(ies).
2) The amount of Free Issue Material indicated at Sl. No. 9 above is indicative only. Service Tax on Free Issue Materials shall be reimbursed at actual by the Employer
on submission of Cenvatable Invoices as per Service Tax Rules on the actual amount of Free Issue Material.
3) The rate of Service Tax indicated in this format shall be considered for Statutory variation as per the provisions of bidding document.

Place
Date

: _____________
: _____________

Signature of Authorised Signatory


Name :
Designation :
Seal :

Tender No.:
Offer No. & Date : ________________________________________________

Page 2 of 3

749

SCHEDULE OF RATES

SECTION- II : PROFORMA FOR EXTENDED STAY COMPENSATION (To be submitted with priced part of the offer)
CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR SPURLINES OF DADRI
BAWANA NANGAL PIPELINE PROJECT (DBNPL)
BID DOCUMENT NO.: 05/51/23M9/GAIL/001-i)
E-TENDER NO : 8000001974

1.00

Rate of extended stay compensation beyond the time schedule and grace period mentioned in bidding document for reasons solely attributable to
Owner.

In Figure : ________________________________________________ (per month)


In Word : _________________________________________________ (per month)

Notes:
1) Any amount/ price filled-up by the Bidder shall also be suffixed/ prefixed by currency(ies) in above format.
2) Bidder shall submit this format in Un-priced part duly stamped and signed without indicating the price. The price shall be submitted in the price party only.
3) Extended stay compensation shall be loaded on the quoted prices as per clause no. 42 of Special Conditions of Contract (SCC).
4) In case no rate for Extended Stay Compensation is stipulated, it will be considered that Extended Stay Compensation is not required by the Bidder and the rates
quoted by them shall be valid till completion of works in all respects.

Place
Date

: _____________
: _____________

Tender No.:
Offer No. & Date : ________________________________________________

Page 3 of 3

Signature of Authorised Signatory


Name :
Designation :
Seal :

750

ATTACHMENT I
FORMS AND FORMATS

751

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-1
BIDDERS GENERAL INFORMATION
To
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India

1-1

Bidder Name:

________________________________________

1-2

Number of Years in Operation:

________________________________________

1-3

Address of Registered Office:

________________________________________
City________________ District _________
State _______________ PIN/ZIP__________

1-4

Operation Address
if different from above:

________________________________________
________________________________________
City________________ District _________
State _______________ PIN/ZIP__________

1-5

Telephone Number:

_______________________________________
(Country Code)

(Area Code)

(Telephone Number)

1-6

E-mail address:

________________________________________

1-7

Website:

________________________________________

1-8

Fax Number:

________________________________________
(Country Code)

(Area Code)

(Telephone Number)

1-9

Bankers Name :

_____________________________________

1-10

Branch :

_____________________________________

1-11

Branch Code :

_____________________________________

1-12

Bank account number :

_____________________________________

752

ONLY FOR INDIAN BIDDERS

1-13

Excise Registration number :

_____________________________________

1-14

Excise Range :

_____________________________________

1-15

Excise Division :

_____________________________________

1-16

Excise Collectorate :

_____________________________________

1-17

Local ST No. :

_____________________________________

1-18

CST No. :

_____________________________________

1-19

PAN No. :

_____________________________________

1-20

Whether SSI Registrant Or not :

_____________________________________

(SIGNATURE OF BIDDER WITH SEAL)

Note :

This should be submitted in the Letter Head of the Bidder

753

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-2
BID FORM
To
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,

After examining/reviewing the Bidding Documents for Pipe Laying, including technical specifications, drawings,
General and Special Conditions of Contract and Schedule of rates etc. the receipt of which is hereby duly
acknowledged, we, the undersigned, are pleased to e-bid to execute the whole of the Job for the item in
conformity with, the said Bidding Documents, including Addenda Nos. ____________.
We confirm that this bid is valid for a period of four (4) months from the date of opening of Techno-Commercial
Bid, and it shall remain binding upon us and may be accepted by any time before the expiration of that period.
If our bid is accepted, we will provide the performance guarantee equal to 10% (ten per cent) of the Contract
Price, for the due performance with in fifteen days of such award.
Until a final Contract is prepared and executed, the bid together with your written acceptance thereof in your
notification of award shall constitute a binding Contract between us.
We understand that Bidding Document is not exhaustive and any action and activity not mentioned in Bidding
Documents but may be inferred to be included to meet the intend of the Bid Documents shall be deemed to be
mentioned in Bidding Documents unless otherwise specifically excluded and we confirm to perform for fulfilment
of Agreement and completeness of the Work in all respects within the time frame and agreed price.
We understand that you are not bound to accept the lowest priced or any bid that you may receive.

SEAL AND SIGNATURE


DATE:
Duly authorized to sign bid for and on behalf of ____________________________________

(SIGNATURE OF WITNESS)
WITNESS NAME:
ADDRESS:

Note :

This should be submitted in the Letter Head of the Bidder

754

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-3
LIST OF ENCLOSURES
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
A.

We are enclosing the following documents in Physical form as part of the e-bid:

1.

Power of Attorney of the signatory to the Bidding Document in physical form.*

2.

Bid Security/EMD *

3.

Demad Draft Towards Bid Document fee *

4.

Letter of Authority (Form F-5)*

5.

Integrity Pact *

* The bidder has the option to submit these documents in physical form on /before the bid due date or
within seven days from bid opening date. However, scanned copy of these (same) documents must be
submitted on-line as part of e-bid before the bid due date/time.
B.

We are enclosing the following documents on line as part of the e-bid:

1.

Documentary evidence required for meeting the Bidder Qualification Criteria as per bidding document.

2.

Power of Attorney of the signatory to the bid document

3.

QA/QC Manuals

4.

Health Safety and Environment (HSE) Policy and HSE Manuals

5.

Annual Report for the last three years showing details such as annual turn over, profit and loss account,
net worth etc.

6.

Organisation chart and the structure assigned for execution of the work under this bid.

7.

Step by step methodology of execution of work covering manpower and/or construction equipment
deployment

8.

Execution schedule with interlinking of various activities

9.

Copy of bid documents alongwith all addendum/corrigendum no. duly signed and stamped on
each page, in token of confirmation that bid documents are considered in full while preparing the bid and
in case of award, work will be executed in accordance with the provisions detailed in bid document.

10.

Form 3A and 3B as enclosed herewith.

11.

All documents as per clause 11 of ITB i.e. Documents Comprising the Bid along with
addendums/corrigendum.

(SEAL AND SIGNATURE OF BIDDER)

755

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-3A
Annual Turnover
Each Bidder must fill in this form
Annual Turnover data for the last 3 years:
Year

Currency

Amount

Ex. Rate (*)

Amount (INR) (*)

Year 1:
Year 2:
Year 3:

Note :
1.

In case the tenders having the bid closing date upto 30th September of the relevant
financial year, and audited financial results of immediate preceding financial year is not
available for turnover criteria specified in Financial BEC, the bidder has an option to
submit the audited financial results of the three (03) years immediately prior to that year.
Wherever, the bid closing date is after 30th September of the relevant financial year,
bidder has to compulsory submit the audited financial results for the immediate three
(03) preceding financial years.

2.

The information supplied should be the Annual Turnover of the bidder.

3.

A brief note should be appended describing thereby details of turnover as per audited results.

SEAL AND SIGNATURE OF BIDDER


(*)

To be filled by Purchaser/ consultant during evaluation. Bills selling exchange rate published by the State
Bank of India on one day prior to price bid opening date shall be considered.

756

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-3B
FINANCIAL SITUATION
Bidder must fill this form

FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR


Description

Year
Amount

Ex Rate (*)

Amount
(INR)(*)

1. Current assets
2. Current Liabilities
3. Working Capital (Current Assets-Current
liabilities)
4. Net Worth
Owners funds (Paid up share capital and Free
Reserves & Surplus) (NW)
Note :
1.
In case the tenders having the bid closing date up to 30th September of relevant financial
year,
and audited financial results of immediate preceding financial year is not available, in such case the
audited financial results of the year immediately prior to that year will
be considered as last financial
year for Net Worth and Working Capital calculations as specified in Financial BEC. Wherever, the
bid closing date is after 30th September of the relevant financial year, bidder has to compulsory submit the
audited financial results for the immediate preceding financial year.
2.

Attached are copies of the audited balance sheets including all related notes and income statement for the
last Audited Financial year, as indicated above, complying with the following conditions.

2.1

All such documents reflect the financial situation of the bidder

2.2

Historic financial statements must be audited by a certified chartered accountant.

2.3

Historic financial statements must be complete, including all notes to the financial statements.

2.4

Historic financial statements must correspond to accounting periods already completed and audited (no
statement for partial periods shall be requested or accepted)
SEAL AND SIGNATURE OF BIDDER

(*)

To be filled by Purchaser/ consultant during evaluation. Bills selling exchange rate published by the State
Bank of India on one day prior to price bid opening date shall be considered.

757

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-4
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY
(To be stamped in accordance with the Stamp Act)
Ref...............

Bank Guarantee No.........


Date......................

To
GAIL (India) Ltd.,
16, Bhikaiji Cama Place
R.K. Puram,
NEW DELHI -110066.
Dear Sir(s),
In
accordance
with
Invitation
for
e-Bid
under
your
reference
No___________
M/s.______________________________
having
their
Registered
/
Head
Office
at
_________________________(hereinafter called the Bidder) wish to participate in the said
e-bidding for
_________________________________________________________________
As an irrevocable Bank Guarantee against Earnest Money for the amount of ______________ is required to be
submitted by the Bidder as a condition precedent for participation in the said
e-bidding which amount is liable to
be forfeited on the happening of any contingencies mentioned in the Bidding Document.
We, the ____________________________________ Bank at_____________________________
having our Head Office ________________________________________________________
(Local Address) guarantee and undertake to pay immediately on demand without any recourse to the bidder by GAIL
(India) Ltd., the amount________________ ____________________ without any reservation, protest, demur and
recourse. Any such demand made by GAIL, shall be conclusive and binding on us irrespective of any dispute or
difference raised by the Bidder.
This guarantee shall be irrevocable and shall remain valid upto ____________ [this date should be 6 months after the
date finally set out for closing of e-bidding]. If any further extension of this guarantee is required, the same shall be
extended
to
such
required
period
on
receiving
instructions
from
M/s._________________________________________________________________________
whose behalf this guarantee is issued.
In witness whereof the Bank, through its authorised officer, has set its hand and stamp on this ___________day of
____________2010 at____________.
WITNESS:
(SIGNATURE)
(NAME)

(SIGNATURE)
(NAME)
Designation with Bank Stamp

(OFFICIAL ADDRESS)

Attorney as per
Power of Attorney No.________
Date: ________________________

758

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

INSTRUCTIONS FOR FURNISHING BANK GUARANTEE FOR EMD/BID SECURITY

1.

The Bank Guarantee by bidders will be given on non-judicial stamp paper as per stamp duty
applicable. The non-judicial stamp paper should be in the name of the issuing bank. In case of foreign
bank, the said banks guarantee to be issued by its correspondent bank in India on requisite non-judicial
stamp paper.

2.

The expiry date as mentioned in bid document should be arrived at by adding 2 months to the date of
expiry of the bid validity unless otherwise specified in the Bidding Documents.

3.

The bank guarantee by bidders will be given from bank as specified in ITB

4.

A letter from the issuing bank of the requisite Bank Guarantee confirming that said bank guarantee /all
future communication relating to the Bank Guarantee shall be forwarded to the Employer at its address
as mentioned at ITB under intimation to GAIL.

5.

Bidders must indicate the full postal address of the bank along with the banks e-mail/ Fax no. from
where the earnest money bond has been issued.

6.

If a bank guarantee is issued by a commercial bank, then a letter to Employer confirming its net worth
is more than Rs. 1,000,000,000/- (Rupees one hundred crore) or its equivalent in foreign currency
along with a documentary evidence under intimation to GAIL.

759

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-5
LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT


NEGOTIATIONS/CONFERENCES

No.

Date:

GAIL (India) Limited


GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,

We _____________________________________ hereby authorize following representative(s) to attend Pre Bid


Meeting, un-priced bid opening and price bid opening and for any other correspondence and communication
against above Bidding Document:

Name & Designation _______________________ Signature _________________


Name & Designation _______________________ Signature _________________

We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.
Yours faithfully,
Signature
Name & Designation
For and on behalf of
Note:

This letter of authority should be on the letterhead of the bidder and should be signed by a person
competent and having the power of attorney to bind the bidder.
Not more than two persons are permitted to attend techno commercial un-priced and price bid opening.

Bidders authorized executive is required to carry a copy of this authority letter while attending the Pre Bid
Meeting, unpriced bid opening and price bid opening and submit the same to GAIL.

760

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-6
NO DEVIATION CONFIRMATION
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India

Dear Sir,
We understand that any deviation/exception in any form may result in rejection of bid. We, therefore, certify that
we have not taken any exceptions/deviations anywhere in the bid and we agree that if any deviation/exception is
mentioned or noticed, our bid may be rejected.

(SEAL AND SIGNATURE OF BIDDER)

Note :

This should be submitted in the Letter Head of the Bidder

761

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-7
CERTIFICATE
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
If we become a successful bidder and pursuant to the provisions of the Bidding Documents Fax of Acceptance is
issued to us for Pipe Laying, the following certificate shall be automatically enforceable:
We agree and acknowledge that the Employer is entering into the Agreement solely on its own behalf and not on
behalf of any other person or entity. In particular, it is expressly understood and agreed that the Government of
India is not a party to the Agreement and has no liabilities, obligations or rights there under. It is expressly
understood and agreed that the Employer is authorised to enter into Agreement, solely on its own behalf under the
applicable laws of India. We expressly agree, acknowledge and understand that the Employer is not an agent,
representative or delegate of the Government of India. It is further understood and agreed that the Government of
India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of
the Agreement. Accordingly, we hereby expressly waive, release and forego any and all actions or claims,
including cross claims, VIP claims or counter claims against the Government of India arising out of the
Agreement and covenants not to sue to Government of India as to any manner, claim, cause of action or things
whatsoever arising of or under the Agreement.

Seal and Signature of Bidder

Note :

This should be submitted in the Letter Head of the Bidder

762

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT
F-8A
DETAILS OF SIMILAR WORK DONE DURING PAST SEVEN YEARS
Sr.
No.

Description of
the work

Location
of the
work

Full Postal Address


and phone nos. of
Client & Name of
Officer-in-Charge

Value of
Contract

Date of
Commencement of Work

Scheduled
Completion
Time (Months)

Date of Actual
Completion

Reasons for
delay in
project
completion, if
any

Note: Copies of Letter of awards and completion certificate for the above works to be enclosed.
The Work completed earlier than seven years need not be indicated here
The list of work, not of similar nature need not be indicated here
Failing to comply aforementioned instructions may lead to rejection of bid.
SEAL AND SIGNATURE OF BIDDER

763

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-8B
PROFORMA FOR SUBMISSION OF DETAILS OF SPECIFIC EXPERIENCE
Bidder shall furnish their experience details with reference to the work, which pre-qualify them in line with
Bid Evaluation Criteria (BEC) mentioned in IFB.
SL.
NO.
1

DISCRETION

DETAILS

Basic of bid submission


Individual

1.1

In case of single bidder

1.1.1

Name of project, location

1.1.2

Description of work

1.1.3

Name of Owner, Postal Address,


Phone/Fax no./ Email Address

1.1.4

Name of consultant, Postal


Address Phone/Fax no./ Email
Address

1.1.5

Section quoted

Consortium

Section I :

Section II :

1.1.6

Details of work executed

Diameter of Pipeline

Total Length of Pipeline

ANSI Rating

Above Pipeline is buried hydrocarbon gas pipeline


Yes
No

The above pipeline project involved the following


:i)
Construction Management
Yes
ii)

No

Installation & Testing


Yes

No

764

1.1.7

Completion Dates

1.1.8

Supporting document

Date of Award : ..
Starting date: ..
Schedule completion date : ..
Actual completion date: ..
Reasons for delay, if any :..
Whether copy of work order/ contract agreement
enclosed
Yes

Whether completion certificate enclosed.


Yes

In case of consortium
Consortium details

1.2.2

Description of work

1.2.3

Name of Owner, Postal Address,


Phone/Fax no./ Email Address

1.2.4

Name of consultant, Postal


Address Phone/Fax no./ Email
Address

1.2.5

Section quoted

No

Annual turnover statement


Yes

1.2
1.2.1

No

No

Name of the Consortium


Name of Leader .
Name of Member

Section I :

Section II :

1.2.6

Details of work executed by leader

Diameter of Pipeline

Total Length of Pipeline

ANSI Rating

Above Pipeline is buried hydrocarbon gas pipeline


Yes
No

The above pipeline project involved the following


:i)

Construction Management
Yes

No

765

ii)

Installation & Testing


Yes

1.2.7

If the job has been executed as a


member of consortium / joint
venture, bidder shall furnish
agreement/ MOU between the
consortium
members
clearly
defining the scope & responsibility
of each member

Copy of MOU for supporting division of


responsibility (for consortium bidder)
Yes

Note:

Completion Dates

No

Division of responsibility in case of work executed


by consortium
Yes

1.2.8

No

No

Date of Award : ..
Starting date: ..
Schedule completion date : ..
Actual completion date: ..
Reasons for delay, if any :..

Bidder should indicated details of similar experience separately for each work, which they
consider suitable in line with Bid evaluation criteria, stipulated in IFB. Details of more projects
may be furnished in the same format. Bidder to note that non-submission of relevant documents
may lead to rejection of their bid. Owner reserves the right to evaluate the bids on the details
furnished without seeking any subsequent additional information,

Seal and Signature of Bidder

766

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-9A
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

TO:
M/S. GAIL (India) LTD.
16, Bhikaiji Cama Place,
NEW DELHI-110066

Dear Sirs,
M/s __________________________________________________________________ have been
awarded the work of ___________________________________________________________
for GAIL ( INDIA) LTD. , 16, Bhikaiji Cama Place, R.K. Puram, NEW DELHI.
The Contracts conditions provide that the CONTRACTOR shall pay a sum of _____________ ( as full
Contract Performance Guarantee in the form therein mentioned. The form of payment of Contract Performance
Guarantee includes guarantee executed by Nationalised Bank, undertaking full responsibility to indemnify
GAIL (INDIA) LTD., in case of default.
The said_______________________________________________ has approached us and at their request and
in consideration of the premises we having our office at ______________________________ have agreed to
give such guarantee as hereinafter mentioned.
1.

We
___________________________________________________________________
hereby
undertake
and
agree
with
you
that
if
default
shall
be
made
by
M/s__________________________________ in performing any of the terms and conditions of the
tender or in payment of any money payable to GAIL ( INDIA) LTD., we shall on demand pay
without any recourse to the contractor to you in such manner as you may direct the said amount of
_____________________________ only or such portion thereof not exceeding the said sum as you
may from time to time require.

2.

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

3.

Your right to recover the said sum of ____________________________________


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

4.

The guarantee herein contained shall not be determined or affected by the liquidation or winding up
dissolution or changes of constitution or insolvency of the said but shall in all respects and for all
purposes be binding and operative until payment of all money due to you in respect of such liabilities
is paid.

767

5.

This guarantee shall be irrevocable and shall remain valid upto______________, If any further
extension of this guarantee is required, the same shall be extended to such required period on
receiving instruction from M/s.___________________________________________________ on
whose behalf this guarantee is issued.

6.

The Bank Guarantees payment of an amount is payable on demand and in any case within 48 hours
of the presentation of the letter of invocation of Bank Guarantee. Should the banker fail to release
payment on demand, a penal interest of 18% per annum shall become payable immediately and
any dispute arising out of or in relation to the said Bank Guarantee shall be subject to the
jurisdiction of Delhi Courts.

7.

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

Yours faithfully,
___________________________Bank
By its Constituted Attorney

Signature of a person duly


authorised to sign on behalf of
the Bank.

768

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE GUARANTEE

1.

The Bank Guarantee by successful bidder(s) will be given on non-judicial stamp paper as
per stamp duty applicable. The non-judicial stamp paper should be in name of the issuing
bank. In case of foreign bank, the said bank guarantee to be issued by its correspondent
bank in India on requisite non-judicial stamp paper and place of bid to be considered as
Delhi.

2.

The bank guarantee by bidders will be given from bank as specified in ITB.

3.

A letter from the issuing bank of the requisite Bank Guarantee confirming that said bank
guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Employer

4.

If a bank guarantee is issued by a commercial bank, then a letter to Owner confirming its
net worth is more than Rs. 1,000,000,000/- (Rupees one hundred Crores). or its
equivalent in foreign currency along with a documentary evidence.

769

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-9B
PROFORMA OF BANK GUARANTEE FOR MOBILISATION ADVANCE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)
Ref................
Bank Guarantee No.--------Date...............
M/s. GAIL (India) Limited,
16, Bhikaiji Cama Place ,
New Delhi- 110066
India
In consideration of the GAIL (India) Limited, hereinafter called the "Owner" which expression shall unless
repugnant to the context or meaning thereof include its successors, executors, administrators and assignees,
having awarded to M/s............................. having its registered office at ............................... hereinafter
referred as the 'CONTRACTOR', which expression shall unless repugnant to the context or meaning
thereof, include its successors, administrators, executors and assignees, a contract hereinafter referred to as
the 'Contract' for related works................ referred to as the 'WORK' on terms and conditions set out, interalia in the Owner's Contract No.............dated............ valued at........................................ (in words &
figures)
and as the Owner having agreed to make an advance payment for the performance of the above contract to
the CONTRACTOR amounting to.............................(in words & figures) as an advance against Bank
Guarantee to be furnished by the CONTRACTOR.
We........................................... hereinafter referred to as the BANK which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees
having our office at......................... do hereby undertake to give the irrevocable and unconditional
guarantee and do hereby undertake to pay the OWNER on first demand without any demur, reservation,
contest, recourse, protest and without reference to the CONTRACTOR any and all monies payable by the
CONTRACTOR by reason of any breach by the said CONTRACTOR of any of the terms and conditions of
the said Contract to the extent of..................... till the said advance is adjusted as aforesaid at any time
upto.......................... We agree that the guarantee herein contained shall continue to be enforceable till the
sum due to the Owner on account of the said advance is adjusted/recovered in full as aforesaid or till the
Owner
discharges this guarantee.

The OWNER shall have the fullest liberty without affecting in any way the liability of the BANK under
this guarantee, from time to time to vary the advance or to extend the time for performance of the works by
the CONTRACTOR. The BANK shall not be released from its liability under these presents by any
exercise of the Owner of the liberty with reference to the matter aforesaid.
The Owner shall have the fullest liberty, without reference to CONTRACTOR and without affecting this
guarantee to postpone for any time or from time to time the exercise of any powers vested in them or of any
right which they might have against the CONTRACTOR, and to exercise the same at any time in any
manner, and either to enforce or to forebear to enforce any power, covenants contained or implied in the
Contract between the OWNER and the CONTRACTOR or any other course or remedy or security
available to the OWNER and the BANK shall not be released of its obligations under these presents by any
exercise by the OWNER of its liberty with reference to matters aforesaid or other acts of omission or

770

commission on the part of the OWNER or any other law would, but for this provision, have the effect of
releasing the BANK.
The right of the OWNER to recover the outstanding sum of advance upto Rs.................. from the BANK in
the manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes has
or have been raised by the CONTRACTOR and/or that any dispute or disputes is or are pending before any
officer, tribunal or court and any demand made by OWNER on the BANK shall be conclusive and binding.
The BANK further undertakes not to revoke this guarantee during its currency without previous consent of
the OWNER and further agrees that the guarantee contained shall continue to be enforceable till the
OWNER discharges this guarantee.
The BANK also agrees that the OWNER shall at its option be entitled to enforce this guarantee against the
BANK as a principal debtor, in the first instance, notwithstanding any other security or guarantee that
OWNER may have in relation to the CONTRACTOR's liabilities towards the said advance.
The Bank Guarantee's payment of an amount is payable on demand and in any case within 24 hours of the
presentation of the letter of invocation of Bank Guarantee. Should the banker fail to release payment on
demand, a penal interest of 24% per annum shall become payable immediately and any dispute arising out
of or in relation to the said Bank Guarantee's shall be subject to the jurisdiction of Delhi Courts.
Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the Contractor up to
a total amount of (amount of guarantees in words and figures) and we undertake to pay you, upon your first
written demand declaring the Contractor to be in default under the contract and without caveat or argument,
any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or
show grounds or reasons for your demand or the sum specified therein.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to
_________ and it will remain in force upto and including _____________ and shall be extended from time
to time for such periods as may be advised by M/s on whose behalf this guarantee has been given.
We have power to issue this guarantee in your favour under Memorandum and Articles of
Association and the undersigned has full power to do so under the Power of Attorney/ resolution of the
Board of Directors dated............... accorded to him by the BANK.
Dated.................this.............day of...............20 ...............

Signed by
(Person duly authorised by Bank)
Place:

WITNESS :

1...................................... (Signature)
...................................... (Printed Name)

2...................................... (Designation)
......................................

(Common Seal)

771

INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE GUARANTEE


1.

2.
3.

4.

The Bank Guarantee by successful bidder(s) will be given on non-judicial stamp paper as
per stamp duty applicable. The non-judicial stamp paper should be in name of the issuing
bank. In case of foreign bank, the said bank guarantee to be issued by its correspondent
bank in India on requisite non-judicial stamp paper and place of bid to be considered as
Delhi.
The bank guarantee by bidders will be given from bank as specified in ITB.

A letter from the issuing bank of the requisite Bank Guarantee confirming
that said bank guarantee and all future communication relating to the Bank
Guarantee shall be forwarded to Employer
If a bank guarantee is issued by a commercial bank, then a letter to Owner confirming its
net worth is more than Rs. 1,000,000,000/- (Rupees one hundred Crores). or its
equivalent in foreign currency along with a documentary evidence.

772

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT
FORM F-10
DETAILS OF P.F. REGISTRATION
M/s. GAIL (India) Limited,
16, Bhikaiji Cama Place ,
New Delhi- 110066
India.

Dear Sir(s),
We confirm that the following PF account is under operation and shall be used for all PF
related activities for the labour engaged by us for the work (if awarded to us).

PF REGISTRATION NO.

DISTRICT & STATE

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER : ________________________________

773

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-11
CHECK LIST
Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to
facilitate the bidder to make sure that the necessary data/information as called for in the bid document has
been submitted by them along with their offer. This, however, does not relieve the bidder of his
responsibilities to make sure that his offer is otherwise complete in all respects.
Please ensure compliance and tick () against following points:
S. NO.

DESCRIPTION

1.0

Digitally Signing and stamping each sheet of offer, original e-bid


document including drawings, addendum (if any)

2.0

Confirm that the following details have been submitted in the Un-priced
part of e-bid
a)

Covering Letter, Letter of Submission

b)

Bid Security

c)

Digitally Signed and stamped original copy of bidding document


along with drawings and addendum (if any)

d)

Power of Attorney in the name of person signing the bid, in Physical


form.

e)

Detailed activity schedule proposed to be adopted for execution of


work and completion in the form of Bar Chart

f)

QA/QC and HSE Program relevant to this work

g)

Time completion in the form of Bar chart separately for each spread
quoted

h)

Copies of documents defining constitution or legal status, place of


registration and principal place of business of the company

i)

Bidders declaration that they are not under any liquidation court
receivership or similar proceedings and they have not been banned
or delisted by any Government or quasi Government agencies of
PSUs

j)

Details and documentary proof required against qualification criteria


along with complete documents establishing ownership of
equipments as per SCC are enclosed

STATUS

774

S. NO.

DESCRIPTION
k)

STATUS

Confirm submission of document alongwith techno-commercial bid


as per bid requirement.

3.0

Confirm that all forms duly filled in are enclosed with the bid duly
signed by authorised person(s)

4.0

Confirm that the price part of e-bid as per Price Schedule format
enclosed with Bidding Document has been duly filled in for each
item, signed and stamped on each page separately

5.0

Confirm that proper page nos. have been given in sequential way in
all the documents submitted along with your offer with Index.

6.0

Confirm that any correction in documents submitted in Physical


form alongwith Un-priced part of e-bid has been initialled and
stamped by the authorized person.

7.0

Confirm that any correction in the Price Part part has been signed
in full and stamped

8.0

Confirmation that no deviations are taken against commercial and


technical specifications of the bid document.

9.0

Confirm that annual reports for last three financial years & duly
filled in Form 3A & 3B are enclosed in the offer for financial
assessment.

(Seal and Signature of Bidder)

775

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-12
INTEGRITY PACT

INTRODUCTION:
GAIL as one of its endeavour to maintain and foster most ethical and corruption free business environment,
have decided to adopt the Integrity Pact, a tool developed by the Transparency International, to ensure that
all activities and transactions between the Company (GAIL) and its Counterparties (Bidders, Contractors,
Vendors, Suppliers, Service Providers/Consultants etc.) are handled in a fair and transparent manner,
completely free of corruption. Accordingly, an MOU on Integrity Pact has been signed on 23.07.2007 by
GAIL with Transparency International India.
Considering the above, the details mentioned at attached Annexure-1 are applicable as stated in Instruction
to Bidders of Bid Document in addition to the existing stipulation regarding Corrupt and Fraudulent
Practices.
The attached copy of the Integrity Pact at Annexure- 2 shall be included in the Bid submitted by the bidder
(to be executed by the bidder for all tenders of value Rs. 1 (One) crore and above). In case a bidder does
not sign the Integrity Pact, his bid shall be liable for rejection.

776

ANNEXURE-1
Bidder is required to sign the Integrity Pact with GAIL as per format & terms and conditions enclosed with
tender. In case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.
I

COMMITMENTS AND OBLIGATIONS OF THE COUNTERPARTY


a)

The Counterparty, directly or indirectly (through agent, consultant, advisor, etc.), shall not
pay any bribe/ influence or give undue/ unlawful benefit to anyone to gain undue advantage in
dealing with GAIL.
b) The Counterparty will not engage in collusion of any kind including price fixation etc. with
other Counterparts.
c) The counterparty will not pass GAILs confidential information to any third party unless
specifically authorized by GAIL in writing.
d) The Counterparties shall promote and observe best ethical practices within their respective
organizations.
e) The Counterparty shall inform the Independent External Monitor.
i) If it received any demand, directly or indirectly, for a bribe/ favour or any illegal
gratification/ payment / benefit;
ii) If it comes to know of any unethical or illegal payment / benefit;
iii) If it makes any payment to any GAIL associate.
f) The Counterparty shall not make any false or misleading allegations against GAIL or its
associates.
II

VIOLATIONS & CONSEQUENCES:


a)

If a Counterparty commits a violation of its Commitments and Obligations under the Integrity
Pact Programme during bidding process, their entire Earnest Money Deposit/ Bid Security,
would be forfeited and in addition, they may be blacklisted from the GAIL business in future.
b) In case of violation of the Integrity pact by Counterparty after award of the Contract, GAIL
shall be entitled to terminate the Contract. GAIL would forfeit the security deposits, encash
the bank guarantee (s) and other payments payable to Counterparty in such cases,
c) Subject to satisfaction of the Independent External Monitor, GAIL may ban/ blacklist/ put on
holiday and exclude the Counterparty from future dealings until GAIL is satisfied that the
Counterparty shall not commit any such violation in future.
d) In addition to above, GAIL reserves its right to initiate criminal proceedings against the
violating Counterparty, if the allegations by Counterparty are found frivolous, untrue and
misleading and may also impose exemplary cost for the same.
e) The Counterparty will be entitled to claim as determined by the Independent External
Monitor, if the above (d) is found incorrect.
INDEPENDENT EXTRNAL MONITORS (IEMS)
The following three Independent External Monitors (IEMs) have been appointed by GAIL, in terms of
Integrity Pact(IP) which forms part of GAIL Tenders / Contracts.
i)
Dr. A.K. Kundra,
ii)
Shri S.C. Tripathi
iii)
Shri U. Sundarajan
This panel is authorised to examine / consider all references made to it under this tender. The bidder(s) , in
case of any dispute(s) / complaint(s) pertaining to this tender may raise the issue either with the designated
tender issuing officer in GAIL or directly with the IEMs on the panel c/o Chief Vigilance Officer, GAIL
(India) Limited, GAIL Bhawan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi 110066.

777

ANNEXURE-2
INTEGRITY PACT
(To be executed on plain paper and applicable to all tenders of the value of Rs. one crore and above)
Between GAIL (India) Limited, a Government of India Public Sector, (here-in-after referred to as
"Principal ").
AND
........................
(here-in-after
referred
to
as
Bidder/Contractor").

"The

(Principal and the Bidder/Contractor are here-in-after are referred to individually as "Party" or collectively as
"Parties").
PREAMBLE
The Principal intends to award under laid down organizational procedures, contract/s for
.. The Principal values full compliance with all relevant
laws and regulations, and the principles of economic use of resources, and of fairness and transparency in
its relations with its Bidder/s and Contractor/s.
In order to achieve these goals, the Principal co-operates with the renowned International NonGovernmental Organisation 'Transparency International' (TI). Following TI's national and international
experience, the Principal will appoint an Independent External Monitor who will monitor the tender
process, the execution of the contract etc. for compliance with the principles mentioned above.
Section 1 - Commitments of the Principal
1.

The Principal commits itself to take all measures necessary to prevent corruption and to observe the
following Principles in this regard:i)

No employee of the Principal, either in person or through family members, including relatives,
will in connection with the tender for or the execution of a contract, demand or accept a promise
for or accept for him/herself or for a third person, any material or immaterial benefit to which
he/she is not legally entitled.

ii) The Principal shall, during the tender process treat all Bidders with equity. The Principal
undertakes and ensures that before and during the tender process shall provide and share 'the same
information to all Bidders and will not provide to any Bidder confidential/additional information
through which one particular Bidder could take an advantage in relation to the tender process or
the contract execution.
iii) 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 a criminal offence
under the Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the
Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.
Section 2 - Commitments and Undertakings by the Bidder/Contractor

1.

The Bidder / Contractor commits and undertakes to take all measures necessary to prevent
malpractices & corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution:
i)

The Bidder / Contractor undertakes not to, directly or through any other person or firm offer,

778

promise or give or influence to any employee of the Principal associated with the tender process or
the execution of the contract or to any other person on their behalf any material or immaterial
benefit to which he / she is not legally entitled in order to obtain in exchange any advantage of any
kind whatsoever during the tender process or during the execution of the contract.
ii) The Bidder / Contractor undertakes not to enter into any undisclosed agreement or understanding,
whether formal or informal with other Bidders. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other action to
restrict competitiveness or to introduce cartelisation in the bidding process.
iii) The Bidder / Contractor undertakes not to commit any offence under the relevant Anti-corruption
Laws of India. Further, the Bidder / Contractor will not use improperly any information or
document provided by the Principal as part of the business relationship regarding plans, technical
proposals and business details, including information contained or transmitted electronically for
the purposes of competition or personal gain and will not pass the information so acquired on to
others.
iv) The Bidder / Contractor will, when presenting his bid undertakes to disclose any and all payments
made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract.
2.

The Bidder / Contractor will not instigate and allure third persons / parties to commit offences outlined
above or be an accessory to such offences.
Section 3 - Disqualification from tender process and exclusion from future contracts

If the Bidder, before the award of contract, has committed a transgression through a violation of any
provisions of Section 2 or in any other form so as to put his reliability or credibility as Bidder into question,
the Principal shall be entitled to disqualify, put on holiday or blacklist the Bidder including from the future
tender process or to terminate the contract, if already signed, on that ground.
1.

If the Bidder / Contractor has committed a transgression through a violation of any provisions of
Section 2 so as to put his reliability or credibility into question, the Principal shall be entitled to
exclude including blacklist and put on holiday the Bidder / Contractor from entering into any GAIL
future contract tender processes. The imposition and duration of the exclusion will be determined by
the severity of the transgression. The severity will be determined by the Principal taking into
consideration the full facts and circumstances of each case particularly taking into account the number
of transgressions, the position of the transgressors within the company hierarchy of the Bidder and the
amount of the damage. The exclusion may be imposed for a minimum period of 6 months and
maximum of three years.

2.

A transgression is considered to have occurred if the Principal after due consideration of the available
evidence, concludes that no reasonable doubt is possible.

3.

The Bidder with its free consent and without any influence agrees and undertakes to respect
uphold the Principal's absolute rights to resort to and impose such exclusion and further accepts
undertakes not to challenge or question such exclusion on any ground, including the lack of
hearing before the decision to resort to such exclusion is taken. This undertaking is given freely
after obtaining independent legal advice.

4.

Subject to the full satisfaction of the Principal, the exclusion of the Bidder / Contractor could be
revoked - by Principal prematurely if the bidder / contractor can prove that he has restored / recouped
the damage caused by him and has installed a suitable corruption prevention system in his
organization.

and
and
any
and

779

Section 4 - Forfeiture of EMD / Security Deposits


1.

If the Principal has disqualified the Bidder from the tender process prior to the award in terms of
Section 3, and during the execution of the contract, the Principal shall forfeit earnest money deposit /
bid security money, encash the bank guarantee including due payments in addition to blacklisting or
putting on holiday the bidder and terminating the contract.

2.

If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to
terminate the contract according to Section 3, the Principal shall be entitled to demand and recover
from the Contractor liquidated damages equivalent to Earnest Money Deposit / Security Deposit /
Performance Bank Guarantee.

3.

The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to
condition that if the Bidder / Contractor can prove and establish that the exclusion of the Bidder from
the tender process or the termination of the contract after the contract award has caused no damage or
less damage than the amount of the liquidated damages, the Bidder / Contractor shall compensate the
Principal only to the extent of the damage in the amount proved.
Section 5 - Previous transgression

1.

The Bidder swears on oath that no previous transgression has occurred during the last three years with
any other Company in any country conforming to the TI approach or including with any other Public
Sector Enterprise / Undertaking in India that could justify his exclusion from the tender process.

2.

If the Bidder makes incorrect statement on this subject, he shall be disqualified from the tender process
or the contract, if already awarded, could be liable to be terminated on this ground.
Section 6 - Equal treatment to all Bidders / Contractors / Subcontractors

1.

The Bidder / Contractor undertakes to demand from all its sub-contractors, if any, an undertaking and
commitment in conformity with this Integrity Pact, and to submit it to the Principal before signing of
the contract.

2.

The Principal will enter into agreements with similar conditions, as stipulated herein, with all Bidders,
Contractors and Subcontractors.

3.

The Principal shall disqualify from the tender process all Bidders who do not sign this Pact or violate
any of its provisions.
Section 7 - Criminal charges against violating Bidders / Contractors / Sub-contractors

If 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 or Subcontractor which constitutes corruption, or
if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office /
Department for initiating appropriate action for above.
Section 8 -Independent External Monitor / Monitors
(Three in number depending on the size of the contract)
(To be decided by the Chairperson of the Principal)
1.

The Principal appoints competent and credible external independent Monitor for this Pact. The task of
the Monitor is to review independently and objectively, whether and to what extent the parties comply
with the obligations under this agreement.

2.

The Monitor is not subject to any instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

780

3.

The Contractor accepts that the Monitor has the right to access without restriction to all Project
documentation of the Principal including that provided by the Contractor. The Contractor will also
grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to Sub-contractors. The
Monitor is under contractual obligation to treat the information and documents of the Bidder /
Contractor / Sub-contractor with confidentiality.

4.

The Principal will provide to the Monitor sufficient information about all meetings among the parties
related to the Project provided such meetings could have an impact on the contractual relations
between the Principal and the Contractor. The parties offer to the Monitor the option to participate in
such meetings.

5.

As soon as the Monitor notices, or believes to notice, a violation of this agreement he will so inform
the Management of the Principal and request the Management to discontinue or heal the violation or to
take other relevant action. The monitor can in this regard submit non-binding recommendations.
Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner,
refrain from action or tolerate action. However, the Independent External Monitor shall give an
opportunity to the bidder / contractor to present its case before making its recommendations to the
Principal.

6.

The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to
10 weeks from the date of reference or intimation to him by the 'Principal' and should the occasion
arise, submit proposals for taking corrective measures.

7.

Monitor shall be entitled to compensation by the Principal on the same terms & conditions as being
extended to/provided to Outside Expert Committee Members of ONGC.

8.

If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence
under relevant Anti-Corruption laws of India, and the Chairperson has not, within reasonable time,
taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor
may also transmit this information directly to the Central Vigilance Commissioner, Government of
India.

9.

The word 'Monitor' would include both singular and plural.

10. Independent External Monitor shall be required to maintain confidentiality of the information acquired
and gathered during their tenure / role as Independent Monitor. Any breach in this regard would be
subject to the legal judicial system of India.
11. The Independent External Monitors - shall be responsible to oversee the implementation of Integrity
Pact Program to prevent corruption, bribes or any other unethical practices in the GAIL. However,
Monitor(s) shall be personally and severally be liable for any action or suit brought by Bidder /
Contractor / against the Monitor, in case the findings of Independent Monitor is / are found incorrect or
biased or prejudiced.
12. Independent External Monitor(s) shall be required to furnish an Undertaking and shall disclose before
taking any assignment that he / she has no interest in the matter or connected with the party (bidder /
contractor) in any manner.
Section 9 - Pact Duration
The provisions of this Pact shall come into effect from the date of signing of this Pact by the both parties. It
expires for the Contractor 12 months after the last payment under the respective contract, and for all other
Bidders 6 months after the contract has been awarded.

781

If any claim is made / lodged by either party during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged/determined by the Chairperson
of the Principal.
Section 10 - Miscellaneous Provisions
1.

This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office
of the Principal, i.e. New Delhi. The Arbitration clause provided in main tender document / contract
shall not be applicable for any issue / dispute arising under Integrity Pact.

2.

Changes and supplements as well as termination notices, if any, need to be made in writing. Side
Agreements have not been made.

3.

If the Contractor / Bidder is a partnership concern or a consortium, this agreement must be signed by
all partners or consortium members.

4.

In case any or several of the provisions of this agreement turn out to be void, the remainder of this pact
shall remain valid. The parties to this pact however, shall strive to come to an agreement to their
original intentions in such a case.

______________________
(Name & Designation)
For the Principal

_________________________
(Name & Designation)
For the Bidder/Contractor

Place :________________

Witness 1: ____________________________

Date :_________________

Witness 2: ___________________________

782

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT
F-13
DETAILS OF PROPSED EQUIPMENTS , TOOLS & TACKLES
The bidder shall submit the details of all construction equipments, tools & tackles etc. in the following format, proposed to be deployed for each section:-.
Sr.
No.

Equipment Description

Note - 1.
2.

Nos.

Capacity &
make

If owned by Bidder
Present
Expected Date
Location
of Availability

If likely to be
purchased by
Bidder,
expected date
of Purchase

If to be Hired
Source of
Reference
Hiring
of
Consent
Letter

Remark

In case of equipment are to be hired, Bidder shall indicate the source of Hiring and enclose the consent letter from such
sources.
Bidder shall clearly indicate the expected date of availability of Owned/ Hired equipment.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

783

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-14
DETAILS OF PROPOSED ORGANISATION
NAME OF WORK :

BIDDING DOCUMENT NO. :

The Bidder shall submit herein details of Head Office and Project/Site Organisation proposed to be
deployed for execution of the work. Bidder shall also furnish the bio-data of Site-in- Charge and key
personnel to be deployed.

Bidder understand that the said proposal represents the minimum deployment and the Bidder acknowledges
that the said deployment may have to be augmented with additional number and/or categories, if required if
directed by Engineer-in-Charge in order to compete the work within the completion schedule and quoted
lump sum price.

SIGNATURE OF BIDDER

: ________________________

NAME OF BIDDER

: ________________________

784

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-15
DETAILED EXECUTION PHILOSOPHY PROPOSED FOR JOB
UNDER CONSIDERATION
NAME OF WORK :

TENDER NO :

Sl. No.

DESCRIPTION

1.

Project Management

2.

Fabrication, construction/
installation
Testing and commissioning

3.
4.
5.
6.
7.

NOTE: 1.

WHETHER TO BE CARRIED OUT


IN-HOUSE/OUTSOURCING WITH
NAME OF PROPOSED SUBCONTRACTOR

Bidder to give a detailed write-up on all above activities chapter wise and will be
evaluated by Employer/Consultant.

SIGNATURE OF THE BIDDER : ________________________________

NAME OF THE BIDDER

: ________________________________

785

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-1 6
CERTIFICATE OF NON-INVOLVEMENT OF AGENT
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear 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 company) for payment of any remuneration thereof
in India or abroad. Therefore, no Agents / Representatives / consultants commission is payable in India
or abroad against this Contract.

SIGNATURE AND SEAL OF BIDDER

786

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-17
PROFORMA FOR DETAILS OF INDIAN AGENT
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
Following are the details of Indian agent/ consultant/representative

S. No.

Description

agent

Bidders response

1.

Name & address of


representative in India.

consultant

2.

The precise relationship between the bidder and


their agent/consultant/representative in India.

3.

The mutual interest which the bidder and Agent /


Consultant / Representative in India have in the
Business of each other.

4.

Any payment which the Agent / Consultant /


Representative in India or abroad receives from the
bidder whether as a commission for the contract or
as a general retainer fee.

5.

Permanent Income Tax Account number of Agent /


Consultant / Representative in India

6.

Permanent Income Tax account of bidder in his


country and also in India, if applicable

7.

All services to be rendered by the Agent /


Consultant / Representative

SEAL AND SIGNATURE OF BIDDER


Note: Aforementioned informations need to be supported with necessary documents.

787

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

FORM F-18
DECLARATION OF BIDDERS INDIAN INCOME TAX LIABILITY
(FOR FOREIGN BIDDER)
(TO BE GIVEN ON BIDDERS LETTERHEAD)
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir(s),
We, .., hereby declare that we have not outstanding Indian Income tax
Liability
OR
We, ., hereby declare that we have an outstanding Indian Income tax
liability of Rs. /- (Rupees .. only) made up as follows:Assessment Year

Amount

-------------------------Total
-------------------------The said amount(s) is / are outstanding for the following reasons:
(state reasons).
We have furnished the following securities to secure payment(s) of the said outstanding: {State securities (f
any) and amounts secured}

SEAL AND SIGNATURE OF BIDDER

788

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-19
DECLARATION

We confirm that we are not under any liquidation, court receivership or similar proceedings.
We also confirm that we have not been banned or delisted by any Government or Quasi Government
agencies of PSU.
We confirm that contents of Bid Document have not been altered or modified by us.

Signature & Seal of Bidder

Note :

This should be submitted in the Letter Head of the Bidder

789

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-20
UNDERTAKING

We confirm that we shall deploy the equipments as per MCEDS (Format F-9 to SCC ) during execution of
the contract for the sections quoted.
We confirm the requirement of key personnel & their experience for the quoted sections shall be as per the
stipulation of tender document, addendum & corrigendum if any.

790

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i)


PROJECT: SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-21

DOCUMENTS TO BE SUBMITTED BY BIDDER


SL.
NO.
1.

1A

VOL.
NO.
I

Section
IFB

CLAUSE
NO.
5.1.1

IFB

5.1.11

IFB

5.1.1.1(i)

CLAUSE

DOCUMENT REQUIRED

In Case of a Single Bidder:


The bidder should have completed in last 7 (Seven) years
reckoned from the due date, at least one Cross Country
Hydrocarbon (Buried) Steel Pipeline Project of diameter and
length as given below for qualifying for requisite sections.
Qualification for Section-I:
Letter of Award.
Minimum 42 km of 18 dia. (457.2 mm) or higher in one project Completion certificate issued by Owner /
out of which minimum 20 km in single stretch, to qualify for
Consultant.
Section-I.

1B

IFB

5.1.1.1 (ii)

Qualification for Section-II:

Letter of award.

Minimum 32 km of 8 dia. (219.1 mm) or higher in one project Completion certificate issued by Owner /
out of which minimum 15 km in single stretch, to qualify for
Consultant.
Section-II.
1C

IFB

5.1.1.1(iii)

Qualification for both Sections-I & II:

Letter of award.

Minimum 50 km of 18 dia. (457.2 mm) or higher in one project Completion certificate issued by Owner /
out of which minimum 25 km in single stretch.
Consultant.

791

SL.
NO.
2

VOL.
NO.
I

Section
IFB

CLAUSE
NO.
5.1.1.2

CLAUSE

DOCUMENT REQUIRED

3.

IFB

5.1.2

3A

IFB

5.1.2.1

Bids from Consortium comprising maximum two members (one Documents as mentioned at 5.1.1.1 above
Leader and one member) are also acceptable, provided the
Leader of such Consortium meets the qualification criteria as
defined at 5.1.1.1.

3B

IFB

5.1.2.2

The division in scope of work between Consortium members Appropriate Document


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

Experience of a consortium member, if such a member has Appropriate documentary evidence to


executed earlier a job within its scope as a member of the establish is to be submitted towards such
consortium, which is required as experience as per the experience.
qualification criteria in clause no. 5.1.1.1, will be considered.
In Case of Consortium:

Shall submit Agreement / MOU along with the bid clearly Agreement / MOU with responsibility
matrix, refer clause no. 10 of SCC.
defining the scope and responsibility of each member along
with the nomination of the Leader.
The members of Consortium shall assume responsibility Validity in above Agreement / MOU to
be kept as required.
jointly and severally.
This Agreement/ MOU must remain in force at least till the
pendency of this Contract
4

IFB

5.2.1.1

Financial criteria in case of single bidder:


Annual Turnover as per 5.2.1.1

Audited financial statements of any one of


the immediate three preceding financial
years

792

SL.
NO.
5.

VOL.
NO.
I

Section
IFB

CLAUSE
NO.
5.2.1.2

CLAUSE

DOCUMENT REQUIRED

6.

IFB

5.2.1.3

7.

IFB

5.2.2.1

8.

IFB

5.2.2.2

The minimum annual turnover achieved by the other member of Audited financial statements of any one of
Consortium as per their financial results in any one of the the immediate three preceding financial
immediate three preceding financial years shall be as per years
5.2.2.2.

9.

IFB

5.2.2.3

10.

IFB

5.2.2.4

Net worth of each member of Consortium should be positive as Audited financial statements of the
immediate preceding financial year of both
per the immediate preceding years audited financial results.
Leader and Member.
Leader of Consortium shall meet the requirement of minimum Audited Profit Loss Statement of
working capital as per the last audited financial statement as
immediate preceding financial year.
indicated under clause no. 5.2.1.3. If the Leaders working
capital is inadequate, the leader shall supplement the shortfall
with letter issued by his Banker having a net worth not less than In case of inadequate working capital,
INR 100 Crores / US$ 22.22 million, confirming the availability
letter from the bank
of line of credit to meet the specified working capital
requirement.

11.

IFB

5.3.1

Net worth of the bidder should be positive as per the immediate Audited financial statements of the
preceding years audited financial results.
immediate preceding financial year.
Working capital as per 5.2.1.3
Audited Profit Loss Statement of
immediate preceding financial year.
In case of inadequate working capital,
letter from the bank
Audited financial statements of any one of
Financial criteria in case of CONSORTIUM:
the immediate three preceding three
The Leader of the Consortium shall meet the minimum annual financial years
turnover criteria for single bidder as per clause no. 5.2.1.1.

Single bidder / consortium requirement bidder (Leader and / or The bidder shall submit either of the
member) shall meet the minimum construction equipment
following documents to establish that
requirement for individual section as specified in bidding
they own the equipment.

793

SL.
NO.

VOL.
NO.

Section

CLAUSE
NO.

CLAUSE
document as per Annexure 9A to SCC.

SCC

Annex.9A,
Notes 1&2

DOCUMENT REQUIRED
Registration Certificate
Or
Insurance Coverage
Or
Certificate from Chartered Accountant,
certifying that the bidder owns the
equipments and the same are available for
this Project.
Or
Invoice / Delivery Challan
Or
"For equipment to be purchased" - Purchase
order duly accepted by equipment supplier
and with equipment delivery to project site,
meeting the equipment deployment
schedule.
Certificate from Chartered Engineer
certifying that the bidder own
equipments are under good health and
working condition.

12.

SCC

Annex. - 9

MCEDS

Signed copy of the MCEDS as per Annex.


9

794

SL.
NO.

VOL.
NO.

Section

CLAUSE
NO.

13.

SCC

Annex.
10
Annex.
10A

14.

SCC

15.

IFB

6.0

16.
17.
18.
19.

I
I
I
I

IFB
IFB
IFB
IFB

13.4 (i)
13.4 (ii)
13.4 (iii)
13.4 (iv)

20.

IFB

12.1

21.

Attach
ment-I

Forms and
Formats

CLAUSE

DOCUMENT REQUIRED

Bidder is required to give an undertaking for deploying the


As required
equipments as per MCEDS during execution of the contract.
Minimum number of skilled manpower to be deployed per Signed copy of manpower deployment as
section
per Annex. - 10
CV of proposed Resident Construction
Manager, QA/QC Engineer, Planning
Engineer & Safety Officer to be submitted
along with the bid. The experience should
be related to execution of Cross Country
Hydrocarbon
Transportation
Pipeline
laying.
In case of foreign bidder all the supporting documents As required
pertaining to qualification criteria submitted as evidence shall be
certified true copies duly signed, dated and stamped by an
official authorized for this purpose in Indian Embassy/ High
Commission in Bidders country
Demand Draft towards Bid Document Fee
EMD / Bid Bond
Power of Attorney
Integrity Pact duly filled in Bidders name, name of item and
signed by per person holding Power of Attorney and also signed
by both the witness. (As per Format F-12)

As required
As required
As required
As required

Bid should be valid for 4 (Four) months from the date of bid As required
submission.
Bidders General information
Filled in F-1 (stamped and signed)

795

SL.
NO.
22.

VOL.
NO.
I

Section

23.

24.

Attach
ment-I
SCC

25.

SCC

26.

27.

Attach
ment-I
Attach
ment-I

28.

29.

30.

31.

32.

33.

34.

Attach
ment-I

Attach
ment-I
Attach
ment-I
Attach
ment-I
Attach
ment-I
Attach
ment-I
Attach
ment-I
Attach

CLAUSE
NO.
Forms and
Formats
Forms and
Formats
Annexure6
Annexure7
Forms and
Formats
Forms and
Formats

Forms and
Formats
Forms and
Formats
Forms and
Formats
Forms and
Formats
Forms and
Formats
Forms and

CLAUSE

DOCUMENT REQUIRED

Bid Form

Filled in F-2 (stamped and signed)

List of Enclosures

Filled in F-3 (stamped and signed)

QA / QC Manual

As required

HSE Policy and HSE Manual

As required

Annual Report for the last three years showing details such as Filled in F-3A and F-3B
Annual Turnover, profit and loss account and net worth etc.
signed)
Copy of bid documents along with all addendum/corrigendum As required
no. digitally signed on each page, in token of
confirmation that bid documents are considered in full while
preparing the bid and in case of award, work will be executed in
accordance with the provisions detailed in bid document.

(stamped and

All documents as per clause 11 of ITB i.e. Documents As required


Comprising the Bid along with addendums / corrigendum.
(Refer Clause 11 of ITB)
Proforma for BG for EMD / Bid Security

Filled in F-4 (Signed and Stamped)

Letter of authority

Filled in F-5 (Signed and Stamped)

No Deviation confirmation

Filled in F-6 (Signed and Stamped)

Certificate indemnifying Government of India

Filled in F-7 (Signed and Stamped)

Details of similar work done during past 7 years

Filled in F-8A (Signed and Stamped)

Proforma for submission of details of specific experience

Filled in F-8B (Signed and Stamped)

796

SL.
NO.

VOL.
NO.

35.

36.

37.

38.

39.

40.

41.

42.

43.

44.

45.

Section
ment-I
Attach
ment-I

CLAUSE
NO.
Formats
Forms and
Formats

Attach
ment-I
Attach
ment-I
Attach
ment-I

Forms and
Formats
Forms and
Formats
Forms and
Formats

Attach
ment-I

Forms and
Formats

CLAUSE

Details of PF registration

DOCUMENT REQUIRED

Check List

Filled in F-10 (Signed and Stamped)


alongwith copy of PF registration
Certificate
Filled in F-11 (Signed and Stamped)

Details of proposed equipment, tools & Tackles

Filled in F-13 (Signed and Stamped)

Details of proposed Organization along with Bio Data of Site


In-Charge and key personnel
Organization chart and the structure assigned for execution of
the work under this bid.
Details of Execution philosophy proposed for job under
consideration
Step by step methodology of execution of work covering
manpower and/or construction equipment deployment

Filled in F-14 (Signed and Stamped)


As required
Filled in F-15 (Signed and Stamped)
Detailed write-up on all activities.

Attach
ment-I
Attach
ment-I
Attach
ment-I

Forms and
Formats
Forms and
Formats
Forms and
Formats

Certificate of non-involvement of agent

Filled in F-16 (Signed and Stamped)

Proforma for details of Indian Agent

Filled in F-17 (Signed and Stamped)

Attach
ment-I
Attach
ment-I
SCC

Forms and
Formats
Forms and
Formats
Annex. 11

Declaration

Filled in F-19 (Signed and Stamped)

Undertaking

Filled in F-20 (Signed and Stamped)

Declaration of Bidders Indian Income tax liability (applicable Filled in F-18 (Signed and Stamped)
for foreign Bidders)

Compliance to Hiring / Recovery rate for deployment of As required


manpower

797

SL.
NO.
46.

VOL.
NO.
I

Section

47.
48.
49.

I
I
I

50.

SOR
ITB
Attach
ment-I
SCC

SCC

CLAUSE
NO.
Annex. 12
11.2.1.i
Forms and
Formats
Annexure3

CLAUSE

DOCUMENT REQUIRED

Compliance to Hiring / Recovery rate for deployment of As required


equipment
Copy of latest SOR
As required
Covering Letter
As required
Execution schedule with interlinking of various activities
As required
Time Schedule

Annexure-3 (Signed & Stamped)

Execution Schedule with interlinking of various activities

As required

798

ATTACHMENT II
CONTRACT AGREEMENT

Page 1 of 4

799

PROFORMA FOR CONTRACT AGREEMENT


LOA No. GAIL /

dated -----------

Contract Agreement for the work of ----------------- of GAIL (INDIA) Ltd. made on ---------between (Name and Address)------------- , hereinafter called the CONTRACTOR (which term
shall unless excluded by or repugnant to the subject or context include its successors and
permitted assignees) of the one part and GAIL (INDIA) LIMITED hereinafter called the
EMPLOYER (which term shall, unless excluded by or repugnant to the subject or context
include its successors and assignees) of the other part.
WHEREAS
A.

The EMPLOYER being desirous of having provided and executed certain work mentioned,
enumerated or referred to in the Tender Documents including Letter Inviting Tender,
General Tender Notice, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, Plans, Time Schedule of completion of jobs, Schedule of Rates,
Agreed Variations, other documents has called for Tender.

B.

The CONTRACTOR has inspected the SITE and surroundings of WORK specified in the
Tender Documents and has satisfied himself by careful examination before submitting his
tender as to the nature of the surface, strata, soil, sub-soil and ground, the form and
nature of site and local conditions, the quantities, nature and magnitude of the work, the
availability of labour and materials necessary for the execution of work, the means of
access to SITE, the supply of power and water thereto and the accommodation he may
require and has made local and independent enquiries and obtained complete information
as to the matters and thing referred to, or implied in the tender documents or having any
connection therewith and has considered the nature and extent of all probable and
possible situations, delays, hindrances or interferences to or with the execution and
completion of the work to be carried out under the CONTRACT, and has examined
and considered all other matters, conditions and things and probable and possible
contingencies, and generally all matters incidental thereto and ancillary thereof
affecting the execution and completion of the WORK and which might have influenced
him in making his tender.
C. The Tender Documents including the Notice Letter Inviting Tender, General Conditions of
Contract, Special Conditions of Contract, Schedule of Rates, General Obligations,
SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule for completion of Jobs, Letter of
Acceptance of Tender and any statement of agreed variations with its enclosures copies of
which are hereto annexed form part of this CONTRACT though separately set out herein
and are included in the expression CONTRACT wherever herein used.

AND WHEREAS
The EMPLOYER accepted the Tender of the CONTRACTOR for the provision and the execution of
the said WORK at the rates stated in the schedule of quantities of the work and finally approved by
EMPLOYER (hereinafter called the "Schedule of Rates") upon the terms and subject to the
conditions of CONTRACT.

Page 2 of 4

800

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND DECLARED AS


FOLLOWS:1.

In consideration of the payment to be made to the CONTRACTOR for the WORK to be


executed by him, the CONTRACTOR hereby covenants with EMPLOYER that the
CONTRACTOR shall and will duly provide, execute and complete the said work and shall
do and perform all other acts and things in the CONTRACT mentioned or described or
which are to be implied there from or may be reasonably necessary for the completion of
the said WORK and at the said times and in the manner and subject to the terms and
conditions or stipulations mentioned in the contract.

2.

In consideration of the due provision execution and completion of the said WORK,
EMPLOYER does hereby agree with the CONTRACTOR that the EMPLOYER will pay to the
CONTRACTOR the respective amounts for the WORK actually done by him and approved
by the EMPLOYER at the Schedule of Rates and such other sum payable to the
CONTRACTOR under provision of CONTRACT, such payment to be made at such time in
such manner as provided for in the CONTRACT.
AND

3.

In consideration of the due provision, execution and completion of the said WORK
the CONTRACTOR does hereby agree to pay such sums as may be due to the EMPLOYER
for the services rendered by the EMPLOYER to the CONTRACTOR, such as power
supply, water supply and others as set for in the said CONTRACT and such other
sums as may become payable to the EMPLOYER towards the controlled items of
consumable
materials or towards loss, damage to the EMPLOYER'S equipment,
materials construction plant and machinery, such payments to be made at such time
and in such manner as is provided in the CONTRACT.
It is specifically and distinctly understood and agreed between the EMPLOYER and the
CONTRACTOR that the CONTRACTOR shall have no right, title or interest in the SITE
made available by the EMPLOYER for execution of the works or in the building, structures
or work executed on the said SITE by the CONTRACTOR or in the goods, articles,
materials etc., brought on the said SITE (unless the same specifically belongs to the
CONTRACTOR) and the CONTRACTOR shall not have or deemed to have any lien
whatsoever charge for unpaid bills will not be entitled to assume or retain possession
or control of the SITE or structures and the EMPLOYER shall have an absolute and
unfettered right to take full possession of SITE and to remove the CONTRACTOR, their
servants, agents and materials belonging to the CONTRACTOR and lying on the SITE.

The CONTRACTOR shall be allowed to enter upon the SITE for execution of the WORK
only as a licensee simpliciter and shall not have any claim, right, title or interest in the
SITE or the structures erected thereon and the EMPLOYER shall be entitled to
terminate such license at any time without assigning any reason.

Page 3 of 4

801

The materials including sand, gravel, stone, loose, earth, rock etc., dug up or excavated
from the said SITE shall, unless otherwise expressly agreed under this CONTRACT,
exclusively belong to the EMPLOYER and the CONTRACTOR shall have no right to
claim over the same and such excavation and materials should be disposed off on
account of the EMPLOYER according to the instruction in writing issued from time to
time by the ENGINEER-IN-CHARGE.
In Witness whereof the parties have executed these presents in the day and the year first above
written.
Signed and Delivered for and on
on behalf of EMPLOYER.

GAIL (INDIA) LIMITED


_______________________________
_______________________________
Date :___________
Place:___________

Signed and Delivered for and


on behalf of the CONTRACTORs.

(NAME OF THE CONTRACTOR)


____________________________
____________________________
Date :____________
Place:____________

IN PRESENCE OF TWO WITNESSES


1.___________________________
___________________________
___________________________

1. ________________________
________________________
________________________

2.___________________________
___________________________
___________________________

2. ________________________
________________________
________________________

Page 4 of 4

802

ATTACHMENT III
INDEMNITY BOND

Page 1 of 4

803

PROFORMA OF INDEMNITY BOND FOR SUPPLY OF MATERIALS BY


EMPLOYER
(To be executed on non-judicial stamped paper of appropriate value)

WHEREAS GAIL (INDIA) LTD. (hereinafter referred to as GAIL) which expression shall
unless repugnant to the context includes their legal representatives, successors and assigns
having their registered office at 16, Bhikaiji Cama Place; R.K.Puram New Delhi has
entered into a CONTRACT with ______________________ (hereinafter referred to as the
CONTRACTOR which expression shall unless repugnant to the context include their legal
representatives, successors and assigns) for ____________________on the terms and
conditions as set out, inter-alia, in the CONTRACT No................. Dated............. and various
documents forming part thereof hereinafter collectively referred to as the "CONTRACT"
which expression shall include all amendments, modifications and/or variations thereto.

AND WHEREAS
i)

GAIL has agreed to supply to the CONTRACTOR, equipment, plants and materials
(finished, semi-finished and raw)for the purpose of EXECUTION of the said
CONTRACT by the CONTRACTOR (the equipment, plants and materials to be
supplied by GAIL to the CONTRACTOR, hereinafter for the sake of brevity
referred to as the "said materials") and pending execution by the CONTRACTOR of
the CONTRACT incorporating the said materials, the said materials shall be under
the custody and charge of the CONTRACTOR and shall be kept, stored, altered,
worked upon and/or fabricated at the sole risk and expense of the CONTRACTOR.

ii)

As a pre-condition to the supply of the said materials by GAIL to the


CONTRACTOR, GAIL has required the CONTRACTOR to furnish to GAIL an
Indemnity Bond in the manner and upon terms and conditions hereinafter indicated.
NOW, THEREFORE, in consideration of the premises aforesaid the
CONTRACTOR hereby irrevocably and unconditionally undertakes to indemnify
and keep indemnified GAIL from and against all loss, damage and destruction
(inclusive but not limited to any or all loss or damage or destruction to or of the said
materials or any item or part thereof by theft, pilferage, fire, flood, storm, tempest,
lightning, explosion, storage, chemical or physical action or reaction, binding,
warping, exposure, rusting, faulty workmanship, faulty fabrication, or faulty method
or technique of fabrication, strike, riot, civil commotion, or other act or omission or
commission whatsoever within or beyond the control of the CONTRACTOR,
misuse and misappropriation (inclusive but not limited to the misuse or
misappropriation by the CONTRACTOR and the Contractor's servants and/or
agents) whatsoever to, or of in the said materials or any part of them thereof from the
date that the same or relative part of item thereof was supplied to the
CONTRACTOR upto and until the date of return to GAIL of the said materials or

Page 2 of 4

804

relative part of item thereof or completed fabricated works(s) incorporating the said
material and undertake to pay to GAIL forthwith on demand in writing without
protest or demur the value as specified by GAIL of the said material or item or part
thereof, lost, damaged, destroyed, misused and/or misappropriated, as the case may
be or, together with GAIL'S costs and expenses (inclusive of but not limited to
handling, transportation, cartage, insurance, freight, packing and inspection costs/or
expenses
upto)
and
aggregate
limit
of
Rs._________________________________________________
(Rupees
________________________________________________________________
_________________________________).

AND THE CONTRACTOR hereby agrees with GAIL that:


i)

This Indemnity/Undertaking shall be a continuing Indemnity/ Undertaking


and shall remain valid and irrevocable for all claims of GAIL arising
hereunder upto and until the midnight of ________________. However, if
the CONTRACT for which this Indemnity/Undertaking is given is not
completed by this date, the CONTRACTOR hereby agrees to extend the
Indemnity/Undertaking till such time as is required to fulfil the
CONTRACT.

ii)

This Indemnity/Undertaking shall not be determined by any change in


constitution or upon insolvency of the CONTRACTOR but shall be in all
respects and for all purposes be binding and operative until payment of all
moneys payable to GAIL in terms of hereof.

iii)

The mere statement of allegation made by or on behalf of GAIL in any


notice or demand or other writing addressed to the CONTRACTOR as to
any of the said material or item or part thereof having been lost , damaged,
destroyed, misused or misappropriated while in the custody of the
CONTRACTOR and/or prior to completion of the completed fabricated
work(s) and delivery to job site thereof incorporating the said materials shall
be conclusive of the factum of the said material or item or part thereof
having been supplied to the CONTRACTOR and/or the loss, damage,
destruction, misuse or misappropriation thereof, as the case may be, while in
the custody of the CONTRACTOR and/or prior to the completion of the
completed fabricated work(s) and delivery to job site thereof incorporating
the said materials without necessity on the part of GAIL to produce any
documentary proof or other evidence whatsoever in support of this.

iv)

The amount stated in any notice of demand addressed by GAIL to the


CONTRACTOR as to the value of such said materials lost, damaged,
destroyed, misused or misappropriated, inclusive relative to the costs and
expenses incurred by GAIL in connection therewith shall be conclusive of

Page 3 of 4

805

the value of such said materials and the said cost and expenses as also of the
amount liable to be paid to GAIL to produce any voucher, bill or other
documentation or evidence whatsoever in support thereof and such amount
shall be paid without any demur and on demand and no dispute shall be
raised concerning the same.

The undersigned has full power to execute this Indemnity Bond on behalf of the
CONTRACTOR under the Power of Attorney dated______.

(SIGNED BY COMPETENT AUTHORITY)


Place:
Dated:
Official seal of the CONTRACTOR

Page 4 of 4

806

ATTACHMENT IV

PERFORMANCE EVALUATION

807

PROCEDURE FOR EVALUATION OF PERFORMANCE OF


VENDORS/CONTRACTORS/CONSULTANTS
1.0

GENERAL
A system for evaluation of vendors/contractors and their performance is key process and important
to support an effective purchasing & contracting function of an organization.
Performance of all participating Vendors/ Contractors/ Consultants need to be closely monitored
to ensure timely receipt of supplies from a Vendor, completion of an assignment by a Consultant
or complete execution of order by a contractor within scheduled completion period. For timely
execution of projects and meeting the operation & maintenance requirement of operation plants, it
is necessary to monitor the execution or order or contracts right form the award stage to
completion stage and take corrective measures in time.

2.0

OBJECTIVE:
The objective of Evaluation of Performance aims to recognize, and develop reliable
Vendors/Contractors/Consultants so that they consistently meet or exceed expectations and
requirements.
The purpose of this procedure is to put in place a system to monitor performance of
Vendors/Contractors/Consultants associated with GAIL in projects and in O&M so as to ensure
timely completion of various projects, timely receipt of supplies including completion of works &
services for operation and maintenance of operating plants and quality standards in all respects.

3.0

METHODOLOGY:
(i)

Preparation of Performance Rating Data-sheet


Performance Rating Data Sheet for each and every Vendor/Contractor or Consultant for
all for all order/Contracts with a value of Rs. 1Lakh and above is recommended to be
drawn up. These data sheets are to be separately prepared for orders/Contracts related to
Projects and O&M. format, Parameter, Process, responsibility for preparation of
Performance Rating Data Sheet are separately mentioned.

(ii)

Measurement of Performance
Based on the parameters defined in Data Sheet Performance of concerned vendor,
Contractor or Consultant would be computed and graded accordingly. The measurement
of the performance of the Party would be its ability of achieved the minimum scoring of
60% points in the given parameters individually and collectively. Any Party failing to
secure less than the minimum score in any of the parameters shall not be considered to
remain in business with GAIL.

(iii)

Initiation of Measures:
Depending upon the Grading of Performance, corrective measures would be initiated by
taking up the matter with concerned Vendor/Contractor/Consultant. Response of
Vendor/Contractor/Consultant would be considered before deciding further course of
action.

(iv)

Implementation of Corrective Measures:


Based on the response of Vendor/Contractor/Consultant, concerned Engineer In
Charge for the Projects and/or OIC in case of O&M would recommend for continuation

808

or discontinuation of such party from the business of GAIL. These recommendations


would be submitted to the Competent Authority who would pass a reasoned order for
putting the party on Holiday/blacklisting.
(v)

4.0

Orders/contracts placed on propitiatory/OEM basis for O&M will be evaluated and, if


required, corrective action will be taken for improvement in future.

EXCLUSIONS:
The following would be excluded form the scope of evaluation of performance of
Vendors/Contractors/Consultants.
(i)

Orders/Contracts below the value of Rs. 11 Lakh.

(ii)

One time vendor/Contractor/Consultant

(iii)

Orders of Misc. Administrative items/non stock Non Valuated items.

However, concerned Engineer In Charge/OICs will continue to monitor such cases so as to


minimize the impact on Projects/O&M plants due to non performance of
Vendors/Contractors/Consultants in all such cases.
5.0

PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/CONTRACTORS/


CONSULTANTS

5.1

FOR PROJECTS
(i)

Evaluation of performance of Vendors/Contractors/Consultants in case of PROJECTS


shall be done immediately with commissioning of any
projects.

(ii)

On Commission of any Projects, EIC (Engineer-In-Charge)/ Project In-Charge shall


prepare a Performance Rating Date Sheet (Format at Annexure-I) for all Orders and
Contracts excluding cased under para 4.0

(iii)

Depending upon the Performance Rating, following action need to be initiated by


Engineer-In-Charge/Project-In-Charge:
Sl.
No.
1
2
3
4

Performance
Rating
POOR
FAIR
GOOD
VERY GOOD

Action
Seek explanation for Poor Performance
Seek explanation for Fair Performance
Letter to the concerned for improving
performance in future.
No further action

(iv)

Reply form concerned Vendor/Contractor/Consultant shall be examined. In case of


satisfactory reply, Performance Rating data Sheet to be closed with a letter to the
concerned for improving performance in future.

(v)

When no reply is received or reasons indicated are unsatisfactory, the following actions
need to be taken:

(A)

Where Performance rating is POOR

809

(B)

(i)

Recommend such defaulting Vendor/Contractor/Consultant for putting


on HOLIDAY for a period of 1 year.

(ii)

When his performance has affected overall completion schedule of the


project, recommend such defaulting Vendor/Contractor/ Consultant for
putting on HOLIDAY for a period of 2/3 years,

Where Performance rating is FAIR


Recommend for issuance of warning to such defaulting
Consultant to improve their performance.

5.2

Vendor/Contractor/

(vi)

Irrespective or Performance rating, where Vendor/Contractor/Consultant


submit
forged documents in respects of experience, turnover and any other condition forming the
basis of for the pre-qualifying/eligibility criterion, such Vendor/Contractor/Consultant
should be recommended for BLACKLISTING.

(vii)

On receipt of consolidated recommendations of Engineer-In-Charge of a Project, the


Project Manager will constitute a Committee of Head of Projects, C&P and Finance to
examine the recommendations forwarded by the Engineer-In-Charge.

(viii)

In case committee recommends putting a party on holiday or for blacklisting, the Project
Manager will put up the recommendation or committee to the concerned Director through
Corporate C&P Deptt. along with a draft show cause notice providing a final opportunity
of defend his case. The draft show cause notice should be vetted by Legal Deptt.

(ix)

After obtaining approval from the concerned Director, Corporate C&P department will
issue the show cause notice to the concerned party.

(x)

On receipt of reply in response to show cause notice, Corporate C&P Deptt. Will forward
the same to Project Manager who after taking legal opinion will prepare a proposal for
keeping the party on Holiday/for blacklisting and forward the same to Corporate C&P
Dept. for obtaining the approval of the concerned Director.

(xi)

After obtaining approval from the concerned Director, Corporate C&P Deptt. Will issue a
letter to the party conveying the decision of putting him on holiday for the specific period
or blacklisting the party.

(xii)

A list of all parties put on holiday or blacklisted will be communicated to all concerned
and will also be maintained at GAIL Intranet.

(xiii)

However, Holiday restrictions shall not apply on Vendors for procurement of spares from
them on Proprietary basis.

FOR CONSULTANCY JOBS


Monitoring and Evaluation of Consultancy jobs will be carried out in the same way as described in
para 5.1 for Projects except the functions of Projects Manager will be performed by concerned InCharge of user Depts. Such as Project Development, Business Development, E&P, HR, Finance,
HSE etc. The Provision of para 5.1 (xiii) will not be applicable for consultancy jobs.

5.2

FOR OPERATION & MAINTENANCE


(i)

Evaluation of performance of Vendors/Contractors/Consultants in case of Operation and


Maintenance shall be done immediately after execution of order/contract.

810

(ii)

After execution of order a Performance Rating Data Sheet (Format at Annexure-2) shall
be prepared for all Order by Site C&P and for all Contracts/Services by respective
Engineer-In-Charge excluding cases under para 4.0

(iii)

Depending upon Performance Rating, following action need to be initiated by Site C&P:
Sl No.
1
2
3

Performance
Rating
POOR
FAIR
GOOD

VERY GOOD

Action
Seek explanation for Poor Performance
Seek explanation for Fair Performance
Letter to the concerned for improving
performance in future.
No further action

(iv)

Reply form concerned Vendor/Contractor/Consultant shall be examined. In case of


satisfactory reply, Performance Rating Date Sheet to be closed with a letter to the
concerned for improving performance in future.

(v)

When no reply is received or reason indicated are unsatisfactory, the following actions
need to be taken:
(A)

(B)

Where Performance rating is POOR


(i)

Recommend such defaulting Vendor/Contractor/Consultant for putting


on HOLIDAY for a period of 1 year. .

(ii)

When his performance has seriously affected the operation &


maintenance
of
plant,
recommend
such
defaulting
Vendor/Contractor/Consultant for putting on HOLIDAY for a period of
2/3 years.

Where Performance rating is FAIR


Recommend
for
issuance
of
warning
to
such
Vendors/Contractors/Consultants to improve their performance.

defaulting

(vi)

Irrespective of Performance rating, where Vendor/Contractor/Consultant submit forged


documents such Vendor/Contractor/Consultant should be recommended for
BLACKLISTING.

(vii)

A quarterly meeting of HOD (C&P), HOD (F&A) and HOD of respective departments
shall be held at Site to review and examine all cases requiring putting the
Vendors/Contractors/Consultants on holiday for final decision.

(viii)

On receipt of recommendation of committee for putting a party on Holiday or for


blacklisting, OIC will put up the recommendation of Committee to the concerned
Director through Corporate C&P Deptt. along with a draft show cause notice providing a
final opportunity of party to defend his case. The show cause notice will be legally
vetted.

(ix)

After obtaining approval from the concerned Director, Corporate C&P department will
issue the show cause notice to the concerned party.

(x)

On receipt of reply in response to show cause notice, Corporate C&P Deptt. Will forward
the same to OIC who after taking legal opinion will prepare a proposal for keeping the

811

party on Holiday/for blacklisting and forward the same to Corporate C&P Deptt. For
obtaining the approval of the Concerned Director.
(xi)

After obtaining approval from the concerned Director, Corporate C&P Deptt. Will issue a
letter to the party conveying the decision of putting him on holiday for the specific
period or blacklisting the party.

(xii)

A list of all parties put on holiday or blacklisted will be communicated to all concerned
and will also be maintained at GAIL intranet.

(xiii)

However, Holiday restrictions shall not apply on Vendors for procurement of spares from
them on proprietary basis.

6.0

REVIEW & RESTORATION OF PARTIES PUT ON HOLIDAY/BLACKLISTED

6.1

After expiry of Holiday period, the vendors/contractors/consultants who have been put on Holiday
due to delay in completion schedule will be automatically resorted to participate in business with
GAIL. However, parties who have been put on Holiday due to quality problems will be resorted
only after a review by the committee, which had earlier recommended the party to be put on
Holiday.

6.2

The period of Holiday will be form one year to three year depending upon the seriousness of
failure. It can be three years in extreme cases and may be one year or two years depending upon
the nature of failure in performance.

812

Annexure I
GAIL (India) Limited

PERFORMANCE RATING DATA SHEET


(FOR PROJECTS/ CONSULTANCY JOBS)

i)

Project/ Work Center

ii)

Order/ Contract No. & Date

iii)

Brief Description of Items Works/


Assignment

iv)

Order/ Contract Value (Rs.)

v)

Name of Vendor/ Contractor/ Consultant

vi)

Contracted delivery/ completion schedule

vii)

Actual Delivery/ Completion date

Performance
Parameter
Maximum Marks
Marks Allocated (*)

Delivery/ Completion
Performance
40

Quality
Performance
40

Reliability
Performance
20

Total
100

Remarks (If any)


PERFORMANCE RATING (**)
Note :
(*)
(**)

Allocation of marks would be as per enclosed instructions


Performance rating shall be classified as under :Sl. No.
1.
2.
3.
4.

Range
(Marks)
60 & below
61 75
76 90
More than 980

Rating
Poor
Fair
Good
Very Good

Signature of Authorized Signatory


Name:
Designation
Instructions for Allocation of Marks

813

1)

Marks are to be allocated as under

1.1

Delivery / Completion Performance


Delivery Period/ Completion
Schedule
a) pto 3 months

b)

1.2

Delay in Week

Marks

Before CDD
Delay up to 4 weeks
Delay up to 8 weeks
Delay up to 10 weeks
Delay up to 12 weeks
Delay up to 16 weeks
More than 16 weeks
Before CDD
Delay up to 4 weeks
Delay up to 8 weeks
Delay up to 10 weeks
Delay up to 16 weeks
Delay up to 20 weeks
Delay up to 24 weeks
More than 24 weeks

40
35
30
25
20
15
0
40
35
30
25
20
15
10
0

Quality Performance

40 Marks

For normal Cases: No Defects/ No Deviation/ No Failure

40 Marks

i.

Rejection / Defects

ii.

When
Quality
failure
endanger system integration
and safety of the system
Number of Deviations

ii.

1.3

Above 3 months

40 Marks

Marks to be allocated on prorate


basis for acceptable quantity as
compared to total quantity for
normal cases.
Failure of severe nature
Moderate Nature
Low serve nature
1. No Deviation
2. No. of Deviations < 2
3. No. of Deviations > 2

Reliability Performance
A.

10 Marks

0 Marks
5 Marks
10-25 Marks
5 Marks
2 Marks
0 Marks

20 Marks

For Works/ Contracts


i.

Submission of order acceptance, agreement, PBG,


drawings and other documents within time

4 Marks

ii.

Mobilization of resource as per contract and in time

4 Marks

iii.
iv.

Liquidation of Check-list points


Compliance to statutory and HS & E requirement

4 Marks
4 Marks

or
Reliable of Estimates/ Design/ Drawings etc. in
case of consultancy jobs
v.

Timely submission of estimates and other


documents for extra, substituted & AHR items

4 Marks

814

B.

For Suppliers
i.

Submission of order acceptance, PBG, drawings


and other documents within time

5 Marks

ii.

Attending complaints and requests for after sales


service/ warranty repairs and/ or query/ advice (upto
the evaluation period)

5 Marks

iii.

Response to various correspondence


conformance to standards like ISO

and

5 Marks

iv.

Submission of all requirement documents including


test certificate at the time of supply

5 Marks

815

Annexure II
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET (FOR O&M)
i)

Location

ii)

Order/ Contract No. & Date

iii)

Brief Description of Items Works/


Assignment

iv)

Order/ Contract Value (Rs.)

v)

Name of Vendor/ Contractor/ Consultant

vi)

Contracted delivery/ completion schedule

vii)

Actual Delivery/ Completion date

Performance
Parameter
Maximum Marks
Marks Allocated (*)

Delivery Performance
40

Quality
Performance
40

Reliability
Performance
20

Total
100

Remarks (If any)


PERFORMANCE RATING (**)
Note :
(*)
(**)

Allocation of marks would be as per enclosed instructions


Performance rating shall be classified as under :Sl. No.
1.
2.
3.
4.

Range
(Marks)
60 & below
61 75
76 90
More than 980

Rating
Poor
Fair
Good
Very Good

Signature of Authorized Signatory


Name:
Designation

816

Instructions for Allocation of Marks (For O&M)


1)

Marks are to be allocated as under

1.1

Delivery / Completion Performance


Delivery Period/ Completion
Schedule
a) pto 3 months

b)

1.2

1.3

Above 3 months

40 Marks
Delay in Week

Marks

Before CDD
Delay up to 4 weeks
Delay up to 8 weeks
Delay up to 10 weeks
Delay up to 12 weeks
Delay up to 16 weeks
More than 16 weeks
Before CDD
Delay up to 4 weeks
Delay up to 8 weeks
Delay up to 10 weeks
Delay up to 16 weeks
Delay up to 20 weeks
Delay up to 24 weeks
More than 24 weeks

40
35
30
25
20
15
0
40
35
30
25
20
15
10
0

Quality Performance

40 Marks

For normal Cases: No Defects/ No Deviation/ No Failure

40 Marks

i.

Rejection / Defects

ii.

When
Quality
failure
endanger system integration
and safety of the system

ii.

Number of Deviations

Marks to be allocated on prorate


basis for acceptable quantity as
compared to total quantity for
normal cases.
Failure of severe nature
Moderate Nature
Low serve nature

0 Marks
5 Marks
10-25 Marks

1. No Deviation
2. No. of Deviations < 2
3. No. of Deviations > 2

Reliability Performance
A.

10 Marks

5 Marks
2 Marks
0 Marks
20 Marks

For Works/ Contracts


i.

Submission of order acceptance, agreement, PBG,


drawings and other documents within time

4 Marks

ii.

Mobilization of resource as per contract and in time

4 Marks

iii.
iv.

Liquidation of Check-list points


Compliance to statutory and HS & E requirement

4 Marks
4 Marks

or
Reliable of Estimates/ Design/ Drawings etc. in
case of consultancy jobs

817

v.

B.

Timely submission of estimates and other


documents for extra, substituted & AHR items

4 Marks

For Suppliers
i.

Submission of order acceptance, PBG, drawings


and other documents within time

5 Marks

ii.

Attending complaints and requests for after sales


service/ warranty repairs and/ or query/ advice (upto
the evaluation period)

5 Marks

iii.

Response to various correspondence


conformance to standards like ISO

and

5 Marks

iv.

Submission of all requirement documents including


test certificate at the time of supply

5 Marks

818

You might also like