Professional Documents
Culture Documents
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
NAME OF PROJECT
05/51/23M9/GAIL/001(i)
Sl.No.
Description
1)
Volume-I of IV
2)
Volume-II of IV
3)
Volume-III of IV
4)
Volume-IV of IV
TABLE OF CONTENTS
Volume I of IV
1.
Section -I
2.
Section - II
ITB
FOR
FOR
3.
Section - III
4.
Section - IV
E-
E-
ANNEXURE TO SCC
5.
Section - V
SCHEDULE OF RATES
Attachment I
Attachment II
Contract Agreement
Attachment III
Indemnity Bond
Attachment IV
Performance Evaluation
SECTION I
INVITATION FOR BIDS
SECTION I INDEX
1.
INTRODUCTION
2.
3.
4.
TIME SCHEDULE
5.
6.
BID SECURITY
7.
8.
PRE-BID MEETING
9.
10.
BID VALIDITY
11.
GENERAL
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
3.0
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.
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) :
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
5.1
Technical
5.1.1
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)
(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
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
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
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:
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
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
6.0
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
9.1
Type of Enquiry
9.2
Bid Document No
11
9.3
9.4
9.5
9.6
Site Visit
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
9.8
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.
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
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.
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
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
14
15
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
16
Project
05/51/23M9/GAIL/001-i)
Item
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)
17
SECTION II
1.
2.
3.
18
SECTION II
1.0 INSTRUCTIONS TO BIDDERS (ITB)
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
20
GENERAL
1.0
SCOPE OF BID:
1.1.
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
2.5
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.
21
2.9
3.
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
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.
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
Section - II
ATTACHMENT B TO ITB :-
Section - III
Section - IV
22
ANNEXURE TO SCC
Attachment I
Attachment II
Contract Agreement
Attachment II
Indemnity Bond
Attachment II
Performance Evaluation
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.
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.
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
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.
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)
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.
11.1.
11.2.
11.2.1
Covering letter.
ii.
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.
vi.
Copy of SOR ( Schedule of Rates) with prices blanked out mentioning Quoted / Not Quoted
against each item.
vii.
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.
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..
xiv.
xv.
xvi.
Details of Construction Equipment required. (List provided in Annexure of SCC) as per Format F13
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.
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.
xxxii.
Note : All pages of the bid to be e-signed by authorized person of the Bidder.
11.3
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.
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
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.
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.
14.1.
The bid shall remain valid for acceptance for four (4) months from the bid due date. A bid valid
27
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.
15.9.1.
15.9.2.
28
i)
ii)
iii)
in case of a successful Bidder, if the Bidder fails, within the specified period
a)
b)
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.
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
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
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.
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)
e)
f)
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.
21.1
E-Bid shall be submitted in the following manner in separate e-envelopes duly super scribed as
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.
22.1.
22.2.
23.
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
32
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.
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.
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.
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.
28.1.
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.
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.
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.
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.
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.
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.
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.
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
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)
c)
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.
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
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.
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
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.
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)
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.
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.
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.
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.
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
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.
39
f)
44.1.2
b)
c)
d)
e)
44.1.3
The Counterparty shall not make any false or misleading allegations against GAIL or its
associates.
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
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.
( https://etender.gail.co.in).
48.0
DISPUTE RESOLUTION
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
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
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.
41
SECTION II
2.0 ADDENDUM TO INSTRUCTION TO BIDDERS
42
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)
3)
43
i)
ii)
iii)
4)
5)
6)
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)
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)
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)
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)
15)
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
48
SECTION - III
GENERAL CONDITIONS OF CONTRACT - WORKS
(GCC WORKS)
49
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
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
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
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
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
Insurance
Page 5 of 76
53
v)
vi)
vii)
Employer
102.0
Automobile
General Liability
Any other Insurance required under law or regulations by
Labour laws
Implementation of Apprentices Act 1961
Contractor to indemnify the Employer
Health and Sanitary Arrangement for worker
Arbitration
Jurisdiction
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
1.1
1.1.1
1.1.2
1.1.3
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
1.1.6
1.1.7
1.1.8
1.1.9
Page 7 of 76
55
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
1.1.12
1.1.13
1.1.14
1.1.15
1.1.16
1.1.17
1.1.18
1.1.19
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
"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
1.1.23
1.1.24
1.1.25
1.1.26
"WORKING DAY" means any day which is not declared to be holiday or rest
day by the EMPLOYER.
1.1.27
1.1.28
1.1.29
1.1.30
1.1.31
Page 9 of 76
57
1.1.32
2. General Information
2.1
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
2.4.2
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
2.4.5
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
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
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
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
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)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
Latest Balance Sheet and Profit & Loss Account duly audited.
x)
xi)
xii)
xiii)
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)
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:
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
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
8.2
Page 16 of 76
64
original copy duly signed along with his offer. All Addenda/Corrigenda
issued shall become part of Tender Documents.
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
10.3
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
10 Time Schedule
Page 17 of 76
65
13.1
14.1
14.2
15.1
The Schedule of Rates should be read in conjunction with all the other sections
of the tender.
15.2
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
Page 18 of 76
66
18 Clarification of Tender
Document:
19 Local Conditions:
20 Abnormal Rates:
17.1
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
18.2
19.1
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).
21
Priority of Contract
21.1
Page 19 of 76
67
Documents
1)
2)
3)
4)
5)
6)
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
21.4
22.1
22.2
Page 20 of 76
68
23
22.5
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
24.2
Page 22 of 76
70
Time of Performance:
Page 23 of 76
71
26
Force Majeure:
OUTBREAK OF WAR
27.1
Page 24 of 76
72
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
(*)
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
28.1
29
29.1
Page 25 of 76
73
29.3
Page 26 of 76
74
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
30
30.1
31
Change in constitution:
31.1
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)
32(B)
32 (C)
33
33.1
Page 28 of 76
76
34
34.1
35
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
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
Page 29 of 76
77
37
Sub-letting of works:
36.4
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)
ETC.:
iii)
SUB-
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)
v)
38
Power of entry:
38.1
ii)
iii)
iv)
v)
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)
viii)
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
Page 32 of 76
80
40.1
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
42.1
i)
ii)
Page 33 of 76
81
43
43.1
43.2
43.3
43.4
Page 34 of 76
82
45
Liens:
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
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
45.1
45.2
Page 35 of 76
83
46.1
46.2
47
No waiver of rights:
47.1
Page 36 of 76
84
48
48.1
49
49.1
50
Transfer of title:
50.1
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
52
Brand names:
52.1
53
Completion of contract:
53.1
54
Spares:
54.1
Page 37 of 76
85
54.2
55 Execution of work:
55.1
56.1
57.1
57.2
58.1
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
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
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
60.2
Page 39 of 76
87
b)
c)
d)
Page 40 of 76
88
e)
S.No.
Range of Variation
Percentage
compensation
for
decrease in the value of work in
the respective range.
a)
b)
II.
Page 41 of 76
89
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
61.3
62.1
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
62.4
Page 42 of 76
90
63.1
63.2
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
63.5
64.1
65 Materials to be supplied by
contractor:
65.1
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.
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
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
67.1
i)
Page 44 of 76
92
iii)
iv)
v)
vi)
vii)
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)
xii)
xiii)
68.1
69.1
Page 46 of 76
94
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
72.1
73 Inspection of works:
73.1
73.2
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
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.
75.1
76.1
Page 48 of 76
96
77.1
i)
ii)
78.1
79.1
80.1
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
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
81.1
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
82 Guarantee/transfer of
guarantee:
82.1
Page 51 of 76
99
83.1
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
85 Indemnity
Page 52 of 76
100
86.1
SECTION-VI
87.1
CONTRACTOR'S REMUNERATION:
i)
Page 53 of 76
101
Page 54 of 76
102
DELAY:
88.1
BILLING PROCEDURE:
Following procedures shall be adopted for billing of works executed by the
CONTRACTOR.
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
88.2
88.3
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
90.1
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:
91.1
91.2
92.1
Page 57 of 76
105
92.2
92.3
93.1
94 Completion certificate:
94.1
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
ii)
iii)
COMPLETION CERTIFICATE for `embedded' and
up work.
iv)
v)
`covered'
vi)
95.1
96.1
97.1
Page 59 of 76
107
98
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
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
101
Insurance:
101.1
GENERAL
Page 60 of 76
108
Page 61 of 76
109
i)
Page 62 of 76
110
iii)
iv)
TRANSIT INSURANCE
b)
c)
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)
e)
f)
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
102.1
i)
Page 64 of 76
112
SECTION-VIII
103
Labour laws:
103.1 i)
Labour Laws
ii)
iii)
iv)
v)
vi)
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)
Page 65 of 76
113
x)
104
Implementation of
apprentices act, 1961:
104.1
105
Contractor to indemnify
the employer:
105.1 i)
Page 66 of 76
114
iii)
106
106.1
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
SECTION-IX
107
Arbitration:
107.1
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
Page 68 of 76
116
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
110
Safety regulations:
110.1
i)
ii)
111
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)
d)
e)
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)
Page 70 of 76
118
115
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)
c)
Page 71 of 76
119
b)
c)
d)
e)
f)
Page 72 of 76
120
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)
b)
c)
d)
Page 73 of 76
121
vii)
viii)
ix)
117
117.1
118
Temporary combustible
structures:
118.1
119
119.1
Page 74 of 76
122
120
Explosives:
120.1
121
Mines act:
121.1
121.2
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
Page 76 of 76
124
SPECIAL CONDITIONS
OF
CONTRACT
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
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
Page 3 of 40
127
1.0
GENERAL
1.1
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
1.4
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
1.7
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.
Page 4 of 40
128
2.0
3.0
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
Page 5 of 40
129
4.3
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
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
5.3
5.4
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
Page 6 of 40
130
6.0
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
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
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.
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
10.0
10.1
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
11.1
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
Page 8 of 40
132
11.4
11.5
12.0
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
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.
Page 9 of 40
133
13.0
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
15.1
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
Page 10 of 40
134
16.0
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
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
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
18.4
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
19.1
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
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
19.6
Contractor shall appoint a Customs House Clearing Agent of good standing and
ensure speedy customs clearance.
19.7
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
Page 12 of 40
136
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
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
Page 13 of 40
137
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
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
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)
b)
c)
Page 14 of 40
138
26.2
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
27.1
ii)
27.2
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
27.6
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
Page 16 of 40
140
28.1
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
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
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
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
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.
Page 18 of 40
142
MECHANISED CONSTRUCTION
30.1
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
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
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
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
32.5
32.6
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
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
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
36.0
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
Page 21 of 40
145
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
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
39.4
The Contractor shall provide for purposes of inspection access ladders, lighting and
necessary instruments at his own cost.
39.5
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
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
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
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
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
42.1
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
Page 23 of 40
147
43.1
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
45.1
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
Page 24 of 40
148
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
46.4
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
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
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.
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
49.0
COMPLETION DOCUMENTS
49.1
49.2
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)
Page 26 of 40
150
vi)
vii)
viii)
ix)
x)
xi)
Note : The Contractor shall be eligible to apply for issue of completion certificate after
submission of completion documents as mentioned above.
50.0
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
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
52.1
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.
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
56.1
Following facilities are to be ensured at all work places where workmen are
deployed/engaged by Contractor.
i)
ii)
iii)
iv)
v)
57.0
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
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
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
59.1.8.2.1
Page 29 of 40
153
59.1.8.2.2
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
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.
Page 30 of 40
154
61.0
61.1
62.0
62.1
62.1.1 The contractual completion period is as given in the Invitation for Bids and
subdivided into two parts:
i)
ii)
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
63.1
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.
Page 31 of 40
155
b)
c)
d)
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
Contractors/Consultants RCM/
Site Incharge & Job Engineers.
Agenda
a)
b)
c)
Venue
Site Office
Page 32 of 40
156
b)
63.3
Agenda
a)
b)
c)
d)
e)
f)
Venue
the
d)
e)
f)
g)
B)
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)
Daily Repots
a)
b)
c)
Page 33 of 40
157
63.4
Progress Reports
63.4.1
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
63.4.4
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
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
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
67.1
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)
b)
68.0
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
Page 35 of 40
159
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
69.2
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.
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
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)
iii)
Page 37 of 40
161
72.0
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
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
Page 38 of 40
162
75.0
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
77.1
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.
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
78.1
The Clause 27.3 of GCC for Bonus for early completion shall not be applicable in this
Contract.
79.0
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:
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
80.1
Page 40 of 40
164
3.0
ANNEXURE TO SCC
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
Annexure-7
Specification for
Management
Annexure-8
Annexure-9
Annexure-9A
Annexure-10
Annexure-10A
Annexure-11
Annexure-12
Health,
Safety
and
Environment
(HSE)
Page 2 of 34
166
SCOPE OF WORK
(ANNEXURE-1 TO SPECIAL CONDITIONS OF CONTRACT)
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.
Page 4 of 34
168
SCOPE OF SUPPLY
(ANNEXURE-2 TO SPECIAL CONDITIONS OF CONTRACT)
Page 5 of 34
169
ANNEXURE-2 TO SCC
1.0
SCOPE OF SUPPLY
1.1
Conditions for Issue And Reconciliation of Materials shall be as per Document enclosed
as Annexure-8 to Special Conditions of Contract.
1.2
Page 6 of 34
170
TIME SCHEDULE
(ANNEXURE-3 TO SPECIAL CONDITIONS OF CONTRACT)
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)
Page 8 of 34
172
MEASUREMENT OF WORK
(ANNEXURE-4 TO SPECIAL CONDITIONS OF CONTRACT)
Page 9 of 34
173
ANNEXURE-4 TO SCC
MEASUREMENT OF WORK
1.0
GENERAL
1.1
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
1.4
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.
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.
Page 11 of 34
175
TERMS OF PAYMENT
(ANNEXURE-5 TO SPECIAL CONDITIONS OF CONTRACT)
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
1.1.1
15% progressively
1.1.2
25% progressively
1.1.3
10% progressively
1.1.4
20% progressively
1.1.5
15% progressively
1.1.6
5% progressively
1.1.7
10%
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
1.
30% progressively
Page 13 of 34
177
2.
20% progressively
3.
40% progressively
4.
1.3
HDPE DUCT
1.
30% progressively
2.
25% progressively
3.
35%
4.
1.2
Crossing & Other items not covered above or elsewhere in the Tender
2.0
10%
10%
a)
: 90% progressively
b)
: 10%
2.1
3.0
b)
c)
d)
e)
: 90% progressively
Page 14 of 34
178
b)
4.0
TERMINALS WORKS
4.1
Piping Works
a)
b)
c)
d)
4.2
4.3
a)
b)
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.
4.5
Civil Works (Except control room building which shall be paid as indicated
in respective SOR)
a)
b)
c)
d)
e)
4.4
: 10%
Page 15 of 34
179
4.6
4.7
4.8
: 90% progressively
b)
: 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
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)
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)
Page 18 of 34
182
Page 19 of 34
183
ANNEXURE-8 TO SCC
1.0
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
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
NOTE :
Penal Rates
(a)
(b)
1)
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
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.
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
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.
Page 22 of 34
186
6.0
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.
Page 23 of 34
187
Page 24 of 34
188
Annexure-9
Equipment Detail
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
Hydra (8 10 MT)
10
10
10
DG Welding Machines
20
20
10
20
10
10
10
11
12
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
13
14
15
16
17
Gamma Source
18
Manual UT Machine
19
20
21
22
23
24
25
26
Dewatering Pump
27
189
Page 1 of 2
Annexure-9
Equipment Detail
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
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.
3.
4.
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.
Page 25 of 34
191
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.
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
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.
Page 29 of 34
195
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)
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.
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.
Page 32 of 34
198
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.
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.
Page 34 of 34
200
3.0
Section-II:
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
6.0
7.0
AS BUILT DOCUMENTS
8.0
9.0
LIST OF ATTACHMENTS
10.0
11.0
12.0
13.0
APPENDIX-IV DELETED
14.0
15.0
16.0
Annexure-I
Annexure-II
Annexure-III
Annexure-IV
Annexure-V
Annexure-VI
Annexure-VII
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 :
Section-II:
1.3
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.
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
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.
Page 5 of 75
205
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.
All works related to hydro testing, dewatering, swabbing, drying and tie-in with
adjoining pipeline/ terminal piping section.
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
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.
Page 7 of 75
207
2.5
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
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.
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
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.
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
Page 13 of 75
213
c)
d)
e)
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)
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).
Page 14 of 75
214
g)
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
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.
Page 15 of 75
215
3.2.4
3.3
Piping
Works
at
Despatch
Terminal,
Sectionalising Valve Stations and Tap-off points.
Receiving
Terminal,
3.3.1
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.
Page 16 of 75
216
3.3.3
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
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
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
3.6
3.7
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
4.0
SCOPE OF SUPPLY
4.1
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.
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
Page 21 of 75
221
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.
v.
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.
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.
v.
QOEC
vi.
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:
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.
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.
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.
xix.
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.
xxiv.
All materials for corrosion protection of buried piping, pipe fittings, valves,
casing pipes, etc.
xxv.
xxvi.
xxvii.
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.
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
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
6.0
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
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
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
6.4
Page 28 of 75
228
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
6.5
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
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
Page 30 of 75
230
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.
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
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.
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
1.0
Rocky terrain
1.0
3
4
5
6
7
8
9
1.5
2.5
1.5
2.5 (for normal soil) 1.5 (for
rocky strata)
2.5
1.2
1.7
10
1.2
11
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
Page 33 of 75
233
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
Page 34 of 75
234
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.
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.
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.
Page 35 of 75
235
6.14
6.15
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.
6.16
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.
Page 37 of 75
237
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
Page 38 of 75
238
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:
Page 39 of 75
239
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
6.26
Page 40 of 75
240
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.
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
9.0
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
Page 42 of 75
242
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.
MEC/S/05/21/01
2.
MEC/S/05/21/02
3.
MEC/S/05/21/03
4.
MEC/S/05/21/04
5.
MEC/S/05/21/05
6.
MEC/S/05/21/06
7.
MEC/S/05/21/07
8.
MEC/S/05/21/08
9.
MEC/S/05/21/10
10.
MEC/S/05/21/11
11.
MEC/S/05/62/12
12.
MEC/S/05/21/13
13.
MEC/S/05/21/15
14.
MEC/S/05/21/18
15.
MEC/S/05/21/19
16.
MEC/S/05/21/20
17.
MEC/23M9/05/21/M/000/1092
18.
MEC/23M9/05/21/M/000/1093
Page 43 of 75
243
19.
MEC/S/05/21/65
20.
MEC/S/05/62/66
21.
MEC/S/05/21/69
22.
MEC/S/05/62/70
23.
MEC/S/05/21/70A, R-2
24.
MEC/S/05/21/74
25.
MEC/S/05/21/75
26.
MEC/TS/05/62/042, Rev-0
27.
MEC/TS/05/21/011
28.
MEC/TS/05/21/013
29.
MEC/TS/05/62/015, R-1
30.
MEC/S/05/21/025
31.
MEC/S/05/21/026
32.
MEC/TS/05/62/059A
33.
MEC/TS/05/62/056, Rev-1
34.
MEC/TS/05/21/002
35.
MEC/TS/05/62/003, Rev-2
36.
MEC/S/05/23M9/001
VOLUME-III OF IV
A)
MEC/S/05/11/01
2.
MEC/S/05/12/01
3.
MEC/S/05/11/03
Page 44 of 75
244
B)
MEC/S/05/26/01
2.
MEC/S/05/26/02
3.
MEC/S/05/26/03
4.
MEC/S/05/26/04
5.
MEC/S/05/26/05
6.
MEC/S/05/26/06
7.
MEC/S/05/26/07
8.
MEC/S/05/E5/I/08
9.
MEC/S/05/E5/21
10.
MEC/S/05/26/23 A
C)
1.
Specification for Optical Fibre Cable & HDPE Duct Laying and
Associated Work
MEC/S/05/E5/T/001
2.
MEC/S/05/E5/T/002
3.
MEC/TS/05/E5/T/037
4.
MEC/TS/05/E5/T/096
D)
MEC/S/05/E9/01
2.
MEC/S/05/E9/02
3.
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.
MEC/TS/05/E9/076A
8.
MEC/TS/05/E9/077
1.
Page 45 of 75
245
9.
High Mast
MEC/TS/05/E9/077A
10.
Distribution Transformer
MEC/TS/05/E9/080
UPS
MEC/TS/05/E9/071
12.
MEC/TS/05/E9/078
E)
1.
MEC/S/05/E9/016A
2.
MEC/S/05/21/016C
F)
1.
MEC/TS/05/21/081H
2.
MEC/TS/05/21/081D/A
3.
MEC/TS/05/21/081D/B
4.
Fire Bucket
MEC/TS/05/21/081D/D
5.
MEC/TS/05/21/081L
VOLUME-IV OF IV
I.
Mechanical Drawings
1.
2.
P&I Diagram
MEC/23M9/05/21/M/001/1021 (Sheet 1 of 1)
a)
MEC/23M9/05/21/M/000/1002 (Sheet 1 of 2)
b)
MEC/23M9/05/21/M/000/1002 (Sheet 2 of 2)
c)
MEC/23M9/05/21/M/001/1001 (Sheet 1 of 9)
d)
MEC/23M9/05/21/M/001/1001 (Sheet 2 of 9)
e)
MEC/23M9/05/21/M/001/1001 (Sheet 3 of 9)
f)
MEC/23M9/05/21/M/001/1001 (Sheet 4 of 9)
g)
MEC/23M9/05/21/M/001/1001 (Sheet 5 of 9)
h)
MEC/23M9/05/21/M/001/1001 (Sheet 6 of 9)
Page 46 of 75
246
i)
MEC/23M9/05/21/M/001/1001 (Sheet 7 of 9)
j)
MEC/23M9/05/21/M/001/1001 (Sheet 8 of 9)
k)
MEC/23M9/05/21/M/001/1001 (Sheet 9 of 9)
l)
MEC/23M9/05/21/M/000/1003 (Sheet 1 of 1)
3.
Plot Plan
A)
Section I
a)
MEC/23M9/05/21/M/001/0011
b)
MEC/23M9/05/21/M/001/0012
c)
MEC/23M9/05/21/M/001/0014
d)
MEC/23M9/05/21/M/001/0015
e)
MEC/23M9/05/21/M/001/0016
f)
MEC/23M9/05/21/M/001/0017
g)
MEC/23M9/05/21/M/001/0018
B)
Section II
a)
MEC/23M9/05/21/M/002/0011
b)
MEC/23M9/05/21/M/002/0012
c)
MEC/23M9/05/21/M/002/0013
d)
MEC/23M9/05/21/M/002/0014
e)
MEC/23M9/05/21/M/002/0015
f)
MEC/23M9/05/21/M/002/0016
g)
MEC/23M9/05/21/M/002/0017
h)
MEC/23M9/05/21/M/002/0018
i)
MEC/23M9/05/21/M/002/0019 (Sheet 1 of 3)
j)
MEC/23M9/05/21/M/002/0019 (Sheet 2 of 3)
k)
MEC/23M9/05/21/M/002/0019 (Sheet 3 of 3)
l)
MEC/23M9/05/21/M/002/0020
4.
MEC/TYP/05/21/01A/001
5.
MEC/TYP/05/21/01A/002
6.
MEC/TYP/05/21/01A/003
7.
MEC/TYP/05/21/01A/004
8.
MEC/TYP/05/21/01A/005
9.
MEC/TYP/05/21/01A/006
10.
MEC/TYP/05/21/01A/007
11.
MEC/TYP/05/21/01A/009
12.
MEC/TYP/05/21/01A/010
13.
Pipeline Symbols
MEC/TYP/05/21/01A/011
14.
Topographical Symbols
MEC/TYP/05/21/01A/012
Page 47 of 75
247
15.
MEC/TYP/05/21/02/001
16.
MEC/TYP/05/21/02/002
17.
MEC/TYP/05/21/02/003
18.
MEC/TYP/05/21/02/004
19.
MEC/TYP/05/21/02/005
20.
MEC/TYP/05/21/02/006
21.
MEC/TYP/05/21/02/007
22.
MEC/TYP/05/21/04/001
23.
MEC/TYP/05/21/05/001
24.
MEC/TYP/05/21/05/002
25.
MEC/TYP/05/21/05/003
26.
MEC/TYP/05/21/05/004
27.
MEC/TYP/05/21/05/005
28.
MEC/TYP/05/21/05/006
29.
MEC/TYP/05/21/05/007
30.
MEC/TYP/05/21/05/008
31.
MEC/TYP/05/21/05/009
32.
MEC/TYP/05/21/10/001
33.
K.M. Post
MEC/TYP/05/21/10/002
34.
MEC/TYP/05/21/10/003
35.
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.
MEC/TYP/05/21/06/001
39.
MEC/TYP/05/21/06/002
40.
MEC/TYP/05/21/06/003
41.
MEC/TYP/05/21/06/004
42.
MEC/TYP/05/21/06/005
43.
MEC/TYP/05/21/06/006
44.
MEC/TYP/05/21/06/007
45.
MEC/TYP/05/21/06/008
46.
MEC/TYP/05/21/06/009
47.
MEC/TYP/05/21/06/010
Page 48 of 75
248
48.
MEC/TYP/05/21/06/011
49.
MEC/TYP/05/21/06/012
50.
MEC/TYP/05/21/06/013
51.
MEC/TYP/05/21/06/014
52.
MEC/TYP/05/21/06/015
53.
MEC/TYP/05/21/06/016
54.
MEC/TYP/05/21/06/017
55.
MEC/TYP/05/21/06/018
56.
MEC/TYP/05/21/06/019
57.
MEC/TYP/05/21/06/020
58.
MEC/TYP/05/21/06/021
59.
MEC/TYP/05/21/06/022
60.
MEC/TYP/05/21/06/023
61.
MEC/TYP/05/21/06/024
62.
MEC/TYP/05/21/06/025
63.
MEC/TYP/05/21/06/026
64.
MEC/TYP/05/21/06/027
65.
MEC/TYP/05/21/06/028
66.
MEC/TYP/05/21/06/029
67.
MEC/TYP/05/21/06/030
68.
MEC/TYP/05/21/06/031
69.
Spectacle Blind
MEC/TYP/05/21/06/032
70.
MEC/TYP/05/21/06/033
71.
MEC/TYP/05/21/06/034
72.
MEC/TYP/05/21/06/035
73.
MEC/TYP/05/21/06/036
74.
Gasket Thickness
MEC/TYP/05/21/06/037
75.
MEC/TYP/05/21/06/038
76.
MEC/TYP/05/21/06/039
77.
MEC/TYP/05/21/06/040
Page 49 of 75
249
78.
GA/MS/LJ/ALGN/001 TO 048
79.
GA/MS/LJ/CRSN/001 TO 096
80.
81.
82.
83.
ALN-001 TO 043
84.
ALN-001 TO 004
85.
ALN-001 TO 004
86.
CRS-001 TO 061
87.
GAIL/SDPL/MAIN/RM-01
GAIL/SDPL/MAIN/RM-02
88.
89.
90.
II.
Architectural Drawings
Section - I :
CR BUILDINGS
1
MEC/23M9/05/48/A/001/1047
(Sheet 1 of 2)
MEC/23M9/05/48/A/001/1046
(Sheet 1 of 1)
MEC/23M9/05/48/A/001/1047
(Sheet 2 of 2)
MEC/23M9/05/48/A/001/1048
(Sheet 1 of 4)
MEC/23M9/05/48/A/001/1048
(Sheet 2 of 4)
MEC/23M9/05/48/A/001/1048
(Sheet 3 of 4)
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)
MEC/23M9/05/48/A/001/1049
(Sheet 2 of 2)
Page 50 of 75
250
Section II :
CR BUILDINGS
1
MEC/23M9/05/48/A/002/1046 (Sheet
1 of 2)
MEC/23M9/05/48/A/002/1046 (Sheet
2 of 2)
MEC/23M9/05/48/A/002/1047 (Sheet
1 of 1)
MEC/23M9/05/48/A/002/1048 (Sheet
1 of 9)
MEC/23M9/05/48/A/002/1048 (Sheet
2 of 9)
MEC/23M9/05/48/A/002/1048 (Sheet
3 of 9)
MEC/23M9/05/48/A/002/1048 (Sheet
4 of 9)
MEC/23M9/05/48/A/002/1048 (Sheet
5 of 9)
MEC/23M9/05/48/A/002/1049 (Sheet
1 of 1)
MEC/23M9/05/48/A/002/1048 (Sheet
6 of 9)
MEC/23M9/05/48/A/002/1048 (Sheet
7 of 9)
MEC/23M9/05/48/A/002/1048 (Sheet
8 of 9)
10
MEC/23M9/05/48/A/002/1048 (Sheet
9 of 9)
II.
MEC/05/11/STD/TERMINAL/001
2.
MEC/05/11/STD/TERMINAL/002
3.
MEC/05/11/STD/TERMINAL/003
Page 51 of 75
251
III
V.
4.
MEC/05/11/STD/TERMINAL/021
5.
MEC/05/11/STD/TERMINAL/023
6.
MEC/05/11/STD/TERMINAL/VP-3
7.
MEC/05/11/STD/TERMINAL/VP-4
8.
MEC/GAIL/05/12/STD./04
9.
MEC/GAIL/05/12/STD./05
10.
MEC/GAIL/05/12/S/STD/06
11.
MEC/GAIL/05/12/STD/007
12.
MEC/GAIL/05/12/STD/008
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
MEC/23M9/05/E9/E/005
MEC/23M9/05/E9/E/006
MEC/23M9/05/E9/E/007
MEC/23M9/05/E9/E/008
MEC/23M9/05/E9/E/009
10
MEC/SD/05/E9/01/01
11
MEC/SD/05/E9/01/02
12
MEC/SD/05/E9/02/01
13
MEC/SD/05/E9/02/02
14
MEC/SD/05/E9/02/03
15
MEC/SD/05/E9/02/04
16
MEC/SD/05/E9/02/05
17
MEC/SD/05/E9/77/02
18
MEC/SD/05/E9/77/03
19
MEC/SD/05/E9/77/04
20
MEC/SD/05/E9/071/01
MEC/23M9/05/E9/E/001
INSTRUMENTATION DRAWINGS
1.
2.
3.
4.
5.
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.
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.
MEC/05/E5/T/002
2.
MEC/05/E5/T/002A
3.
MEC/05/E5/T/002-WM
4.
MEC/05/E5/T/005
5.
MEC/05/E5/T/008
6.
MEC/05/E5/T/009
7.
MEC/05/E5/T/010
MEC/SD/05/21/16/01
2.
Prepacked Mg anode
MEC/SD/05/21/16/02
3.
MEC/SD/05/21/16/03
4.
MEC/SD/05/21/16/04
5.
MEC/SD/05/21/16/05
6.
MEC/SD/05/21/16/06
7.
MEC/SD/05/21/16/07
MEC/SD/05/21/16/08
9.
10.
MEC/SD/05/21/16/13
11.
MEC/SD/05/21/16/14
12.
MEC/SD/05/21/16/18
13
MEC/SD/05/E9/02/01
14
MEC/SD/05/E9/02/02
8.
MEC/SD/05/21/16/09
Page 53 of 75
253
10.0
Page 54 of 75
254
Appendix-I
To Particular Job Specification of Work
LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS
A)
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)
Page 55 of 75
255
iv)
16)
17)
18)
19)
20)
b)
Check Valves
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
c)
Plug Valves
1.
2.
3.
4.
5.
6.
7.
8.
9.
Flow Tee
1)
2)
3)
4)
5)
6)
Page 56 of 75
256
7)
8)
9)
v)
Split Tee
1)
2)
vi)
Flanges
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
vii)
Fittings
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
Page 57 of 75
257
16.
17.
18.
viii)
Gaskets
1.
2.
3.
4.
5.
6.
7.
8.
ix)
Welding Electrodes
1.
2.
xi)
Fasteners
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
x)
Fire Extinguishers
1.
2.
3.
Page 58 of 75
258
4.
5.
6.
7.
8.
9.
10.
11.
12.
b)
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.
e)
Hose Delivery
1.
2.
f)
1.
2.
Page 59 of 75
259
3.
4.
5.
g)
1.
2.
h)
1.
2.
Denso GmBH
Polyken (Berry Plastics Corporation)
i)
PUR Coating
1.
j)
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)
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
Page 60 of 75
260
p)
q)
Casing Insulators
3.
4.
5.
B)
Raci, Italy
Raychem RPG Limited
Veekay Vikram
INSTRUMENTATION
i)
ii)
RTD
1.
2.
3.
iii)
SS Tubes Fittings
1.
2.
3.
4.
iv)
Swagelok, USA
Parker, USA
Sandvik, Sweden
Choksi Tubes
v)
Swagelok, USA
Parker, USA
Associated Cables
Associated Flexibles
Universal
Delton
Brook
KEI India
Page 61 of 75
261
vi)
vii)
FCV
i)
ii)
iii)
iv)
v)
vi)
C)
ELECTRICAL
1.
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.
Page 62 of 75
262
3.
Lighting Fixtures
i)
ii)
iii)
iv)
v)
4.
5.
iii)
iv)
v)
vi)
vii)
6.
Baliga
Comet
Flexpro
Sudhir Swgrs. Pvt.Ltd.
Electro Mac.
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.
Amco Batteries
Exide Industries
HBLNIFE Power System Ltd.
Amara Raja Batteries Ltd.
Batteries (Ni-Cd)
i)
ii)
Page 63 of 75
263
9.
Battery Charger
i)
ii)
iii)
10.
LT AC Motors
i)
ii)
iii)
iv)
v)
vi)
vii)
11.
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.
12.
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
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.
19.
L&T
Siemens Ltd.
Bhartia Industries Ltd.
Telemenchanique & Controls (India)
CGL
GE
ABB
Schneider & Switchgear Contactors Ltd.
18.
Connectwell
Elmex Controls Pvt.Ltd.
Essen Engineers Co. Pvt.Ltd
Controls & Switchgear Co.Ltd.
Fuses
i)
ii)
iii)
iv)
v)
vi)
vii)
CGL
GE
L&T
Schneider Electric
Bhartia Industries Ltd.
Siemens
Tele menchanque & Controls
Page 65 of 75
265
20.
21.
Switch Socket
i)
ii)
iii)
iv)
v)
22.
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.
MCCB/MCB
i)
ii)
iii)
INDO Asian
Havells India Pvt. Ltd.
Schneider Electric
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
Page 67 of 75
267
31.
32.
33.
GE
L&T Ltd.
CGL
Siemens Ltd.
Schneider Electric
Control Switchgear co. Ltd.
37.
Southern Switchgear
Switchgea Manufacturing Co.
AMEI Power limited
36.
BHEL
Voltamp
Kirloskar
Crompton Greaves
Transformers & Rectifers
Bharat Bijali
L&T
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
Cable Lugs
i)
ii)
Commet
Dowells
Page 68 of 75
268
38.
Lighting Arrestor
i)
ii)
iii)
iv)
39.
HT Insulators
i)
ii)
iii)
40.
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
TECHNICAL
A)
B)
1)
2)
3)
2)
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
2.0
3.0
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
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
7.0
8.0
SACRIICIAL ANODES
i)
ii)
iii)
iv)
v)
vi)
vii)
9)
: MC Miller (USA)
10)
Page 71 of 75
271
11)
12)
Fluke, Yokogawa
13)
CTSU
14)
15)
1)
2)
3)
4)
5)
6)
16.0
17.0
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.
19.
20.
M/s Krik
21.
THERMIT WELDS
M/S ERICO, USA
M/S THERMOWELD, USA
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.
OFC
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
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
Page 73 of 75
273
9.
M/s Corning
10. M/s Tyco
F)
TCP CONTRACTORS
1)
2)
3)
4)
5)
6)
Note : For execution of TCP works from TCP Contractor other than listed above, the
same may be acceptable subject to the following :
G)
b)
I)
NDT AGENCY
1.
2.
3.
4.
5.
6.
7.
8.
H)
a)
Page 74 of 75
274
iv)
1)
For procuring bought out items from vendors other than those listed above, the same
may be acceptable subject to the following: a)
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.
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.
Page 75 of 75
275
276
Ball Valves :
1.
MEC/23M9/05/21/M/001/DS/BV/001
2.
MEC/23M9/05/21/M/001/DS/BV/002
3.
MEC/23M9/05/21/M/001/DS/BV/003
4.
MEC/23M9/05/21/M/001/DS/BV/004
5.
MEC/23M9/05/21/M/001/DS/BV/005
6.
MEC/23M9/05/21/M/001/DS/BV/006
7.
MEC/23M9/05/21/M/001/DS/BV/007
8.
MEC/23M9/05/21/M/001/DS/BV/008
II
Plug Valves :
1.
MEC/23M9/05/21/M/001/DS/PV/001
2.
MEC/23M9/05/21/M/001/DS/PV/002
3.
MEC/23M9/05/21/M/001/DS/PV/003
4.
MEC/23M9/05/21/M/001/DS/PV/004
5.
MEC/23M9/05/21/M/001/DS/PV/005
6.
MEC/23M9/05/21/M/001/DS/PV/006
7.
MEC/23M9/05/21/M/001/DS/PV/007
8.
MEC/23M9/05/21/M/001/DS/PV/008
III
1.
MEC/23M9/05/21/M/000/DS-056A
2.
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
277
1.0
Valve Manufacturer
2.0
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
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
Yes
No
11.0
Yes
No
12.0
Yes
No
13.0
14.0
14.1
Hydrostatic Test
14.2
Air Test
15.0
16.0
16.1
16.2
1.
2.
3.
4.
5.
6.
7.
8.
9.
REV. NO.
3/4", 1 1/2"
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
Buried
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
HK
DATE
CHKD
CLIENT :
DRG. NO.
DATE
PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
GS
DRWN
APPROVED
REFERENCES
R.K. Narayan
MECON LIMITED
278
REV
0
1.0
Valve Manufacturer
2.0
: 12",8",6",4",2"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
6.4
Valve Type
7.0
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
Yes
11.0
Yes
12.0
Yes
13.0
API 6FA
14.0
Design Temperature, C : 0 to 65
NA
:
Reduced
for 12",8",6"&4"
Full
for 2"
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
Buried
No
No
No
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
16.0
16.1
16.2
17.0
REV. NO.
DATE
Body
Seat
ZONE
DESCRIPTIONS
BY
APPRD
REVISIONS
HK
DATE
CHKD
REFERENCES
CLIENT :
DRG. NO.
DATE
MECON LIMITED
PROJECT :
: Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
GS
DRWN
SCALE :
APPROVED
R.K. Narayan
279
REV
0
1.0
Valve Manufacturer
2.0
: 8",6",4",2"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
6.4
Valve Type
7.0
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
Yes
11.0
Yes
12.0
Yes
13.0
API 6FA
14.0
Design Temperature, C : 0 to 65
: 8"
: 6"
: 4"
: 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
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
Buried
No
No
No
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
16.0
16.1
16.2
17.0
REV. NO.
DATE
Body
Seat
ZONE
DESCRIPTIONS
BY
APPRD
REVISIONS
HK
DATE
CHKD
REFERENCES
CLIENT :
DRG. NO.
DATE
MECON LIMITED
PROJECT : :Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
GS
DRWN
SCALE :
APPROVED
R.K. Narayan
280
REV
0
1.0
Valve Manufacturer
2.0
: 6", 4"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
6.4
Valve Type
7.0
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
Yes
No
11.0
Yes
No
12.0
Yes
No
Design Temperature, C : 0 to 65
: 6"
: 4"
: A106 Gr.B(Charpy)
: 168.3
: 114.3
: 10.97
: 8.56
:
Reduced
Full
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
for 6"
Buried
for 4"
13.0
14.0
API 6FA
157
114
7
Hydrostatic Test
14.2
Air Test
15.0
16.0
16.1
16.2
17.0
REV. NO.
DATE
Body
Seat
As per API 6D
As per API 6D
As per API 6D
14.1
ZONE
DESCRIPTIONS
BY
APPRD
REVISIONS
HK
DATE
CHKD
REFERENCES
CLIENT :
DRG. NO.
DATE
PROJECT :
: Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
GS
DRWN
MECON LIMITED
SCALE :
APPROVED
R.K. Narayan
281
REV
0
1.0
Valve Manufacturer
2.0
: 4"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
6.4
Valve Type
7.0
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
Yes
No
11.0
Yes
No
12.0
Yes
No
13.0
API 6FA
14.0
Design Temperature, C : 0 to 65
: 4"
: A106 Gr.B (Charpy)
: 114.3
: 8.56
:
Reduced
Full
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
157
114
7
Hydrostatic Test
14.2
Air Test
15.0
16.0
16.1
16.2
17.0
REV. NO.
DATE
Body
Seat
As per API 6D
As per API 6D
As per API 6D
14.1
ZONE
DESCRIPTIONS
BY
APPRD
REVISIONS
HK
DATE
CHKD
REFERENCES
CLIENT :
DRG. NO.
DATE
MECON LIMITED
PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
GS
DRWN
SCALE :
APPROVED
R.K. Narayan
282
REV
0
1.0
Valve Manufacturer
2.0
: 8", 4"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
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
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
Yes
11.0
12.0
13.0
14.0
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
for 8"
Yes
Buried
No
No
No
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
16.0
16.1
16.2
17.0
REV. NO.
DATE
Body
Seat
for 4 "
ZONE
DESCRIPTIONS
BY
APPRD
REFERENCES
DATE
CHKD
CLIENT :
DATE
PROJECT : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
DSGN
HK
DRG. NO.
MECON LIMITED
GS
DRWN
SCALE :
APPROVED
R.K. Narayan
283
REV
0
1.0
Valve Manufacturer
2.0
: 2"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
6.4
Valve Type
7.0
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
Yes
11.0
Actuator Requirement
Yes
12.0
Yes
13.0
14.0
Design Temperature, C : 0 to 65
2"
:
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)
74
56
7.0
Hydrostatic Test
14.2
Air Test
15.0
16.0
16.1
16.2
17.0
REV. NO.
DATE
Body
Seat
As per API 6D
As per API 6D
As per API 6D
14.1
ZONE
DESCRIPTIONS
BY
APPRD
REFERENCES
DSGN
BB
DATE
CHKD
CLIENT :
DRG. NO.
DATE
MECON LIMITED
PROJECT :
: Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
SK
DRWN
SCALE :
APPROVED
R.K. Narayan
284
REV
0
1.0
Valve Manufacturer
2.0
: 2"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
6.4
Valve Type
7.0
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
Yes
11.0
Actuator Requirement
Yes
No
12.0
Yes
No
13.0
14.0
Design Temperature, C : 0 to 65
2"
:
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
2
Test Pressure (min.), kg/cm (g)
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
16.0
16.1
16.2
17.0
REV. NO.
DATE
Body
Seat
ZONE
DESCRIPTIONS
BY
APPRD
REFERENCES
DSGN
BB
DATE
CHKD
CLIENT :
DRG. NO.
DATE
MECON LIMITED
PROJECT :
: Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
SK
DRWN
SCALE :
APPROVED
R.K. Narayan
285
REV
0
1.0
Valve Manufacturer
2.0
: 11/2"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
: --
Design Temperature, C :
0 to 65
NA
:
:
:
Short
Flanged both ends
Socket Weld both ends
Regular
7.0
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
Yes
No
11.0
Yes
No
12.0
Yes
No
13.0
14.0
14.1
Hydrostatic Test
14.2
Air Test
15.0
15.1
15.2
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
REV. NO.
FF
RTJ
Smooth(125 to 200 microinches AARH)
NA
NA
6.3.
1.
: a) RF
b) Serrated
Venturi
Specified Material
ASTM A105
ASTM A105 + 75 microns ENP
ASTM A105
AISI 410
ASTM A105
Graphite/ PTFE
N.A.
N.A.
Body
Seat
Buried
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
HK
DATE
REFERENCES
CLIENT :
CHKD
DRG. NO.
DATE
MECON LIMITED
PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
GS
DRWN
SCALE :
APPROVED
R.K.Narayan
REV
0
286
1.0
Valve Manufacturer
2.0
4", 2"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
7.0
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
Yes
No
11.0
Yes
No
12.0
Yes
No
13.0
14.0
MEC/TS/05/62/003, Rev-2
: 99.93
Design Temperature, C : 0 TO 65
NA
Short
Regular
Venturi
b) Serrated
Smooth(125 to 200 microinches AARH)
NA
:
:
:
Material
Buried
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
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
HK
DATE
REFERENCES
CLIENT :
CHKD
DRG. NO.
DATE
MECON LIMITED
PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
GS
DRWN
SCALE :
APPROVED
R.K. Narayan
287
REV
0
1.0
Valve Manufacturer
2.0
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
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
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
Yes
No
11.0
Yes
No
12.0
Yes
No
13.0
14.0
NA
NA
Material
Buried
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
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
HK
DATE
REFERENCES
CLIENT :
CHKD
DRG. NO.
DATE
MECON LIMITED
PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
GS
DRWN
SCALE :
APPROVED
R.K. Narayan
288
REV
0
1.0
Valve Manufacturer
2.0
: 8",6",4"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
MEC/TS/05/62/003, Rev-2
: 99.93
Design Temperature, C : 0 TO 65
: 8"
: 6"
: 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
FF
RTJ
Smooth(125 to 200 microinches AARH)
7.0
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
Buried
10.0
Yes
No
11.0
Yes
12.0
Yes
No
13.0
14.0
NA
NA
Materials Offered
Material
14.1
Hydrostatic Test
14.2
Air Test
15.0
15.1
15.2
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
HK
DATE
REFERENCES
CLIENT :
CHKD
DATE
GS
DRG. NO.
PROJECT : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
MECON LIMITED
DRWN
SCALE :
APPROVED
R.K. Narayan
289
REV
0
1.0
Valve Manufacturer
2.0
: 1/2"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
: --
NA
:
:
:
Short
Flanged both ends
Socket Weld both ends
Regular
Venturi
7.0
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
Yes
No
11.0
Yes
No
12.0
Yes
No
13.0
14.0
14.1
Hydrostatic Test
14.2
Air Test
15.0
15.1
15.2
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)
NA
NA
Specified Material
Material Offered
Body
Seat
Buried
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
HK
DATE
REFERENCES
CLIENT :
CHKD
DRG. NO.
DATE
MECON LIMITED
PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
GS
DRWN
SCALE :
APPROVED
R.K.Narayan
REV
0
290
1.0
Valve Manufacturer
2.0
: 8",6",4"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
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
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
Yes
11.0
Yes
12.0
Yes
13.0
14.0
Material
NA
NA
Materials offered
Service :
Buried
No
No
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
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
HK
DATE
REFERENCES
CLIENT :
CHKD
DRG. NO.
DATE
MECON LIMITED
PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
GS
DRWN
SCALE :
APPROVED
R.K. Narayan
291
REV
0
1.0
Valve Manufacturer
2.0
: 2"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
: 49
2"
A106 Gr.B (Charpy)
114.3
XS
Short
Regular
:
:
:
: a) RF
b) Serrated
FF
Venturi
RTJ
Smooth(125 to 200 microinches AARH)
7.0
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
Yes
No
11.0
Yes
No
12.0
Yes
No
13.0
14.0
NA
NA
Material
Service :
Buried
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
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
BB
DATE
REFERENCES
CLIENT :
CHKD
DRG. NO.
DATE
MECON LIMITED
PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
SK
DRWN
SCALE :
APPROVED
R.K. Narayan
292
REV
0
1.0
Valve Manufacturer
2.0
: 2"
3.0
4.0
5.0
5.1
5.2
5.3
6.0
6.1.
6.2.
6.3.
Design Temperature, C : 0 TO 65
2"
:
:
:
Short
Regular
: a) RF
b) Serrated
FF
Venturi
RTJ
Smooth(125 to 200 microinches AARH)
7.0
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
Yes
11.0
Yes
No
12.0
Yes
No
13.0
14.0
NA
NA
Material
Body
Seat
No
14.1
Hydrostatic Test
14.2
Air Test
15.0
15.1
15.2
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
BB
DATE
REFERENCES
CLIENT :
CHKD
DRG. NO.
DATE
MECON LIMITED
PROJECT : : Roorkee-Haridwar-Rishikesh
Dehradun-Jalandhar Spurlines Project
SK
DRWN
SCALE :
APPROVED
R.K. Narayan
293
REV
0
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
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
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
DATE
ZONE
DESCRIPTIONS
BY
REVISIONS
DATE
DRG. NO.
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
294
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
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
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
DATE
ZONE
DESCRIPTIONS
BY
REVISIONS
DATE
DRG. NO.
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
295
DATA SHEET
FOR
QUICK OPENING END CLOSURE (FOR VENTING)
REV. NO.
SIZE
:8" NB
RATING
: ANSI 600#
: 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
10
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
15
HARDNESS TEST
16
INSTALLATION
NOTE
DATE
ZONE
DESCRIPTIONS
BY
APPRD
REVISIONS
DATE
CHKD
MECON LIMITED
PROJECT :
SS
SK
DRG. NO.
DATE
SIGN
NAME
REFERENCES
CLIENT
APPROVED
R.K.NARAYAN
d:\sachinsinghal\jhpl\Ds-QOEC Rev.0
296
REV
0
DATA SHEET
FOR
QUICK OPENING END CLOSURE (FOR VENTING)
REV. NO.
SIZE
:6" NB
RATING
: ANSI 600#
: 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
10
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
15
HARDNESS TEST
16
INSTALLATION
NOTE
DATE
ZONE
DESCRIPTIONS
BY
APPRD
REVISIONS
DATE
CHKD
MECON LIMITED
PROJECT :
SS
SK
DRG. NO.
DATE
SIGN
NAME
REFERENCES
CLIENT
APPROVED
R.K.NARAYAN
d:\sachinsinghal\jhpl\Ds-QOEC Rev.0
297
REV
0
DATA SHEET
FOR
QUICK OPENING END CLOSURE (FOR VENTING)
REV. NO.
SIZE
:2" NB
RATING
: ANSI 600#
: 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
10
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
15
HARDNESS TEST
16
INSTALLATION
NOTE
DATE
ZONE
DESCRIPTIONS
BY
APPRD
REVISIONS
DATE
CHKD
MECON LIMITED
PROJECT :
SS
SK
DRG. NO.
DATE
SIGN
NAME
REFERENCES
CLIENT
APPROVED
R.K.NARAYAN
d:\sachinsinghal\jhpl\Ds-QOEC Rev.0
298
REV
0
LR BEND MFR.
2)
: MEC/TS/05/21/015 Rev 0
3)
MANUFACTURING CODE
: MSS-SP-75
4)
DIMENSIONAL TESTING
5)
DESTRUCTIVE TESTING
6)
NON-DESTRUCTUVE TESTING
7)
PIGGING
8)
: 149.89 Kg/cm2
TABLE-I
Sl.
No.
Thk.
Bend
Material
mm
1.
24"
2.
16"
3.
8"
End Type
Radius
Qty.
Angle
(Nos.)
Strainght
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
after
m/ bend
Total
curvature
length
TABLE-II
Pipe length required for fabrication of bends
NB x Thk. (mm)
@Total Length
(m)
From Table-I
24" X Thk.
16" X Thk.
8" X Thk.
*
BE
= Bevel End
= Vendor to indicate
= Straight length after curvature will be minimum 500mm.
Note:
1)
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
MECON LIMITED
GAIL(INDIA) LIMITED
DATE
SCALE :
DATA SHEET NO.: MEC/23M9/05/21/M/001/DS-015
299
REV
0
12.0
LIST OF QAPs
FOR
BOUGHT-OUT ITEMS
300
2.
LR Bends
3.
4.
5.
QOEC
301
ANNEXURE-IV
FORM NO. 11.20(4.4)F-09 REV-0
CONTRACTOR
ORDER NO. & DATE
SUB-CONTRACTOR
ORDER NO. & DATE
Code
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Sl.
No.
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#
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
KEY TO SYMBOLS :
*
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
10
11
Code DOCUMENTS:
12
Acceptance Criteria
Standards/ IS/ BS/
ASME/ Norms and
Documents
REMARKS/
SAMPLING PLAN
14
15
16
13
As per
SOR
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
3
Material
As per MR/
Alternate
Material
accepted
by MECON
Material
Manufacturer
to indicate
(to be
approved
by MECON)
Unit
Weight
(Kg)
5
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
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
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)
Material
Manufacturer
to indicate
(to be
approved
by MECON)
Unit
Weight
(Kg)
5
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
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.
304
Sl.
No.
EQUIPMENT DETAILS
Identification Quantity
Description (with equipment
heading, place of use and brief
No.
No./M
specifications)
2
Material
Manufacturer
to indicate
(to be
approved
by MECON)
Material
As per MR/
Alternate
Material
accepted
by MECON
Unit
Weight
(Kg)
5
MFR
MECON
16A
H
16B
R
8
8 **
9
*
10
-
11
-
12
-
13
-
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
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.
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
15
1. Relevant Material
Standard
2. MECON's T.S.
3. MECON's D.S.
Inspection Codes
& Sampling Plan
MFR
MECON
16A
R
16B
R
8
5
9
*
10
-
11
-
12
-
13
-
13
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
Material
As per MR/
Alternate
Material
accepted
by MECON
Unit
Weight
(Kg)
5
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
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
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. 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)
42
REMARKS
16C
1. Final Report
2. Final Certificates
Inspection Codes
& Sampling Plan
REV
308
Tender No:05/51/23M9/GAIL/001(i)
FORM NO. 11.20(4.4)F-09 REV-0
CONTRACTOR
ORDER NO. & DATE
SUB-CONTRACTOR
ORDER NO. & DATE
Code
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Sl.
No.
1
1.0
KEY TO SYMBOLS :
*
EQUIPMENT DETAILS
Identification Quantity
Unit
No.
No./M
Weight
(MR Item No.)
(Kg)
3
LR BEND
LR BEND
TS No.: MEC/TS/05/62/015
MR NO. :
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
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
10
-
11
1,2,6,5,
13,15,51
12
*
13
1,2,5
15,51
QAP NO.
For MECON (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
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
CONTRACTOR
ORDER NO. & DATE
SUB-CONTRACTOR
ORDER NO. & DATE
Sl.
No.
1
1.0
KEY TO SYMBOLS :
*
EQUIPMENT DETAILS
Identification Quantity
Unit
No.
No./M
Weight
(MR Item No.)
(Kg)
3
TS No.: MEC/TS/05/21/025
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
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
9
-
10
-
11
1,2,6
Code DOCUMENTS:
12
*
13
1,2,6
REMARKS/
SAMPLING PLAN
14
15
1,2,4,5,6,13,35,41**, MECON's T.S. &
Relevant Standards
D9
mentioned therein
16
100%
REV
SHEET 1 OF 1
310
CONTRACTOR
ORDER NO. & DATE
SUB-CONTRACTOR
ORDER NO. & DATE
Code
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Sl.
No.
1
1.0
MR NO. :
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
KEY TO SYMBOLS :
*
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.
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
9
*
10
-
11
1,2,3,14,
31,44,47
Code DOCUMENTS:
12
-
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_psv_GAIL
REV
0
SHEET 1 OF 1
311
CONTRACTOR
ORDER NO. & DATE
ORDER NO. & DATE
Code
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
1
1.1 Quick Opening End Closures
8", 600# (D4A), BW
6", 600# (D4A), BW
4", 600# (D4A), BW
MR NO.:
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.
SUB-CONTRACTOR
ABBREVIATIONS USED :
CONTR
: CONTRACTOR
MFR
: MANUFACTURER
H
: HOLD
R
: REVIEW
W
: WITNESS
KEY TO SYMBOLS :
*
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.
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
9
-
10
-
11
1,2,3,8,9,
13,14,31,
32,44,47
Code DOCUMENTS:
12
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
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)
REV
0
SHEET 1 OF 1
312
APPENDIX-IV
DELETED
313
APPENDIX-V
VIDEOGRAPHY SURVEY
314
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.
3.
4.
5.
Page 1 of 3
315
B)
C)
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
3.4
Page 2 of 3
316
3.5
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
325
CONTENTS
ANNEXURE-I
ANNEXURE-II
ANNEXURE-III
ANNEXURE-V
: INSTRUMENTATION WORKS
326
Annexure-I
to
Particular Job Specification
327
SCOPE OF WORKS
FOR
TEMPORARY CATHODIC PROTECTION
(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
328
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.
8.
9.
10.
Resources/ Facilities
11.
12.
Construction
13.
Documentation
14.
15.
329
1.0
GENERAL
1.1
Introduction
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
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
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
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
6.1
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
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
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
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)
viii)
Test certificates, catalogues, vendor drawings, installation, operation and maintenance manuals for
all equipment/materials in contractors scope of supply.
ix)
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
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
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
8.1
The successful tenderer shall submit detailed site testing & commission procedure with time
schedules for Review/Approval to Owner/MECON.
334
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
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
DOCUMENT NO.
Page 8 of 15
MEC/23M9/05/E9/E/000/0002
REVISION 0
9.2
SPECIFICATION
MEC/TS/05/21/016C
MEC/S/05/21/016A
STANDARD DRAWINGS
1.0
MEC/SD/05/21/16/01
2.0
PREPACKED Mg ANDOE
MEC/SD/05/21/16/02
3.0
MEC/SD/05/21/16/03
4.0
MEC/SD/05/21/16/04
5.0
MEC/SD/05/21/16/05
6.0
MEC/SD/05/21/16/06
4.0
MEC/SD/05/21/16/07
7.0
MEC/SD/05/21/16/08
8.0
MEC/SD/05/21/16/09
9.0
MEC/SD/05/21/16/13
10.0
MEC/SD/05/21/16/14
11.0
MEC/SD/05/21/16/18
12.0
MEC/SD/05/E9/02/01
13.0
MEC/SD/05/E9/02/02
9.3
336
DOCUMENT NO.
Page 9 of 15
MEC/23M9/05/E9/E/000/0002
REVISION 0
10.0
RESOURCES FACILITIES
10.1
10.2
10.3
11.0
11.1
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)
11.2
a)
337
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)
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
Contractors/Consultants RCM/
Site Incharge & Job Engineers.
Agenda
a)
b)
c)
Venue
Site Office
Agenda
Venue
12.0
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
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
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
12.5
339
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
13.1.1
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
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)
340
14.0
DOCUMENT NO.
MEC/23M9/05/E9/E/000/0002
Page 13 of 15
REVISION 0
15.0
-x-x-x-
341
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)
342
DOCUMENT NO.
MEC/23M9/05/E9/E/000/0002
Page 15 of 15
REVISION 0
APPENDIX-I
Sheet 2 of 2
4)
MC Miller (USA)
5)
6)
7)
Thermit Weld
8)
Pin Brazing
9)
Digital Multimeter
Equivalent(3.5 digit)
10)
CTSU
11)
12)
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
344
JOB SPECIFICATION
FOR
CORROSION MONITORING SYSTEM
(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
345
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
DOCUMENTATION TO BE PROVIDED BY
VENDOR
GUARANTEE
10
346
1.0
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
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
347
Location
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
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
2.3
DOCUMENT NO.
Page 4 of 10
MEC/23M3/05/E9/E/000/0001
REVISION 0
2.3.1
i)
a)
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
c)
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)
-
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
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)
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
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
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
DOCUMENT NO.
Page 7 of 10
MEC/23M3/05/E9/E/000/0001
REVISION 0
4.6
5.0
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
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
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
9.0
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
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
12.0
DOCUMENTATION
1.1
1.1.1
1.1.2
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)
353
h)
i)
DOCUMENT NO.
Page 9 of 10
MEC/23M3/05/E9/E/000/0001
REVISION 0
13.0
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
DOCUMENT NO.
MEC/23M3/05/E9/E/000/0001
Page 10 of 10
REVISION 0
Annexure-I
355
Annexure-III
to
Particular Job Specification
356
1.0
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)
SECTION-2
i)
ii)
iii)
iv)
v)
vi)
vii)
II)
III)
Site Work
Complete construction work including supply of labour, construction
materials, construction equipment, survey, tools & tackles, dismantling &
Page 1 of 21
357
Scope of Work
The scope of work shall be broadly, but not limited to, the following:
SECTION-1
1
d)
e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
2.
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.
g)
h)
i)
359
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)
u)
v)
w)
x)
y)
z)
4.
e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
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.
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)
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.
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)
u)
v)
w)
x)
y)
Page 6 of 21
362
z)
3.
e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)
u)
v)
w)
x)
y)
z)
aa)
4.
363
r)
s)
t)
u)
v)
w)
x)
y)
z)
aa)
bb)
cc)
dd)
2.0
3.0
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)
b)
Note: For all these items only net PCC concrete quantity in CuM shall be
measured for payment.
5.0
b)
c)
d)
e)
f)
g)
h)
i)
Note: For all these items only net RCC concrete quantity in Cu.M shall be
measured for payment
6.0
c)
365
d)
e)
f)
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)
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)
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
k)
l)
m)
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
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:
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.
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
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
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)
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)
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)
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)
B)
vi)
373
vii)
viii)
ix)
x)
xi)
xii)
xiii)
xiv)
xv)
Note:
1)
2)
3)
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)
374
b)
c)
d)
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
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
1.2
a)
Supply, Fabrication and erection of mild steel gate 3.0 m high and 4.0m wide.
b)
c)
b)
c)
1.3
376
Note:
Page 21 of 21
377
Annexure-IV
to
Particular Job Specification
(ELECTRICAL WORKS)
378
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
DOCUMENT NO.
Page 1 of 9
MEC/23M9/05/E9/E/000/0001
REVISION 0
CONTENTS
SL. NO.
DESCRIPTION
1.0
INTRODUCTION
2.0
3.0
OPERATING REQUIRMENT
4.0
LIGHTING SYSTEM
5.0
SITE CONDITIONS
6.0
7.0
8.0
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
1.0
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
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)
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)
IX)
X)
XI)
XII)
Main Electrical Power Distribution Board (PDB) for receiving normal power and Lighting
Distribution boards.
381
2.0
DOCUMENT NO.
Page 3 of 9
MEC/23M9/05/E9/E/000/0001
REVISION 0
CMRI
DGM
OISD
IEEE
IER
ANSI
BEE
IEC
3.0
OPERATING REQUIRMENT
(i)
a)
b) Frequency
50 Hz +/- 5 %
3 Ph
d) Fault Level
415 V +/- 10 %
b) Frequency
50 Hz +/- 5 %
3 Ph & N (4W)
1 Ph & N (3W)
d) Fault level
382
DOCUMENT NO.
Page 4 of 9
MEC/23M9/05/E9/E/000/0001
REVISION 0
Solidly Earth
:
:
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
Maintenance factor
383
MEC/23M9/05/E9/E/000/0001
REVISION 0
Electrical room
Battery room
Process area
(Hazardous area)
SITE CONDITIONS
a) Max / Min Temperature
50 / 2 C
b) Relative Humidity
98 %
d) Atmospheric condition
e) Hazardous area
Classification
Safe Area
f) Control Room/Electrical
HT Switch Yard/battery room
/D.G Area/Transformers Yard
6.0
Page 5 of 9
5.0
DOCUMENT NO.
Zone-1
b) Gas Group
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
7.1
Enclosure Protection:-
384
DOCUMENT NO.
Page 6 of 9
MEC/23M9/05/E9/E/000/0001
REVISION 0
Outdoor Panels/Equipments
- IP 55
- IP 52
- IP 31
Enclosure Protection in hazardous areas:The type of enclosure in the plant / process area shall be Flame proof (Ex-d) type.
8.0
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
50 x 6 mm GI Flat
50 x 6 mm GI Flat
25 x 5 mm copper
Field Instruments
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
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
9.0
CABLES
Power & Control cables shall be according to MECONs Standard specification but not limited to
following:
9.1
9.2
386
DOCUMENT NO.
Page 8 of 9
MEC/23M9/05/E9/E/000/0001
REVISION 0
9.4
10.0
10.1
All A.C. will be 230V, 50 Hz, 1 Ph & N split type with 4kVA stabilizer.
10.2
387
11.0
SWITCH SOCKET
11.1
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
Scope of work
389
SCOPE OF WORKS
FOR
ELECTRICAL WORKS
FOR
SPUR LINES OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
Prepared By
Checked By
Approved By
VINAY NAGVANSHI
QUASIM AHMED
D K PANDE
390
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
AREA CLASSIFICATION
JOB SPECIFICATION
10
391
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
TITLE
MECON LTD,
DELHI
SCOPE OF WORK
(ELECTRICAL)
DOCUMENT NO.
Page 3 of 10
MEC/23M9/05/E9/E/000/0002
REVISION 0
:
:
:
:
50C/ 2C
98 %
Less than1000 M above mean sea level.
To withstand site conditions
i) For D/T, SVs, R/T at Sec-I, Sec-II & Various consumer Terminal.
NORMAL POWER
INSTRUMENTATION (UPS)
-48 V DC
SCADA (UPS)
24 V DC
CP SYSTEM (UPS)
230 V AC
Gas Chromatograph
NORMAL POWER
INSTRUMENTATION (Solar)
24 V DC
SCADA (Solar)
24 V DC
CP SYSTEM (Solar)
24 V DC
24 V DC
393
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
2.1.1
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
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
2.2.10
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
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)
2.3
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
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
396
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
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
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
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
7.0
8.0
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
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
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
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
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
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
Particular job
specification
401
FOR
SPUR LINES OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
402
11kV HT WORKS
Page 1 of 15
MEC/23M9/05/E9/E/000/0003
REVISION 0
CONTENT
SL. NO.
DESCRIPTION
GENERAL.
SCOPE
LIGHTNING ARRESTORS
AREA CLASSIFICATION
JOB SPECIFICATION
10
11
12
PREPARED BY:
CHECKED BY:
APPROVED BY:
ISSUE DATE :
(Vinay Nagvanshi)
(Quasim Ahmad)
(D.K. Pande)
JUN, 2010
403
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
11kV HT WORKS
MEC/23M9/05/E9/E/000/0003
Page 3 of 15
REVISION 0
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)
11kV, 3Ph
VARIATION
As per KSEB
FREQUENCY
50 Hz 5%
2.0
SCOPE
2.1
2.1.1
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
405
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
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)
I)
II)
28 KV (rms)
32 KV (rms)
75 KV (Peak)
85 KV (Peak)
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
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
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
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
3.12
408
TITLE
11kV HT WORKS
DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003
Page 7 of 15
REVISION 0
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
TITLE
11kV HT WORKS
DOCUMENT NO.
Page 8 of 15
MEC/23M9/05/E9/E/000/0003
(viii)
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
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
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)
11Kv
12Kv
Effectively earthed system
50
75
28
-Connection to system
Phase to earth
411
DOCUMENT NO.
Page 10 of 15
MEC/23M9/05/E9/E/000/0003
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
Lighting Arrestors
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)
(x)
5.2
REVISION 0
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
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
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
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
DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003
Page 12 of 15
REVISION 0
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
DOCUMENT NO.
MEC/23M9/05/E9/E/000/0003
Page 13 of 15
REVISION 0
9.0
10.0
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
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
11.1
The successful tenderer shall submit detailed site testing & commission procedure with time
schedules for Review/Approval to Owner/MECON.
415
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
12.1
a)
12.2
a)
b)
c)
12.3
416
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
FOR
SPUR LINES OF DADRI-BAWANA-NANGAL
PIPELINE (DBNPL) PROJECT
(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
418
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
Area Classification.
Job Specification.
Guaranty
Prepared By
Checked By
Approved By
VINAY NAGVANSHI
AASHISH MOYAL
D K PANDE
419
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)
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
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
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
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
TITLE
2.3
PARTICULAR JOB
SPECIFICATION FOR (SPV)
POWER SUPPLY SYSTEM
DOCUMENT NO.
Page 4 of 8
MEC/23M9/05/E9/E/000
/0004
REVISION: 0
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
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
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
5.3
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
8.0
423
TITLE
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
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
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
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
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.
Sets
Set of Meters
Sets
Sets
Sets
Battery Cells
Nos.
10
Solar
Controller
Nos.
Charge
-x-x-x-
426
DATA SHEET
427
Rev.: 1
Edition: 1
DATA SHEET
FOR
POWER & LIGHTING DISTRIBUTION BOARD
(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
428
ANNEXURE - III
Switch Board
1.0
2.0
Maximum voltage
660V
3.0
4.0
IP 52
4.1
5.0
Applicable standards
6.0
45C
7.0
As per SLD
8.0
9.0
9.1
As per SLD
10.0
11.0
As per SLD
Bottom for cable
Top for bus-duct
12.0
Bottom
13.0
14.0
1.5m/1m
14.1
Between phases
26mm
14.2
19mm
15.0
2.5kV
16.0
Paint shade
631 of IS-5
Busbars
1.0
1.1
Main busbars
0.6A/mm
1.2
2.0
As per SLD
429
2.1
Main busbars
As per SLD
2.2
3.0
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
3.1
4.0
As per SLD
4.1
As per SLD
5.0
6.0
MCCB
6.1
As per SLD
6.2
As per SLD
6.3
As per SLD
6.4
6.5
Note
80 kA RMS
As per SLD
430
ANNEXURE IV
PREFERRED MAKES
LIST OF EQUIPMENTS
PREFFERED MAKES
SFU
ACB
MCCB
CONTROL VOLTAGE TRANSFORMER
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)
(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
432
ANNEXURE I
PURCHASER'S DATA DISTRIBUTION TRANSFORMER
GENERAL DATA
1
Type of Transformer
Quantity
As per SOR
Continuous Rating
As per SOR
Type of cooling
ONAN
Oil type
Climate
Altitude
System earthing
Solidly earthed
10
Ambient temperature
Max.
Min.
11
Temperature rise
Oil measured by
thermometer
45 C
Windings measured by
resistance method
55 C
12
Paint shade
632 of IS - 5
13
Name Plate
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
27
Insulation class
Type E
28
Neutral Grounding
29
30
N/A
31
LV side
3kV
32
37
38
39
40
41
Winding insulation
Uniform
33
34
35
434
42
Neutral CT rating
43
Radiators
44
Marshalling box
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:
Neutral Termination
500 MVA
435
Annexure-II
TECHNICAL DATA TO FURNISH BY CONTRACTOR
1.
2.
3.
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.
7.
8.
9.
Mechanical data
A)
Weights in kg
436
1.
2.
3.
4.
oil
5.
Total Mass
6.
B)
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
Description
2
3
6
7
Remarks
Offer may be rejected if there is any
deviation.
439
Rev.: 0
Edition: 1
DATA SHEET
FOR
HIGH MAST
(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
440
Annexure-I
PURCHASERS DATA FOR HIGH MAST
1.
a)
Height of mast
b)
Make
Bajaj or equivalent
c)
No. of Sections
d)
Material construction
e)
Thickness
f)
One
g)
None
h)
(approx.)
i)
Polygonal
j)
k)
Type of joints
l)
Length of overlap
700 mm
m)
n)
Single Dipping
o)
Bottom : 85 Micron
Top
: 70 Micron
p)
q)
r)
s)
MCB
t)
u)
v)
w)
Details of template
441
x)
y)
Lightning protection
a)
b)
3 seconds.
c)
10 Mt.
d)
e)
1.15
3.
FOUNDATION DETAILS
a)
Type of foundation
b)
Size of foundation
As per Design
c)
To be confirmed by Owner
d)
As per IS-456
e)
As per IS-875-1987
f)
Depth of foundation
g)
h)
i)
j)
Bolt diameter
4.
LANTERN CARRIAGE
a)
Material of construction
M. S. IS 2062
b)
c)
Construction
d)
Number of joints
e)
f)
g)
h)
Number of fittings
i)
No. of fittings
As per SOR
i)
Type of fittings/fixture
5.
CABLE
1.25
442
a)
Type
Trailing Cable
b)
Material
c)
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
c)
Gear Ratio
53 : 1
d)
Capacity
e)
Method of operation
Manual/ Electrical
f)
Lubrication arrangement
g)
Type of lubricant
7.
a)
Make
B.W.LTD/SAFELIFT ENGG.
b)
Grade
c)
Number of ropes
2 continuous ropes
d)
Construction
7/19
e)
f)
Diameter (mm)
6 mm
g)
SS Thimble
h)
Minimum. 2400kgs. X 2
i)
Factor of safety
8.
POWER TOOL
a)
Model
Integral
b)
Input supply
3 Ph 415V AC
c)
Wattage/HP
d)
Number of speeds
Single speed
e)
Operating speed.(Average)
2 M/minute
9.
TORQUE LIMITER
443
a)
Lifting capacity
b)
Adjustable/ Non-adjustable
Adjustable
c)
Tripping device
Mechanical
444
Rev. :1
Edition : 1
DATA SHEET
FOR
UN-INTERRUPTED POWER SUPPLY (UPS)
SYSTEM
(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
445
ANNEXURE - I
1.1
Voltage/freq./ phase
1.2
10 kA for 1 Sec
2.0
SITE CONDITION
2.1
2.2
95%
2.3
Altitude
0.0 M MSL
3.0
3.1
Voltage/ Phase
3.2
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
Mode of operation
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
From Bottom
4.9
Internal protection
4.10
Earthing
4.4
4.5
446
4.11
Cooling
4.12
Noise Level
4.13
Crest Factor
3:1
4.14
>0.9
4.15
4.16
Overall efficiency
>85%
5.0
5.1
Rectifier/Charger
Input voltage
5.2
As per SOR
5.3
Output DC voltage/Load
5.4
5.5
<= 12%
5.6
Overload Capability
5.7
Inrush current
5.8
+/- 1%
5.9
DC voltage ripple
6.0
Bypass
6.1
Automatic Bypass
6.2
Input connection
6.3
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)
ii)
iii)
iv)
8.0
8.1
8.2
----
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.
8.3
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)
448
9.2
Inverter
9.3
Battery
9.4
10.0
10.1
Distribution boxes
Distribution Board Details
449
ANNEXURE-II (A)
TECHNICAL DATA FROM MANUFACTURER
(To be filled up by the Tendered)
1.0
INVERTER
1.1
1.2
1.3
Applicable codes/standards
1.4
1.5
Input voltage - DC
1.6
1.7
1.8
1.9
1.10
Mode of operation
1.11
1.12
1.13
1.14
1.15
450
1.17
1.18
1.19
Crest Factors
2.0
STATIC SWITCHES
2.1
2.2
2.3
3.0
BATTERY CHARGER
3.1
3.2
3.3
3.4
3.5
3.6
3.7
4.0
BATTERY
4.1
Make
4.2
4.3
4.4
4.5
451
4.6
4.7
4.8
4.9
4.10
4.11
4.12
4.13
Container type
4.14
4.15
5.0
5.1
Rating (Amp.)
5.2
Make/Type
6.0
6.1
Make/type
6.2
6.3
6.4
6.5
Type of cooling
7.0
Natural
AC DISTRIBUTION BOARD
7.1
Nos. of feeder/rating
7.2
7.3
9.0
452
10.0
Metering
11.0
12.0
12.1
13.0
14.0
15.0
16.0
17.0
453
ANNEXURE- II (B)
TECHNICAL DATA FROM MANUFACTURER
1.0
1.1
5% RMS (Voltage)
1.2
1.2.1
Rectifier
a) Voltage / Wattage
Load Bus
a) Voltage Regulation from Full load to no load
(for mains variation of 10%)
+ 5%
1.4
1.5
Annunciator details
a) Audio Visual
DC over voltage
Rectifier Failure
Load C.B. Trip
454
b) Push buttons
Acknowledge, reset
c) Remote
Indication Lamps
1.7
Meters
1.8
MTBF (Hrs.)
60,000 Hrs.
MTTR (Hrs.)
4 Hrs. (Approx.)
1.10
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
c) Access
d) Painting
e) Degree of Protection
1.12
Safety Factor
455
ANNEXURE III
PREFERRED MAKES
UPS System and Inverter
1.
2.
3.
4.
5.
EMERSON
DB POWER
APLAB
KELTRON
HI-REL
456
ANNEXURE - IV
CHECK LIST (To be filled up by tenderer)
Sl. No
Description
REMARKS
&
&
457
Rev.: 1
Edition: 1
DATA SHEET
FOR
SOLAR PHOTO VOLTAIC (SPV)
POWER SUPPLY SYSTEM
(ELECTRICAL SECTION)
MECON LIMITED
DELHI 110 092
458
MECON LIMITED
REGD. OFF: RANCHI
834002
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
1.2
System/Application
1.3
1.4
1.5
Earthing system
To be provided by vendor
1.6
Battery Back up
1.7
Location
1.8
Wind Velocity
170 Km/Hr
1.9
Ambient Temperature
2.0
SOLAR PANEL
2.1
2.2
Insolation data
2.3
03 days
2.4
96V DC
2.5
PV Array mounting
2.6
0.7
0.80
c) Battery Efficiency
0.80
459
MECON LIMITED
REGD. OFF: RANCHI
834002
TITLE
DOCUMENT NO.
Page 2 of 10
MEC/DS/05/E9/078
REVISION: 1
EDITION: 1
0.9
2.7
2.8
2.9
IP65
2.10
Supporting structure
2.11
3.0
3.1
3.2
IP 31
3.3
Mounting
Wall / floor
3.4
Cable entry
From Bottom
3.5
Rating (Amp)/KW
3.6
Charger I/O
4.0
4.1
Type of charger
4.2
Rating
4.3
Arrangement
460
MECON LIMITED
REGD. OFF: RANCHI
834002
TITLE
DOCUMENT NO.
Page 3 of 10
MEC/DS/05/E9/078
REVISION: 1
EDITION: 1
4.3
Charger I/O
4.4
Output Voltage
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
5.1
Make
5.2
Type
5.3
Mode of arrangement
5.4
AH Rating
5.5
5.6
Battery Sizing:
i)
ii)
iii)
5.7
6.0
6.1
Charge efficiency
1.16 V/Cell
0.88
0.8
As per min. site temp (0 deg C)
70%
80%
DCDB
Type
461
MECON LIMITED
REGD. OFF: RANCHI
834002
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)
2 No.
3 No.
6 No.
4 No.
7.0
JUNCTION BOXES
7.1
Type
7.2
Degree of protection
IP65
7.3
Mode of arrangement
8.0
DC-DC CONVERTER
8.1
Type
8.2
Input Voltage
8.3
Output voltage
24V DC
8.4
Accuracy
+/-1%
8.5
Efficiency
>80%
9.0
9.1
Type
9.2
PV Module
150 KWp
9.3
Lamp
2X11 W CFL
9.4
Voltage
60-80 V AC
9.5
Battery Rating
9.6
Battery Type
9.7
Indications
462
MECON LIMITED
REGD. OFF: RANCHI
834002
TITLE
DOCUMENT NO.
Page 5 of 10
MEC/DS/05/E9/078
REVISION: 1
EDITION: 1
10.0
10.1
10.2
10.3
Lugs-type
Tinned Cu
10.4
Other accessories
As required
11.0
11.1
On Building top
-----------
11.2
On ground
-----------
11.2
463
MECON LIMITED
REGD. OFF: RANCHI
834002
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
1.2
1.3
1.4
Applicable codes/standards
1.5
1.6
Mode of Arrangement
1.7
1.8
1.9
1.10
1.11
1.12
1.13
1.10
Tilt factor
1.11
Loss factor
1.12
1.13
1.14
2.0
CHARGE CONTROLLER
2.1
Rating (Amp.) / kW
2.2
2.3
Type / Mode
464
MECON LIMITED
REGD. OFF: RANCHI
834002
TITLE
DOCUMENT NO.
Page 7 of 10
MEC/DS/05/E9/078
REVISION: 1
EDITION: 1
3.2
3.3
Type/Mode
3.4
4.0
BATTERY
4.1
Make
4.2
4.3
Type of construction
4.4
AH rating
4.5
4.6
Mode of arrangement
2X50%
4.7
1.2 V / Cell
4.8
4.9
No. of cells
4.10
4.11
4.12
4.13
4.14
4.15
5.0
5.1
Ni-Cd
Included.
ii)
iii)
iv)
v)
vi)
465
MECON LIMITED
REGD. OFF: RANCHI
834002
TITLE
DOCUMENT NO.
Page 8 of 10
MEC/DS/05/E9/078
REVISION: 1
EDITION: 1
5.2
6.0
6.1
Solar Array
6.2
Battery Bank
6.3
Charge Controller
6.4
4.0
466
MECON LIMITED
REGD. OFF: RANCHI
834002
TITLE
DOCUMENT NO.
Page 9 of 10
MEC/DS/05/E9/078
REVISION: 1
EDITION: 1
ANNEXURE III
SOLAR MODULE
1.1
1.2
Peak Voltage
1.3
Peak Current
1.4
1.5
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
467
MECON LIMITED
REGD. OFF: RANCHI
834002
TITLE
DOCUMENT NO.
Page 10 of 10
MEC/DS/05/E9/078
REVISION: 1
EDITION: 1
ANNEXURE IV
Description
3
4
8
9
10
11
Remarks
Offer may be rejected if there is any
deviation
468
QUALITY
ASSURANCE PLAN
469
CONTRACTOR
GAIL(India) Limited
CLIENT:
PROJECT:
PACKAGE NO.
PACKAGE NAME
ELECTRICAL WORKS
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.
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.
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
INSPECTION
Raw Material and inprocess stage
inspection
MFR
CONTR
MECON
DOCUMENTS:
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
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
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
SHEET
1 OF 2
REV. 0
470
CLIENT:
GAIL
PROJECT:
PACKAGE NO.
PACKAGE NAME
ELECTRICAL WORKS
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.
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.
Set
1,2,3,4,
24, 27
9.
Battery Set
Set
1,2,3,4,
24,27
10.
DOCUMENTS:
INSPECTION
Raw Material and inprocess stage
inspection
MFR
CONTR
MECON
1
7.
Code Description
9
-
10
-
AND
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,
1,2,3,12,
13
1,2,28
1.2,28
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)
For CONTR
(Stamp & Signature)
For MECON
(Stamp & Signature)
SHEET
OF
REV. 0
471
CHECK LIST
472
SPURLINES OF DADRIBAWANA-NANGAL-PIPELINE
(DBNPL) PROJECT
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.
2.
3.
4.
5.
6.
Remarks
473
SPURLINES OF DADRIBAWANA-NANGAL-PIPELINE
(DBNPL) PROJECT
7.
8.
ELECTRICAL
CHECK LIST
Tender No.:.
Page 2 of 3
MEC/05/51/23M9/GAIL/---
REVISION 0
9.
10.
11
12.
13.
14.
474
SPURLINES OF DADRIBAWANA-NANGAL-PIPELINE
(DBNPL) PROJECT
ELECTRICAL
CHECK LIST
Tender No.:.
Page 3 of 3
MEC/05/51/23M9/GAIL/---
REVISION 0
15.
16.
475
Annexure-V
to
Particular Job Specification
(INSTRUMENTATION WORKS)
476
MECON LIMITED
DELHI
INDEX
Sl. No.
DESCRIPTION
1.0.0
2.0.0
SCOPE OF WORK
3.0.0
4.0.0
5.0.0
6.0.0
7.0.0
DESIGN CRITERIA
8.0.0
9.0.0
SPARES
10.0.0
11.0.0
DEVIATIONS
12.0.0
21.07.2010
PJ
RS
PS
Rev.
Date
By
Chkd
Appd
477
1.0.0
MECON LIMITED
DELHI
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)
b)
c)
d)
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
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)
i)
j)
k)
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 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
MECON LIMITED
DELHI
SECTION - II (16x 64 KM & 8x 16 KM):The scope of work shall include but not limited to the following:
a)
b)
c)
d)
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)
21.07.2010
PJ
RS
PS
Rev.
Date
By
Chkd
Appd
480
MECON LIMITED
DELHI
with supports, hydraulic testing, painting of supports as per std., but exclusive of
supply of Valves.
i)
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)
m)
The scope of work shall also comply with the Instrumentation General Specifications as
described elsewhere in the Bid document.
3.0.0
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
MECON LIMITED
DELHI
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
5.0.0.
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
6.0
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)
*01
02
03
04
*05
06
07
B)
Control Panel
*01
*02
03
*04
05
06
07
08
MECON LIMITED
DELHI
LEGEND : W Week ;
REQUIRED
DATE
PROMISED
21.07.2010
PJ
RS
PS
Rev.
Date
By
Chkd
Appd
483
7.0.0.
DESIGN CRITERIA
7.1.0.
CONTROL PHILOSOPHY
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
230V AC
24 VDC
21.07.2010
PJ
RS
PS
Rev.
Date
By
Chkd
Appd
484
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
9.0
SPARES
9.1
9.2
10.0
iv)
v)
vi)
vii)
21.07.2010
PJ
RS
PS
Rev.
Date
By
Chkd
Appd
485
MECON LIMITED
DELHI
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
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
4.
MEC/23M9/05/E5/DS TT-A
Temperature Transmitters
5.
MEC/23M9/05/E5/DS WMCP-A
6.
7.
8.
MEC/23M9/05/E5/DS SDC-A
9.
MEC/23M9/05/E5/DS IND-A
Indicators
Description
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
5.
MEC/23L4/05/E5/DS TT-B
Temperature Transmitters
Description
21.07.2010
PJ
RS
PS
Rev.
Date
By
Chkd
Appd
486
MECON LIMITED
DELHI
Sl.
No.
Description
6.
MEC/23L4/05/E5/DS WMCP-B
7.
Mounted Panel
8.
MEC/23L4/05/E5/DS ZB-B
Isolating Barriers
9.
MEC/23L4/05/E5/DS SDC-B
10.
MEC/23L4/05/E5/DS IND-B
Indicators
21.07.2010
PJ
RS
PS
Rev.
Date
By
Chkd
Appd
487
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)
VI)
M/s
M/s
M/s
M/s
VII)
M/s
M/s
M/s
M/s
EX-PROTECTA
FLAMEPROOF CONTROL GEARS
BALIGA
FLEXPRO ELECTRICALS
L&T
SIEMENS
MCBS:
1)
2)
3)
HAVELLS
INDO ASIAN
MDS
XI) RELAYS:
1)
2)
OEN
JYOTI
Page 2 of 3
489
ELNOVA
APLAB
XIII) INDICATORS
1)
2)
4)
5)
M/s
M/s
M/s
M/s
ABB
EUROTHERN
TATA HONEYWELL
MASIBUS
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
M/s
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)
490
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
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
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
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
15.04.2010
REV
DATE
BY
CHKD
APPD
491
PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-RTD/01-A
CLIENT: GAIL (INDIA)
LTD.
MECON LIMITED
DELHI
15.04.2010
Rev.
Date
By
Chkd
Appd
492
GAS PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-PT-A
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
7
8
9
10
11
12
Intrinsically safe
Air supply
Power supply
Cable entry
Accuracy
Repeatability
13
Output
14
Service
25
Element
Diaphragm
26
27
Body Material
Element Material
Carbon Steel
316 SS
28
Process Connections
NPT(F)
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
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
32
Operating
Pressure
MEASURING UNIT
Pressure
24
Range
Location
Span
Set
Options
NOTES:
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
PIPELINE
CLIENT: GAIL (INDIA)
LTD.
MECON LIMITED
DELHI
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)
2)
3)
4)
15.04.2010
Rev.
Date
By
Chkd
Appd
494
495
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
2.
3.
4.
APPROVAL AUTHORITY
FM/BASEEFA/CSA/SA/CMRS
5.
SUPPLY VOLTAGE
24 V DC
6.
FUSE RATING
7.
8.
POLARITY
9.
MOUNTING
10.
OPERATING TEMP
-20 C TO 60 C
11.
12.
14.
MAKE
MTL/P&F
15.
MODEL NO
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 1 of 3
496
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
2.
(i)
(ii)
(iii)
(iv)
Spares.
3.
4.
APPROVAL AUTHORITY
FM/BASEEFA/CSA/SA/CMRS
5.
SUPPLY VOLTAGE
24 V DC
6.
FUSE RATING
7.
8.
POLARITY
9.
MOUNTING
10.
OPERATING TEMP
-20 C TO 60 C
11.
12.
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
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 2 of 3
497
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
2.
3.
4.
APPROVAL AUTHORITY
FM/BASEEFA/CSA/SA/CMRS
5.
SUPPLY VOLTAGE
24 V DC
6.
FUSE RATING
7.
8.
POLARITY
9.
MOUNTING
10.
OPERATING TEMP
-20 C TO 60 C
11.
12.
14.
MAKE
MTL/P&F
15.
MODEL NO
16
Qty.
As Reqd.
QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID: MEC/23L4/05/21/M /001/ 0001 REV-2
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 3 of 3
498
PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-IND-A
MECON LIMITED
DELHI
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
*
*
*
*
Note: Indicators for all Wall Mounted Panels shall be Digital type only.
15.04.2010
Rev.
Date
By
Chkd
Appd
499
PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-IND-A
MECON LIMITED
DELHI
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
MECON LIMITED
DELHI
DESCRIPTION
DETAILS
1.
TYPE
2.
INPUT
4-20 mA D.C
3.
OUTPUT
4.
ISOLATION
5.
ACCURACY
0.1%
6.
POWER SUPPLY
24 V DC
7.
24 V DC
8.
9.
MOUNTING
10.
MAKE
MTL/P&F
11.
MODEL NO
By Vendor
12.
QUANTITY
As Reqd.
NOTES:1.
2.
15.04.2010
Rev.
Date
By
Chkd
Appd
501
MECON LIMITED
DELHI
SPECIFICATIONS
FOR
WALL MOUNTED CONTROL PANEL & ACCESSORIES
GENERAL
Site of Installation
1.
2.
Owner
3.
Consultant
: MECON LIMITED.
4.
: Indoor
5.
Wall
: Cemented
6.
Air conditioning
: Yes
7.
: 4 Nos.
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 1 of 6
502
MECON LIMITED
DELHI
Type
2.
Lighting
3.
Ventilation
4.
Doors
5.
Door width
6.
Cable Entry
7.
Receptacles
8.
Painting
9.
Channel Back
10.
Name Plates
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 2 of 6
503
MECON LIMITED
DELHI
1.
Panel dimension
2.
Control Panel
3.
4.
Door panel
5.
6.
By vendor
7.
Required
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 3 of 6
504
MECON LIMITED
DELHI
WIRING
1.
Type
2.
Wiring details:
Signal Wiringp:
External to Cabinet
4.
Terminal type
5.
6.
7.
Terminal block
Clip-on type
8.
Power Supply
DC Wiring
Alarm System
Control & shutdown
Analog signals (IS)
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 4 of 6
505
A)
MECON LIMITED
DELHI
1.
Function
: Distribute power to
individual instruments
2.
Mounting
3.
Door
4.
Painting
5.
5.1.
Box dimension
: By vendor.
5.2
6.
Cable entry
: By vendor
7.
Accessories
8.
Special requirements
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 5 of 6
506
MECON LIMITED
DELHI
2.
3.
4.
5.
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 6 of 6
507
MECON LIMITED
DELHI
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
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
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
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
15.04.2010
REV
DATE
BY
CHKD
APPD
508
PIPELINE
Data Sheet No.: MEC/23M9/05/E5/DS-RTD/01-B
CLIENT: GAIL (INDIA)
LTD.
MECON LIMITED
DELHI
15.04.2010
Rev.
Date
By
Chkd
Appd
509
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
7
8
9
10
11
12
Intrinsically safe
Air supply
Power supply
Cable entry
Accuracy
Repeatability
13
Output
14
Service
25
Element
Diaphragm
26
27
Body Material
Element Material
Carbon Steel
316 SS
28
Process Connections
NPT(F)
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
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
32
Operating
Pressure
MEASURING UNIT
Pressure
24
Range
Location
Span
Set
Options
NOTES:
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
MECON LIMITED
DELHI
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)
2)
3)
4)
15.04.2010
Rev.
Date
By
Chkd
Appd
511
512
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
*
*
*
*
Note: Indicators for all Wall Mounted Panels, shall be Digital type only.
15.04.2010
Rev.
Date
By
Chkd
Appd
513
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
MECON LIMITED
DELHI
SPECIFICATIONS
FOR
WALL MOUNTED CONTROL PANEL & ACCESSORIES
GENERAL
Site of Installation
1.
2.
Owner
3.
Consultant
: MECON LIMITED.
4.
: Indoor
5.
Wall
: Cemented
6.
Air conditioning
: Yes
7.
: 03 Nos.
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 1 of 6
515
MECON LIMITED
DELHI
Type
2.
Lighting
3.
Ventilation
4.
Doors
5.
Door width
6.
Cable Entry
7.
Receptacles
8.
Painting
9.
Channel Back
10.
Name Plates
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 2 of 6
516
MECON LIMITED
DELHI
1.
Panel dimension
2.
Control Panel
3.
4.
Door panel
5.
6.
By vendor
7.
Required
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 3 of 6
517
MECON LIMITED
DELHI
WIRING
1.
Type
2.
Wiring details:
Signal Wiringp:
External to Cabinet
4.
Terminal type
5.
6.
7.
Terminal block
Clip-on type
8.
Power Supply
DC Wiring
Alarm System
Control & shutdown
Analog signals (IS)
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 4 of 6
518
A)
MECON LIMITED
DELHI
1.
Function
: Distribute power to
individual instruments
2.
Mounting
3.
Door
4.
Painting
5.
5.1.
Box dimension
: By vendor.
5.2
6.
Cable entry
: By vendor
7.
Accessories
8.
Special requirements
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 5 of 6
519
MECON LIMITED
DELHI
2.
3.
4.
5.
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 6 of 6
520
CLIENT:GAIL(I)
LTD.
MECON LIMITED
DELHI
DESCRIPTION
DETAILS
1.
TYPE
2.
INPUT
4-20 mA D.C
3.
OUTPUT
4.
ISOLATION
5.
ACCURACY
0.1%
6.
POWER SUPPLY
24 V DC
7.
24 V DC
8.
9.
MOUNTING
10.
MAKE
MTL/P&F
11.
MODEL NO
By Vendor
12.
QUANTITY
As Reqd.
NOTES:1.
2.
15.04.2010
Rev.
Date
By
Chkd
Appd
521
MECON LIMITED
DELHI
ISOLATING BARRIERS
SL.NO.
DESCRIPTION
DETAILS
1.
TYPE
2.
3.
4.
APPROVAL AUTHORITY
FM/BASEEFA/CSA/SA/CMRS
5.
SUPPLY VOLTAGE
24 V DC
6.
FUSE RATING
7.
8.
POLARITY
9.
MOUNTING
10.
OPERATING TEMP
-20 C TO 60 C
11.
12.
14.
MAKE
MTL/P&F
15.
MODEL NO
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 1 of 3
522
MECON LIMITED
DELHI
ISOLATING BARRIERS
SL.NO.
DESCRIPTION
DETAILS
1.
TYPE
2.
(i)
(ii)
(iii)
(iv)
Spares.
3.
4.
APPROVAL AUTHORITY
FM/BASEEFA/CSA/SA/CMRS
5.
SUPPLY VOLTAGE
24 V DC
6.
FUSE RATING
7.
8.
POLARITY
9.
MOUNTING
10.
OPERATING TEMP
-20 C TO 60 C
11.
12.
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
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 2 of 3
523
MECON LIMITED
DELHI
ISOLATING BARRIERS
SL.NO.
DESCRIPTION
DETAILS
1.
TYPE
2.
3.
4.
APPROVAL AUTHORITY
FM/BASEEFA/CSA/SA/CMRS
5.
SUPPLY VOLTAGE
24 V DC
6.
FUSE RATING
7.
8.
POLARITY
9.
MOUNTING
10.
OPERATING TEMP
-20 C TO 60 C
11.
12.
14.
MAKE
MTL/P&F
15.
MODEL NO
16
Qty.
As Reqd.
QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID: MEC/23L4/05/21/M /001/ 0001 REV-2
15.04.2010
Rev.
Date
By
Chkd
Appd
Page 3 of 3
524
Annexure-VI
to
Particular Job Specification
(TELECOMMUNICATION WORKS)
525
TELECOMMUNICATION WORKS
(FOR ALL SECTIONS)
MECON LIMITED
DELHI
0
Rev.
21.07.2010
Date
PJ
By
Page 1 of 7
RS
Chkd
PS
Appd
526
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
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:
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
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)
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
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.
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
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
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
1.
2.
3.
Sl. No.
Description
Remarks
1.
MEC/TS/05/E5/T/096
2.
MEC/TS/05/E5/T/037
3.
MEC/TS/05/E5/T/042
Sl. No.
Description
Remarks
1.
MEC/S/05/E5/T/001
2.
MEC/S/05/E5/T/002
Description
Remarks
1.
MEC/05/E5/T/002
2.
MEC/05/E5/T/002A
3.
MEC/05/E5/T/002-WM
4.
MEC/05/E5/T/005
5.
MEC/05/E5/T/008
6.
MEC/05/E5/T/009
7.
MEC/05/E5/T/010
Page 7 of 7
532
Annexure-VII
to
Particular Job Specification
533
FT - 1
534
1.0
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 :
Section-II:
2.0
Intent of Specification
2.1
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.
3.
4.
5.
6.
7.
Receiving Terminal
at Jalandhar
1.
2.
3.
SECTION-II
Despatch Terminal
at Saharanpur
Remarks
FT - 3
536
Sl.
No.
4.
5.
6.
7.
8.
9.
10.
Location
Sv-2 at Ch.
34.00Km
Sv-3 cum tap-off for
Roorkee at Ch.
39.00Km
SV-5 at Ch.
47.0Km
Receiving Terminal
at Haridwar
Remarks
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
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
FT - 5
538
S.N
Facility
Area
- Indoor
Siren
At strategic location
Portable Extinguisher
DCP
CO2
Office buildings.
Water
Oil facilities.
Foam
Mobile type
3.0
5o C
55o C
90%
75mm
Maximum 100 Km/Hr
Humid & Hot (Sea Condition)
4.0
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/
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.
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.
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.
FT - 7
540
iii/
To obtain No Objection Certificate from the local statutory fire authorities / TAC for the
complete system.
5.0
5.1
FT - 8
541
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
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
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
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)
:
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
Design Criteria
7.1
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:
Mild steel tubes, tubular and other wrought iron fittings IS:1239, part-1-1990 &
Part-2-1992
Code of practice for laying of electrically welded steel pipes for water supply
IS:5822-1994
Covered electrode for manual metal arc welding of carbon and carbon
manganese steel IS:814-1991
FT - 12
545
7.6
8.0
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
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
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
8.2.1
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/
FT - 15
548
e/
f/
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/
i/
j/
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/
o/
Type and make of protection relays for each type of feeders along with write up and
catalogues.
q/
r/
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/
ac/
ae/
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/
iv)
viii/
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/
xxii/
xxiii/
xxx/
Sequence of annunciation and list of annunciation points for MFAP and other panels.
xxxii/
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
Manufacturer's routine test and type test certificates for all equipment and cables.
b/
c/
d/
Instruction manuals for erection, maintenance and operation of all the equipments.
e/
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/
h/
i/
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/
m/
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
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).
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
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
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
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
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
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
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
18.0
19.0
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.
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
MECON LIMITED
DATA SHEET
FOR
PORTABLE FIRE
EXTINGUISHERS
CARBON DI OXIDE TYPE
558
MECON LIMITED
Delhi
MECON LIMITED
DESCRIPTION
REQUIRED AS
PER TS
1.0
GENERAL
1.1
1.2
QUANTITY REQUIRED
1.3
1.4
TYPE
UPRIGHT
1.5
IS CODE
AS PER IS:28781986
2.0
GUARANTEED PERFORMANCE
2.1
4.5 KG
2.2
20
2.4
30
2.5
2.0
2.6
95% BY MASS OF
THE CONTENTS
3.0
CONSTRUCTION DETAILS
3.1
BODY
SEAMLESS
MANGANESE
STEEL CYLINDER
PER IS:7285-1988
3.2
CONVEX / FLAT
BASE
3.3
FILLING RATIO
0.667 (MAX.)
3.4
125 KG/CM2
3.5
240 KG/CM2
AS OFFERD
AS PER SOR
DS-PE-CO2-6.8- 1
559
MECON LIMITED
Delhi
SL
DESCRIPTION
REQUIRED AS
PER TS
3.6
85 KG/CM2
3.7
140 KG/CM2
(MIN.)
3.8
1:9
3.9
YES
3.10
YES
4.0
MATERIAL OF CONSTRUCTION
4.1
CYLINDER
SEAMLESS STEEL
TUBE AS PER
IS:7285
4.2
IS:307-1966
4.3
CONTROL VALVE
4.4
SYPHON TUBE
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
5.2
5.3
MECON LIMITED
AS OFFERD
25 KG
DS-PE-CO2-6.8- 2
560
MECON LIMITED
Delhi
SL
DESCRIPTION
REQUIRED AS
PER TS
5.4
5.5
LOSS IN
OVERALL
WEIGHT BY 10%
6.0
YES
7.0
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
10.0
YES
MECON LIMITED
AS OFFERD
DS-PE-CO2-6.8- 3
561
MECON LIMITED
Delhi
MECON LIMITED
MATERIAL IDENTIFICATION
1.01
NAME OF EQUIPMENT
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
3 mW
4.05
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
7.04
WEIGHT
75g
7.05
APPLICATION
INDOOR
7.06
INDICATION
7.07
HUMIDITY RANGE
5 to 95% RH
7.08
TEMPERATURE RANGE
-30 to 80 degree C
7.09
To be provided
7.10
To be Provided
7.11
SENSITIVITY
Programmable Sensitivity
8.00
562
MECON LIMITED
Delhi
MECON LIMITED
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
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
1.2 mW
4.05
1.2 W
5.00
PROTECTION
5.01
INGRESS PROTECTION
6.00
MATERIAL OF CONSTRUCTION
BODY
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
7.07
HUMIDITY RANGE
10% TO 93% rh
7.08
TEMPERATURE RANGE
-10 to 60 degree C
7.09
To be Provided
7.10
To be provided
8.00
563
MECON LIMITED
Delhi
MECON LIMITED
MATERIAL IDENTIFICATION
1.01
NAME OF EQUIPMENT
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
3.00
OPERATING
3.01
140 mA
3.02
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
6.00
LOTHER FEATURES
6.01
TYPE OF MOUNTING
WALL
6.02
DIMENSIONS
6.03
COLOUR
6.04
WEIGHT
8 kg approx.
6.05
APPLICATION
INDOOR
6.06
INDICATION
LED TYPE
6.07
ACCESSORIES
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
MECON LIMITED
Delhi
MECON LIMITED
MATERIAL IDENTIFICATION
1.01
NAME OF EQUIPMENT
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
6.03
COLOUR
RED
6.04
WEIGHT
250g approx.
6.05
APPLICATION
INDOOR
6.06
INDICATION
LED TYPE
7.00
BREAK TYPE
24 VDC
ABS HOUSING
565
MECON LIMITED
Delhi
MECON LIMITED
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
4.04
3 mW
4.05
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
6.04
WEIGHT
75g approx.
6.05
APPLICATION
INDOOR
6.06
INDICATION
6.07
HUMIDITY RANGE
5 to 95% RH
6.08
TEMPERATURE RANGE
-30 to 80 degree C
6.09
Available
7.00
THERMISTOR
566
DATA SHEET
FOR
PORTABLE EXTINGUISHERS
DS PEDCP - 1
567
DESCRIPTION
REQUIRED AS PER TS
1.0
GENERAL
1.1
1.2
QUANTITY REQUIRED
1.3
1.4
TYPE
UPRIGHT
1.5
IS CODE
2.0
GUARANTEED PERFORMANCE
2.1
10 KG
2.2
5.0 M
2.3
15
2.4
20
2.5
3.0
CONSTRUCTION DETAILS
3.1
BODY
CYLINDRICAL
3.2
3.3
NECK RING
3.4
CAP
3.5
3.6
CARTRIDGE HOLDER
3.7
PIERCING MECHANISM
AS OFFERD
AS PER SOR
568
PR
DESCRIPTION
REQUIRED AS PER TS
AS OFFERD
HOSE
3.9
SYPHON TUBE
3.10
YES
3.11
CO2
4.0
MATERIAL OF CONSTRUCTION
4.1
NECK RING
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
4.9
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
5.4
150 MM MIN.
5.5
520MM APPROX.
DS PEDCP - 3
569
PR
DESCRIPTION
REQUIRED AS PER TS
5.7
5.8
FILLER OPENING
63MM
7.0
YES
8.0
9.0
CONDITION OF REFILLING
10.0
PAINTING
11.0
12.0
MARKING
13.0
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)
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
22
02
03
14
07
02
12
04
04
02
SUMMARY OF PRICES
PROFORMA FOR EXTENDED STAY COMPENSATION
02
01
572
1)
SCHEDULE OF RATES
FOR
MAINLINE WORKS
573
1.0
PIPELINE LAYING/INSTALLATION
Qty.
Currency
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.
574
Page 1 of 22
Unit
Qty.
Currency
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.
575
Page 2 of 22
Unit
Qty.
Currency
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;
576
Page 3 of 22
Unit
Qty.
Currency
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
Mtr.
31000
1.3
609.6
12.7/11.1
Mtr.
11000
1.4
609.6
15.9/14.3
Mtr.
8000
577
Page 4 of 22
Unit
Qty.
Currency
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
2.1
Pipe OD - 609.6 mm, WT- X-70 (9.5 mm) / X-80 (8.7 mm), Coating Thickness - 90 mm
3.0
4.0
100
Nos.
50
300
578
Page 5 of 22
5.0
CONCRETE SLABS
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
Qty.
1000
200
2000
1000
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
579
Page 6 of 22
1
Sl.
No.
8.0
8.1
Lumpsum
8.2
Lumpsum
8.3
Lumpsum
8.4
Lumpsum
8.5
Lumpsum
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
580
Page 7 of 22
Unit
Qty.
Currency
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.
581
Page 8 of 22
Unit
Qty.
Currency
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
582
Page 9 of 22
1
Sl.
No.
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
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.
583
Page 10 of 22
Unit
Qty.
Currency
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
584
Page 11 of 22
Unit
Qty.
Currency
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.
585
Page 12 of 22
Unit
Qty.
Currency
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.
586
Page 13 of 22
Unit
Qty.
Currency
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.
587
Page 14 of 22
Unit
Qty.
Currency
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.
588
Page 15 of 22
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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
589
Page 16 of 22
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
Nos.
60
Nos.
336
Nos.
84
Nos.
45
Nos.
20
Nos.
Currency
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.
590
Page 17 of 22
Unit
Qty.
Currency
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.
591
Page 18 of 22
Unit
Qty.
Currency
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.
No.
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.
592
Page 19 of 22
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
84
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
84
593
Page 20 of 22
Unit
Qty.
Currency
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
LS/km
84
LS/km
84
LS/km
84
LS / Km
84
594
Page 21 of 22
Unit
Qty.
Currency
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 : ________________________________________________
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]
596
Unit
Qty.
Currency
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.
597
Page 1 of 2
Unit
Qty.
Currency
MECON LIMITED
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 :
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]
599
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
600
Page 1 of 3
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
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
601
Page 2 of 3
Unit
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
Place : _____________
Date : _____________
Tender No.: _____________________________________________________
Offer No. & Date : ________________________________________________
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]
603
1.0
Unit
Size
Rating/
Thk./
Sch.
Qty.
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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.
604
Page 1 of 14
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.
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
12" NB
S60
18
8" NB
14.3
102
6" NB
XS
12
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
1.1
605
Page 2 of 14
Unit
Size
Rating/
Thk./
Sch.
Qty.
4" NB
XS
24
2" NB
S80
36
1" NB
S80
1" NB
S80
" NB
S160
" NB
S160
D4A
1.1.11 ASTM A333 Grade 6 Seamless, BE
8" NB
XS
36
" NB
S160
B1A
1.1.13 API 5L, Gr. B, PSL-2, Seamless, BE
8" NB
7.9
24
4" NB
S40
24
Curr
ency
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.
606
Page 3 of 14
Unit
2.0
2.1
Size
Rating/
Thk./
Sch.
Qty.
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
D1A
2.1.1 API 5L, Gr. X-52, PSL-2, SAW, BE
24" NB
19.1
84
12" NB
S60
18
8" NB
14.3
102
6" NB
XS
12
4" NB
XS
24
2" NB
S80
36
1" NB
S80
1" NB
S80
" NB
S160
" NB
S160
D4A
2.1.11 ASTM A333 Grade 6 Seamless, BE
8" NB
XS
36
" NB
S160
607
Page 4 of 14
Unit
Size
Rating/
Thk./
Sch.
Qty.
B1A
2.1.13 API 5L, Gr. B, PSL-2, Seamless, BE
8" NB
7.9
24
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
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
FLANGES
608
Page 5 of 14
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#
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#
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
ELBOW
609
Page 6 of 14
Unit
Nos.
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
Nos.
8"
14.3
Nos.
"
S160
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#
Nos.
8"x"
6000#
Nos.
24"
600#
2.4
Size
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
TEE
10
610
Page 7 of 14
3.0
Unit
Size
Rating/
Thk./
Sch.
Qty.
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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
Nos.
"
800#
16
3.2.2
Nos.
"
800#
Nos.
24"
600#
611
Page 8 of 14
Unit
Size
Rating/
Thk./
Sch.
Qty.
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
4.0
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
612
Page 9 of 14
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
5.1
6.0
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.
Size
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
613
Page 10 of 14
7.0
7.1
Unit
Size
Rating/
Thk./
Sch.
Qty.
Curr
ency
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
614
Page 11 of 14
Unit
8.0
8.1
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
No.
1"
800#
8.1.6
No.
3/4"
800#
8.1.7
No.
1/2"
800#
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
615
Page 12 of 14
9.0
9.1
Unit
Size
Rating/
Thk./
Sch.
Qty.
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
MT
MT
MT
50
Inch
Mtr.
24
30" x 24"
Note : This rate shall be applicable for manufacturing defects in Company supplied
materials only.
616
Page 13 of 14
Unit
Size
Rating/
Thk./
Sch.
Qty.
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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).
Place : _____________
Place : _____________
In Figure :
In Word :
___________________________________
___________________________________
617
Page 14 of 14
3-(II)
SCHEDULE OF RATES
FOR
TERMINAL WORKS (CIVIL)
618
3-(II)
Item
No.
CIV-1
Unit
Qty.
M3
11000
M3
18000
M3
350
M3
75
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
CIV-3
a)
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.
619
Pape 1 of 7
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
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
620
Pape 2 of 7
3-(II)
Item
No.
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
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.
621
Pape 3 of 7
Unit
Qty.
M2
M2
700
2800
M2
1400
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
a)
622
Pape 4 of 7
Unit
Qty.
Rm
2000
Nos.
Nos
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.
623
Pape 5 of 7
Unit
Qty.
M2
1400
Rm
750
Nos.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
624
Pape 6 of 7
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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)
(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:
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]
626
3-(III)
Item
No.
ST-1
ST-2
a)
b)
ST-3
ST-4
a)
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
50
1
1
1500
627
Pape 1 of 2
3-(III)
Item
No.
ST-5
1
2
Note:
Place
Date
Unit
: _____________
: _____________
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
628
Pape 2 of 2
3 - (IV)
SCHEDULE OF RATES
FOR
TERMINAL WORKS (ELECTRICAL)
629
Unit
1(ii)
1(iii)
Qty.
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.
Currency
MECON LIMITED
630
Sheet 1 of 12
1(iv)
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.
Amount
in INR
in Foreign
Currency
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)
1(v)
Currency
MECON LIMITED
631
Sheet 2 of 12
Unit
Qty.
a)
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).
a)
b)
c)
d)
e)
f)
g)
Currency
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
632
Sheet 3 of 12
Unit
Qty.
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
200
60
30
40
400
80
2540
300
150
480
10
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
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.
Currency
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
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)
Amount
in INR
in Foreign
Currency
(iii)
12
(ii)
Currency
MECON LIMITED
2000
634
Sheet 5 of 12
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)
Amount
in INR
in Foreign
Currency
100
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
80
Nos.
Currency
MECON LIMITED
635
Sheet 6 of 12
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)
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.
Currency
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
636
Sheet 7 of 12
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)
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)
a)
b)
c)
Qty.
Currency
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
637
Sheet 8 of 12
a)
b)
c)
Unit
Qty.
Nos.
Nos.
Mtr.
34
27
300
Mtr.
200
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)
Set
d)
19 (i)
a)
b)
c)
a)
b)
Currency
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
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)
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)
Currency
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
Unit
Qty.
Set
Set
Currency
MECON LIMITED
Unit Rate inclusive of all
applicable taxes & duties except
Price in Foreign Currency
Supply
Erection
Amount
in INR
in Foreign
Currency
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
640
Sheet 11 of 12
23
1)
2)
3)
4)
Unit
Set
LS
Currency
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
: _____________
: _____________
In Figure :
In Word :
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]
642
Unit
Qty.
1.0
FIELD INSTRUMENTS
1.01
22
1.02
17
1.03
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
2.0
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)
Nos.
Nos.
Nos.
Nos.
Currency
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
643
Sheet 1 of 4
3-(V)
Sl.
No.
3.0
3.01
3.02
3.03
3.04
Unit
Qty.
Currency
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
644
Sheet 2 of 4
Unit
Qty.
Control Cables
- 12C x 1.5 mm
- 3C x 1.5 mm
Mtrs.
Mtrs.
2350
500
iv)
Mtrs.
200
v)
Mtrs.
500
6.0
Mtrs.
Mtrs.
Mtrs.
Mtrs.
250
400
300
100
6.01
7.0
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
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
Mtrs.
Mtrs.
Mtrs.
20
20
20
645
Sheet 3 of 4
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
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
In Figure :
In Word :
646
Sheet 4 of 4
3- (VI)
SCHEDULE OF RATES
FOR
TELECOMMUNICATION WORKS
647
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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
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
1.0
2.0
648
Pape 1 of 4
Unit
Qty.
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 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
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
649
Pape 2 of 4
3-(VI)
Item
No.
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.
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.
Currency
MECON LIMITED
650
Pape 3 of 4
Unit
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
: _____________
: _____________
Qty.
Sets
20
Sets
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
651
Pape 4 of 4
3- (VII)
SCHEDULE OF RATES
FOR
FIRE PROTECTION SYSTEM
652
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
Nos.
24
Nos.
Nos.
1
1
Nos.
Nos.
Nos.
Nos.
2
2
2
Currency
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
653
Page 1 of 2
Unit
Qty.
Currency
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 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.
Place : _____________
Place : _____________
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.
(In Words)
(In Words)
2 (I).
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)
III)
IV)
V)
VI.
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)
[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
10
11
12
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
: _____________
: _____________
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.
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
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)
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
28
02
03
14
07
02
11
04
04
03
SUMMARY OF PRICES
PROFORMA FOR EXTENDED STAY COMPENSATION
02
01
659
1)
SCHEDULE OF RATES
FOR
MAINLINE WORKS
660
1
Sl.
No.
1.0
PIPELINE LAYING/INSTALLATION
Unit
Qty.
Currency
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.
661
Page 1 of 28
Unit
Qty.
Currency
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.
662
Page 2 of 28
Unit
Qty.
Currency
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
663
Page 3 of 28
Unit
Qty.
Currency
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
3 Layer PE
Coating
3 Layer PE
Coating
Mtr.
20000
Mtr.
20000
Mtr.
20000
664
Page 4 of 28
1
Sl.
No.
1.4
406.4
11.1/9.5
1.5
219.1
6.4
3 Layer PE
Coating
1.6
219.1
7.9
3 Layer PE
Coating
Unit
Qty.
Mtr.
6000
Mtr.
11000
Mtr.
5000
Currency
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
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
50
665
Page 5 of 28
1
Sl.
No.
3.0
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
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
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
666
Page 6 of 28
1
Sl.
No.
7.0
7.1
Lumpsum
7.2
Lumpsum
7.3
Lumpsum
7.4
Lumpsum
7.5
Lumpsum
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
667
Page 7 of 28
Unit
Qty.
Currency
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.
Lumpsum
Lumpsum
668
Page 8 of 28
Unit
Qty.
Lumpsum
Lumpsum
Currency
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.
669
Page 9 of 28
1
Sl.
No.
9.1
Unit
Lumpsum
Qty.
Currency
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.
670
Page 10 of 28
Unit
Qty.
Currency
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
671
Page 11 of 28
Unit
Qty.
Currency
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)
672
Page 12 of 28
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
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
673
Page 13 of 28
Unit
Qty.
Currency
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.
674
Page 14 of 28
Unit
Qty.
Currency
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
675
Page 15 of 28
Unit
Qty.
Currency
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.
676
Page 16 of 28
Unit
Qty.
Currency
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.
677
Page 17 of 28
Unit
Qty.
Currency
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.
678
Page 18 of 28
Unit
Qty.
Currency
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
679
Page 19 of 28
Unit
Qty.
Currency
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
680
Page 20 of 28
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
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
681
Page 21 of 28
Unit
Qty.
Nos.
50
Nos.
300
Nos.
75
Nos.
45
Nos.
12
Nos.
cm2
400
No.
20
No.
20
Currency
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)
682
Page 22 of 28
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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.
683
Page 23 of 28
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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
Nos.
Nos.
Nos.
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.
684
Page 24 of 28
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
No.
No.
20
No.
10
No.
LS / Km
64
LS / Km
16
685
Page 25 of 28
Unit
Qty.
Currency
Amount
in INR
in Foreign
Currency
64
16
64
16
64
16
64
16
64
16
MECON LIMITED
686
Page 26 of 28
Unit
Qty.
Currency
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
LS / Km
16
LS / Km
64
LS / Km
16
LS / Km
64
LS / Km
16
LS / Km
64
LS / Km
16
687
Page 27 of 28
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
LS / Km
64
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
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 : ________________________________________________
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]
689
Unit
Qty.
Currency
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.
690
Page 1 of 2
Unit
Qty.
Currency
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).
Place : _____________
Date : _____________
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]
692
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
693
Page 1 of 3
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
694
Page 2 of 3
Unit
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
Place : _____________
Date : _____________
Tender No.: _____________________________________________________
Offer No. & Date : ________________________________________________
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]
696
3-(I)
Sl.
No.
1.0
Unit
Size
Rating/
Thk./
Sch.
Qty.
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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.
697
Page 1 of 14
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.
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
12" NB
S60
1.1.3
8" NB
14.3
24
1.1.4
6" NB
XS
78
1.1.5
4" NB
XS
48
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
698
Page 2 of 14
3-(I)
Sl.
No.
1.1.6
1.1.7
1.1.8
1.1.9
Qty.
2" NB
Rating/
Thk./
Sch.
S80
1" NB
S80
1" NB
S80
" NB
S160
" NB
S160
D4A
1.1.11 ASTM A333 Grade 6 Seamless, BE
6" NB
XS
48
4" NB
XS
36
" NB
S160
B1A
API 5L, Gr. B, PSL-2, Seamless, BE
10" NB
STD
8" NB
7.9
4" NB
S40
12
1.1.4
Note:
Unit
Size
Curr
ency
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.
699
Page 3 of 14
3-(I)
Sl.
No.
2.0
2.1
Unit
Size
Rating/
Thk./
Sch.
Qty.
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
2.1.1
D1A
API 5L, Gr. X-52, PSL-2, SAW, BE
16" NB
17.5
36
2.1.2
12" NB
S60
2.1.3
8" NB
14.3
24
2.1.4
6" NB
XS
78
2.1.5
4" NB
XS
48
2.1.6
2" NB
S80
24
2.1.7
1" NB
S80
2.1.8
1" NB
S80
2.1.9
" NB
S160
" NB
S160
D4A
2.1.11 ASTM A333 Grade 6 Seamless, BE
6" NB
XS
48
4" NB
XS
36
" NB
S160
700
Page 4 of 14
Unit
Size
Rating/
Thk./
Sch.
Qty.
B1A
2.1.14 API 5L, Gr. B, PSL-2, Seamless, BE
10" NB
STD
8" NB
7.9
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#
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
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
701
Page 5 of 14
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#
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
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
702
Page 6 of 14
3-(I)
Sl.
No.
2.3.3
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
Nos.
"
6000#
2.3.8
Nos.
6"
XS
2.3.9
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
2.3.7
Curr
ency
MECON LIMITED
2.4.4
Nos.
Nos.
Nos.
Nos.
2.4.5
Nos.
6"
XS
2.4.6
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
703
Page 7 of 14
3-(I)
Sl.
No.
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
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
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
3.1
3.1.1
704
Page 8 of 14
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
Amount
in INR
in Foreign
Currency
3.2.2
3.3
3.3.1
Size
MECON LIMITED
705
Page 9 of 14
3-(I)
Sl.
No.
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
5.1
6.0
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
Amount
in INR
in Foreign
Currency
MECON LIMITED
706
Page 10 of 14
3-(I)
Sl.
No.
7.0
RADIOGRAPHY
7.1
Unit
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
707
Page 11 of 14
3-(I)
Sl.
No.
8.0
8.1
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
708
Page 12 of 14
3-(I)
Sl.
No.
9.0
9.1
Unit
Size
Rating/
Thk./
Sch.
Qty.
9.1.1
MT
24" x 16"
9.1.2
Metering Skid
MT
16"
25
9.1.3
Metering Skid
MT
4"
10
9.1.4
10.0
MT
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
16
Note : This rate shall be applicable for manufacturing defects in Company supplied
materials only.
709
Page 13 of 14
3-(I)
Sl.
No.
11.0
Unit
MT
Size
Rating/
Thk./
Sch.
Qty.
Curr
ency
MECON LIMITED
Amount
in INR
in Foreign
Currency
40
Place : _____________
Date : _____________
In Figure :
In Word :
____________________________________
710
Page 14 of 14
3-(II)
SCHEDULE OF RATES
FOR
TERMINAL WORKS (CIVIL)
711
3-(II)
Item
No.
CIV-1
Unit
Qty.
M3
14000
M3
22000
M3
500
M3
75
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
CIV-3
a)
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.
712
Pape 1 of 7
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
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
713
Pape 2 of 7
3-(II)
Item
No.
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
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.
714
Pape 3 of 7
Unit
Qty.
M2
M2
900
3000
M2
1100
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
a)
715
Pape 4 of 7
Unit
Rm
Qty.
Currency
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.
Nos
716
Pape 5 of 7
Unit
M2
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
2100
1300
10
717
Pape 6 of 7
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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)
(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
: _____________
: _____________
M2
5000
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]
719
Description of Items
ST-1
ST-2
a)
b)
ST-3
ST-4
a)
Unit
Qty.
R.M
600
Nos.
Nos.
1
5
KG
1000
No.
13
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
720
Pape 1 of 2
Description of Items
ST-5
1
2
Note:
Unit
(ii) The total amount shall also be given by the bidder in the quoted currency(ies).
KG
Qty.
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
: _____________
: _____________
721
Pape 2 of 2
3 - (IV)
SCHEDULE OF RATES
FOR
TERMINAL WORKS (ELECTRICAL)
722
Unit
Qty.
No.
1(ii)
1(iii)
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)
No.
Currency
MECON LIMITED
Amount
in Foreign
Currency
in INR
723
Sheet 1 of 11
3-(IV)
Sl.
No.
1(iv)
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
MECON LIMITED
Amount
in Foreign
Currency
in INR
724
Sheet 2 of 11
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).
a)
b)
c)
d)
e)
f)
g)
a)
b)
c)
d)
e)
f)
h)
i)
j)
k)
l)
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Mtr
Qty.
Currency
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
725
Sheet 3 of 11
Unit
Qty.
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
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
MECON LIMITED
Amount
in Foreign
Currency
in INR
10
1
726
Sheet 4 of 11
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
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)
Qty.
Currency
MECON LIMITED
Amount
in Foreign
Currency
in INR
1
3
1
120
3000
2000
80
100
727
Sheet 5 of 11
Unit
Qty.
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)
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)
Currency
MECON LIMITED
Amount
in Foreign
Currency
in INR
728
Sheet 6 of 11
a)
b)
c)
14
a)
(i)
(ii)
b)
(i)
(ii)
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)
Qty.
Mtr
Mtr
Mtr
190
90
70
Mtrs.
Mtrs.
190
80
Mtrs.
Mtrs.
310
80
Lot
Nos.
Nos.
Nos.
3
3
9
Nos.
Currency
MECON LIMITED
Amount
in Foreign
Currency
in INR
729
Sheet 7 of 11
Unit
e)
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)
18
a)
b)
c)
d)
19 (i)
a)
b)
c)
(ii)
Qty.
No.
Mtr.
120
Nos.
Nos.
Mtr.
21
19
220
Mtr.
140
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
Currency
MECON LIMITED
Amount
in Foreign
Currency
in INR
730
Sheet 8 of 11
Unit
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.)
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.)
Qty.
Set
Set
Set
Set
Currency
MECON LIMITED
Amount
in Foreign
Currency
in INR
731
Sheet 9 of 11
Unit
Qty.
Currency
MECON LIMITED
Amount
in Foreign
Currency
in INR
Set
Set
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
732
Sheet 10 of 11
23
Unit
Qty.
Set
LS
Currency
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 :
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]
734
Unit
Qty.
1.0
FIELD INSTRUMENTS
1.01
19
1.02
14
1.03
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
No.
2.0
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)
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
735
Sheet 1 of 4
3-(V)
Sl.
No.
3.0
3.01
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)
Mtr.
Mtr.
650
800
736
Sheet 2 of 4
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)
Mtr.
200
v)
Mtr.
500
6.0
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
Mtrs.
Mtrs.
Mtrs.
20
20
20
737
Sheet 3 of 4
3-(V)
Sl.
No.
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 :
738
Sheet 4 of 4
3- (VI)
SCHEDULE OF RATES
FOR
TELECOMMUNICATION WORKS
739
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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
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
740
Pape 1 of 4
Unit
Qty.
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
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.
741
Pape 2 of 4
Unit
Qty.
Currency
MECON LIMITED
Amount
in INR
in Foreign
Currency
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
742
Pape 3 of 4
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
Note:
Place
Date
: _____________
: _____________
Sets.
Qty.
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 :
743
Pape 4 of 4
3- (VII)
SCHEDULE OF RATES
FOR
FIRE PROTECTION SYSTEM
744
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
Nos.
24
Nos.
Nos.
1
2
Nos.
Currency
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
745
Page 1 of 3
Unit
Currency
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
746
Page 2 of 3
Unit
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
MECON LIMITED
Amount
in INR
in Foreign
Currency
Place : _____________
Date : _____________
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.
(In Words)
(In Words)
2 (I).
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)
III)
IV)
V)
VI.
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)
[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
10
11
12
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
: _____________
: _____________
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.
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
750
ATTACHMENT I
FORMS AND FORMATS
751
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
________________________________________
1-3
________________________________________
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
_____________________________________
752
1-13
_____________________________________
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
_____________________________________
Note :
753
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.
(SIGNATURE OF WITNESS)
WITNESS NAME:
ADDRESS:
Note :
754
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.
2.
Bid Security/EMD *
3.
4.
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.
1.
Documentary evidence required for meeting the Bidder Qualification Criteria as per bidding document.
2.
3.
QA/QC Manuals
4.
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.
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.
11.
All documents as per clause 11 of ITB i.e. Documents Comprising the Bid along with
addendums/corrigendum.
755
F-3A
Annual Turnover
Each Bidder must fill in this form
Annual Turnover data for the last 3 years:
Year
Currency
Amount
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.
3.
A brief note should be appended describing thereby details of turnover as per audited results.
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
F-3B
FINANCIAL SITUATION
Bidder must fill this form
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
2.2
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
F-4
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY
(To be stamped in accordance with the Stamp Act)
Ref...............
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
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
F-5
LETTER OF AUTHORITY
No.
Date:
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
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.
Note :
761
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.
Note :
762
Description of
the work
Location
of the
work
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
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
1.1
1.1.1
1.1.2
Description of work
1.1.3
1.1.4
1.1.5
Section quoted
Consortium
Section I :
Section II :
1.1.6
Diameter of Pipeline
ANSI Rating
No
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
In case of consortium
Consortium details
1.2.2
Description of work
1.2.3
1.2.4
1.2.5
Section quoted
No
1.2
1.2.1
No
No
Section I :
Section II :
1.2.6
Diameter of Pipeline
ANSI Rating
Construction Management
Yes
No
765
ii)
1.2.7
Note:
Completion Dates
No
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,
766
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.
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
768
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
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
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
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.
773
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
2.0
Confirm that the following details have been submitted in the Un-priced
part of e-bid
a)
b)
Bid Security
c)
d)
e)
f)
g)
Time completion in the form of Bar chart separately for each spread
quoted
h)
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)
STATUS
774
S. NO.
DESCRIPTION
k)
STATUS
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
7.0
Confirm that any correction in the Price Part part has been signed
in full and stamped
8.0
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.
775
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
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
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
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
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.
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
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.
783
F-14
DETAILS OF PROPOSED ORGANISATION
NAME OF WORK :
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
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.
Bidder to give a detailed write-up on all above activities chapter wise and will be
evaluated by Employer/Consultant.
: ________________________________
785
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.
786
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.
consultant
2.
3.
4.
5.
6.
7.
787
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}
788
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.
Note :
789
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
F-21
1A
VOL.
NO.
I
Section
IFB
CLAUSE
NO.
5.1.1
IFB
5.1.11
IFB
5.1.1.1(i)
CLAUSE
DOCUMENT REQUIRED
1B
IFB
5.1.1.1 (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)
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
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
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
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
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
List of Enclosures
QA / QC Manual
As required
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
Letter of authority
No Deviation confirmation
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
Attach
ment-I
Attach
ment-I
Attach
ment-I
Forms and
Formats
Forms and
Formats
Forms and
Formats
Attach
ment-I
Attach
ment-I
SCC
Forms and
Formats
Forms and
Formats
Annex. 11
Declaration
Undertaking
Declaration of Bidders Indian Income tax liability (applicable Filled in F-18 (Signed and Stamped)
for foreign Bidders)
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
As required
798
ATTACHMENT II
CONTRACT AGREEMENT
Page 1 of 4
799
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
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.
1. ________________________
________________________
________________________
2.___________________________
___________________________
___________________________
2. ________________________
________________________
________________________
Page 4 of 4
802
ATTACHMENT III
INDEMNITY BOND
Page 1 of 4
803
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)
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
________________________________________________________________
_________________________________).
ii)
iii)
iv)
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______.
Page 4 of 4
806
ATTACHMENT IV
PERFORMANCE EVALUATION
807
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)
(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)
808
4.0
EXCLUSIONS:
The following would be excluded form the scope of evaluation of performance of
Vendors/Contractors/Consultants.
(i)
(ii)
(iii)
5.1
FOR PROJECTS
(i)
(ii)
(iii)
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)
(v)
When no reply is received or reasons indicated are unsatisfactory, the following actions
need to be taken:
(A)
809
(B)
(i)
(ii)
5.2
Vendor/Contractor/
(vi)
(vii)
(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.
5.2
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)
(v)
When no reply is received or reason indicated are unsatisfactory, the following actions
need to be taken:
(A)
(B)
(ii)
defaulting
(vi)
(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)
(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
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
i)
ii)
iii)
iv)
v)
vi)
vii)
Performance
Parameter
Maximum Marks
Marks Allocated (*)
Delivery/ Completion
Performance
40
Quality
Performance
40
Reliability
Performance
20
Total
100
Range
(Marks)
60 & below
61 75
76 90
More than 980
Rating
Poor
Fair
Good
Very Good
813
1)
1.1
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
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
Reliability Performance
A.
10 Marks
0 Marks
5 Marks
10-25 Marks
5 Marks
2 Marks
0 Marks
20 Marks
4 Marks
ii.
4 Marks
iii.
iv.
4 Marks
4 Marks
or
Reliable of Estimates/ Design/ Drawings etc. in
case of consultancy jobs
v.
4 Marks
814
B.
For Suppliers
i.
5 Marks
ii.
5 Marks
iii.
and
5 Marks
iv.
5 Marks
815
Annexure II
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET (FOR O&M)
i)
Location
ii)
iii)
iv)
v)
vi)
vii)
Performance
Parameter
Maximum Marks
Marks Allocated (*)
Delivery Performance
40
Quality
Performance
40
Reliability
Performance
20
Total
100
Range
(Marks)
60 & below
61 75
76 90
More than 980
Rating
Poor
Fair
Good
Very Good
816
1.1
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
40 Marks
i.
Rejection / Defects
ii.
When
Quality
failure
endanger system integration
and safety of the system
ii.
Number of Deviations
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
4 Marks
ii.
4 Marks
iii.
iv.
4 Marks
4 Marks
or
Reliable of Estimates/ Design/ Drawings etc. in
case of consultancy jobs
817
v.
B.
4 Marks
For Suppliers
i.
5 Marks
ii.
5 Marks
iii.
and
5 Marks
iv.
5 Marks
818