+ All Categories
Home > Documents > GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail...

GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail...

Date post: 11-Aug-2021
Category:
Upload: others
View: 7 times
Download: 0 times
Share this document with a friend
818
GAIL (India) Limited (A Govt. of India Undertaking) A Navratna Company NEW DELHI, INDIA SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT BID DOCUMENT FOR CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT (PHASE-I) OPEN INTERNATIONAL COMPETITIVE BIDDING Vol-I of IV Bid Document No.: 05/51/23M9/GAIL/001(i) E-Tender No : 8000001974 MECON LIMITED (A Govt. of India Enterprise) August, 2010 1
Transcript
Page 1: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Limited(A Govt. of India Undertaking)

A Navratna Company NEW DELHI, INDIA

SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT

BID DOCUMENTFOR

CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR

SPURLINES OF DADRI BAWANA NANGAL PIPELINE (DBNPL) PROJECT (PHASE-I)

OPEN INTERNATIONAL COMPETITIVE BIDDING

Vol-I of IV

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

MECON LIMITED(A Govt. of India Enterprise)

August, 20101

Page 2: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

MASTER TABLE OF CONTENT NAME OF PROJECT : CONSTRUCTION OF STEEL PIPELINE, TERMINALS

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

Tender Document No. : 05/51/23M9/GAIL/001(i) Sl.No. Description 1) Volume-I of IV : IFB, ITB, GCC, SCC & Particular Job Spec. and

Schedule of Rates (SOR) 2) Volume-II of IV : Technical Specification & Standards for Pipeline

Laying, Piping, Mechanical Works 3) Volume-III of IV : Technical Specification & Standards - Civil &

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

4) Volume-IV of IV : Tender & Standard Drawings.

2

Page 3: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

TABLE OF CONTENTS Volume I of IV

1. Section -I : NIT & INVITATION FOR BID (IFB)

ACKNOWLEDGEMENT CUM CONSENT LETTER

2. Section - II : INSTRUCTIONS TO BIDDER (ITB)

ATTACHMENT – A TO ITB :-

- ADDENDUM TO ITB FOR E-PROCUREMENT

ATTACHMENT – B TO ITB :-

- READY RECKONER FOR E-PROCUREMENT

3. Section - III : GENERAL CONDITIONS OF CONTRACT (GCC)

4. Section - IV : SPECIAL CONDITIONS OF CONTRACT (SCC)

ANNEXURE TO SCC

5. Section - V : SCHEDULE OF RATES

Attachment – I : Forms & formats

Attachment – II : Contract Agreement

Attachment – III : Indemnity Bond

Attachment – IV : Performance Evaluation

3

Page 4: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

SSEECCTTIIOONN –– II

IINNVVIITTAATTIIOONN FFOORR BBIIDDSS

4

Page 5: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

NNIITT AASS PPEERR NNEEWWSS PPAAPPEERR

5

Page 6: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

6

Page 7: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

SSEECCTTIIOONN –– II IINNDDEEXX

11.. IINNTTRROODDUUCCTTIIOONN 22.. BBRREEIIFF PPRROOJJEECCTT DDEETTAAIILLSS

33.. BBRREEIIFF SSCCOOPPRR OOFF WWOORRKK

44.. TTIIMMEE SSCCHHEEDDUULLEE

55.. BBIIDD EEVVAALLUUAATTIIOONN CCRRIITTEERRIIAA

66.. BBIIDD SSEECCUURRIITTYY

77.. DDEETTAAIILLSS OOFF BBIIDD DDOOCCUUMMEENNTTSS 88.. PPRREE--BBIIDD MMEEEETTIINNGG

99.. ZZEERROO DDEEVVIIAATTIIOONN BBIIDDSS

1100.. BBIIDD VVAALLIIDDIITTYY

1111.. GGEENNEERRAALL

7

Page 8: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

OOPPEENN IINNTTEERRNNAATTIIOONNAALL CCOOMMPPEETTIITTIIVVEE BBIIDDDDIINNGG

IINNVVIITTAATTIIOONN FFOORR BBIIDDSS ((IIFFBB)) BBiidd DDooccuummeenntt nnoo.. 0055//5511//2233MM99//GGAAIILL//000011--ii))

E-Tender no. 8000001974 PROJECT DETAILS 1.1 M/s GAIL (India) Limited proposes to execute Bawana – Nangal Pipeline Project-Spur lines under

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

1.2 MECON Ltd. on behalf of GAIL, invites bids through e-tendering on Open International Competitive

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

2.0 BRIEF PROJECT DETAILS

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

3.0 BRIEF SCOPE OF WORK

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

3.1 The brief scope of work includes supply of bulk materials (other than free issue), pipe laying work

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

3.2 The Commissioning and Gas - In : The scope of each Section contractor will be to commission and Gas-

In 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.

8

Page 9: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

3.3 The complete work has been divided into two Sections and the salient features of various Sections of the pipeline Sections are hereunder :

Section-I (24” x 84 km) : Pipeline from existing intermediate pigging station 4 (IP-4 at ch.295

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

Section-II (16” x 64 km): Pipeline from existing SV station-3 (SV-3 at Ch. 115 km of BNPL

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

4.0 TIME SCHEDULE

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

5.0 BID EVALUATION CRITERIA 5.1 Technical 5.1.1 Incase of Single Bidder 5.1.1.1 The bidder should have completed in last 7 (Seven) years reckoned from the due date, at least one Cross

Country Hydrocarbon (Buried) Steel Pipeline Project of diameter and length as given below for qualifying for requisite number of sections :

(i) Minimum 42 km of 18” dia. (457.2 mm) or higher in one project, out of which minimum 20 km

in single stretch, to qualify for section-I. (ii) Minimum 32 km of 8” dia. (219.1mm) or higher in one project, out of which minimum 15 km in

single stretch, to qualify for section-II.

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

5.1.1.2 Experience of a consortium member, if such a member has executed earlier a job within its scope as a

member of the consortium, which is required as experience as per the qualification criteria in clause no. 5.1.1.1, will be considered. Appropriate documentary evidence to establish is to be submitted towards such experience.

5.1.2 In case of Consortium 5.1.2.1 Bids from Consortium comprising maximum two members (one Leader and one member) are also

acceptable, provided the Leader of such Consortium meets the qualification criteria as defined at 5.1.1.1. 5.1.2.2 The division in scope of work between Consortium members shall commensurate with their past

experience. The overall Project Management shall be performed by the Leader. The members of Consortium shall assume responsibility jointly and severally and shall submit Agreement / MOU along

9

Page 10: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

5.1.2.3 The period of seven years shall be reckoned from the due date for submission of bid. 5.2 FINANCIAL CRITERIA 5.2.1 In case of Single bidder: 5.2.1.1 Annual turnover

The minimum annual turnover achieved by the bidder as per their financial results in any one of

the immediate three preceding financial years, shall be as under :

Minimum Annual Turnover Requirement Section For Indian Bidder (in INR) For Foreign Bidder (in USD)

I 39,58,50,000 8,512,900 II 23,26,50,000 5,003,200

5.2.1.2 Net Worth

Net worth of the bidder should be positive as per the immediate preceding year’s audited financial results.

. 5.2.1.3 Working Capital The minimum working capital of the bidder as per the immediate preceding year’s audited

financial results shall be as under:

Minimum Working Capital Requirement Section For Indian Bidder

(in INR) For Foreign Bidder

(in USD) I 7,91,70,000 1,702,600 II 4,65,30,000 1,000,600

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:

Minimum Annual Turnover Requirement Section For Indian Bidder

(in INR) For Foreign Bidder

(in USD) I 19,79,25,000 4,256,500 II 11,63,25,000 2,501,600

10

Page 11: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

5.2.2.3 Net Worth Net worth of each member of Consortium should be positive as per the immediate preceding

year’s 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 Leader’s working capital is inadequate, the Leader shall supplement the shortfall with letter issued by his Banker, having a net worth not less than INR 100 Crores / US $ 22.22 million, confirming the availability of line of credit to meet the specified working capital requirement.

5.2.2.5 In case the consortium intends to qualify for more than one section, the qualifying Annual Turnover of Leader as well as member and Working Capital of Leader shall be on cumulative basis for the quoted section (s). 5.3 EQUIPMENT DEPLOYMENT CRITERIA

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

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

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

7.0 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.

8.0 Bid Security

Bid Security Requirement Section For Indian Bidder

(in INR) For Foreign Bidder

(in USD) I 79,17,000 170,300 II 46,53,000 100,100

In case bidder quotes for more than one section, the requirement of bid security shall be on cumulative basis.

9.0 SALIENT FEATURES OF BIDDING DOCUMENT

9.1 Type of Enquiry E-tendering on Open International Competitive Bidding basis.( E-Tender no. 8000001974)

9.2 Bid Document No 05/51/23M9/GAIL/001-i) (E-Tender No. 8000001974)

(To be referred in all future correspondence)

11

Page 12: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

9.3 Bid Document Fees (Non Refundable)

Rs. 46,500/- (for Indian Bidders) USD 1000 (For Foreign Bidders) Note – i) Foreign bidders can purchase tender

document by submitting tender fee in USD or equivalent INR (directly or through their authorized Indian representatives)

ii) In event of a particular tender being cancelled, the tender fee will be refunded to the concerned bidders.

9.4 Bid Document on Website From 09.08.2010 to 20.09.2010

9.5 Site Visit

At 0800 Hrs. (IST)on 17.08.2010 for Section – I At 0800 Hrs. (IST)on 18.08.2010 for Section – II Further details may be collected from Mr. Sunil Kumar (Ph No. 011-22401162 / 9891988824 (M) Mr. Rakesh Shukla (Ph No. 011-22401159 / 9868392523 (M)

9.6 Date and Time of Pre-Bid Meeting Venue

At 1500 hrs.(IST) on 20.08.2010 DGM (Projects) GAIL (India) Limited 16, Bhikaji Cama Place, R.K.Puram New Delhi – 110066, India

9.7 Date and time for submission of bid

Upto 1400 hrs. (IST) on 20.09.2010.

9.8 Date and time of opening of Un-priced Bids at GAIL, New Delhi Office.

At 1500 hrs. (IST) on 20.09.2010 (If the particular day is happened to be a declared holiday in MECON/GAIL, Delhi, the next working day shall be considered)

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

The qualification criteria alongwith information has been web hosted. The entire tender document has been web hosted at https://etender.gail.co.in ; http://www.gailtenders.in and www.meconlimited.co.in websites for the view / participation of the eligible bidders. Bidder meeting the bid evaluation criteria and intend to submit their bid may download the tender for submission by the bid due date and time. Bidder shall give an undertaking on his letter head that the content of the bidding document have not been altered or modified. Bidders desirous to submit their bid have to submit Bids on GAIL’s E-Tendering website (https://etender.gail.co.in). Bidders shall submit UN-PRICED 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

Page 13: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

. 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 GAIL’s E-tendering system will only be considered for evaluation. Physical Bids sent through Fax/E-mail/Courier/Post will not be accepted.

10.0 PRE-BID MEETING The bidders or their authorized representatives are requested to attend the Pre-Bid Meeting so that

their queries, if any related to the Bid Document and Scope of Work can be addressed during the meeting. Pre-bid Meeting shall be held at place and time as mentioned above at 9.5.

A session may also be arranged for bidders to demonstrate the e-Tendering system to facilitate

bidders to submit the Bid Online. The bidders are requested to send clarifications, if any, by courier or by fax or by e-mail to reach

MECON at least three days before the pre-bid meeting. The clarifications shall be provided during the pre-bid meeting.

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

11.0 ZERO DEVIATION BIDS

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

12. BID VALIDITY 12.1 Bid should be valid for 4 (Four) months from the date of bid submission. 13. GENERAL 13.1 Payment of bid document fee shall be submitted through Crossed Bank Draft having a 06(six)

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

13.2 Bidder can download the Bid Document from MECON’s website www.meconlimited.co.in and

GAIL’s 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 GAIL’s website http://www.gailtenders.in as the same is information only. For detailed bid document bidder shall refer GAIL’s 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

Page 14: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

13.4 The following documents in addition to uploading the bid on the GAIL’s 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 Bidder’s name , name of item and signed by per person holding

Power of Attorney and also signed by both the witness.

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

13.6 Single Bidder / any member of Consortium submitting their bids should not be under liquidation, court receivership or similar proceedings. 13.7 Bids sent through Fax/ E-Mail/ Computer floppy shall not be accepted. 13.8 GAIL/ MECON reserve the right to reject any or all Bids received at its discretion without

assigning any reason whatsoever. 13.9 MECON / GAIL will not be responsible or liable for cost incurred in preparation & delivery of bids,

regardless of the conduct or outcome of the bidding process. 13.10 Bid document is non-transferable. Bids received from bidders in whose name Bid Document fee has

been submitted shall only be considered. Bidder must submit the Bid Document Fee in their name. Bid document fee will be submitted by bidders as per clause 9.3 & 13.1 above.

13.11 Small scale Industries registered with NSIC and Central Government PSUs are not required to pay

the bid document Fee. However, Industries registered with NSIC shall provide necessary documentary evidence, whereas PSUs shall submit declaration to this effect that they are Central PSU and are eligible for getting bid documents free of cost.

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

document. 13.13 The Owner/Consultant’s determination of a bid’s responsiveness is to be based on the contents of

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

13.14 Bidder shall send duly filled in “Acknowledgement Cum Consent letter” through return fax or latest

by within 7 days of date of issue to contact person as mentioned below. .This Invitation of Bids (IFB) is an integral and inseparable part of the Bid Document.

Yours faithfully For & on behalf of

GAIL (India) Limited

(S. S. Roy) Dy. GENERAL MANAGER I/c (Marketing, Contracts & MAS &E)

MECON Limited 15th Floor, SCOPE Minar, North Tower

14

Page 15: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

Laxmi Nagar, Distrcit Center Delhi – 110 092

Telephone: +91-11-22401129/22401143 Fax: +91-11-22041214/22421310

E-mail: [email protected], [email protected]

15

Page 16: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of tender document/ information regarding the tender, bidder shall acknowledge the receipt and confirm his intention to bid or reasons for non-participation against the enquiry/ tender through e-mail/ fax to concerned executive in MECON issued the tender, by filling up the format) To, ………………………. (C&P) GAIL (India) Limited ………………………… ………………………… Fax.: ……………………… Email: …………………….. Sub.: Tender No. …………………………………………….. dated …………………… for

……………………( Name of Item/ Job) 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

Page 17: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

CUT – OUT SLIP

DO NOT OPEN - THIS IS A QUOTATION

(Original Bid Security, Tender fee, Power of Attorney & Integrity Pact)

Owner : GAIL (INDIA) LIMITED

Project : SPURLINES OF DADRI – BAWANA NANGAL PIPELINE

(DBNPL) PROJECT Bid Document No. : 05/51/23M9/GAIL/001-i) Item : PIPE LAYING & ASSOCIATED WORKS

Due Date& Time : Upto 1400 Hrs. (IST) on 20.09.2010 From : To :

The Deputy General Manager I/c (Contracts)

MECON LIMITED 15TH FLOOR, NORTH TOWER, SCOPE MINAR, LAXMI NAGAR, DELHI – 110092 Ph No.: 91-11-22041129 Fax No.: 91-11-22041214 Email : [email protected], [email protected]

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

17

Page 18: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

SECTION II

1. INSTRUCTION TO BIDDERS (ITB)

2. ADDENDUM TO INSTRUCTIONS TO BIDDERS

3. READY RECKONERS FOR E-TENDERING

18

Page 19: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

SECTION – II

1.0 INSTRUCTIONS TO BIDDERS (ITB)

19

Page 20: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

SECTION – II INDEX 1. SCOPE OF BID: 2. ELIGIBLE BIDDERS: 3. ONE BID PER BIDDER 4. COST OF BIDDING 5. SITE VISIT 6. CONTENT OF BIDDING DOCUMENT 7. CLARIFICATION ON BID DOCUMENTS 8. AMENDMENT OF BID DOCUMENTS 9. LANGUAGE OF BID 10. BIDS FROM CONSORTIUM 11. DOCUMENTS COMPRISING THE BID 12. BID PRICES 13. BID CURRENCY: 14. PERIOD OF VALIDITY OF BIDS 15. BID SECURITY 16. PRE-BID MEETING 17. FORMAT AND SIGNING OF BID 18. ZERO DEVIATION: 19. E-PAYMENTS 20. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES 21. SEALING AND MARKING OF BIDS 22. DEADLINE FOR SUBMISSION OF BID 23. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE 24. MODIFICATION AND WITHDRAWAL OF BIDS 25. BID OPENING 26. PROCESS TO BE CONFIDENTIAL 27. CONTACTING THE OWNER/CONSULTANT 28. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 29. PRICE BID OPENING 30. ARITHMETIC CORRECTIONS 31. CONVERSION TO SINGLE CURRENCY 32. EVALUATION AND COMPARISON OF BIDS 33. AWARD OF WORK. 34. OWNER/CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID 35. NOTIFICATION OF AWARD 36. CONTRACT AGREEMENT 37. PERFORMANCE GUARANTEE 38. CORRUPT AND FRAUDULENT PRACTICES 39. WAIVER OR TRANSFER OF THE AGREEMENT 40. ORDER OF PRESIDENCE 41. UNSOLICITED POST TENDER MODIFICATIONS 42. CENVAT CREDIT 43. EXPORT CREDIT AGEMCY FINANCING 44. INTEGRITY PACT 45 PRICE REDUCTION SCHEDULE 46 ARBITRATION 47. READY RECKONERS FOR E-TENDERING

20

Page 21: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

INSTRUCTIONS TO BIDDERS (ITB)

A. GENERAL 1.0 SCOPE OF BID: 1.1. The Purchaser/Owner/GAIL/ Owner’s representative as defined in the General Conditions of

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

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

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

Special Conditions of Contract. 1.4. Throughout this bidding documents, the term “bid” and “tender” and their derivatives

(“bidder/tenderer”, “Bid/tendered/tender”, “bidding/tendering”, etc.) are synonymous, and day means calendar day. Singular also means plural.

2. ELIGIBLE BIDDERS: 2.1 Bidder shall, as part of their bid, submit a written Power of Attorney authorizing the signatory of

the Bid to commit the bidder. 2.2 Pursuant to qualification criteria specified in Invitation for Bids (IFB) the bidder shall furnish all

necessary supporting documentary evidence to establish the bidder’s claim of meeting qualification criteria.

2.3 The bidder shall furnish, as part of his bid, documents establishing the bidder’s eligibility to bid

and his qualifications to perform the Contract if his bid is accepted. 2.4 The invitation of bid is open to any bidder. 2.5 A bidder shall not be affiliated with a firm or entity

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

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

the contract.

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

2.7 The bidder is not put on holiday by GAIL or MECON or black listed by any Government

Department/ Public Sector on due date of submission of bid. If the documents were issued inadvertently / downloaded from website, offers submitted by such bidders shall not be considered for opening / evaluation / award.

2.8 While evaluating the bids, pursuant to Bid Evaluation Criteria (BEC) as specified in the Notice of

Invitation for Bids (IFB), bidder’s 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

Page 22: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

2.9 Job executed by a bidder for its own concern /subsidiary cannot be considered as experience for Bid Evaluation Criteria.

3. ONE BID PER BIDDER 3.1. A bidder shall submit only one bid in the same bidding process. A Bidder who submits or

participates in more than one bid will cause all the proposals in which the bidder has participated to be disqualified.

3.2 Alternative bids are not acceptable. 4. COST OF BIDDING 4.1. The bidder shall bear all costs associated with the preparation and submission of the bid, and

Owner/Consultant, will in no case be responsible or liable for this cost, regardless of the conduct or outcome of the bidding process.

5. SITE VISIT 5.1. The bidder is advised to visit and examine the site of works/ Pipeline route and its surroundings

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

5.2. The bidder and any of his personnel or agents will be granted permission by the Owner/Consultant

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

B. BIDDING DOCUMENTS 6. CONTENT OF BIDDING DOCUMENT 6.1 The bid documents hosted on GAIL and MECON Websites are as stated below and should be read

in conjunction with any addenda issued/hosted in accordance with clause 8 of ITB: Volume I of IV : Commercial & Schedule of Rates (SOR)

Section -I : NIT & INVITATION FOR BID (IFB)

Section - II : INSTRUCTIONS TO BIDDER (ITB)

ATTACHMENT – A TO ITB :-

- ADDENDUM TO ITB FOR E-PROCUREMENT

ATTACHMENT – B TO ITB :-

- READY RECKONER FOR E-PROCUREMENT

Section - III : GENERAL CONDITIONS OF CONTRACT (GCC)

Section - IV : SPECIAL CONDITIONS OF CONTRACT (SCC)

22

Page 23: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

ANNEXURE TO SCC

Attachment – I : Forms & formats

Attachment – II : Contract Agreement

Attachment – II : Indemnity Bond

Attachment – II : Performance Evaluation

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

6.2. The bidder is expected to examine IFB, e-bidding guidelines on GAIL website, all instructions,

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

7. CLARIFICATION ON BID DOCUMENTS 7.1. A prospective bidder requiring any information or clarification of the bidding documents, may

notify the Consultant in writing by e-mail/fax/post at Consultant’s 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 GAIL’s website (www.gailtenders.in )

8. AMENDMENT OF BID DOCUMENTS 8.1. At any time prior to the deadline for submission of bids, the Owner/Consultant may, for any

reason, whether on its own requirement or in response to a clarification requested by prospective bidders, modify the bidding documents by issuing addenda.

8.2. Any addendum/corrigendum/ clarification to the bidders query thus issued shall be part of the

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

8.3. The Owner/Consultant may, at its discretion, extend the date of submission of bids in order to

allow the bidders a reasonable time to furnish their most competitive bid taking into account the amendments issued.

C. PREPARATION OF BIDS

9. LANGUAGE OF BID 9.1. The bid prepared by the bidder, all correspondence/drawings and documents relating to the bid

exchanged by the bidder with the Owner/Consultant shall be in English Language alone provided that any printed literature furnished by the bidder may be written in another language so long as

23

Page 24: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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 bidder’s country shall be submitted by the bidder along with the bid.

10. BIDS FROM CONSORTIUM 10.1 Bids from Consortium are acceptable provided that they fulfill the qualifying requirements stated

in the IFB. Members of the consortium shall assume responsibility jointly and severally. Consortium Agreement / MOU shall be submitted along with the bid clearly defining the scope and responsibilities of each of the consortium members.

10.2 Consortia of Bidders, if any, must clearly define roles / scope of work of each partner / member .

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

10.3 A consortium once established at the time of submitting the Bid shall not be allowed to be altered

with respect to constituting members of the consortium or their respective roles / scope of work, except, if and when required in writing by Owner. If during the evaluation of bids, a consortium proposes any alterations / changes in orientation of consortium or replacement or inclusion of expulsion of any partner(s) / member(s) of consortium which has originally submitted the Bid to drive some advantage / benefits based on any development(s) having come to Owner’s / 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) 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. ii) 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.

iii) 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.

iv) 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.

v) 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 Leader’s 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

Page 25: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

11. DOCUMENTS COMPRISING THE BID 11.1. The e-bid prepared by the bidder shall comprise the following: - 11.2. Part – I : E-Envelope- Techno-Commercial Un-Price Bid (PART-I) 11.2.1 Techno-commercial/Un-priced bid and shall contain the following:-

i. Covering letter. ii. Bidder’s General Details/information as per Format F-1. iii. Power of Attorney in favour of person (s) signing the bid that such person (s) is/are authorised to

sign the bid on behalf of the bidder and any consequence resulting due to such signing shall be binding on the bidder.

iv. Bid Form as per Format F-2. v. Documents as required in F-3, Annual Turnover (F-3A) and Financial data (F-3B).All supporting

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

vi. Copy of SOR ( Schedule of Rates) with prices blanked out mentioning “ Quoted / Not Quoted “

against each item. vii. Bid security/EMD in accordance with Clause 15 of “ITB” as per Format F-4. viii. Letter of authority in favour of any one or two of Bidder’s executives having authority to attend

the un-priced and priced bid opening as per Format F-5 ix. Confirmation of no deviation as per Format F-6 x. Certificate as per Format F-7 for confirming the Government of India is not part of Agreement. xi. Details of similar work done during past seven years as per Format F-8A and Details of Specific

Experience as per Format F-8B xii. Duly signed and stamped Format F-9A & Format F-9B pertaining to Performa for bank Guarantee

for Contract Performance Guarantee & mobilization Advance. xiii.. PF registration Details as per Format F-10 xiv. Checklist as per Format F-11 xv. Integrity Pact as per Format F-12 xvi. Details of Construction Equipment required. (List provided in Annexure of SCC) as per Format F-

13

25

Page 26: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

xviii. Detailed execution philosophy of work as per Format F-15 xix. Certificate of the bidder that no agent is involved for the bidder as per Format F-16 xx. Details of Indian Agents as per Format F-17 if Agent / Consultant / Retainer / Associate is

involved. xxi. Declaration about bidder’s income tax liability in India as per Format F-18 (Applicable for

Foreign Bidder) xxii. Declaration as per Format F-19 xxiii. Undertaking as per Format F-20 xxiv. Documents to be submitted by the bidder as per Format F-21. xxv. ESI Registration certificate. xxvi. Scanned copy of the Demand Draft / Bankers cheque as an evidence for cost of bidding document. xxvii. Documents establishing the Qualification pursuant to clause of IFB. xxviii. Any other information / details required as per Bidding Document. xxix. QA / QC Manuals xxx. Health Safety and Environment (HSE) Policy & manuals. xxxi. List of Consultants / sub contractors, is any, and Memorandum of Understanding ( MOU) defining

their involvement and responsibility in this work. xxxii. Copies of documents defining constitution or legal status, place of registration and principal place

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

11.3 E-Envelope Part II: “Price Bid 11.3.1 Bidder shall download the Schedule of Rates which is uploaded on website as an excel

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

11.4. Envelope Part III: Documents to be submitted in originals 11.4.1 Part-III shall contain original Bid Security / EMD, tender fee, Power of Attorney , Letter of

Authority & Integrity pact in sealed envelopes and shall be submitted to DGM I/c (Marketing, Contracts & MAS & E), MECON Limited, 15th Floor, Scope Minar, District centre , Laxmi Nagar, Delhi – 110092 in physical form by bid due date & time as defined in bid document..

11.4.2 The bidder has an option to submit all above document in physical form within 7 (seven) days

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

12. BID PRICES 12.1. The bidder shall e-quote bid prices on the appropriate format for “Schedule of Rates” enclosed as

part of bidding document. 12.2. The bidder shall e-quote the prices for items in the Schedule of Rates after careful analysis of cost

26

Page 27: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

12.3. Unless stated otherwise in the bidding documents, the Contract shall be for the total works as

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

12.4. Prices must be filled in format for `Schedule of Rates' enclosed as part of bidding document. If

quoted in separate typed sheets and any variation in item description, unit or quantity is noticed, the bid is liable to be rejected.

12.5. All duties and taxes including Excise duty, Sales Tax, VAT, Entry tax, Custom duty, CVD,

additional CVD, Works Contract tax, Turnover Tax and other levies or any other statutory payment payable by the Contractor under the Contract, or for any other cause, shall be included in the Schedule of Rates.

12.6. The bidder shall indicate the amount of Service Tax under composite scheme for Section –I

@10.3% and for Section –II @ 4.12% on the Net Total amount. Bidder shall provide Cenvatable bills so that GAIL can claim the Cenvat benefit as per rule.

12.7. Prices quoted by the bidder, shall remain firm and fixed and valid until completion of the Contract

and will not be subject to variation on any account. 12.8. Bidder may note that Owner/Consultant will not issue any concessional form for Central Sales

Tax (CST) / Local Sales Tax (LST). 12.9. The Bidder shall quote the prices both in figures as well as in words. There should not be any

discrepancies between the price indicated in figures and the price indicated in words. 12.10. Alternative bids shall not be considered. 12.11. Discount, if any, must indicate in the column provided in Schedule of Rates only. Conditional

discount, if offered, shall not be considered for evaluation. 13. BID CURRENCY: 13.1. Indian bidders may submit bid in Indian Rupees and receive payment in Indian Rupees. 13.2. Foreign bidders may submit bid in the home currency of bidder’s country or US$/EURO/ INR

13.3. A bidder expecting to incur a portion of his expenditure in the performance of Contract in more

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

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

14. PERIOD OF VALIDITY OF BIDS 14.1. The bid shall remain valid for acceptance for four (4) months from the bid due date. A bid valid

27

Page 28: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

for a shorter period shall be rejected being non-responsive. 14.2. In exceptional circumstances, prior to expiry of the original bid validity period, the Owner/

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

15. BID SECURITY 15.1. The bidder shall furnish, as part of its Bid, a Bid Security in the amount specified in the IFB. 15.2. The bid security is required to protect the Owner against the risk of bidder’s conduct which would

warrant the bid security’s 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/ Banker’s 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 bidder’s 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 bidder’s bid security will be discharged upon the bidder’s accepting the order,

pursuant to ITB clause 35 and furnishing the Contract Performance Guarantee pursuant to ITB clause 37.

15.9. The bid security may be forfeited: 15.9.1. If a bidder withdraws its bid during the period of Bid validity. 15.9.2. In case of a successful bidder, if the bidder fails:

28

Page 29: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

i) to accept the award in accordance with clause 35 of ITB or ii) to accept the arithmetic corrections pursuant to clause 30 of ITB and/or

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

a) to sign the Contract and b) to furnish the performance guarantee in accordance with Clause 37 of ITB.

15.8. Bid security should be in favour of GAIL (India) Limited, New Delhi. Bid security must indicate

the bid document and the work for which the bidder is quoting. This is essential to have proper co-relation at a later date. The bid security shall be in the form of irrevocable Bank guarantee shall be in the Format F-4, provided in the bidding document.

15.9. Central Government of India / Central Government Public Sector Undertakings (PSU) and firms

registered with NSIC are exempted from furnishing Bid Security, provided they are registered for the quoted items, they intend to quote and subject to their enclosing with their bid a copy of latest and current registration certificate.

Small Scale, Industries units registered with the NSIC, under its single point Registration

Scheme, shall be exempted from submission of EMD/Bid Bond.

16. PRE-BID MEETING 16.1. The bidder (s) or his designated representative, who have downloaded the bid document and have

confirmed their intention to bid are invited to attend a pre-bid meeting which will take place at GAIL (India) Limited, 16, Bhikaiji Cama Place, New Delhi – 110 066, India.

16.2. The purpose of meeting will be to clarify issues related to tender on any matter that may be raised

at that stage. Session will also be arranged for bidders to demonstrate the e-Tendering system to facilitate bidders to submit the Bid Online.

16.3. The bidder is requested, requiring any clarification of the Bidding Document may notify GAIL /

MECON in writing or by fax / e-mail / post at MECON mailing address indicated in the Invitation for Bids. It may not be practicable at the meeting to answer queries received late, but queries and responses/clarifications will be transmitted in accordance with the following sub-clause.

16.3.1 MECON will respond in writing to any request for clarification of the Bidding Document, which it

receives at least 03 (three) working days before the Pre-Bid Meeting date. Written copies of GAIL/MECON response ( including an explanation of the query but without identifying the source of the query) will be hosted on the websites as mentioned in clause 7.1 above before the bid due date.

16.3.2 Any addendum/corrigendum/ clarification to the bidders query thus issued shall be part of the

bidding documents pursuant to ITB clause 6.1 and shall also be hosted on the website as defined in clause no. 7.1, above and will be informed to bidders as per clause 8.2 above.

16.4 Non-attendance of the pre-bid meeting will not be a cause for disqualification of the bidder. 17. FORMAT AND SIGNING OF BID 17.1. The bidder shall submit e-bid as per Clause 11 of this ITB on GAIL’s 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

Page 30: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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. Bid Prices as per clause 12 of ITB 18.2.2. Bid document fee and Bid Security / EMD as per above clauses. 18.2.3. Scope of work as per IFB and as specified in Bid Document ( ol. I to IV) 18.2.4. Technical Specifications as per Volume II to volume IV 18.2.5. Schedule of rates 18.2.6. Completion Schedule. 18.2.7. Period of validity of bid 18.2.8. Price Reduction Schedule (PRS). 18.2.9. Acceptance to Performance Bank Guarantee format and acceptance to submit the same in case of

award. 18.2.10. Guarantee 18.2.11. Arbitration / Resolution of dispute 18.2.12. Force Majeure. 18.2.13. Applicable laws 18.2.14. PF / EPF registration in case of Domestic bidder or in case of Indian member of Consortium. 18.2.15. Any other condition specifically mentioned in the tender documents elsewhere that non-

compliance of the clause lead to rejection of the bid. 18.2.16. In case Bidder stipulate deviations, Owner/ MECON have the right to reject such bid at its

absolute discretion without giving any opportunity for such Bidder to make good such deficiency. 18.2.17 Integrity pact, in case the tender being more than one crore. 19. E-PAYMENTS 19.1. GAIL (India) Limited has initiated payments to suppliers and Contractors electronically and to

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

20. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAI NERS/ASSOCIATES 20.1 GAIL would prefer to deal directly with the manufacturers/ principals abroad without involving

any Indian Agent. But in case they decide to have their Agent/Consultant/ Representative/Retainer/Associate in India and pay commission for their services against a particular tender it should be bare minimum and the principal would have to certify that such a commission is commensurate with the services rendered to them by such an Agent/ Consultant/ Representative/ Retainer/ Associate in India. The principal will also have to broadly list out services to be rendered by the Agent/Consultant/ Representative/ Retainer/ Associate in India.

30

Page 31: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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. Bidder’s quoted price shall be treated as inclusive of such commission/fee.

d) Permanent Income Tax number of Agent/ Consultant/ Representative/ Retainer/ Associate in India.

e) Permanent income tax account number of foreign supplier.

f) All services to be rendered by the Agent/ Consultant/ Representative / Retainer/Associate. g) Payments to Indian Agent shall only be remitted after getting proof of registration with RBI, New Delhi.

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

20.3 Foreign bidder should send e-bids directly. E-Bids sent through Agent/ Consultant

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

SUBMISSION OF BIDS

21. SEALING AND MARKING OF BIDS 21.1 E-Bid shall be submitted in the following manner in separate e-envelopes duly super scribed as

31

Page 32: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

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

due date. 21.3. Part III, Envelopes containing the original documents required to be submitted by the bidder in

hard must be received by MECON Ltd., as per due date and time specified in bid document.. 21.4. Envelopes containing original / physical form of bid ( Part III) shall have bid document number

and shall be addressed to :

DGM I/c (Marketing, Contracts & MAS &E) MECON Limited 15th Floor, Scope Minor, District Centre , Laxmi nagar Delhi - 110092 Attn.: Mr. S.S.Roy

Each envelope shall indicate name and address of the bidder to enable the bid to be returned

unopened, if required. The bidder has an option to submit hard copies of documents as per clause no. 11.4.2 above. EMD not received in physical form within 7 days from the date of unpriced bid opening, the bid

will be rejected not withstanding the fact that a copy of EMD was earlier uploaded by the bidder.

21.5. If the envelope is not sealed and marked as above, the Owner / Consultant will assume no

responsibility for the misplacement or premature opening of the bid. 22. DEADLINE FOR SUBMISSION OF BID 22.1. The deadline for submission of the bid shall be as mentioned in IFB. 22.2. The Owner/Consultant may, in exceptional circumstances and at its discretion, on giving

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

23. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE 23.1. E-system of GAIL shall close immediately after the deadline for submission of bid prescribed by

the Consultant pursuant to clause 22 of ITB. 23.2. Unsolicited bids or bids being submitted in physical form/to address other than one specifically

stipulated in the bid document will not be considered for opening / evaluation / award and will be

32

Page 33: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

returned to such bidders. 24. MODIFICATION AND WITHDRAWAL OF BIDS 24.1. The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but, before the

due date of submission as per provision of e-tendering system of GAIL. 24.2. No bid shall be modified after the deadline for submission of bid. 24.3. No bid shall be allowed to be withdrawn in the interval between the deadline for submission of

bids and the expiration of the period of bid validity specified by the bidder on the bid form. Withdrawal of a bid during this interval shall result in the bidder’s forfeiture of its bid security, pursuant to clause 15.9 of ITB.

BID OPENING AND EVALUATION

25. BID OPENING 25.1. Un-Priced Techno – Commercial bid opening: 25.2. The Owner/Consultant will open the un-priced techno – commercial bids in the presence of

bidders’ designated representatives at date & time as stipulated in IFB. The bidder’s representatives who are present shall sign bid-opening statement evidencing their attendance.

25.3. Bidder’s names, the presence (or absence) and amount of bid security, and any other such details

as the consultant may consider appropriate will be announced by the Consultant. 26. PROCESS TO BE CONFIDENTIAL 26.1. Information relating to the examination, clarifications, evaluation and comparison of bids, and

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

27. CONTACTING THE OWNER/CONSULTANT 27.1. From the time of the bid opening to the time of the Contract award, if any bidder wishes to contact

the Owner for any matter relating to the bid it should do so in writing. 27.2. Any effort by a bidder to influence the Owner/Consultant in any manner in respect of bid

evaluation or award will result in the rejection of that bid. 28. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 28.1. Techno-Commercial Bid Evaluation. 28.1.1. The Owner/Consultant will examine the bids to determine whether they are complete, whether any

computational errors have been made, whether required securities have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

28.1.2. Prior to the detailed evaluation, the Owner/Consultant will determine whether each bid is of

acceptable quality, is generally complete and is responsive to the Bidding Documents. For the purposes of this determination, a responsive bid is one that conforms to all the terms, conditions and specifications of the Bidding Documents without deviations, objections, conditionality or reservations.

33

Page 34: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

28.1.4. The Owner/Consultant’s determination of a bid’s responsiveness is to be based on the contents of

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

28.1.5. The Owner/Consultant will carry out a detailed evaluation of the bids previously determined to be

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

(a) Overall completeness and compliance with the Technical Specifications; quality, function and

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

(b) Any other relevant factor, if any that the Owner/Consultant deems necessary or prudent to be

taken into consideration. 28.1.6. Requisite forms contains all necessary information including those required for meeting qualifying

criteria stipulated in IFB, etc. 29. PRICE BID OPENING 29.1. The Owner/Consultant shall inform the time, date and venue for price bid opening to all such

bidders who qualify pursuant to techno-commercial bid evaluation. Bidders may be required to attend price bid opening at a short notice of 24 hours.

29.2. The Owner/Consultant will open price bids of all bidders notified to attend price bid opening in

presence of authorised bidders’ representatives present at the time of priced bid opening. The bidder’s representatives who are present shall sign bid-opening statement evidencing their attendance.

29.3. The bidder’s name, prices, and such other details as the Owner/Consultant, at its discretion, may

consider appropriate will be announced and recorded at the time of bid opening. 30. ARITHMETIC CORRECTIONS 30.1. The bids will be checked for any arithmetic errors as follows. 30.2. When there is a difference between the rates in figures and words, the rate which corresponds to

the amount worked out by the contractor (by multiplying the quantity and rate) shall be taken as correct.and

30.3. When the rate quoted by the contractor in figures and words tallies but the amount is incorrect,

the rate quoted by the contractor shall be taken as correct and not the amount and the amount corrected.

30.4 When it is not possible to ascertain the correct rate, in the manner prescribed above, the rate as

quoted in words shall be adopted and the amount worked out, for comparison purposes.

34

Page 35: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

31. CONVERSION TO SINGLE CURRENCY 31.1 To facilitate evaluation and comparison, the Employer / Consultant will covert all bid prices

expressed in the amounts in various currencies in which the bid price is payable to single currency and that will be Indian Rupees only at the Bills selling exchange rate published by the State Bank of India on one day prior to the price bid opening date.

32. EVALUATION AND COMPARISON OF BIDS 32.1 In case, the Bidder has quoted for more than one section and qualified for quoted section(s), his

price bids for all the quoted section(s) shall be opened. 32.2 The “Schedule of Rates” quoted for various sections shall be taken up for evaluation individually. 32.3 To arrive at the evaluated price, loading on total quoted price shall be done taking into account of

the Extended Stay Compensation as quoted by the bidders in Schedule of Rates. 32.4 Work for individual Section(s) shall be awarded as per the following methodology : i) In case, Bidder quotes, qualifies and lowest for Section-I and Section-II, the work of Section-I and

Section-II shall be awarded to him on lowest quote basis. ii) (a) In case the bidder happens to be lowest (L1) bidder for higher number of sections but considered

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

ii) (b) Same Methodology would be followed for award of left over sections among remaining bidders. 32.5 In case it is observed that any bidder has not quoted for any item in the Schedule of Rates (such

unquoted item note being in large numbers), the quoted price for the purpose of evaluation shall be considered as the maximum rate quoted by the remaining bidder for such items.

If after evaluation, such bidder is found to be the lowest evaluated bidder, the rated for the missing

item shall be considered as included in quoted bid price. If the estimated price impact of the unquoted items is more than 10% of the bidder’s 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

Page 36: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

a) Purchase Preference

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

b) Price Preference to Indigenous Supplier / Services over Imported Materials against International Competitive Bidding.

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

c) Price / purchase preference to the products of SSS

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

AWARD OF CONTRACT 33. AWARD OF WORK. 33.1. The Owner/ Consultant will award the Contract to the successful bidder (s) whose bid has been

determined to be substantially responsive, meets the technical & financial criteria and/or have been determined as a lowest bid on least cost basis to Owner and capacity of Bidders is as per qualification criteria based on IFB and is determined to be qualified to satisfactorily perform the Contract.

33.2. Owner also reserves the right to negotiate the quoted prices before award of work. 34. OWNER/CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID 34.1. The Owner/Consultant reserves the right to accept or reject any bid, and to annul the bidding

process and reject all bids at any time prior to award of the contract without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground for Owner/Consultant’s 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

Page 37: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

36.2. The Contract document shall consist of the following:

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

36.3. After the successful bidder has been notified for acceptance of his bid, the bidder is required to

execute the Contract Agreement within 15 days of receipt of Fax of Acceptance in the form provided in the Bidding Documents. The Contract Agreement is to be executed on the non-judicial paper of appropriate value (the cost of stamp paper shall be borne by the Contractor).

36.4. In the event of failure on the part of the successful bidder to sign the Agreement within the above-

stipulated period, the Bid Security shall be forfeited and the acceptance of the tender shall be considered as cancelled.

37. PERFORMANCE GUARANTEE 37.1 Pursuant to clause no. 24 of GCC-Works bidder will provide Performance Guarantee of

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

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

exclusive service tax.

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

SSI Units registered with the NSIC, under its single point Registration Scheme shall be

exempted from submission of Security Deposit/ Contact Performance Guarantee to the Monetary Limit for which the unit is registered.

38. CORRUPT AND FRAUDULENT PRACTICES 38.1 The Owner requires that Bidders/Contractors observe the highest standard of ethics during the

execution of Contract. In pursuance of this policy, the Owner defines, for the purposes of this provision, the terms set forth below as follows:

i) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of value to

influence the action of public official in contract execution; and

ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence the execution of a Contract to the detriment of the Owner, and includes collusive practise among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition.

37

Page 38: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

38.3. The Owner will declare a firm ineligible for a period pursuant to clause 32 (C) of GCC. 38.4. The bidder(s) are required to execute the “Integrity Pact” attached in the bid document. In case a

bidder does not sign the Integrity Pact, his bid shall be liable for rejection. 38.5 Bidder is required to furnish the complete and correct information/ documents required for

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

38.6 Incase, the information/ document furnished by the vendor/ contractor forming basis of evaluation

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

38.7 Incase this issue of submission of false documents comes to the notice after execution of work,

GAIL shall have full right to forfeit any amount due to the vendor/ contractor alongwith forfeiture of CPBG/ Security Deposit furnished by the vendor/ contractor.

38.8 Further, such bidder/ vendor / contractor shall be put on Blacklist/ Holiday list of GAIL debarring

them from future business with GAIL. 39. WAIVER OR TRANSFER OF THE AGREEMENT 39.1. The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part

or in whole, nor waive any interest that is included in the Agreement without the prior written permission of the Owner.

40. ORDER OF PRESIDENCE 40.1. The Articles contained in this Section shall supplement to the Special Conditions of Contract,

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

41. UNSOLICITED POST TENDER MODIFICATIONS 41.1 Bidders are advised to quote as per terms and conditions of the Bidding Document and not to

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

38

Page 39: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

42. CENVAT CREDIT 42.1 Bidders shall provide required documents for availing Cenvat Credit applicable on Excise duty

CST/VAT/LST and Service Tax as per prevailing rules.

43. EXPORT CREDIT AGENCY FINANCING 43.1 GAIL intends to finance the supply of the material from the Banks / Financial Institution with the

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

44. Integrity Pact. GAIL as one of its endeavour to maintain and foster most ethical and corruption free business

environment, have decided to adopt the Integrity Pact, a tool developed by the Transparency International, to ensure that all activities and transactions between the company (GAIL) and its counterparties (Bidders, contractors, vendors, Suppliers, Service Providers/ Consultants etc.) are handled in a fair and transparent manner, completely free of corruption. Accordingly, an MOU on integrity pact has been signed on 23.07.2007 by GAIL with Transparency International India.

Considering the above, the details mentioned below are applicable as stated in Instruction to

Bidders of Bid document in addition to the existing stipulation regarding corrupt and fraudulent practices.

The attached copy of the Integrity Pact shall be included in the Bid Submitted by the bidder ( to be

executed by the bidder for all tenders of value Rs. 1(one) crore and above). In case a bidder does not sign the integrity pact, his bid shall be liable for rejection.

44.1 Bidder is required to sign the Integrity Pact with GAIL as per format & terms and conditions

enclosed with tender. In case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.

44.1.1 COMMITMENTS AND OBLIGATIONS OF THE “COUNTERPARTY”

a) 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 GAIL’s 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.

39

Page 40: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

44.1.2 VIOLATIONS & CONSEQUENCES:

a) If a Counterparty commits a violation of its Commitments and Obligations under the Integrity Pact Programme during bidding process, their entire Earnest Money Deposit/ Bid Security, would be forfeited and in addition, they may be blacklisted from the GAIL business in future.

b) In case of violation of the Integrity pact by Counterparty after award of the Contract, GAIL shall be entitled to terminate the Contract. GAIL would forfeit the security deposits, encash the bank guarantee (s) and other payments payable to Counterparty in such cases,

c) Subject to satisfaction of the Independent External Monitor, GAIL may ban/ blacklist/ put on holiday and exclude the Counterparty from future dealings until GAIL is satisfied that the Counterparty shall not commit any such violation in future.

d) In addition to above, GAIL reserves its right to initiate criminal proceedings against the violating Counterparty, if the allegations by Counterparty are found frivolous, untrue and misleading and may also impose exemplary cost for the same.

e) The Counterparty will be entitled to claim as determined by the Independent External Monitor, if the above (d) is found incorrect.

44.1.3 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.

45.0 PRICE REDUCTION SCHEDULE

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

46.0 Arbitartion

5th para of cl. No.107.1 of GCC , shall be modified as per the following:-

“provisions of (Indian)Arbitration & Conciliation Act, 1996” shall be replaced by “provisions of (Indian)Arbitration & Conciliation Act, 1996 as amended time to time”

47. READY RECKONERS FOR E-TENDERING

The ready reckoner for bidder for e-tendering is available at GAIL’s e-tendering website ( https://etender.gail.co.in). 48.0 DISPUTE RESOLUTION

40

Page 41: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

48.1 GENERAL Any dispute(s)/ difference(s)/issue(s) of any kind whatsoever between/ amongst the Parties arising

under/ out of/ in connection with this agreement shall be settled in accordance with provisions of this Article.

48.2 INVITATION FOR CONCILIATION 48.2.1 In case of any dispute(s)/ difference(s)/issue(s), as mentioned above, a Party shall notify the other

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

48.2.2 Conciliation proceedings commence when the other Party(ies) accept(s) the invitation to

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

48.2.3 If the Party initiating conciliation does not receive a reply within thirty days from the date on

which he/she sends the invitation, or within such other period of time as specified in the invitation, he/she may elect to treat this as a rejection of the invitation to conciliate. If he/ she so elects, he/she shall inform to other Party(ies) accordingly.

48.3 CONCILIATION 48.3.1 Where Invitation for Conciliation has been furnished under Article 2, the Parties shall attempt to

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

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

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

48.3.3 The cost of Conciliation proceeding including but not limited to fees for Conciliator(s), Airfare,

Local Transport, Accommodation, cost towards conference facility etc. shall be borne by the Parties equally.

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

of Conciliation proceedings. 48.4 The Settlement Agreement, as and when reached/ agreed upon, shall be signed between the Parties

and Conciliation proceeding shall stand terminated on the date of the Settlement Agreement.

41

Page 42: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

SECTION – II

2.0 ADDENDUM TO INSTRUCTION TO BIDDERS

42

Page 43: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ADDENDUM TO INSTRUCTION TO BIDDERS

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

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

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

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

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

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

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

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

43

Page 44: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

i) Click on button Request User ID (For new Bidders) ii) Fill the on line form and submit. Ensure that the email address given in the form is valid and

active. If you have already been provided with the Vendor Code of GAIL , please mention the 10 digit Vendor code in specified field , Otherwise leave blank.

iii) Ensure that all the mandatory fields( identified with a star mark) are filled in application form for User ID creation.

e-Procurement administrator would take possible care to allot an User id and Password within 4 working days .An Email ( system generated) shall be sent to your email – Id ( mentioned by you in the Registration form) giving details of your User- ID and password. On Receipt of User Id, Please reset the password immediately by logging to our E-tendering site. User Id and passwords are unique to each vendor and the vendor can use the same to view/download/participate in all e-tenders of GAIL.

Note: Without login registration I.D vendor cannot participate in e-tender. There will be single login I.D permission for one single vendor. There can be more than one I.D for the same vendor at different location address.

Obtaining User Id is an on-going process and is not linked to any particular Bid Invitation (tender). Any vendor willing to participate in GAIL tenders can obtain User Id as described above. Each vendor will get one user id. Vendors are requested to designate one officer from their organization who will submit bids on line.

Vendors are advised to apply for user id at least 7 days prior to the last date of bid submission in their own interests. User ids shall be given within 4 days subject to condition that information furnished by the bidder is complete in all respect. GAIL shall not be responsible for any delays in allocation of user id/password and the ensuing consequences including but not limited to timely submission of bids.

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

5) WHY IS A DIGITAL SIGNATURE REQUIRED?

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

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

44

Page 45: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

Digital Certificate can be obtained by the following steps:

i) Visit the site of the licensed CA* using internet browser. ii) Apply for a class 3 Digital Certificate for the designated individual with the name of Organization.

Ensure the Digital Certificate is legally valid in India. iii) For making payment and submission of documents required for issue of the Digital Certificate ,

follow the instructions on the CA's website. iv) Use the class 3 Digital Certificate thus obtained for online bidding on GAIL e-Procurement site.

*Links to some licensed CA's are provided below 1. http://www.ncodesolutions.com 2. http://www.safescrypt.com/ 3. http://www.tcs-ca.tcs.co.in/ 4. http://www.mtnltrustline.com/

8) PRE-BID MEETING:

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

9) BID SECURITY:

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

10) BID DOCUMENT FEE : As per IFB clause no. 1.0

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

i) 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.

ii) 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 it’s 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

Page 46: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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

*Links to some licensed CA's IN India are provided below. Foreign Bidders may obtain the Digital certificate from these CAs. 1http://www.ncodesolutions.com 2http://www.safescrypt.com/ 3http://www.tcs-ca.tcs.co.in/ 4http://www.mtnltrustline.com/

13) PRICES: The bidder needs to enter the prices on line strictly as per the SOR format provided in our E-

Tender. No new conditions shall be added by the bidder.

14) SUBMISSION AND OPENING OF BIDS: The bid along with all the copies of documents should be submitted in e-form only through GAIL e-Procurement portal.

15) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:

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

46

Page 47: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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 GAIL’s 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

Page 48: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

SECTION – II

3.0 READY RECKONERS FOR E-TENDERING

( The ready reckoner for bidder for e-tendering is avialiable at GAIL’s e-tender site

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

48

Page 49: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SECTION - III

GENERAL CONDITIONS OF CONTRACT - WORKS

(GCC – WORKS)

GAIL (INDIA) LIMITED

49

Page 50: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 2 of 76

SECTION – III TABLE OF CONTENTS Sl.No. Description

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

50

Page 51: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 3 of 76

17.0 Award of Contract 18.0 Clarification of Tender Document 19.0 Local Conditions 20.0 Abnormal Rates SECTION-IV (GENERAL OBLIGATIONS) 21.1 Priority of Contract Documents

21.2 Headings & Marginal Notes 21.3 Singular and Plural 21.4 Interpretation 22.0 Special Conditions of Contract 23.0 Contractor to obtain his own information 24.0 Contract Performance Security 25.0 Time of Performance 25.1 Time for Mobilisation 25.2 Time Schedule of Construction 26.0 Force Majeure 26.1 Conditions for Force Majeure 26.2 Outbreak of War 27.0 Price Reduction Schedule 27.3 Bonus for Early Completion 28.0 Rights of Employer to forfeit Contract Performance Security 29.0 Failure by the Contractor to comply with the provisions of the contract 30.0 Contractor remains liable to pay compensation if action not taken under Clause 29.0 31.0 Change in Constitution 32.0 -A Termination of Contract for Death 32.0-B Termination of Contract for Liquidation, Bankruptcy etc. 32.0-C Termination of Contract for Non-Performance and subsequently

putting the Contractor on Holiday 33.0 Members of the Employer not individually liable 34.0 Employer not bound by personal representations 35.0 Contractor's office at site 36.0 Contractor's subordinate staff and their conduct 37.0 Sub letting of Works i) Sub contracts for Temporary works etc. ii) List of sub-contractors to be supplied iii) Contractor's liability not limited by Sub-Contractors

iv) Employer may terminate sub contracts v) No remedy for action taken under this clause

38.0 Power of Entry 39.0 Contractor's responsibility with Mechanical, Electrical, Intercommunication System, Air Conditioning Contractors and other agencies 40.0 Other Agencies at site 41.0 Notices

51

Page 52: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 4 of 76

41.1 To the Contractor 41.2 To the Employer 42.0 Rights of various Interests 43.0 Patents and Royalties 44.0 Liens 45.0 Delays by Employer or his authorised agents 46.0 Payments if Contract is terminated 47.0 No waiver of Rights 48.0 Certificate not to affect Right of Employer and Liability of

Contractor 49.0 Languages & Measures 50.0 Transfer of Title 51.0 Release of Information 52.0 Brand Names 53.0 Completion of Contract 54.0 Spares SECTION-V (PERFORMANCE OF WORK) 55.0 Execution of Work 56.0 Co-ordination and Inspection of work 57.0 Work in Monsoon & Dewatering 58.0 Work on Sundays & Holidays 59.0 General Conditions for construction & Erection Work 60.0 Alterations in specification, Design & Extra Work 61.0 Drawings to be supplied by the Employer 62.0 Drawings to be supplied by the Contractor 63.0 Setting out works 64.0 Responsibility for Levels and Alignment 65.0 Materials to be supplied by contractor 66.0 Stores supplied by Employer 67.0 Conditions for issue of material 68.0 Materials Procured with assistance of Employer/Return of surplus 69.0 Materials obtained from dismantling 70.0 Articles of Value found 71.0 Discrepancies between instructions 72.0 Action where no specification is issued 73.0 Inspection of Works 74.0 Tests for Quality of Works 75.0 Samples for approval 76.0 Action and Compensation in case of bad work 77.0 Suspension of Work 78.0 Employer may do part of work 79.0 Possession prior to completion 80.0 Twelve months period of liability from the date of issue of completion certificate 80.3 Limitation of Liability 81.0 Care of Works

52

Page 53: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 5 of 76

81.1 Defects prior to taking over 81.2 Defects after taking over 82.0 Guarantee/Transfer of Guarantee 83.0 Training of Employer's personnel 84.0 Replacement of Defective parts & materials 85.0 Indemnity 86.0 Construction Aids, Equipments, Tools & Tackles SECTION-VI (CERTIFICATES AND PAYMENTS) 87.0 Schedule of Rates and Payments i) Contractor's Remuneration ii) Schedule of Rates to be inclusive iii) Schedule of Rates to cover construction equipment, materials, labour etc. iv) Schedule of Rates to cover Royalties, Rents and claims. v) Schedule of Rates to cover taxes & duties vi) Schedule of Rates to cover risks of delay vii) Schedule of Rates cannot be altered 88.0 Procedure for Measurement and billing of works in progress 88.1 Billing Procedure 88.2 Secured Advance on materials 88.3 Dispute in mode of measurement 88.4 Rounding of Amounts 89.0 Lumpsum in Tender 90.0 Running Account Payments to be regarded as advances 91.0 Notices of Claims for Additional Payments 92.0 Payment of Contractor's bills 93.0 Receipt for Payment 94.0 Completion Certificate 94.1 Application for Completion Certificate 94.2 Completion Certificate 94.3 Completion Certificate Documents 95.0 Final Decision & Final Certificate 96.0 Certificate and Payments No evidence of completion 97.0 Deduction from Contract Price SECTION-VII (TAXES AND INSURANCE) 98.0 Taxes, Duties, Octroi etc. 99.0 Sales Tax/Turnover Tax 100.0 Statutory Variations 101.0 Insurance 101.1 General i) Employees State Insurance Act ii) Workmen Compensation and Employee's Liability Insurance iii) Accident or injury to workmen

iv) Transit Insurance

53

Page 54: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 6 of 76

v) Automobile vi) General Liability

vii) Any other Insurance required under law or regulations by Employer 102.0 Damage to Property or to any Person or any Third Party SECTION-VIII (LABOUR LAWS) 103.0 Labour laws 104.0 Implementation of Apprentices Act 1961 105.0 Contractor to indemnify the Employer 106.0 Health and Sanitary Arrangement for worker SECTION-IX (APPLICABLE LAWS AND SETTLEMENT OF DISPUTES) 107.0 Arbitration 108.0 Jurisdiction SECTION-X (SAFETY CODES) 109.0 General 110.0 Safety Regulations 111.0 First Aid and Industrial Injuries 112.0 General Rules 113.0 Contractor's barricades 114.0 Scaffolding 115.0 Excavation and Trenching 116.0 Demolition/General Safety 117.0 Care in Handling Inflammable Gas 118.0 Temporary Combustible Structures 119.0 Precautions Against Fire 120.0 Explosives 121.0 Mines Act 122.0 Preservation of Places 123.0 Outbreak of Infectious diseases 124.0 Use of intoxicants

54

Page 55: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 7 of 76

General Conditions of Contract

Section- I. Definitions 1. Definition of Terms: 1.1 In this CONTRACT (as here-in-after defined) the following words and

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

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

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

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

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

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

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

1.1.4 The "WORK" shall mean and include all items and things to be supplied/ done

and services and activities to be performed by the CONTRACTOR in pursuant to and in accordance with CONTRACT or part thereof as the case may be and shall include all extra, additional, altered or substituted works as required for purpose of the CONTRACT.

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

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

1.1.6 "CONSTRUCTION EQUIPMENT" means all appliances/equipment and

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

1.1.7 "CONTRACT DOCUMENTS" means collectively the Tender Documents,

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

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

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

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

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

55

Page 56: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 8 of 76

permitted assigns of such person, firm or company. 1.1.10 The "CONTRACT” shall mean the Agreement between the EMPLOYER and

the CONTRACTOR for the execution of the works including therein all contract documents.

1.1.11 The "SPECIFICATION" shall mean all directions the various technical

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

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

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

1.1.13 The "TENDER" means the proposal along with supporting documents

submitted by the CONTRACTOR for consideration by the EMPLOYER. 1.1.14 The "CHANGE ORDER" means an order given in writing by the

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

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

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

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

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

1.1.17 “DEFECT LIABILITY PERIOD” in relation to a work means the specified

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

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

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

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

required in or about the execution, completion or maintenance of works. 1.1.20 "PLANS" shall mean all maps, sketches and layouts as are incorporated in the

CONTRACT in order to define broadly the scope and specifications of the

56

Page 57: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 9 of 76

work or works, and all reproductions thereof. 1.1.21 "SITE" shall mean the lands and other places on, under, in or through which

the permanent works are to be carried out and any other lands or places provided by the EMPLOYER for the purpose of the CONTRACT.

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

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

1.1.23 "APPROVED" shall mean approved in writing including subsequent written

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

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

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

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

number of hours worked in that day. 1.1.26 "WORKING DAY" means any day which is not declared to be holiday or rest

day by the EMPLOYER. 1.1.27 "WEEK" means a period of any consecutive seven days. 1.1.28 "METRIC SYSTEM" - All technical documents regarding the construction of

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

1.1.29 "VALUE OF CONTRACT” or “TOTAL CONTRACT PRICE” shall mean

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

1.1.30 "LANGUAGE FOR DRAWINGS AND INSTRUCTION" All the drawings,

titles, notes, instruction, dimensions, etc. shall be in English Language. 1.1.31 "MOBILIZATION" shall mean establishment of sufficiently adequate

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

57

Page 58: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 10 of 76

1.1.32 "COMMISSIONING" shall mean pressing into service of the system including the plant(s), equipment(s), vessel(s), pipeline, machinery(ies), or any other section or sub-section of installation(s) pertaining to the work of the CONTRACTOR after successful testing and trial runs of the same.

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

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

Section-II General Informations

2. General Information 2.1 a) Location of Site: The proposed location of Project site is defined in the Special Conditions of Contract.

b) Access by Road: CONTRACTOR, if necessary, shall build other temporary access roads to the actual site of construction for his own work at his own cost. The CONTRACTOR shall be required to permit the use of the roads so constructed by him for vehicles of any other parties who may be engaged on the project site. The CONTRACTOR shall also facilitate the construction of the permanent roads should the construction there of start while he is engaged on this work. He shall make allowance in his tender for any inconvenience he anticipates on such account.

Non-availability of access roads, railway siding and railway wagons for the

use of the CONTRACTOR shall in no case condone any delay in the execution of WORK nor be the cause for any claim for compensation against the EMPLOYER.

2.2 Scope of Work: The scope of WORK is defined in the Technical Part of the tender

document. The CONTRACTOR shall provide all necessary materials, equipment, labour etc. for the execution and maintenance of the WORK till completion unless otherwise mentioned in the Tender Document.

2.3 Water Supply: Contractor will have to make his own arrangements for supply of

water to his labour camps and for works. All pumping installations, pipe net work and distribution system will have to be carried out by the Contractor at his own risk and cost.

Alternatively the Employer at his discretion may endeavour to provide water to the Contractor at the Employer's source of supply provided the Contractor makes his own arrangement for the water meter which shall be in custody of the Employer and other pipe net works from source of supply and such distribution pipe network shall have prior approval of the Engineer-in-Charge so as not to interfere with the layout and progress of the other construction works. In such case, the rate for water

58

Page 59: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 11 of 76

shall be deducted from the running account bills. However, the Employer does not guarantee the supply of water and this does not relieve the Contractor of his responsibility in making his own arrangement and for the timely completion of the various works as stipulated.

2.4 Power Supply: 2.4.1 Subject to availability, EMPLOYER will supply power at 400/440 V at only

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

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

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

2.4.3 At all times, IEA regulations shall be followed failing which the EMPLOYER

has a right to disconnect the power supply without any reference to the CONTRACTOR. No claim shall be entertained for such disconnection by the ENGINEER-IN-CHARGE. Power supply will be reconnected only after production of fresh certificate from authorized electrical supervisors.

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

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

2.4.5 The CONTRACTOR shall ensure that the Electrical equipment installed by

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

2.4.6 The power supply required for CONTRACTOR's colony near the plant site

will be determined by the EMPLOYER and shall be as per State Electricity Board's Rules and other statutory provisions applicable for such installations

59

Page 60: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 12 of 76

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

2.4.7 The CONTRACTOR will have to provide and install his own lights and

power meters which will be governed as per Central/State Government Electricity Rules. The metres shall be sealed by the EMPLOYER.

2.4.8 In case of damage of any of the EMPLOYER’s equipment on account of fault,

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

2.4.9 Only motors upto 3 HP will be allowed to be started direct on line. For motors

above 3 HP and upto 100 HP a suitable Starting device approved by the ENGINEER- IN-CHARGE shall be provided by the CONTRACTOR. For motors above 100 HP slipring induction motors with suitable starting devices as approved by the ENGINEER- IN-CHARGE shall be provided by the CONTRACTOR.

2.4.10 The CONTRACTOR shall ensure at his cost that all electrical lines and

equipment and all installations are approved by the State Electricity Inspector before power can be supplied to the EMPLOYER.

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

his tender. 2.5 Land for Contractor’s 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

60

Page 61: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 13 of 76

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

2.6 Land for Residential Accommodation:-:No Land shall be made available for

residential accommodation for staff and labour of CONTRACTOR.

Section-III. General Instructions to Tenderers 3. Submission of Tender: 3.1 TENDER must be submitted without making any additions, alterations, and as per

details given in other clauses hereunder. The requisite details shall be filled in by the TENDERER at space provided under “Submission of Tender at the beginning of GCC of Tender Document. The rate shall be filled only in the schedule given in this Tender Document.

3.2 Addenda/Corrigenda to this Tender Document, if issued, must be signed,

submitted alongwith the Tender Document. the tenderer should write clearly the revised quantities in Schedule of Rates of Tender Document and should price the WORK based on revised quantities when amendments of quantities are issued in addenda.

3.3 Covering letter alongwith its enclosures accompanying the Tender Document and

all further correspondence shall be submitted in duplicate. 3.4 Tenderers are advised to submit quotations based strictly on the terms and

conditions and specifications contained in the Tender Documents and not to stipulate any deviations.

3.5 Tenders should always be placed in double sealed covers, superscribing

["QUOTATION DO NOT OPEN" Tender for _________________________ Project of GAIL (India) Limited due for opening on _______________________]. The Full Name, Address and Telegraphic Address, Fax No. of the Tenderers shall be written on the bottom left hand corner of the sealed cover.

4. Documents: 4.1 General:

The tenders as submitted, will consist of the following:

61

Page 62: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 14 of 76

i) Complete set of Tender Documents (Original) as sold duly filled in and signed by the tenderer as prescribed in different clauses of the Tender Documents.

ii) Earnest money in the manner specified in Clause 6 hereof. iii) Power of Attorney or a true copy thereof duly attested by a Gazetted

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

iv) Information regarding tenderers in the proforma enclosed. v) Details of work of similar type and magnitude carried out by the

Tenderer in the proforma provided in the tender document. vi) Organisation chart giving details of field management at site, the

tenderer proposes to have for this job. vii) Details of construction plant and equipments available with the

tenderer for using in this work.

viii) Solvency Certificate from Scheduled Bank to prove the financial ability to carry out the work tendered for.

ix) Latest Balance Sheet and Profit & Loss Account duly audited.

x) Details of present commitment as per proforma enclosed to tender.

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

Manufacturers and other technical informations the tenderer wish to furnish.

xii) Provident fund registration certificate

xiii) List showing all enclosures to tender.

4.2 All pages are to be Initiated: All signatures in Tender Documents shall be dated, as

well as, all the pages of all sections of Tender Documents shall be initialed at the lower right hand corner and signed wherever required in the tender papers by the TENDERER or by a person holding power of attorney authorising him to sign on behalf of the tenderer before submission of tender.

4.3 Rates to be in Figures and Words: The tender should quote in English both in

figures as well as in words the rates and amounts tendered by him in the Schedule of Rates of Tender submitted by the CONTRACTOR for each item and in such a way that interpolation is not possible. The amount for each item should be worked out and entered and requisite total given of all items, both in figures and in words. The tendered amount for the work shall be entered in the tender and duly signed by the Tenderer.

If some discrepancies are found between the RATES in FIGURES and

WORDS or the AMOUNT shown in the tender, the following procedure shall be followed:

a) When there is difference between the rates in figures and words, the rate

which corresponds to the amount worked out by the tenderer shall be

62

Page 63: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 15 of 76

taken as correct. b) When the rate quoted by the tenderer in figures and words tally but the

amount is incorrect the rate quoted by the tenderer shall be taken as correct.

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

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

4.4 Corrections and Erasures: All correction(s) and alteration(s) in the entries of tender paper shall be signed in full by the TENDERER with date. No erasure or over writing is permissible.

4.5 Signature of Tenderer:

4.5.1 The TENDERER shall contain the name, residence and place of business of person or persons making the tender and shall be signed by the TENDERER with his usual signature. Partnership firms shall furnish the full names of all partners in the tender. It should be signed in the partnership's name by all the partners or by duly authorised representatives followed by the name and designation of the person signing. Tender by a corporation shall be signed by an authorised representative, and a Power of Attorney in that behalf shall accompany the tender. A copy of the constitution of the firm with names of all partners shall be furnished.

4.5.2 When a tenderer signs a tender in a language other than English, the total

amount tendered should, in addition, be written in the same language. The signature should be attested by at least one witness.

4.6 Witness: Witness and sureties shall be persons of status and property and their

names, occupation and address shall be stated below their signature.

4.7 Details of Experience: The tenderer should furnish, alongwith his tender, details of previous experience in having successfully completed in the recent past works of this nature, together with the names of Employers, location of sites and value of contract, date of commencement and completion of work, delays if any, reasons of delay and other details alongwith documentary evidence(s).

4.8 Liability of Government of India: It is expressly understood and agreed by and

between Bidder or/Contractor and M/s GAIL (India) Limited, and that M/s GAIL (India) Ltd., is entering into this agreement solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the Government of India is not a party to this agreement and has no liabilities, obligations or rights hereunder. It is expressly understood and agreed that M/s GAIL (India) Ltd. is an independent legal entity with power and authority to enter into contracts solely on its own behalf under the applicable Laws of India and general principles of Contract Law. The Bidder/Contractor expressly agrees, acknowledges and understands that M/s GAIL (India) Ltd. is not an agent, representative or delegate of the Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly, Bidder/Contractor hereby expressly waives, releases and foregoes any and all actions or claims, including cross claims, impleader claims or counter claims against the Government of India arising out of this contract and covenants not to sue to Government of India as to any manner, claim, cause of action or thing whatsoever arising of or under this agreement.

63

Page 64: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 16 of 76

5. Transfer of Tender

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

not permissible.

6. Earnest Money: 6.1 The bidder must pay Earnest Money as given in the letter /notice inviting tenders and attach the official receipt with the tender failing which the tender is liable to be rejected and representatives of such tenderers will not be allowed to attend the tender opening. Earnest Money can be paid in Demand Drafts or Bank Guarantee or Banker’s Cheque or Letter of Credit from any Indian scheduled bank or a branch of an International bank situated in India and registered with Reserve Bank of India as scheduled foreign bank. However, other than the Nationalised Indian Banks, the banks whose BGs are furnished, must be commercial banks having net worth in excess of Rs. 100 crores and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on a letter head.

The bid guarantee shall be submitted in the prescribed format .

Note: The Bank Guarantee so furnished by the tenderer shall be in the proforma prescribed by the EMPLOYER. No interest shall be paid by the EMPLOYER on the Earnest Money deposited by the tenderer. The Bank Guarantee furnished in lieu of Earnest Money shall be kept valid for a period of "SIX MONTHS" from the date of opening of tender.(TWO MONTHS beyond the bid due date).

The Earnest Money deposited by successful tenderer shall be forfeited if the Contractor fails to furnish the requisite Contract Performance Security as per clause 24 hereof and /or fails to start work within a period of 15 days or fails to execute the AGREEMENT within 15 days of the receipt by him of the Notification of Acceptance of Tender.

Note: The Earnest Money of the unsuccessful bidder will be returned by

EMPLOYER/CONSULTANT, directly to the tenderer (s), within a reasonable period of time but not later than 30 days after the expiration of the period of bid validity prescribed by EMPLOYER.

7 Validity: 7.1 Tender submitted by tenderers shall remain valid for acceptance for a period of "4 MONTHS" from the date of opening of the tender. The tenderers shall not be entitled during the said period of 4 months, without the consent in writing of the EMPLOYER, to revoke or cancel his tender or to vary the tender given or any term thereof. In case of tender revoking or canceling his tender or varying any term in regard thereof without the consent of EMPLOYER in writing, the EMPLOYER shall forfeit Earnest Money paid by him alongwith tender.

8 Addenda/Corrigenda 8.1 Addenda/ Corrigenda to the Tender Documents will be issued in duplicate prior to the date of opening of the tenders to clarify documents or to reflect modification in design or CONTRACT terms.

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

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

64

Page 65: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 17 of 76

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

9 Right of Employer to Accept or Reject Tender:

9.1 The right to accept the tender will rest with the EMPLOYER. The EMPLOYER, however, does not bind himself to accept the lowest tender, and reserves to itself the authority to reject any or all the tenders received without assigning any reason whatsoever. At the option of the Employer, the work for which the tender had been invited, may be awarded to one Contractor or split between more than one bidders, in which case the award will be made for only that part of the work, in respect of which the bid has been accepted. The quoted rates should hold good for such eventualities.

Tenders in which any of the particulars and prescribed information are

missing or are incomplete in any respect and/or the prescribed conditions are not fulfilled are liable to be rejected. The Tender containing uncalled for remarks or any additional conditions are liable to be rejected.

Canvassing in connection with tenders is strictly prohibited and tenders

submitted by the Tenderers who resort to canvassing will be liable to rejection.

10 Time Schedule 10.1 The WORK shall be executed strictly as per the TIME SCHEDULE specified

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

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

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

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

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

11 Tenderer’s Responsibility 11.1 The intending tenderers shall be deemed to have visited the SITE and

familiarised submitting the tender. Non-familiarity with the site conditions will not be considered a reason either for extra claims or for not carrying out the works in strict conformity with the DRAWINGS and SPECIFICATIONS or for any delay in performance.

12 Retired Government or

Company Officers 12.1 No Engineer of Gazetted rank or other Gazetted Officer employed in

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

65

Page 66: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 18 of 76

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

13 Signing of the Contract: 13.1 The successful tenderer shall be required to execute an AGREEMENT in the

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

14 Field Management &

Controlling/Coordinating Authority:

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

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

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

15 Note to Schedule of Rates: 15.1 The Schedule of Rates should be read in conjunction with all the other sections of the tender.

15.2 The tenderer shall be deemed to have studied the DRAWINGS,

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

15.3 Rates must be filled in the Schedule of Rates of original Tender Documents. If

quoted in separate typed sheets no variation in item description or specification shall be accepted. Any exceptions taken by the tenderer to the Schedule of Rates shall be brought out in the terms and conditions of the offer.

15.4 The quantities shown against the various items are only approximate. Any

increase or decrease in the quantities shall not form the basis of alteration of the rates quoted and accepted.

15.5 The EMPLOYER reserves the right to interpolate the rates for such items of work

falling between similar items of lower and higher magnitude.

16 Policy for Tenders Under Consideration:

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

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

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

66

Page 67: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 19 of 76

of Work, technical specifications etc. to avoid wastage of time and money in seeking clarifications on technical/ commercial aspects of the offer. Bidder may note that no technical and commercial clarifications will be sought for after the receipt of the bids. In case of any deviation/nonconformity observed in the bid, it will be liable for rejection.

17 Award of Contract: 17.1 The Acceptance of Tender will be intimated to the successful Tenderer by

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

17.2 GAIL will be the sole judge in the matter of award of CONTRACT and the

decision of GAIL shall be final and binding.

18 Clarification of Tender Document:

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

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

representatives shall not in any way be binding on GAIL.

19 Local Conditions: 19.1 It will be imperative on each tenderer to inform himself of all local conditions and factors which may have any effect on the execution of WORK covered under the Tender Document. In their own interest, the tenderer are requested to familiarise themselves with the Indian Income Tax Act 1961, Indian Companies Act 1956, Indian Customs Act 1962 and other related Acts and Laws and Regulations of India with their latest amendments, as applicable GAIL shall not entertain any requests for clarifications from the tenderer regarding such local conditions.

19.2 It must be understood and agreed that such factors have properly been

investigated and considered while submitting the tender. No claim for financial or any other adjustments to VALUE OF CONTRACT, on lack of clarity of such factors shall be entertained.

20 Abnormal Rates: 20.1 The tenderer is expected to quote rate for each item after careful analysis of

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

Section-IV. General Obligations

21 Priority of Contract 21.1 Except if and the extent otherwise provided by the Contract, the

67

Page 68: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 20 of 76

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

1) The Contract Agreement ; 2) The Letter of Acceptance; 3) The (Instructions to Bidders)ITB; 4) Special Conditions of Contract (SCC); 5) General Conditions of Contract (GCC) 6) Any other document forming part of the Contract.

Works shown in the DRAWING but not mentioned in the SPECIFICATIONS OR described in the SPECIFICATIONS without being shown in the DRAWINGS shall nevertheless be deemed to be included in the same manner as if they had been specifically shown upon the DRAWINGS and described in the SPECIFICATIONS.

21.2 Headings and Marginal Notes: All headings and marginal notes to the

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

21.3 Singular and Plural: In CONTRACT DOCUMENTS unless otherwise

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

21.4 Interpretation: Words implying `Persons' shall include relevant

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

22 Special Conditions of

Contract:

22.1 Special Conditions of Contract shall be read in conjunction with the General Conditions of Contract, specification of Work, Drawings and any other documents forming part of this CONTRACT wherever the context so requires.

22.2 Notwithstanding the sub-division of the documents into these separate

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

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

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

68

Page 69: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 21 of 76

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

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

22.5 The materials, design and workmanship shall satisfy the relevant

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

23 Contractor to obtain his

own Information: 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.

69

Page 70: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 22 of 76

It is, therefore, expected that should the CONTRACTOR have any doubt as to the meaning of any portion of the CONTRACT DOCUMENT he shall set forth the particulars thereof in writing to EMPLOYER in duplicate, before submission of tender. The EMPLOYER may provide such clarification as may be necessary in writing to CONTRACT, such clarifications as provided by EMPLOYER shall form part of CONTRACT DOCUMENTS.

No verbal agreement or inference from conversation with any effect or employee of the EMPLOYER either before, during or after the execution of the CONTRACT agreement shall in any way affect or modify and of the terms or obligations herein contained.

Any change in layout due to site conditions or technological requirement shall be binding on the CONTRACTOR and no extra claim on this account shall be entertained.

24 Contract Performance Security:

24.1 The CONTRACTOR shall furnish to the EMPLOYER, within 15 days from the date of notification of award, a security in the sum of 10% of the accepted value of the tender or the actual value of work to be done whichever is applicable due to any additional work or any other reasons, in the form of a Bank draft/Banker’s cheque or Bank Guarantee or irrevocable Letter of credit (as per proforma enclosed) as Contract Performance Security with the EMPLOYER which will be refunded after the expiry of DEFECTS LIABILITY PERIOD.

24.2 CONTRACTOR can furnish the Contract Performance Security in the

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

The bank guarantee or the Letter of Credit shall be submitted in the

prescribed format. 24.3 If the CONTRACTOR/SUB-CONTRACTOR or their employees or the

CONTRACTOR’s agents and representatives shall damage, break, deface or destroy any property belonging to the EMPLOYER or others during the execution of the CONTRACT, the same shall be made good by the CONTRACTOR at his own expenses and in default thereof, the ENGINEER-IN-CHARGE may cause the same to be made good by other agencies and recover expenses from the CONTRACTOR (for which the certificate of the ENGINEER- IN-CHARGE shall be final).

24.4 All compensation or other sums of money payable by the CONTRACTOR

to the EMPLOYER under terms of this CONTRACT may be deducted from or paid by the encashment or sale of a sufficient part of his Contract Performance Security or from any sums which may be due or may become due to the CONTRACTOR by the EMPLOYER of any account whatsoever and in the event of his Contract Performance Security being

70

Page 71: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 23 of 76

reduced by reasons of any such deductions or sale of aforesaid, the CONTRACTOR shall within ten days thereafter make good in cash, bank drafts as aforesaid any sum or sums which may have been deducted from or realised by sale of his Contract Performance Security, or any part thereof. No interest shall be payable by the EMPLOYER for sum deposited as Contract Performance Security.

24.5 Failure of the successful bidder to comply with the requirements of this Clause shall constitute sufficient grounds for the annulment of the award and the forfeiture of bid security.

25 Time of Performance: 25.1 Time for Mobilisation

The work covered by this CONTRACT shall be commenced within fifteen (15) days, the date of letter/Fax of Intent and be completed in stages on or before the dates as mentioned in the TIME SCHEDULE OF COMPLETION OF WORK. The CONTRACTOR should bear in mind that time is the essence of this agreement. Request for revision of construction time after tenders are opened will not receive consideration. The above period of fifteen (15) days is included within the overall COMPLETION SCHEDULE, not over and above the completion time to any additional work or any other reasons.

25.2 Time Schedule of Construction: 25.2.1 The general Time Schedule of construction is given in the TENDER

DOCUMENT. CONTRACTOR should prepare a detailed monthly or weekly construction program jointly with the ENGINEER-IN-CHARGE within 15 days of receipt of LETTER/FAX OF INTENT or ACCEPTANCE OF TENDER. The WORK shall be executed strictly as per the Time Schedule given in the CONTRACT DOCUMENT. The period of construction given includes the time required for mobilisation testing, rectifications, if any, retesting and completion in all respects in accordance with CONTRACT DOCUMENT to the entire satisfaction of the ENGINEER-IN-CHARGE.

25.2.2 The CONTRACTOR shall submit a detailed PERT network within the

time frame agreed above consisting of adequate number of activities covering various key phases of the WORK such as design, procurement, manufacturing, shipment and field erection activities within fifteen (15) days from the date of LETTER/FAX OF INTENT. This network shall also indicate the interface facilities to be provided by the EMPLOYER and the dates by which such facilities are needed.

25.2.3 CONTRACTOR shall discuss the network so submitted with the

EMPLOYER and the agreed network which may be in the form as submitted with the EMPLOYER or in revised form in line with the outcome of discussions shall form part of the CONTRACT, to be signed within fifteen (15) days from the date of LETTER OF ACCEPTANCE OF TENDER. During the performance of the CONTRACT, if in the opinion of the EMPLOYER proper progress is not maintained suitable changes shall be made in the CONTRACTOR's operation to ensure proper progress.

The above PERT network shall be reviewed periodically and reports

shall be submitted by the CONTRACTOR as directed by EMPLOYER.

71

Page 72: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 24 of 76

26 Force Majeure:

26.1 CONDITIONS FOR FORCE MAJEURES

In the event of either party being rendered unable by Force Majeure to

perform any obligations required to be performed by them under the CONTRACT the relative obligation of the party affected by such Force Majeures shall upon notification to the other party be suspended for the period during which Force Majeures event lasts. The cost and loss sustained by the either party shall be borne by the respective parties.

The term "Force Majeures" as employed herein shall mean acts of God,

earthquake, war (declared or undeclared), revolts, riots, fires, floods, rebellions, explosions, hurricane, sabotage, civil commotions and acts and regulations of respective Government of the two parties, namely the EMPLOYER and the CONTRACTOR.

Upon the occurrence of such cause(s) and upon its termination, the party

alleging that it has been rendered unable as aforesaid thereby, shall notify the other party in writing immediately but not later than 72 (Seventy-two) hours of the alleged beginning and ending thereof giving full particulars and satisfactory evidence in support of its claim.

Time for performance of the relative obligation suspended by the Force

Majeures shall then stand extended by the period for which such cause lasts.

If deliveries of bought out items and/or works to be executed by the

CONTRACTOR are suspended by Force Majeure conditions lasting for more than 2 (two) months the EMPLOYER shall have the option to terminate the CONTRACT or re-negotiate the contract provisions.

26.2 OUTBREAK OF WAR 26.2.1 If during the currency of the CONTRACT there shall be an out-break of

war whether declared or not, in that part of the World which whether financially or otherwise materially affect the execution of the WORK the CONTRACTOR shall unless and until the CONTRACT is terminated under the provisions in this clause continue to use his best endeavour to complete the execution of the WORK, provided always that the EMPLOYER shall be entitled, at any time after such out-break of war to terminate or re-negotiate the CONTRACT by giving notice in writing to the CONTRACTOR and upon such notice being given the CONTRACT shall, save as to the rights of the parties under this clause and to the operation of the clauses entitled settlement of Disputes and Arbitration hereof, be terminated but without prejudice to the right of either party in respect of any antecedent breach thereof.

26.2.2 If the CONTRACT shall be terminated under the provisions of the above

clause, the CONTRACTOR shall with all reasonable diligence remove from the SITE all the CONTRACTOR's equipment and shall give similar facilities to his SUB-CONTRACTORS to do so.

27

Price reduction schedule:

27.1 Time is the essence of the CONTRACT. In case the CONTRACTOR fails to complete the WORK within the stipulated period, then, unless such failure is due to Force Majeure as defined in Clause 26 here above or due to EMPLOYER's defaults, the Total Contract price shall be

72

Page 73: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 25 of 76

27.3

Bonus For Early Completion (*)

reduced by ½ % of the total Contract Price per complete week of delay or part thereof subject to a maximum of 5 % of the Total Contract Price, by way of reduction in price for delay and not as penalty. The said amount will be recovered from amount due to the Contractor/ Contractor’s Contract Performance Security payable on demand.

The decision of the ENGINEER-IN-CHARGE in regard to applicability

of Price Reduction Schedule shall be final and binding on the CONTRACTOR.

27.2 All sums payable under this clause is the reduction in price due to delay

in completion period at the above agreed rate. 27.3 BONUS FOR EARLY COMPLETION If the Contractor achieves completion of Works in all respect prior to

the time schedule stipulated in the SCC, the Employer shall pay to the Contractor the relevant sum, if mentioned specifically in SCC, as bonus for early completion. The bonus for early completion, if provided specifically in SCC, shall be payable to the maximum ceiling of 2 ½ % of the total contract price.

(*) Partial earlier completion may not always produce net benefits to the

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

28 Rights of the employer to

forfeit contract performance security:

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

29 Failure by the contractor to comply with the provisions of the contract:

29.1 If the CONTRACTOR refuses or fails to execute the WORK or any separate part thereof with such diligence as will ensure its completion within the time specified in the CONTRACT or extension thereof or fails to perform any of his obligation under the CONTRACT or in any manner commits a breach of any of the provisions of the CONTRACT it shall be open to the EMPLOYER at its option by written notice to the CONTRACTOR:

a) TO DETERMINE THE CONTRACT in which

event the CONTRACT shall stand terminated and shall cease to be in force and effect on and from the date appointed by the

73

Page 74: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 26 of 76

EMPLOYER on that behalf, whereupon the CONTRACTOR shall stop forthwith any of the CONTRACTOR's work then in progress, except such WORK as the EMPLOYER may, in writing, require to be done to safeguard any property or WORK, or installations from damage, and the EMPLOYER, for its part, may take over the work remaining unfinished by the CONTRACTOR and complete the same through a fresh contractor or by other means, at the risk and cost of the CONTRACTOR, and any of his sureties if any, shall be liable to the EMPLOYER for any excess cost occasioned by such work having to be so taken over and completed by the EMPLOYER over and above the cost at the rates specified in the schedule of quantities and rate/prices.

b) WITHOUT DETERMINING THE CONTRACT to

take over the work of the CONTRACTOR or any part thereof and complete the same through a fresh contractor or by other means at the risk and cost of the CONTRACTOR. The CONTRACTOR and any of his sureties are liable to the EMPLOYER for any excess cost over and above the cost at the rates specified in the Schedule of Quantities/ rates, occasioned by such works having been taken over and completed by the EMPLOYER.

29.2 In such events of Clause 29.1(a) or (b) above. a) The whole or part of the Contract Performance

Security furnished by the CONTRACTOR is liable to be forfeited without prejudice to the right of the EMPLOYER to recover from the CONTRACTOR the excess cost referred to in the sub-clause aforesaid, the EMPLOYER shall also have the right of taking possession and utilising in completing the works or any part thereof, such as materials equipment and plants available at work site belonging to the CONTRACTOR as may be necessary and the CONTRACTOR shall not be entitled for any compensation for use or damage to such materials, equipment and plant.

b) The amount that may have become due to the

CONTRACTOR on account of work already executed by him shall not be payable to him until after the expiry of Six (6) calendar months reckoned from the date of termination of CONTRACT or from the taking over of the WORK or part thereof by the EMPLOYER as the case may be, during which period the responsibility for faulty materials or workmanship in respect of such work shall, under the CONTRACT, rest exclusively with the CONTRACTOR. This amount shall be subject to deduction of any amounts due from the CONTRACT to the EMPLOYER under the terms of the CONTRACT authorised or required to be reserved or retained by the EMPLOYER.

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

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

74

Page 75: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 27 of 76

EMPLOYER may issue Notice in writing calling the CONTRACTOR to cure the default within such time specified in the Notice.

29.4 The EMPLOYER shall also have the right to proceed or take action as

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

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

above shall not prejudice or affect their rights of the EMPLOYER which may have accrued upto the date of such termination.

30 Contractor remains liable to pay compensation if action not taken under clause 29:

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

31 Change in constitution: 31.1 Where the CONTRACTOR is a partnership firm, the prior approval of the EMPLOYER shall be obtained in writing, before any change is made in the constitution of the firm. Where the CONTRACTOR is an individual or a Hindu undivided family business concern, such approval as aforesaid shall,likewise be obtained before such CONTRACTOR enters into any agreement with other parties, where under, the reconstituted firm would have the right to carry out the work hereby undertaken by the CONTRACTOR. In either case if prior approval as aforesaid is not obtained, the CONTRACT shall be deemed to have been allotted in contravention of clause 37 hereof and the same action

75

Page 76: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 28 of 76

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

32 Termination of contract

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

32(B) TERMINATION OF CONTRACT IN CASE OF LIQUIDATION /

BANKRUPTCY ETC. If the Contractor shall dissolve or become bankrupt or insolvent or

cause or suffer any receiver to be appointed of his business of any assets thereof compound with his Creditors, or being a corporation commence to be wound up, not being a member’s voluntary winding up for the purpose of amalgamation or reconstruction, or carry on its business under a Receiver for the benefits of its Creditors any of them, EMPLOYER shall be at liberty :-

To terminate the contract forthwith upon coming to know of the

happening of any such event as aforesaid by notice in writing to the Contractor or to give the Receiver or liquidator or other person, the option of carrying out the contract subject to his providing a guarantee upto an amount to be agreed upon by EMPLOYER for due and faithful performance of the contract.

32 (C) In case of termination of CONTRACT herein set forth (under clause

29.0) except under conditions of Force Majeure and termination after expiry of contract, the CONTRACTOR shall be put under holiday [i.e. neither any enquiry will be issued to the party by GAIL (India) Ltd. against any type of tender nor their offer will be considered by GAIL against any ongoing tender (s) where contract between GAIL and that particular CONTRACTOR (as a bidder) has not been finalized] for three years from the date of termination by GAIL (India) Ltd. to such CONTRACTOR.

33 Members of the employer

not individually liable : 33.1 No Director, or official or employee of the EMPLOYER/

CONSULTANT shall in any way be personally bound or liable for the acts or obligations of the EMPLOYER under the CONTRACT or answerable for any default or omission in the observance or performance of any of the acts, matters or things which are herein contained.

76

Page 77: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 29 of 76

34 Employer not bound by

personal representations: 34.1 The CONTRACTOR shall not be entitled to any increase on the

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

35 Contractor's office at site: 35.1 The CONTRACTOR shall provide and maintain an office at the site for the accommodation of his agent and staff and such office shall be open at all reasonable hours to receive instructions, notice or other communications. The CONTRACTOR at all time shall maintain a site instruction book and compliance of these shall be communicated to the ENGINEER-IN CHARGE from time to time and the whole document to be preserved and handed over after completion of works.

36 Contractor's subordinate

staff and their conduct 36.1 The CONTRACTOR, on or after award of the WORK shall name and

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

36.2 If and whenever any of the CONTRACTOR's or SUB-

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

36.3 The CONTRACTOR shall be responsible for the proper behaviour of

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

77

Page 78: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 30 of 76

prevent any employees from trespassing or acting in any way detrimental or prejudicial to the interest of the community or of the properties or occupiers of land and properties in the neighborhood and in the event of such employee so trespassing, the CONTRACTOR shall be responsible therefore and relieve the EMPLOYER of all consequent claims or actions for damages or injury or any other grounds whatsoever. The decision of the ENGINEER-IN-CHARGE upon any matter arising under this clause shall be final. The CONTRACTOR shall be liable for any liability to EMPLOYER on account of deployment of CONTRACTOR's staff etc. or incidental or arising out of the execution of CONTRACT.

The CONTRACTOR shall be liable for all acts or omissions on the part

of his staff, Foremen and Workmen and others in his employment, including misfeasance or negligence of whatever kind in the course of their work or during their employment, which are connected directly or indirectly with the CONTRACT.

36.4 If and when required by the EMPLOYER and CONTRACTOR's

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

37 Sub-letting of works: 37.1 No part of the CONTRACT nor any share or interest therein shall in any manner or degree be transferred, assigned or sublet by the CONTRACTOR directly or indirectly to any person, firm or corporation whatsoever without the consent in writing, of the ENGINEER/EMPLOYER except as provided for in the succeeding sub-clause.

i) SUB-CONTRACTS FOR TEMPORARY WORKS ETC.: The EMPLOYER may give written consent to Sub- contract

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

ii) LIST OF SUB-CONTRACTORS TO BE SUPPLIED: At the commencement of every month the CONTRACTOR

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

iii) CONTRACTOR'S LIABILITY NOT LIMITED BY SUB-

CONTRACTORS: Notwithstanding any sub-letting with such approval as

78

Page 79: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 31 of 76

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 sub- contractors in regard to work to be performed under the CONTRACT.

iv) EMPLOYER MAY TERMINATE SUB-CONTRACTS:

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

v) NO REMEDY FOR ACTION TAKEN UNDER THIS

CLAUSE:

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

38 Power of entry: 38.1 If the CONTRACTOR shall not commence the WORK in the manner previously described in the CONTRACT documents or if he shall at any time in the opinion of the ENGINEER-IN-CHARGE.

i) fail to carry out the WORK in conformity with the

CONTRACT documents, or ii) fail to carry out the WORK in accordance with

the Time Schedule, or iii) substantially suspend work or the WORK for a

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

iv) fail to carry out and execute the WORK to the

satisfaction of the ENGINEER-IN-CHARGE, or v) fail to supply sufficient or suitable construction

plant, temporary works, labour, materials or things, or

79

Page 80: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 32 of 76

vi) Commit, suffer, or permit any other breach of any of

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

vii) if the CONTRACTOR shall abandon the WORK

or

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

then in any such case, the EMPLOYER shall have the power to enter

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

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

39.1 Without repugnance of any other condition, it shall be the responsibility of the CONTRACTOR executing the work of civil construction, to work in close cooperation and coordinate the WORK with the Mechanical, Electrical, Air-conditioning and Intercommunication Contractor's and other agencies or their authorised representatives, in providing the necessary grooves, recesses, cuts and opening etc., in wall, slabs beams and columns etc. and making good the same to the desired

80

Page 81: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 33 of 76

finish as per specification, for the placement of electrical, intercommunication cables, conduits, air-conditioning inlets and outlets grills and other equipments etc. where required. For the above said requirements in the false ceiling and other partitions, the CONTRACTOR before starting-up the work shall in consultation with the Electrical, Mechanical, Intercommunication, Air-conditioning contractor and other agencies prepare and put-up a joint scheme, showing the necessary openings, grooves, recesses, cuts, the methods of fixing required for the WORK of the aforesaid, and the finishes therein, to the ENGINEER-IN-CHARGE and get the approval. The CONTRACTOR before finally submitting the scheme to the ENGINEER-IN-CHARGE, shall have the written agreement of the other agencies. The ENGINEER- IN-CHARGE, before communicating his approval to the scheme, with any required modification, shall get the final agreement of all the agencies, which shall be binding. No claim shall be entertained on account of the above.

The CONTRACTOR shall confirm in all respects with provision of any

statutory regulations, ordinances or byelaws of any local or duly constituted authorities or public bodies which may be applicable from time to time to the WORK or any temporary works. The CONTRACTOR shall keep the EMPLOYER indemnified against all penalties and liabilities of every kind, arising out of non- adherance to such stains, ordinances, laws, rules, regulations, etc.

40 Other agencies at site: 40.1 The CONTRACTOR shall have to execute the WORK in such place and conditions where other agencies will also be engaged for other works such as site grading, filling, and levelling, electrical and mechanical engineering works, etc. No claim shall be entertained due to WORK being executed in the above circumstances.

41 Notice:

41.1 TO THE CONTRACTOR: Any notice hereunder may be served on the CONTRACTOR or his duly

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

41.2 TO THE EMPLOYER: Any notice to be given to the EMPLOYER under the terms of the

CONTRACTOR shall be served by sending the same by Registered mail to or delivering the same at the respective site offices of M/S. GAIL (INDIA) LTD. addressed to the HEAD/SITE-IN-CHARGE.

42

Right of various interests:

42.1 i) The EMPLOYER reserves the right to distribute the work

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

ii) Wherever the work being done by any department of the

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

81

Page 82: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 34 of 76

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

43 Patents and royalties: 43.1 The CONTRACTOR, if licensed under any patent covering equipment, machinery, materials or compositions of matter to be used or supplied or methods and process to be practised or employed in the performance of this CONTRACT, agrees to pay all royalties and licence fees which may be due with respect thereto. If any equipment, machinery, materials, composition of matters, be used or supplied or methods and processes to be practised or employed in the performance of this CONTRACT,is covered by a patent under which the CONTRACTOR is not licensed then the CONTRACTOR before supplying or using the equipment, machinery materials, composition method or processes shall obtain such licences and pay such royalties and licence fees as may be necessary for performance of this CONTRACT. In the event the CONTRACTOR fails to pay any such royalty or obtain any such licence, any suit for infringement of such patents which is brought against the CONTRACTOR or the EMPLOYER as a result such failure will be defended by the CONTRACTOR at his own expense and the CONTRACTOR will pay any damages and costs awarded in such suit. The CONTRACTOR shall promptly notify the EMPLOYER if the CONTRACTOR has acquired the knowledge of any plant under which a suit for infringement could be reasonably brought because of the use by the EMPLOYER of any equipment, machinery, materials, process, methods to be supplied hereunder. The CONTRACTOR agrees to and does hereby grant to EMPLOYER, together with the right to extend the same to any of the subsidiaries of the EMPLOYER as irrevocable, royalty free licence to use in any country, any invention made by the CONTRACTOR or his employee in or as result of the performance of the WORK under the CONTRACT.

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

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

43.3 The CONTRACTOR shall not sell or otherwise dispose of or remove

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

43.4 The EMPLOYER shall indemnify and save harmless the

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

82

Page 83: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 35 of 76

respect to any subcontract entered into by CONTRACTOR pursuant to the provisions of the relevant clause hereof, the CONTRACTOR shall obtain from the SUB-CONTRACTOR an undertaking to provide the EMPLOYER with the same patent protection that CONTRACTOR is required to provide under the provisions of this clause.

44 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 The EMPLOYER shall have lien on all materials, equipments including

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

44.3 The final payment shall not become due until the CONTRACTOR

delivers to the ENGINEER-IN-CHARGE a complete release or waiver of all liens arising or which may arise out of his agreement or receipt in full or certification by the CONTRACTOR in a form approved by ENGINEER-IN-CHARGE that all invoices for labour, materials, services have been paid in lien thereof and if required by the ENGINEER-IN-CHARGE in any case an affidavit that so far as the CONTRACTOR has knowledge or information the releases and receipts include all the labour and material for which a lien could be filled.

44.4 CONTRACTOR will indemnify and hold the EMPLOYER harmless,

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

45 Delays by employer or his

authorised agents: 45.1 In case the CONTRACTOR's performance is delayed due to any act or

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

45.2 No adjustment in CONTRACT PRICE shall be allowed for reasons of

such delays and extensions granted except as provided in TENDER

83

Page 84: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 36 of 76

DOCUMENT, where the EMPLOYER reserves the right to seek indulgence of CONTRACTOR to maintain the agreed Time Schedule of Completion.

In such an event the CONTRACTOR shall be obliged for working by

CONTRACTOR's personnel for additional time beyond stipulated working hours as also Sundays and Holidays and achieve the completion date/interim targets.

46 Payment if the contract is

terminated: 46.1 If the CONTRACT shall be terminated as per Tender pursuant to Clause

no. 29 of GCC, the CONTRACTOR shall be paid by the EMPLOYER in so far as such amounts or items shall not have already been covered by payments of amounts made to the CONTRACTOR for the WORK executed and accepted by ENGINEER-IN-CHARGE prior to the date of termination at the rates and prices provided for in the CONTRACT and in addition to the following:

a) The amount payable in respect of any preliminary

items, so far as the Work or service comprised therein has been carried out or performed and an appropriate portion as certified by ENGINEER-IN- CHARGE of any such items or service comprised in which has been partially carried out or performed.

b) Any other expenses which the CONTRACTOR has

expended for performing the WORK under the CONTRACT subject to being duly recommended by ENGINEER-IN-CHARGE and approved by EMPLOYER for payment, based on documentary evidence of his having incurred such expenses.

46.2 The CONTRACTOR will be further required to transfer the title and

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

a) Any and all completed works. b) Such partially completed WORK including drawings,

informations and CONTRACT rights as the CONTRACTOR has specially performed, produced or acquired for the performance of the CONTRACTOR.

47 No waiver of rights: 47.1 Neither the inspection by the EMPLOYER or any of their officials, employees, or agents nor any order by the EMPLOYER for payment of money or any payment for or acceptance of the whole or any part of the Work by the EMPLOYER nor any extension of time, nor any possession taken by EMPLOYER shall operate as a waiver of any provision of the CONTRACT, or of any power herein reserved to the EMPLOYER, or any right to damages herein provided, nor shall any waiver of any breach in the CONTRACT be held to be a waiver of any other subsequent breach.

84

Page 85: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 37 of 76

48 Certificate not to affect right of employer and liability of contractor:

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

49 Language and measures: 49.1 All documents pertaining to the CONTRACT including Specifications, Schedules, Notices, Correspondence, operating and maintenance Instructions, DRAWINGS, or any other writing shall be written in English language. The Metric System of measurement shall be used in the CONTRACT unless otherwise specified.

50 Transfer of title: 50.1 The title of Ownership of supplies furnished by the CONTRACTOR

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

50.2 However, the EMPLOYER shall have the lien on all such works

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

51 Release of information: 51.1 The CONTRACTOR shall not communicate or use in advertising,

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

52

Brand names:

52.1 The specific reference in the SPECIFICATIONS and documents to any

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

53

Completion of contract:

53.1 Unless otherwise terminated under the provisions of any other relevant

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

54 Spares: 54.1 The CONTRACTOR shall furnish to the EMPLOYER all spares

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

85

Page 86: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 38 of 76

months before COMMISSIONING. Also the CONTRACTOR should furnish the manufacturing drawings

for fast wearing spares. 54.2 The CONTRACTOR guarantees the EMPLOYER that before the

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

SECTION-V Performance of Work 55 Execution of work: 55.1 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.

56 Co-ordination and inspection of work:

56.1 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.

57 Work in monsoon and dewatering:

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

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

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

58 Work on sundays and holidays: 58.1 For carrying out Work on Sundays, and Holidays, the CONTRACTOR will approach the ENGINEER-IN-CHARGE or his representative at

86

Page 87: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 39 of 76

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

59 General conditions for construction and erection work:

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

59.2 The CONTRACTOR must arrange for the placement of workers in such

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

59.3 The CONTRACTOR shall submit to the EMPLOYER/ENGINEER-IN-

CHARGE 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 Alterations in specifications, design and extra works:

60.1 The WORK covered under this CONTRACT having to be executed by the CONTRACTOR on a lumpsum firm price/item rate quoted by him, the EMPLOYER will not accept any proposals for changes in VALUE OF CONTRACT or extension in time on account of any such changes which may arise to the CONTRACTOR's scope of WORK as a result of detailed Engineering and thereafter during the execution of WORK. The only exception to this will be a case where the EMPLOYER requests in writing to the CONTRACTOR to upgrade the SPECIFICATIONS or the size of any major pieces of equipments, plant or machinery beyond what is normally required to meet the scope of WORK as defined in the CONTRACT DOCUMENT.

In such cases, a change order will be initialled by the CONTRACTOR at

the appropriate time for the EMPLOYER's prior approval giving the full back-up data for their review and for final settlement of any impact on price within 30 (thirty) days thereafter.

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

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

87

Page 88: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 40 of 76

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

I. For Item Rate Contract

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

b) If the rates for the additional, altered or substituted

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

c) If the rates for the altered, additional or substituted

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

d) Where the item of work will be executed through

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

88

Page 89: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 41 of 76

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

above shall, however, not apply for the following:-

Where the value of additions of new items together with the value of alterations, additions/deletions or substitutions does not exceed by or is not less than plus/minus (+_)25% of the VALUE OF CONTRACT. The item rates in the Schedule of Rates shall hold good for all such variations between the above mentioned limits, irrespective of any increase/decrease of quantities in the individual items of Schedule of Rates.

Where the value of addition of new items together

with the value of alterations, additions/deletions or substitutions reduces more than 25% of the contract value but is within the following limits the tenderer shall be paid compensation for decrease in the value of work, as follows:

S.No. Range of Variation Percentage compensation for

decrease in the value of work in the respective range.

a) Beyond (+) 25% upto & No increase and/or decrease inclusive of (+) 50% shall be applicable for the Schedule

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

b) Beyond (-) 25% upto & For reduction beyond 25% inclusive of (-) 50% contractor shall be compensated by

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

II. For Lumpsum Contracts

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

89

Page 90: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 42 of 76

61 Drawings to be supplied by the employer

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

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

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

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

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

62 Drawings to be supplied by the

contractor: 62.1 The drawings/date which are to be furnished by the CONTRACTOR are

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

62.2 Where approval/review of drawings before manufacture/

construction/fabrication has been specified, it shall be CONTRACTOR's responsibility to have these drawings prepared as per the directions of ENGINEER-IN-CHARGE and got approved before proceeding with manufacture/construction/fabrication as the case may be. Any change that may have become necessary in these drawings during the execution of the work shall have to be carried out by the CONTRACTOR to the satisfaction of ENGINEER-IN-CHARGE at no extra cost. All final drawings shall bear the certification stamp as indicated below duly signed by both the CONTRACTOR and ENGINEER-IN-CHARGE.

"Certified true for ___________________________________ (Name of

Work) Agreement

No.___________________________________________________ Signed:_________________ _________________ (CONTRACTOR) (ENGINEER-IN-CHARGE) 62.3 The DRAWINGS submitted by the CONTRACTOR shall be reviewed by

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

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

90

Page 91: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 43 of 76

furnished by the CONTRACTOR in six copies and one transparent for record purposed to the EMPLOYER.

63

Setting out works:

63.1 The ENGINEER-IN-CHARGE shall furnish the CONTRACTOR with

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

63.2 The CONTRACTOR shall provide, fix and be responsible for the

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

63.3 Before beginning the Works, the CONTRACTOR shall at his own cost,

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

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

under construction should be protected and fenced by the CONTRACTOR. 63.5 On completion of WORK, the CONTRACTOR must submit the geodetic

documents according to which the WORK was carried out.

64

Responsibility for level and alignment:

64.1 The CONTRACTOR shall be entirely and exclusively responsible for the

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

65 Materials to be supplied by

contractor: 65.1 The CONTRACTOR shall procure and provide within the VALUE OF

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

91

Page 92: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 44 of 76

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

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

66 Stores supplied by the employer: 66.1 If the SPECIFICATION of the WORK provides for the use of any material of special description to be supplied from the EMPLOYER's stores or it is required that the CONTRACTOR shall use certain stores to be provided by the ENGINEER-IN-CHARGE, such materials and stores, and price to be charged there for as hereinafter mentioned being so far as practicable for the convenience of the CONTRACTOR, but not so as in any way to control the meaning or effect of the CONTRACT, the CONTRACTOR shall be bound to purchase and shall be supplied such materials and stores as are from time to time required to be used by him for the purpose of the CONTRACT only. The sums due from the CONTRACTOR for the value of materials supplied by the EMPLOYER will be recovered from the running account bill on the basis of the actual consumption of materials in the works covered and for which the running account bill has been prepared. After the completion of the WORK, however, the CONTRACTOR has to account for the full quantity of materials supplied to him as per relevant clauses in this document.

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

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

67 Conditions for issue of

materials: 67.1 i) Materials specified as to be issued by the EMPLOYER will be

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

92

Page 93: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 45 of 76

the EMPLOYER as framed from time to time.

ii) The CONTRACTOR shall bear all incidental charges for the storage and safe custody of materials at site after these have been issued to him.

iii) Materials specified as to be issued by the EMPLOYER shall be

issued in standard sizes as obtained from the manufacturers. iv) The CONTRACTOR shall construct suitable Godowns at the

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

v) It shall be duty of the CONTRACTOR to inspect the materials

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

vi) The EMPLOYER shall not be liable for delay in supply or

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

vii) It shall be responsibility of the CONTRACTOR to arrange in

time all materials required for the WORK other than those to be supplied by the EMPLOYER. If, however, in the opinion of the ENGINEER-IN-CHARGE the execution of the WORK is likely to be delayed due to the CONTRACTOR's inability to make arrangements for supply of materials which normally he has to arrange for, the ENGINEER-IN-CHARGE shall have the right at his own discretion to issue such materials, if available with the EMPLOYER or procure the materials from the market or as elsewhere and the CONTRACTOR will be bound to take such materials at the rates decided by the ENGINEER-IN-CHARGE. This, however, does not in any way absolve the CONTRACTOR from responsibility of making arrangements for the supply of such materials in part or in full, should such a situation occur nor shall this constitute a reason for the delay in the execution of the WORK.

viii) None of the materials supplied to the CONTRACTOR will be utilised by the CONTRACTOR for manufacturing item which can be obtained as supplied from standard manufacturer in finished form.

ix) The CONTRACTOR shall, if desired by the ENGINEER-

IN-CHARGE, be required to execute an Indemnity Bond in the prescribed form for safe custody and accounting of all materials issued by the EMPLOYER.

93

Page 94: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 46 of 76

x) The CONTRACTOR shall furnish to the ENGINEER-IN-

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

xi) Account of the materials issued by the EMPLOYER shall be

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

xii) The CONTRACTOR should see that only the required quantities

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

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

utilised for any purpose(s) than issued for.

68 Material procured with assistance of employer/return of surplus:

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

69 Materials obtained from dismantling:

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

94

Page 95: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 47 of 76

70 Articles of value found: 70.1 All gold, silver and other minerals of any description and all precious stones, coins, treasure relics, antiquities and other similar things which shall be found in, under or upon the SITE, shall be the property of the EMPLOYER and the CONTRACTOR shall duly preserve the same to the satisfaction of the ENGINEER-IN-CHARGE and shall from time to time deliver the same to such person or persons indicated by the EMPLOYER.

71

Discrepancies between instructions:

71.1 Should any discrepancy occur between the various instructions furnished to

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

72

Action where no specification is issued:

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

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

73

Inspection of works:

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

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

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

obtaining the approval in writing of the Engineer-in-Charge. The CONTRACTOR is to provide at all time during the progress of the

WORK and the maintenance period, proper means of access with ladders, gangways etc. and the necessary attendance to move and adopt as directed for inspection or measurements of the WORK by the ENGINEER- IN-CHARGE.

95

Page 96: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 48 of 76

73.3 The CONTRACTOR shall make available to the ENGINEER-IN- CHARGE 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 Tests for quality of work: 74.1 All workmanship shall be of the respective kinds described in the

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

74.2 All the tests that will be necessary in connection with the execution of the

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

74.3 If any tests are required to be carried out in conjunction with the WORK or

materials or workmanship not supplied by the CONTRACTOR, such tests shall be carried out by the CONTRACTOR as per instructions of ENGINEER-IN-CHARGE and cost of such tests shall be reimbursed by the EMPLOYER.

75 Samples for approval: 75.1 The CONTRACTOR shall furnish to the ENGINEER-IN-CHARGE for

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

76 Action and compensation in case

of bad work: 76.1 If it shall appear to the ENGINEER-IN-CHARGE that any work has been

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

96

Page 97: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 49 of 76

period rectify or remove and re-execute the WORK or remove and replaced with others, the materials or articles complained of to as the case may be at the risk and expense in all respects of the CONTRACTOR. The decision of the Engineering-in-charge as to any question arising under this clause shall be final and conclusive.

77

Suspension of works:

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

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

ii) In case of suspensions of entire WORK, ordered in writing

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

78

Employer may do part of work:

78.1 Upon failure of the CONTRACTOR to comply with any instructions given

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

79 Possession prior to completion: 79.1 The ENGINEER-IN-CHARGE shall have the right to take possession of or use any completed or partially completed WORK or part of the WORK. Such possession or use shall not be deemed to be an acceptance of any work completed in accordance with the CONTRACT agreement. If such prior possession or use by the ENGINEER-IN- CHARGE delays the progress of WORK, equitable adjustment in the time of completion will be made and the CONTRACT agreement shall be deemed to be modified accordingly.

80

(Defects liability period) twelve months period of liability from the date of issue of completion certificate:

80.1 The CONTRACTOR shall guarantee the installation/WORK for a period

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

97

Page 98: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 50 of 76

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

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

materials or proportions would be beneficial or necessary to fulfil the guarantees called for, he shall bring this to the notice of the ENGINEER- IN-CHARGE in writing.

If during the period of liability any portion of the WORK/equipment, is

found defective and is rectified/ replaced, the period of liability for such equipment/ portion of WORK shall be operative from the date such rectification/ replacement are carried out and Contract Performance Guarantee shall be furnished separately for the extended period of liability for that portion of WORK/ equipment only. Notwithstanding the above provisions the supplier's, guarantees/warantees for the replaced equipment shall also be passed on to the EMPLOYER.

80.3 LIMITATION OF LIABILITY Notwithstanding anything contrary contained herein, the aggregate total

liability of CONTRACTOR under the Agreement or otherwise shall be limited to 100% of Agreement / Contract Value. However, neither party shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of production.

81 Care of works: 81.0 From the commencement to completion of the WORK, the

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

81.1 DEFECTS PRIOR TO TAKING OVER: If at any time, before the WORK is taken over, the

ENGINEER-IN-CHARGE shall: 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.

98

Page 99: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 51 of 76

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

81.2 DEFECTS AFTER TAKING OVER: In order that the CONTRACTOR could obtain a COMPLETION

CERTIFICATE he shall make good, with all possible speed, any defect arising from the defective materials supplied by the CONTRACTOR or workmanship or any act or omission of the CONTRACT or that may have been noticed or developed, after the works or groups of the works has been taken over, the period allowed for carrying out such WORK will be normally one month. If any defect be not remedied within a reasonable time, the EMPLOYER may proceed to do the WORK at CONTRACTOR's risk and expense and deduct from the final bill such amount as may be decided by the EMPLOYER.

If by reason of any default on the part of the CONTRACTOR a

COMPLETION CERTIFICATE has not been issued in respect of any portion of the WORK within one month after the date fixed by the CONTRACT for the completion of the WORK, the EMPLOYER shall be at liberty to use the WORK or any portion thereof in respect of which a completion certificate has not been issued, provided that the WORK or the portion thereof so used as aforesaid shall be afforded reasonable opportunity for completing these works for the issue of Completion Certificate.

82 Guarantee/transfer of guarantee:

82.1 For works like water-proofing, acid and alkali resisting materials, pre-construction soil treatment against termite or any other specialized works etc. the CONTRACTOR shall invariably engage SUB-CONTRACTORS who are specialists in the field and firms of repute and such a SUB-CONTRACTOR shall furnish guarantees for their

99

Page 100: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 52 of 76

workmanship to the EMPLOYER, through the CONTRACTOR. In case such a SUB-CONTRACTOR/ firm is not prepared to furnish a guarantee to the EMPLOYER, the CONTRACTOR shall give that guarantee to the EMPLOYER directly.

83 Training of employer's

personnel: 83.1 The CONTRACTOR undertakes to provide training to Engineering

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

84 Replacement of defective parts

and materials: 84.1 If during the progress of the WORK, EMPLOYER shall decide and inform

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

84.2 The CONTRACTOR's full and extreme liability under this clause shall be

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

85 Indemnity 85.1 If any action is brought before a Court, Tribunal or any other Authority

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

100

Page 101: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 53 of 76

and/or their representatives harmless from all losses, damages, expenses or decrees arising out of such action.

86 Construction aids, equipments,

tools & tackles: 86.1 CONTRACTOR shall be solely responsible for making available for

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

SECTION-VI Certificates and Payments

87 Schedule of rates and payments: 87.1 i) CONTRACTOR'S REMUNERATION:

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

ii) SCHEDULE OF RATES TO BE INCLUSIVE:

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

101

Page 102: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 54 of 76

necessary to cover the cost of such items of WORK and materials as may be reasonable and necessary to complete the WORK. The opinion of the ENGINEER-IN-CHARGE as to the items of WORK which are necessary and reasonable for COMPLETION OF WORK shall be final and binding on the CONTRACTOR, although the same may not be shown on or described specifically in CONTRACT DOCUMENTS.

Generality of this present provision shall not be deemed to cut

down or limit in any way because in certain cases it may and in other cases it may not be expressly stated that the CONTRACTOR shall do or perform a work or supply articles or perform services at his own cost or without addition of payment or without extra charge or words to the same effect or that it may be stated or not stated that the same are included in and covered by the Schedule of Rates.

iii) SCHEDULE OF RATES TO COVER

CONSTRUCTION EQUIPMENTS, MATERIALS, LABOUR ETC.:

Without in any way limiting the provisions of the preceding

sub-clause the Schedule of Rates shall be deemed to include and cover the cost of all construction equipment, temporary WORK (except as provided for herein), pumps, materials, labour, insurance, fuel, consumables, stores and appliances to be supplied by the CONTRACTOR and all other matters in connection with each item in the Schedule of Rates and the execution of the WORK or any portion thereof finished, complete in every respect and maintained as shown or described in the CONTRACT DOCUMENTS or as may be ordered in writing during the continuance of the CONTRACT.

iv) SCHEDULE OF RATES TO COVER ROYALTIES, RENTS

AND CLAIMS:

The Schedule of Rates (i.e., VALUE OF CONTRACT) shall be deemed to include and cover the cost of all royalties and fees for the articles and processes, protected by letters, patent or otherwise incorporated in or used in connection with the WORK, also all royalties, rents and other payments in connection with obtaining materials of whatsoever kind for the WORK and shall include an indemnity to the EMPLOYER which the CONTRACTOR hereby gives against all actions, proceedings, claims, damages, costs and expenses arising from the incorporation in or use on the WORK of any such articles, processes or materials, octroi or other municipal or local Board Charges, if levied on materials, equipment or machineries to be brought to site for use on WORK shall be borne by the CONTRACTOR.

v) SCHEDULE OF RATES TO COVER TAXES AND DUTIES:

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

102

Page 103: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 55 of 76

or of any other body), whatsoever, will be granted or obtained, all of which expenses shall be deemed to be included in and covered by the Schedule or Rates. The CONTRACTOR shall also obtain and pay for all permits or other privileges necessary to complete the WORK.

vi) SCHEDULE OF RATES TO COVER RISKS OF DELAY:

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

vii) SCHEDULE OF RATES CANNOT BE ALTERED:

For WORK under unit rate basis, no alteration will be allowed in the Schedule of Rates by reason of works or any part of them being modified, altered, extended, diminished or committed. The Schedule of Rates are fully inclusive of rates which have been fixed by the CONTRACTOR and agreed to by the EMPLOYER and cannot be altered.

For lumpsum CONTRACTS, the payment will be made

according to the WORK actually carried out, for which purpose an item wise, or work wise Schedule of Rates shall be furnished, suitable for evaluating the value of WORK done and preparing running account bill.

Payment for any additional work which is not covered in the Schedule of Rates, shall only be released on issuance of change order.

88 Procedure for measurement and billing of work in progress:

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

CONTRACTOR. 88.1.1 All measurements shall be recorded in sextuplicate on standard measurement

sheets supplied by EMPLOYER and submitted to EMPLOYER/CONSULTANT for scrutiny and passing.

88.1.2 EMPLOYER/CONSULTANT shall scrutinise and check the measurements

recorded on the sheets and shall certify correctness of the same on the measurement sheets.

88.1.3 ENGINEER-IN-CHARGE shall pass the bills after carrying out the

comprehensive checks in accordance with the terms and conditions of the CONTRACTS, within 7 days of submission of the bills, complete in all respects and send the same to the Employer to effect payment to the CONTRACTOR.

88.1.4 GAIL shall make all endeavour to make payments of undisputed amount of

the bills submitted based on the joint measurements within 15 (Fifteen) days from the date of certification by the Engineer-in-Charge.

103

Page 104: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 56 of 76

88.1.5 Measurements shall be recorded as per the methods of measurement spelt out

in EMPLOYER/CONSULTANT SPECIFICATIONS / CONTRACT DOCUMENT. EMPLOYER/CONSULTANT shall be fully responsible for checking the measurements quantitatively and qualitatively as recorded in the Measurement Books/ Bills.

88.1.6 While preparing the final bills overall measurements will not be taken again.

Only volume of work executed since the last measured bill alongwith summary of final measurements will be considered for the final bill. However, a detailed check shall be made as to missing measurements and in case there are any missing items or measurements the same shall be recorded.

88.1.7 COMPUTERISED BILLING SYSTEM : GAIL (India) Limited has

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

88.2 SECURED ADVANCE ON MATERIAL: Unless otherwise provided elsewhere in the tender, no `Secured Advance'

on security of materials brought to site for execution of contracted items(s) shall be paid to the Contractor whatsoever.

88.3 DISPUTE IN MODE OF MEASUREMENT: In case of any dispute as to the mode of measurement not covered by the

CONTRACT to be adopted for any item of WORK, mode of measurement as per latest Indian Standard Specifications shall be followed.

88.4 ROUNDING OF AMOUNTS: In calculating the amount of each item due to the CONTRACTOR in every

certificate prepared for payment, sum of less than 50 paise shall be omitted and the total amount on each certificate shall be rounded off to the nearest rupees, i.e., sum of less than 50 paise shall be omitted and sums of 50 paise and more upto one rupee shall be reckoned as one rupee.

89 Lumpsum in tender: 89.1 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.

90 Running account payments to be regarded as advance:

90.1 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

104

Page 105: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 57 of 76

amount payable for the WORK accordingly shall be final and binding on all parties

91

Notice of claims for additional payments:

91.1 Should the CONTRACTOR consider that he is entitled to any extra

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

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

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

92 Payment of contractor's bill: 92.1 No payment shall be made for works estimated to cost less than Rs.10,000/- till the whole of the work shall have been completed and a certificate of completion given. But in case of works estimated to cost more than Rs.10,000/-, that CONTRACTOR on submitting the bill thereof be entitled to receive a monthly payment proportionate to the part thereof approved and passed by the ENGINEER-IN-CHARGE, whose certificate of such approval and passing of the sum so payable shall be final and conclusive against the CONTRACTOR. This payment will be made after making necessary corrections/deductions as stipulated elsewhere in the CONTRACT DOCUMENT for materials, Contract Performance Security, taxes etc.

105

Page 106: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 58 of 76

92.2 Payment due to the CONTRACTOR shall be made by the EMPLOYER

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

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

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

93 Receipt for payment: 93.1 Receipt for payment made on account of work when executed by a firm,

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

94 Completion certificate: 94.1 APPLICATION FOR COMPLETION CERTIFICATE: When the CONTRACTOR fulfils his obligation under Clause 81.1 he shall

be eligible to apply for COMPLETION CERTIFICATE. The ENGINEER-IN-CHARGE shall normally issue to the

CONTRACTOR the COMPLETION CERTIFICATE within one month after receiving any application therefore from the CONTRACTOR after verifying from the completion documents and satisfying himself that the WORK has been completed in accordance with and as set out in the construction and erection drawings, and the CONTRACT DOCUMENTS.

The CONTRACTOR, after obtaining the COMPLETION CERTIFICATE,

is eligible to present the final bill for the WORK executed by him under the terms of CONTRACT.

94.2 COMPLETION CERTIFICATE: Within one month of the completion of the WORK in all respects, the

CONTRACTOR shall be furnished with a certificate by the ENGINEER-IN-CHARGE of such completion, but no certificate shall be given nor shall the WORK be deemed to have been executed until all scaffolding, surplus materials and rubbish is cleared off the SITE completely nor until the WORK shall have been measured by the ENGINEER-IN-CHARGE whose measurement shall be binding and conclusive. The WORKS will not be considered as complete and taken over by the EMPLOYER, until all the temporary works, labour and staff colonies are cleared to the satisfaction of the ENGINEER-IN-CHARGE.

If the CONTRACTOR fails to comply with the requirements of this clause

on or before the date fixed for the completion of the WORK, the ENGINEER-IN-CHARGE may at the expense of the CONTRACTOR remove such scaffolding, surplus materials and rubbish and dispose off the same as he thinks fit and clean off such dirt as aforesaid, and the

106

Page 107: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 59 of 76

CONTRACTOR shall forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except for any sum actually realised by the sale thereof.

94.3 COMPLETION CERTIFICATE DOCUMENTS: For the purpose of Clause 94.0 the following documents will be deemed to

form the completion documents: i) The technical documents according to which the WORK

was carried out. ii) Six (6) sets of construction drawings showing therein the

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

iii) COMPLETION CERTIFICATE for `embedded' and `covered'

up work. iv) Certificates of final levels as set out for various works. v) Certificates of tests performed for various WORKS. vi) Material appropriation, Statement for the materials issued

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

95 Final decision and final certificate:

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

96

Certificate and payments on evidence of completion:

96.1 Except the FINAL CERTIFICATE, no other certificates or payments

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

97

Deductions from the contract price:

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

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

107

Page 108: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 60 of 76

paid by the CONTRACTOR within 15 (fifteen) days of the receipt of the corresponding bills and if not paid by the CONTRACTOR within the said period, the EMPLOYER may, then, deduct the amount from any moneys due i.e., Contract Performance Security or becoming due to the CONTRACTOR under the CONTRACT or may be recovered by actions of law or otherwise, if the CONTRACTOR fails to satisfy the EMPLOYER of such claims.

SECTION-VII Taxes and Insurance

98 Taxes, Duties, Octroi etc: 98.1 The CONTRACTOR agrees to and does hereby accept full and exclusive liability for the payment of any and all Taxes, Duties, including Excise duty, octroi etc. now or hereafter imposed, increased, modified, all the sales taxes, duties, octrois etc. now in force and hereafter increased, imposed or modified, from time to time in respect of WORKS and materials and all contributions and taxes for unemployment compensation, insurance and old age pensions or annuities now or hereafter imposed by any Central or State Government authorities which are imposed with respect to or covered by the wages, salaries, or other compensations paid to the persons employed by the CONTRACTOR and the CONTRACTOR shall be responsible for the compliance of all SUB-CONTRACTORS, with all applicable Central, State, Municipal and local law and regulation and requirement of any Central, State or local Government agency or authority. CONTRACTOR further agrees to defend, indemnify and hold EMPLOYER harmless from any liability or penalty which may be imposed by the Central, State or Local authorities by reason or any violation by CONTRACTOR or SUB-CONTRACTOR of such laws, suits or proceedings that may be brought against the EMPLOYER arising under, growing out of, or by reason of the work provided for by this CONTRACT, by third parties, or by Central or State Government authority or any administrative sub-division thereof.

Tax deductions will be made as per the rules and regulations in force in

accordance with acts prevailing from time to time.

99 Sales tax/turnover tax: 99.1 Tenderer should quote all inclusive prices including the liability of Sales Tax/Turnover Tax whether on the works contract as a whole or in respect of bought out components used by the CONTRACTOR in execution of the CONTRACT. EMPLOYER shall not be responsible for any such liability of the CONTRACTOR in respect of this CONTRACT.

100 Statutory variations 100.1 Tenderer should quote prices inclusive of excise-duty and sales tax applicable on finished product. Any statutory variations in Excise Duty and sales tax on finished product during the contractual completion period, shall be to the Employer's account for which the Contractor will furnish documentary evidence(s) in support of their claims to GAIL. However, any increase in the rate of these taxes and duties (E.D. and S.T.) beyond the contractual completion period shall be to Contractor's account and any decrease shall be passed on to GAIL.

101

Insurance:

101.1 GENERAL

108

Page 109: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 61 of 76

CONTRACTOR shall at his own expense arrange secure and maintain

insurance with reputable insurance companies to the satisfaction of the EMPLOYER as follows:

CONTRACTOR at his cost shall arrange, secure and maintain insurance

as may be necessary and to its full value for all such amounts to protect the WORKS in progress from time to time and the interest of EMPLOYER against all risks as detailed herein. The form and the limit of such insurance, as defined here in together with the under works thereof in each case should be as acceptable to the EMPLOYER. However, irrespective of work acceptance the responsibility to maintain adequate insurance coverage at all times during the period of CONTRACT shall be that of CONTRACTOR alone. CONTRACTOR's failure in this regard shall not relieve him of any of his responsibilities and obligations under CONTRACT.

Any loss or damage to the equipment, during ocean transportation,

port/custom clearance, inland and port handling, inland transportation, storage, erection and commissioning till such time the WORK is taken over by EMPLOYER, shall be to the account of CONTRACTOR. CONTRACTOR shall be responsible for preferring of all claims and make good for the damage or loss by way of repairs and/or replacement of the parts of the Work damaged or lost. CONTRACTOR shall provide the EMPLOYER with a copy of all insurance policies and documents taken out by him in pursuance of the CONTRACT. Such copies of document shall be submitted to the EMPLOYER immediately upon the CONTRACTOR having taken such insurance coverage. CONTRACTOR shall also inform the EMPLOYER at least 60(Sixty) days in advance regarding the expiry cancellation and/or changes in any of such documents and ensure revalidation/renewal etc., as may be necessary well in time.

Statutory clearances, if any, in respect of foreign supply required for the

purpose of replacement of equipment lost in transit and/or during erection, shall be made available by the EMPLOYER. CONTRACTOR shall, however, be responsible for obtaining requisite licences, port clearances and other formalities relating to such import. The risks that are to be covered under the insurance shall include, but not be limited to the loss or damage in handling, transit, theft, pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, war risk (during ocean transportation only) etc. The scope of such insurance shall cover the entire value of supplies of equipments, plants and materials to be imported from time to time.

All costs on account of insurance liabilities covered under CONTRACT

will be to CONTRACTOR's account and will be included in VALUE OF CONTRACT. However, the EMPLOYER may from time to time, during the currency of the CONTRACT, ask the CONTRACTOR in writing to limit the insurance coverage risk and in such a case, the parties to the CONTRACT will agree for a mutual settlement, for reduction in VALUE OF CONTRACT to the extent of reduced premium amounts.

CONTRACTOR as far as possible shall cover insurance with Indian

Insurance Companies, including marine Insurance during ocean transportation.

109

Page 110: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 62 of 76

i) EMPLOYEES STATE INSURANCE ACT:

The CONTRACTOR agrees to and does hereby accept full and exclusive liability for the compliance with all obligations imposed by the Employee State Insurance Act 1948 and the CONTRACTOR further agrees to defend, indemnify and hold EMPLOYER harmless for any liability or penalty which may be imposed by the Central, State or Local authority by reason of any asserted violation by CONTRACTOR or SUB-CONTRACTOR of the Employees' State Insurance Act, 1948, and also from all claims, suits or proceeding that may be brought against the EMPLOYER arising under, growing out of or by reasons of the work provided for by this CONTRACTOR, by third parties or by Central or State Government authority or any political sub- division thereof.

The CONTRACTOR agrees to fill in with the Employee's State

Insurance Corporation, the Declaration Forms, and all forms which may be required in respect of the CONTRACTOR's or SUB- CONTRACTOR's employees, who are employed in the WORK provided for or those covered by ESI from time to time under the Agreement. The CONTRACTOR shall deduct and secure the agreement of the SUB- CONTRACTOR to deduct the employee's contribution as per the first schedule of the Employee's State Insurance Act from wages and affix the Employees Contribution Card at wages payment intervals. The CONTRACTOR shall remit and secure the agreement of SUB-CONTRACTOR to remit to the State Bank of India, Employee's State Insurance Corporation Account, the Employee's contribution as required by the Act. The CONTRACTOR agrees to maintain all cards and Records as required under the Act in respect of employees and payments and the CONTRACTOR shall secure the agreement of the SUB- CONTRACTOR to maintain such records. Any expenses incurred for the contributions, making contributions or maintaining records shall be to the CONTRACTOR's or SUB-CONTRACTOR's account.

The EMPLOYER shall retain such sum as may be necessary

from the total VALUE OF CONTRACT until the CONTRACTOR shall furnish satisfactory proof that all contributions as required by the Employees State Insurance Act, 1948, have been paid. This will be pending on the CONTRACTOR when the ESI Act is extended to the place of work.

ii) WORKMEN COMPENSATION AND EMPLOYER'S

LIABILITY INSURANCE:

Insurance shall be effected for all the CONTRACTOR's employees engaged in the performance of this CONTRACT. If any of the work is sublet, the CONTRACTOR shall require the SUB-CONTRACTOR to provide workman's Compensation and employer's liability insurance for the later's employees if such employees are not covered under the CONTRACTOR's Insurance.

110

Page 111: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 63 of 76

iii) ACCIDENT OR INJURY TO WORKMEN:

The EMPLOYER shall not be liable for or in respect of any damages or compensation payable at law in respect or in consequence of any accident or injury to any workman or other person in the Employment of the CONTRACTOR or any SUB-CONTRACTOR save and except an accident or injury resulting from any act or default of the EMPLOYER, his agents or servants and the CONTRACTOR shall indemnify and keep indemnified the EMPLOYER against all such damages and compensation (save and except and aforesaid) and against all claims, demands, proceeding, costs, charges and expenses, whatsoever in respect or in relation thereto.

iv) TRANSIT INSURANCE In respect of all items to be transported by the CONTRACTOR to the

SITE of WORK, the cost of transit insurance should be borne by the CONTRACTOR and the quoted price shall be inclusive of this cost.

V) COMPREHENSIVE AUTOMOBILE INSURANCE

This insurance shall be in such a form as to protect the Contractor

against all claims for injuries, disability, disease and death to members of public including EMPLOYER’s men and damage to the property of others arising from the use of motor vehicles during on or off the `site’ operations, irrespective of the Employership of such vehicles.

VI) COMPREHENSIVE GENERAL LIABILITY INSURANCE

a) This insurance shall protect the Contractor against all

claims arising from injuries, disabilities, disease or death of member of public or damage to property of others due to any act or omission on the part of the Contractor, his agents, his employees, his representatives and Sub-Contractor’s or from riots, strikes and civil commotion.

b) Contractor shall take suitable Group Personal Accident

Insurance Cover for taking care of injury, damage or any other risks in respect of his Engineers and other Supervisory staff who are not covered under Employees State Insurance Act.

c) The policy shall cover third party liability. The third

party (liability shall cover the loss/ disablement of human life (person not belonging to the Contractor) and also cover the risk of damage to others materials/ equipment/ properties during construction, erection and commissioning at site. The value of third party liability for compensation for loss of human life or partial/full disablement shall be of required statutory value but not

111

Page 112: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 64 of 76

less than Rs. 2 lakhs per death, Rs. 1.5 lakhs per full disablement and Rs. 1 lakh per partial disablement and shall nevertheless cover such compensation as may be awarded by Court by Law in India and cover for damage to others equipment/ property as approved by the Purchaser. However, third party risk shall be maximum to Rs. 10(ten) lakhs to death.

d) The Contractor shall also arrange suitable insurance to

cover damage, loss, accidents, risks etc., in respect of all his plant, equipments and machinery, erection tools & tackles and all other temporary attachments brought by him at site to execute the work.

e) The Contractor shall take out insurance policy in the

joint name of EMPLOYER and Contractor from one or more nationalised insurance company from any branch office at Project site.

f) Any such insurance requirements as are hereby

established as the minimum policies and coverages which Contractor must secure and keep in force must be complied with, Contrator shall at all times be free to obtain additional or increased coverages at Contractor’s sole expenses.

vii) ANY OTHER INSURANCE REQUIRED UNDER

LAW OR REGULATIONS OR BY EMPLOYER:

CONTRACTOR shall also carry and maintain any and all other insurance(s) which he may be required under any law or regulation from time to time without any extra cost to EMPLOYER. He shall also carry and maintain any other insurance which may be required by the EMPLOYER.

102 Damage to Property or to any

Person or any Third Party 102.1 i) CONTRACTOR shall be responsible for making good to

the satisfaction of the EMPLOYER any loss or any damage to structures and properties belonging to the EMPLOYER or being executed or procured or being procured by the EMPLOYER or of other agencies within in the premises of all the work of the EMPLOYER, if such loss or damage is due to fault and/or the negligence or willful acts or omission of the CONTRACTOR, his employees, agents, representatives or SUB-CONTRACTORs.

ii) The CONTRACTOR shall take sufficient care in moving his

plants, equipments and materials from one place to another so that they do not cause any damage to any person or to the property of the EMPLOYER or any third party including overhead and underground cables and in the event of any damage resulting to the property of the EMPLOYER or of a third party during the movement of the aforesaid plant, equipment or materials the cost of such damages including eventual loss of production, operation or services in any plant or establishment as estimated by the EMPLOYER or ascertained or demanded by the third party shall be borne by the

112

Page 113: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 65 of 76

CONTRACTOR. Third party liability risk shall be Rupees One lakh for single accident and limited to Rupees Ten lakhs.

iii) The CONTRACTOR shall indemnify and keep the

EMPLOYER harmless of all claims for damages to property other than EMPLOYER's property arising under or by reason of this agreement, if such claims result from the fault and/or negligence or willful acts or omission of the CONTRACTOR, his employees, agents, representative of SUB-CONTRACTOR.

SECTION-VIII Labour Laws

103

Labour laws:

103.1 i) No labour below the age of 18 (eighteen) years shall be

employed on the WORK.

ii) The CONTRACTOR shall not pay less than what is provided under law to labourers engaged by him on the WORK.

iii) The CONTRACTOR shall at his expense comply with all

labour laws and keep the EMPLOYER indemnified in respect thereof.

iv) The CONTRACTOR shall pay equal wages for men and

women in accordance with applicable labour laws. v) If the CONTRACTOR is covered under the Contract labour

(Regulation and Abolition) Act, he shall obtain a licence from licensing authority (i.e. office of the labour commissioner) by payment of necessary prescribed fee and the deposit, if any, before starting the WORK under the CONTRACT. Such fee/deposit shall be borne by the CONTRACTOR.

vi) The CONTRACTOR shall employ labour in sufficient numbers

either directly or through SUB- CONTRACTOR's to maintain the required rate of progress and of quality to ensure workmanship of the degree specified in the CONTRACT and to the satisfaction of the ENGINEER-IN-CHARGE.

vii) The CONTRACTOR shall furnish to the ENGINEER-IN-

CHARGE the distribution return of the number and description, by trades of the work people employed on the works. The CONTRACTOR shall also submit on the 4th and 19th of every month to the ENGINEER-IN-CHARGE a true statement showing in respect of the second half of the preceding month and the first half of the current month (1) the accidents that occurred during the said fortnight showing the circumstances under which they happened and the extent of damage and injury caused by them and (2) the number of female workers who have been allowed Maternity Benefit as provided in the Maternity Benefit Act 1961 on Rules made thereunder and the amount paid to them.

viii) The CONTRACTOR shall comply with the provisions of the

payment of Wage Act 1936, Employee Provident Fund Act

113

Page 114: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 66 of 76

1952, Minimum Wages Act 1948. Employers Liability Act 1938. Workmen's Compensation Act 1923, Industrial Disputes Act 1947, the Maternity Benefit Act 1961 and Contract Labour Regulation and Abolition Act 1970, Employment of Children Act 1938 or any modifications thereof or any other law relating thereto and rules made thereunder from time to time.

ix) The ENGINEER-IN-CHARGE shall on a report having been

made by an Inspecting Officer as defined in Contract Labour (Regulation and Abolition) Act 1970 have the power to deduct from the money due to the CONTRACTOR any sum required or estimated to be required for making good the loss suffered by a worker or workers by reason of non- fulfillment of the Conditions of the Contract for the benefit of workers, non-payment of wages or of deductions made from his or their wages which are not justified by the terms of the Contract or non-observance of the said regulations.

x) The CONTRACTOR shall indemnify the EMPLOYER against

any payments to be made under and for the observance of the provisions of the aforesaid Acts without prejudice to his right to obtain indemnity from his SUB-CONTRACTOR's. In the event of the CONTRACTOR committing a default or breach of any of the provisions of the aforesaid Acts as amended from time to time, of furnishing any information or submitting or filling and Form/ Register/ Slip under the provisions of these Acts which is materially incorrect then on the report of the inspecting Officers, the CONTRACTOR shall without prejudice to any other liability pay to the EMPLOYER a sum not exceeding Rs.50.00 as Liquidated Damages for every default, breach or furnishing, making, submitting, filling materially incorrect statement as may be fixed by the ENGINEER-IN- CHARGE and in the event of the CONTRACTOR's default continuing in this respect, the Liquidated Damages may be enhanced to Rs.50.00 per day for each day of default subject to a maximum of one percent of the estimated cost of the WORK put to tender. The ENGINEER-IN-CHARGE shall deduct such amount from bills or Contract Performance Security of the CONTRACTOR and credit the same to the Welfare Fund constitute under these acts. The decision of the ENGINEER-IN-CHARGE in this respect shall be final and binding.

104 Implementation of apprentices act, 1961:

104.1 The CONTRACTOR shall comply with the provisions of the Apprentices Act, 1961 and the Rules and Orders issued thereunder from time to time. If he fails to do so, his failure will be a breach of the CONTRACT and the ENGINEER-IN-CHARGE may, at his discretion, cancel the CONTRACT. The CONTRACTOR shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions, of the Act.

105 Contractor to indemnify

the employer: 105.1 i) The CONTRACTOR shall indemnify the EMPLOYER and

every member, office and employee of the EMPLOYER, also the ENGINEER-IN-CHARGE and his staff against all actions, proceedings, claims, demands, costs and expenses whatsoever arising out of or in connection with the matters referred to in

114

Page 115: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 67 of 76

Clause 102.0 and elsewhere and all actions, proceedings, claims, demands, costs and expenses which may be made against the EMPLOYER for or in respect of or arising out of any failure by the CONTRACTOR in the performance of his obligations under the CONTRACT DOCUMENT. The EMPLOYER shall not be liable for or in respect of or arising out of any failure by the CONTRACTOR in the performance of his obligations under the CONTRACT DOCUMENT. The EMPLOYER shall not be liable for or in respect of any demand or compensation payable by law in respect or in consequence of any accident or injury to any workmen or other person. In the employment of the CONTRACTOR or his SUB-CONTRACTOR the CONTRACTOR shall indemnify and keep indemnified the EMPLOYER against all such damages and compensations and against all claims, damages, proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto.

ii) PAYMENT OF CLAIMS AND DAMAGES: Should the EMPLOYER have to pay any money in respect of such claims or demands as aforesaid the amount so paid and the costs incurred by the EMPLOYER shall be charged to and paid by the CONTRACTOR and the CONTRACTOR shall not be at liberty to dispute or question the right of the EMPLOYER to make such payments notwithstanding the same, may have been made without the consent or authority or in law or otherwise to the contrary.

iii) In every case in which by virtue of the provisions of Section 12, Sub-section (i) of workmen's compensation Act, 1923 or other applicable provision of Workmen Compensation Act or any other Act, the EMPLOYER is obliged to pay compensation to a workman employed by the CONTRACTOR in execution of the WORK, the EMPLOYER will recover from the CONTRACTOR the amount of the compensation so paid, and without prejudice to the rights of EMPLOYER under Section 12, Sub- section (2) of the said act, EMPLOYER shall be at liberty to recover such amount or any part thereof by deducting it from the Contract Performance Security or from any sum due to the CONTRACTOR whether under this CONTRACT or otherwise. The EMPLOYER shall not be bound to contest any claim made under Section 12, Sub-section (i) of the said act, except on the written request of the CONTRACTOR and upon his giving to the EMPLOYER full security for all costs for which the EMPLOYER might become liable in consequence of contesting such claim.

106 Health and sanitary

arrangements for workers: 106.1 In respect of all labour directly or indirectly employed in the WORKS for

the performance of the CONTRACTOR's part of this agreement, the CONTRACTOR shall comply with or cause to be complied with all the rules and regulations of the local sanitary and other authorities or as framed by the EMPLOYER from time to time for the protection of health and sanitary arrangements for all workers.

106.2 The CONTRACTOR shall provide in the labour colony all amenities such

as electricity, water and other sanitary and health arrangements. The

115

Page 116: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 68 of 76

CONTRACTOR shall also provide necessary surface transportation to the place of work and back to the colony for their personnel accommodated in the labour colony.

SECTION-IX Applicable Laws and Settlement of Disputes

107 Arbitration: 107.1 Unless otherwise specified, the matters where decision of the Engineer-in-Charge is deemed to be final and binding as provided in the Agreement and the issues/disputes which cannot be mutually resolved within a reasonable time, all disputes shall be referred to arbitration by Sole Arbitrator.

The Employer [GAIL (India) Ltd.] shall suggest a panel of three

independent and distinguished persons to the bidder/contractor/supplier/buyer (as the case may be) to select any one among them to act as the Sole Arbitrator.

In the event of failure of the other parties to select the Sole Arbitrator

within 30 days from the receipt of the communication suggesting the panel of arbitrators, the right of selection of the sole arbitrator by the other party shall stand forfeited and the EMPLOYER (GAIL) shall have discretion to proceed with the appointment of the Sole Arbitrator. The decision of Employer on the appointment of the sole arbitrator shall be final and binding on the parties.

The award of sole arbitrator shall be final and binding on the parties

and unless directed/awarded otherwise by the sole arbitrator, the cost of arbitration proceedings shall be shared equally by the parties. The Arbitration proceedings shall be in English language and venue shall be New Delhi, India.

Subject to the above, the provisions of (Indian) Arbitration & Conciliation ACT 1996 and the Rules framed there under shall be applicable. All matter relating to this contract are subject to the exclusive jurisdiction of the court situated in the state of Delhi.

Bidders/suppliers/contractors may please note that the Arbitration & Conciliation Act 1996 was enacted by the Indian Parliament and is based on United Nations Commission on International Trade Law (UNCITRAL model law), which were prepared after extensive consultation with Arbitral Institutions and centers of International Commercial Arbitration. The United Nations General Assembly vide resolution 31/98 adopted the UNCITRAL Arbitration rules on 15 December 1976.

107.2 FOR THE SETTLEMENT OF DISPUTES BETWEEN

GOVERNMENT DEPARTMENT AND ANOTHER AND ONE GOVERNMENT DEPARTMENT AND PUBLIC ENTERPRISE AND ONE PUBLIC ENTERPRISE AND ANOTHER THE ARBITRATION SHALL BE AS FOLLOWS:

"In the event of any dispute or difference between the parties hereto, such dispute or difference shall be resolved amicably by mutual

116

Page 117: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 69 of 76

consultation or through the good offices of empowered agencies of the Government. If such resolution is not possible, then, the unresolved dispute or difference shall be referred to arbitration of an arbitrator to be nominated by Secretary, Department of Legal Affairs ("Law Secretary") in terms of the Office Memorandum No.55/3/1/75-CF, dated the 19th December 1975 issued by the Cabinet Secretariat (Department of Cabinet Affairs), as modified from time to time. The Arbitration Act 1940 (10 of 1940) shall not be applicable to the arbitration under this clause. The award of the Arbitrator shall be binding upon parties to the dispute. Provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to Law Secretary whose decision shall bind the parties finally and conclusively.

108 Jurisdiction:

The CONTRACT shall be governed by and constructed according to the laws in force in INDIA. The CONTRACTOR hereby submits to the jurisdiction of the Courts situated at DELHI for the purposes of disputes, actions and proceedings arising out of the CONTRACT, the courts at DELHI only will have the jurisdiction to hear and decide such disputed, actions and proceedings.

SECTION-X Safety Codes

109 General: 109.1 CONTRACTOR shall adhere to safe construction practice and guard against hazardous, and unsafe working conditions and shall comply with EMPLOYER's safety rules as set forth herein. Prior to start of construction, CONTRACTOR will be furnished copies of EMPLOYER's "Safety Code" for information and guidance, if it has been prepared.

110 Safety regulations: 110.1 i) In respect of all labour, directly employed in the WORK for

the performance of CONTRACTOR's part of this agreement, the CONTRACTOR shall at his own expense arrange for all the safety provisions as per safety codes of C.P.W.D., Indian Standards Institution. The Electricity Act, The Mines Act and such other acts as applicable. ii) The CONTRACTOR shall observe and abide by all fire and

safety regulations of the EMPLOYER. Before starting construction work CONTRACTOR shall consult with EMPLOYER's safety Engineers or ENGINEER- IN-CHARGE and must make good to the satisfaction of the EMPLOYER any loss or damage due to fire to any portion of the work done or to be done under this agreement or to any of the EMPLOYER's existing property.

111 First aid and industrial

injuries: 111.0 i) CONTRACTOR shall maintain first aid facilities for its

employees and those of its SUB-CONTRACTOR. ii) CONTRACTOR shall make outside arrangements for

ambulance service and for the treatment of industrial injuries. Names of those providing these services shall be furnished to EMPLOYER prior to start of construction and their telephone numbers shall be prominently posted in CONTRACTOR's field

117

Page 118: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 70 of 76

office. iii) All critical industrial injuries shall be reported promptly

to EMPLOYER, and a copy of CONTRACTOR's report covering each personal injury requiring the attention of a physician shall be furnished to the EMPLOYER.

112 General rules: 112.0 Smoking within the battery area, tank farm or dock limits is strictly

prohibited. Violators of the no smoking rules shall be discharged immediately.

113 Contractor's barricades: 113.0 i) CONTRACTOR shall erect and maintain barricades

required in connection with his operation to guard or protect:-

a) Excavations b) Hoisting Areas. c) Areas adjudged hazardous by CONTRACTOR's or

EMPLOYER's inspectors. d) EMPLOYER's existing property subject to damage by

CONTRACTOR's Operations. e) Rail Road unloading spots.

ii) CONTRACTOR's employees and those of his SUB-

CONTRACTOR's shall become acquainted with EMPLOYER's barricading practice and shall respect the provisions thereof.

iii) Barricades and hazardous areas adjacent to, but not

located in normal routes of travel shall be marked by red flasher lanterns at nights.

114 Scaffolding: 114.1 i) Suitable scaffolding should be provided for workmen for all works that cannot safely be done from the ground or from solid construction except such short period work as can be done safely from ladders. When a ladder is used an extra Mazdoor shall be engaged for holding the ladder and if the ladder is used for carrying material as well, suitable footholds and handholds shall be provided on the ladder and the ladder shall be given an inclination not steeper than 1 in 4 (1 horizontal and 4 vertical).

ii) Scaffolding or staging more than 4 metres above the ground or floor, swing suspended from an overhead support or erected with stationary support shall have a guard rail properly attached, bolted, braced and otherwise retarded at least one metre high above the floor or platform of such scaffolding or staging and extending along the entire length of the outside and ends thereof with only such openings as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure.

iii) Working platform, gangway and stairway should be so

constructed that they should not sag unduly or unequally and if

118

Page 119: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 71 of 76

the height of platform of the gangway or the stairway is more than 4 metres above the ground level or floor level, they should be closely boarded, should have adequate width and should be suitably fastened as in ii) above.

iv) Every opening in the floor of a building or in a working platform

shall be provided with suitable means to prevent the fall of persons or materials by providing suitable fencing of railing whose minimum heights shall be 1 metre.

v) Safe-means of access shall be provided to all working

platforms and other working places, every ladder shall be securely fixed. No portable single ladder shall be over 9 metres in length while the width between side rails in rung ladder shall in no case be less than 30 cms for ladder upto and including 3 metres in length. For longer ladder this width should be increased 5mm for each additional foot of length. Uniform steps spacing shall not exceed 30 cms. Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on any of the sites or work shall be so stacked or placed to cause danger or inconvenience to any person or public. The CONTRACTOR shall also provide all necessary fencing and lights to protect the workers and staff from accidents, and shall be bound to bear the expenses of defense of every suit, action or other proceeding of law that may be brought by any person for injury sustained owing to neglect of the above precautions and pay any damages and costs which may be awarded in any such suit or action or proceeding to any such person or which may with the consent of the CONTRACTOR be paid to compromise any claim by any such person.

115 Excavation and trenching: 115.1 All trenches 1.2 metres or more in depth, shall at all times be supplied with at least one ladder for each 50 metres length or fraction thereof. Ladder shall be extended from bottom of the trenches to atleast 1 metre above the surface of the ground. The sides of the trenches which are 1.5M in depth shall be stepped back to give suitable slope or securely held by timber bracing, so as to avoid the danger of sides to collapse. The excavated materials shall not be placed within 1.5 metres of the edge of the trench or half of the trench width whichever is more. Cutting shall be done from top to bottom. Under no circumstances undermining or under-cutting shall be done.

116 Demolition/general safety: 116.1 i) Before any demolition work is commenced and also

during the progress of the demolition work

a) All roads and open areas adjacent to the work site shall either be closed or suitably protected.

b) No electric cable or apparatus which is liable to be a

source of danger shall remain electrically charged.

c) All practical steps shall be taken to prevent danger to persons employed from risk of fire or explosion or flooding. No floor, roof or other part of the building

119

Page 120: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 72 of 76

shall be so overloaded with debris or materials as to render it unsafe.

ii) All necessary personal safety equipment as considered

adequate by the ENGINEER-IN-CHARGE, should be kept available for the use of the persons employed on the SITE and maintained in condition suitable for immediate use, and the CONTRACTOR shall take adequate steps to ensure proper use of equipment by those concerned.

a) Workers employed on mixing asphaltic materials,

cement and lime mortars shall be provided with protective footwear and protective gloves.

b) Those engaged in white washing and mixing or

stacking or cement bags or any material which are injurious to the eyes be provided with protective goggles.

c) Those engaged in welding and cutting works shall be

provided with protective face & eye shield, hand gloves, etc.

d) Stone breakers shall be provided with protective

goggles and protective clothing and seated at sufficiently safe intervals.

e) When workers are employed in sewers and manholes,

which are in use, the CONTRACTOR shall ensure that the manhole covers are opened and are ventilated atleast for an hour before the workers are allowed to get into the manholes, and the manholes so opened shall be cordoned off with suitable railing and provided with warning signals or board to prevent accident to the public.

f) The CONTRACTOR shall not employ men below the

age of 18 years and women on the work of painting with products containing lead in any form. Wherever men above the age of 18 years are employed on the work of lead painting, the following precautions should be taken.

1) No paint

containing lead or lead product shall be used except in the form of paste or readymade paint.

2) Suitable face

masks should be supplied for use by the workers when paint is applied in the form of spray or a surface having lead paint dry rubbed and scrapped.

3) Overalls shall be

supplied by the CONTRACTOR to the

120

Page 121: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 73 of 76

workmen and adequate facilities shall be provided to enable the working painters to wash them during and on cessation of work.

iii) When the work is done near any place where there is risk of

drowning, all necessary safety equipment should be provided and kept ready for use and all necessary steps taken for prompt rescue of any person in danger and adequate provision should be made for prompt first aid treatment of all injuries likely to be sustained during the course of the work.

iv) Use of hoisting machines and tackles including their

attachments, anchorage and supports shall conform to the following standards or conditions:

a) These shall be of good mechanical construction, sound

materials and adequate strength and free from patent defect and shall be kept in good working order.

b) Every rope used in hoisting or lowering materials or as

means of suspension shall be of durable quality and adequate strength and free from patent defects.

c) Every crane driver or hoisting appliance operator shall be

properly qualified and no person under the age of 21 years should be in charge of any hoisting machine including any scaffolding, winch or give signals to the operator.

d) In case of every hoisting machine and of every chain ring

hook, shackle, swivel, and pulley block used in hoisting or lowering or as means of suspension, the safe working load shall be ascertained by adequate means. Every hoisting machine and all gears referred to above shall be plainly marked with the safe working load of the conditions under which it is applicable and the same shall be clearly indicated. No part of any machine or any gear referred to above in this paragraph shall be loaded beyond safe working load except for the purpose of testing.

e) In case of departmental machine, the safe working load shall

be notified by the ENGINEER- IN-CHARGE. As regards CONTRACTOR's machines, the CONTRACTOR shall notify the safe working load of the machine to the ENGINEER-IN-CHARGE whenever he brings any machinery to SITE of WORK and get it verified by the Engineer concerned.

v) Motors, gears, transmission lines, electric wiring and other

dangerous parts of hoisting appliances should be provided with efficient safeguards. Hoisting appliances should be provided with such means as to reduce to minimum the accidental descent of the load, adequate precautions should be taken to reduce the minimum risk of any part or parts of a suspended load becoming accidentally displaced. When workers are employed on

121

Page 122: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 74 of 76

electrical installations which are already energised, insulating mats, wearing apparel, such as gloves, sleeves, and boots as may be necessary should be provided. The workers shall not wear any rings, watches and carry keys or other materials which are good conductors of electricity.

vi) All scaffolds, ladders and other safety devices mentioned or

described herein shall be maintained in safe conditions and no scaffolds, ladder or equipment shall be altered or removed while it is in use. Adequate washing facilities should be provided at or near places of work.

vii) These safety provisions should be brought to the notice of all

concerned by displaying on a notice board at a prominent place at the work-spot. The person responsible for compliance of the safety code shall be named therein by the CONTRACTOR.

viii) To ensure effective enforcement of the rules and regulations

relating to safety precautions, the arrangements made by the CONTRACTOR shall be open to inspection by the Welfare Officer, ENGINEER-IN- CHARGE or safety Engineer of the Administration or their representatives.

ix) Notwithstanding the above clauses there is nothing in these to

exempt the CONTRACTOR for the operations of any other Act or rules in force in the Republic of India. The work throughout including any temporary works shall be carried out in such a manner as not to interfere in any way whatsoever with the traffic on any roads or footpath at the site or in the vicinity thereto or any existing works whether the property of the Administration or of a third party.

In addition to the above, the CONTRACTOR shall abide by the

safety code provision as per C.P.W.D. Safety code and Indian Standard Safety Code from time to time.

117 Care in handling inflammable gas:

117.1 The CONTRACTOR has to ensure all precautionary measures and exercise utmost care in handling the inflammable gas cylinder/inflammable liquids/paints etc. as required under the law and/or as advised by the fire Authorities of the EMPLOYER

118

Temporary combustible structures:

118.1 Temporary combustible structures will not be built near or around work

site.

119 Precautions against fire: 119.1 The CONTRACTOR will have to provide Fire Extinguishers, Fire Buckets and drums at worksite as recommended by ENGINEER-IN-CHARGE. They will have to ensure all precautionary measures and exercise utmost care in handling the inflammable gas cylinders/ inflammable liquid/ paints etc. as advised by ENGINEER-IN-CHARGE. Temporary combustible structures will not be built near or around the work-site.

122

Page 123: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 75 of 76

120 Explosives: 120.1 Explosives shall not be stored or used on the WORK or on the SITE by

the CONTRACTOR without the permission of the ENGINEER-IN-CHARGE in writing and then only in the manner and to the extent to which such permission is given. When explosives are required for the WORK they will be stored in a special magazine to be provided at the cost of the CONTRACTOR in accordance with the Explosives Rules. The CONTRACTOR shall obtain the necessary licence for the storage and the use of explosives and all operations in which or for which explosives are employed shall be at sole risk and responsibility of the CONTRACTOR and the CONTRACTOR shall indemnify the EMPLOYER against any loss or damage resulting directly or indirectly therefrom.

121 Mines act: 121.1 SAFETY CODE: The CONTRACTOR shall at his own expense arrange

for the safety provisions as required by the ENGINEER-IN-CHARGE in respect of all labour directly employed for performance of the WORKS and shall provide all facilities in connection therewith. In case the CONTRACTOR fails to make arrangements and provides necessary facilities as aforesaid, the ENGINEER-IN- CHARGE shall be entitled to do so and recover the costs thereof from the CONTRACTOR.

121.2 Failure to comply with Safety Code or the provisions relating to report on

accidents and to grant of maternity benefits to female workers shall make the CONTRACTOR liable to pay Company Liquidated Damages an amount not exceeding Rs.50/- for each default or materially incorrect statement. The decision of the ENGINEER-IN-CHARGE in such matters based on reports from the Inspecting Officer or from representatives of ENGINEER-IN-CHARGE shall be final and binding and deductions for recovery of such Liquidated Damages may be made from any amount payable to the CONTRACTOR from all the provisions of the Mines Act, 1952 or any statutory modifications or re-enactment thereof the time being in force and any Rules and Regulations made thereunder in respect of all the persons employed by him under this CONTRACT and shall indemnify the EMPLOYER from and against any claim under the Mines Act or the rules and regulations framed thereunder by or on behalf of any persons employed by him or otherwise.

122 Preservation of place: 122.1 The CONTRACTOR shall take requisite precautions and use his best

endeavours to prevent any riotous or unlawful behaviour by or amongst his worker and others employed or the works and for the preservation of peace and protection of the inhabitants and security of property in the neighborhood of the WORK. In the event of the EMPLOYER requiring the maintenance of a Special Police Force at or in the vicinity of the site during the tenure of works, the expenses thereof shall be borne by the CONTRACTOR and if paid by the EMPLOYER shall be recoverable from the CONTRACTOR.

123 Outbreak of infectious

diseases: 123.1 The CONTRACTOR shall remove from his camp such labour and their

facilities who refuse protective inoculation and vaccination when called upon to do so by the ENGINEER-IN-CHARGE's representative. Should Cholera, Plague or other infectious diseases break out the CONTRACTOR shall burn the huts, beddings, clothes and other belongings or used by the infected parties and promptly erect new huts on healthy sites as required by the ENGINEER-IN-CHARGE failing which within the time specified in the Engineer's requisition, the work may be

123

Page 124: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 76 of 76

done by the EMPLOYER and the cost thereof recovered from the CONTRACTOR.

124 Use of intoxicants:

124.1 The unauthorised sale of spirits or other intoxicants, beverages upon the work in any of the buildings, encampments or tenements owned, occupied by or within the control of the CONTRACTOR or any of his employee is forbidden and the CONTRACTOR shall exercise his influence and authority to the utmost extent to secure strict compliance with this condition. In addition to the above, the CONTRACTOR shall abide by the safety code provision as per C.P.W.D. safety code and Indian Standard Code framed from time to time.

124

Page 125: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 1 of 40

SPECIAL CONDITIONS OF

CONTRACT

125

Page 126: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 2 of 40

INDEX 1.0 GENERAL 2.0 SCOPE OF WORK & SCOPE OF SUPPLY 3.0 SUPPLY OF WATER , POWER & OTHER UTILITIES 4.0 TIME OF COMPLETION 5.0 DRAWINGS AND DOCUMENTS 6.0 COMPLIANCE WITH LAWS 7.0 GOVERNMENT OF INDIA NOT LIABLE 8.0 REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES (FOR

FOREIGN BIDDER) 9.0 LIMITATION OF LIABILITY 10.0 CRITICAL WORKS TO BE CARRIED OUT BY CONSORTIUM LEADER 11.0 CONTRACT PERFORMANCE GUARANTEE 12.0 TAXES, DUTIES AND LEVIES IN INDIA 13.0 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES 14.0 SUBSEQUENT LEGISLATION 15.0 STATUTORY VARIATION IN TAXES & DUTIES 16.0 INCOME TAX & CORPORATE TAX 17.0 CUSTOM DUTY 18.0 CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS 19.0 ISSUE OF ESSENTIALITY CERTIFICATE 20.0 IMPORT LICENCE 21.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS 22.0 INTELLECTUAL PROPERTY 23.0 FIRM PRICE 24.0 WORKS CONTRACT 25.0 PROVIDENT FUND ACT 26.0 MOBILIZATION ADVANCE 27.0 CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS 28.0 CONSTRUCTION RIGHT -OF-USE AND PERMITS 29.0 CONSTRUCTION EQUIPMENT AND ORGANIZATION 30.0 MECHANISED CONSTRUCTION 31.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION 32.0 PRICE ADJUSTMENT DUE TO DELAYED MOBILIZATION OR SHORTFALL IN

MOBILISATION OF MINIMUM EQUIPMENT AND MANPOWER 33.0 MEASUREMENT OF WORKS 34.0 TERMS OF PAYMENT 35.0 REPAIR OF PIPE DEFECTS 36.0 ISSUE OF EMPLOYER/CONSULTANT SUPPLIED MATERIAL 37.0 LOCATION OF DUMPYARD 38.0 STATUTORY APPROVALS 39.0 TESTS AND INSPECTION 40.0 INSPECTION OF SUPPLY ITEMS 41.0 FINAL INSPECTION 42.0 COMPENSATION FOR EXTENDED STAY 43.0 COMPUTERIZED CONTRACTORS BILLING SYSTEM 44.0 TEMPORARY WORKS 45.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE 46.0 QUALITY ASSURANCE/ QUALITY CONTROL 47.0 HEALTH SAFETY AND ENVIRONMENT (HSE) MANAGEMENT 48.0 SITE CLEANING 49.0 COMPLETION DOCUMENTS 50.0 COORDINATION WITH OTHER AGENCIES

126

Page 127: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 3 of 40

51.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSU’s 52.0 UNDERGROUND AND OVERHEAD STRUCTURES 53.0 TEST CERTIFICATES 54.0 ROYALTY 55.0 EXCAVATION BY BLASTING 56.0 SITE FACILITIES FOR WORKMEN 57.0 EXECUTION OF ELECTRICAL WORKS 58.0 HYDROSTATIC TESTING 59.0 ARBITRATION 60.0 MAKE OF MATERIALS 61.0 ADDITIONAL WORKS/ EXTRA WORKS 62.0 COMPENSATION FOR DELAY/PRICE REDUCTION SCHEDULE FOR ANY DELAY 63.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM 64.0 RESPONSIBILITY OF CONTRACTOR 65.0 CHECKING OF LEVELS 66.0 STORAGE FACILITIES 67.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS) 68.0 INSURANCE FOR FREE ISSUE MATERIAL 69.0 INSURANCES IN INDIA 70.0 INSURANCE IN FOREIGN COUNTRIES 71.0 BANK GUARANTEES 72.0 SUBMISSION OF COLOURED PHOTOGRAPHS 73.0 DISPOSAL OF EMPTY OFC CABLE DRUM 74.0 VIDEOTAPE 75.0 SINGLE POINT RESPONSIBILITY 76.0 SPARES 77.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT 78.0 BONUS FOR EARLY COMPLETION 79.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS 80.0 REQUIREMENT OF PAN FOR FOREIGN BIDDER

127

Page 128: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 4 of 40

1.0 GENERAL 1.1 Special Conditions of Contract shall be read in Conjunction with the General

conditions of Contract, specification of work, Drawings and any other documents forming part of this Contract wherever the context so requires.

1.2 Notwithstanding the sub-division of the documents into these separate sections and

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

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

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

1.4 Wherever it is mentioned in the specifications that the Contractor shall perform

certain work or provide certain facilities, it is understood that the Contractor shall do so at his cost and the value of contract shall be deemed to have included cost of such performance and provisions, so mentioned.

1.5 The materials, design, and workmanship shall satisfy the relevant Indian Standards,

the Job Specifications contained herein and Codes referred to. Where the job specification stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied.

1.6 In case of an irreconcilable conflict between Indian or other applicable standards,

General Conditions of Contract, Special Conditions of Contract, Specifications, Drawings or Schedule of Rates, the following shall prevail to the extent of such irreconcilable conflict in order of precedence :

i) Letter of Acceptance along with Statement of Agreed Variations. ii) Fax / Letter of Intent / Fax of Acceptance. iii) Schedule of Rates as enclosures to Letter of Acceptance. iv) Job / Particular Specifications. v) Drawings vi) Technical / Material Specifications. vii) Special Conditions of Contract. viii) General Conditions of Contract. ix) Indian Standards x) Other applicable Standards

1.7 It will be the Contractor's responsibility to bring to the notice of Engineer-in-Charge

any irreconcilable conflict in the contract documents before starting the work (s) or making the supply with reference which the conflict exists.

1.8 In the absence of any Specifications covering any material, design of work (s) the

same shall be performed / supplies / executed in accordance with Standard Engineering Practice as per the instructions / directions of the Engineer-in-Charge, which will be binding on the Contractor.

128

Page 129: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 5 of 40

2.0 SCOPE OF WORK & SCOPE OF SUPPLY

The scope of work covered in this Contract will be as described in Annexure-1, Particular job specifications, Standard Specifications, Schedule of Rates etc. The scope of supply covered in this Contract will be as described in Annexure-2, Particular Job Specifications, Standard Specifications, Schedule of Rates etc. It is however, explicitly understood that scope described is not limiting, in s far as the responsibilities of the contractor are concerned and shall include, interaiia, carrying out any and all works and providing any and all facilities as are required to complete the works in all respect.

3.0 SUPPLY OF WATER , POWER & OTHER UTILITIES

3.1 The Clause No. 2.3 to 2.5 given in General Conditions of Contract is modified to following extent:

3.2 The Contractor shall be responsible at his own cost for arranging and providing all the required Water, Power, land required for temporary site office , fabrication yard and other utilities, in the quantities and at the times required for performance of work under the contract. The contract price shall be deemed to include all costs towards the same.

The Employer/Consultant shall not supply water, power and other utilities. 3.3 Contractor shall, if required by him, for the entire duration of the execution of the

work make available near the site, land for construction of Contractor’s office, Warehouse, Workshops and for any purpose in connection with providing infrastructure required for the execution of the Contract. The Contractor shall at his own cost construct all temporary buildings and provide suitable water supply and sanitary arrangement as required. On completion of the work undertaken by the Contractor, he shall remove all temporary works erected by him and have the site cleared as directed by Engineer-in-Charge. If the Contractor shall fail to comply with these requirements, the Engineer-in-Charge may at the expense of the Contractor remove such surplus and rubbish materials and dispose off the same as he deems fit and get the site cleared as aforesaid, and the Contractor shall forthwith pay the amount of all expenses so incurred and shall have no claims in respect of any such surplus material disposed of as aforesaid.

3.4 Cutting of trees shall not be permitted except in the case that tree is falling on the line of ROU/ROW. In such circumstances, details of such tree being cut shall be prepared and forest/ municipal authorities be informed and necessary approval be obtained by contractor. However, after backfilling of trench & restoration, contractor should plant equal number of saplings in that area, cutting of tree for any purposes (fuel etc.) by workers are strictly prohibited.

4.0 TIME OF COMPLETION 4.1 The work shall be executed strictly as per Time schedule given in Annexure-3 in the

bidding document. The period of completion given includes the time required for mobilization [1 (One) month] as well as testing, rectifications, if any, retesting and completion in all respects to the entire satisfaction of the Engineer-in-Charge.

4.1.1 The time of completion is applicable for individual section or both the sections. The work for each section shall commence concurrently.

4.2 A joint programme of execution of work will be prepared by the Engineer-in-Charge and Contractor. This programme will take into account the time of completion mentioned above.

129

Page 130: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 6 of 40

4.3 Monthly/ weekly construction programme will be drawn up by Engineer-in-Charge

jointly with the contractor based on availability of work fronts and the joint construction programmes as above clause. The Contractor shall scrupulously adhere to these Targets/ Programme by deploying adequate personnel, construction tools & tackles and he shall also supply himself all materials of his scope of supply in good time to achieve the targets set out in the weekly and monthly programme. In all matters concerning the extent of targets set out in the weekly and achievements, the decision of the Engineer-in-Charge shall be final and binding on the contractor.

4.4 Contractor shall give every day report on category wise labour and equipment

deployed along with the progress of work done on previous day in the proforma prescribed by the Engineer-in-Charge.

4.5 The contractor shall submit fortnightly report covering all major activities indicating

schedule / actual progress, slippages & its reasons and catch up plan. 5.0 DRAWINGS AND DOCUMENTS 5.1 The drawings accompanying the bid document (if any) are of indicative nature and

issued for bidding purpose only. Purpose of these drawing is to enable the bidder to make an offer in line with the requirements of the Employer/Consultant. However no extra claim whatsoever, shall be entertained for variation in the "Approved for Construction" and "Bid document drawings" regarding any changes/units. Construction shall be as per drawings/specifications issued /approved by the Engineer-in-Charge during the course of execution of work. Detailed construction drawings (wherever required) on the basis of which actual execution of work is to proceed will be prepared by the contractor.

5.2 The drawings and documents to be submitted by the Contractor to

Employer/Consultant after award of the work as per the requirements enlisted in the bidding document shall be for Employer/Consultant's review, information and record. The Contractor shall ensure that drawings and documents submitted to Employer/Consultant are accompanied by relevant calculations, data as required and essential for review of the document/ drawings. MECON shall review the drawings/ documents within two weeks from the date of submission provided the same are accompanied by relevant calculations, data as required and essential for review.

5.3 All documents and drawings including those of Contractors sub-vendor's

manufacturer's etc. shall be submitted to Employer/Consultant after having been fully vetted in detail, approved and co-opted by the Contractor & shall bear Contractor seal/ certifications to this effect. All documents/drawings & submissions made to Employer/Consultant without compliance to this requirement will not be acceptable and the delay & liability owing to this shall be to the Contractor's account.

5.4 The review of documents and drawings by Employer/Consultant shall not absolve

Contractor from his responsibility to meet the requirements of specifications, drawings etc. and liabilities for mistakes and deviations. Upon receiving the comments on the drawing/documents reviewed by Employer/Consultant, Contractor shall incorporate the comments as required and ensure their compliance.

5.5 Copies of all detailed working drawing relating to the works shall be kept at the

contractors’ office at the site and shall be made available to the Engineer-in-charge/ Employer/Consultant at any time during execution of the contract. However no extra claim what so ever shall be entertained for any variation in the “approved/issued for

130

Page 131: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 7 of 40

construction drawings” and “tender drawings” regarding any changes/units unless otherwise agreed.

5.6 The Contractor shall rectify any inaccuracies, errors and non-compliance to

contractual requirements. Any delay occurring on this shall not construe a reason for delay/ extension.

6.0 COMPLIANCE WITH LAWS 6.1 The Contractor shall abide by all applicable rules, regulations, statutes, laws

governing the performance of works in India, including but not limited to the following:

i) Contract Labour (Regulation & Abolition) Act 1970 & the centre rules, 1971 framed there under.

ii) Payment of Wages Act. iii) Minimum Wages Act. iv) Employer’s Liability Act. v) Factory Act. vi) Apprentices Act. vii) Workman’s Compensation Act. viii) Industrial Dispute Act. ix) Environment Protection Act. x) Wild life Act. xi) Maritime Act. xii) Any other Statute, Act, Law as may be applicable.

7.0 GOVERNMENT OF INDIA NOT LIABLE 7.1 It is expressly understood and agreed by and between the Contractor and the

Employer/Consultant that the Employer/Consultant is entering into this agreement solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the Government of India is not a party to this agreement and has no liabilities, obligations or rights there under. It is expressly understood and agreed that the Employer/Consultant is an independent legal entity with power and authority to enter into contract, solely in its own behalf under the applicable laws of India and general principal of Contract Law. The Contractor expressly agrees, acknowledges and understands that the Employer/Consultant is not an agent, representative or delegate of Govt. of India. It is further understood and agreed that the Govt. of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly, contractor hereby expressly waives, releases and foregoes any and all actions or claims, including cross claims, impleader claims or counter claims against the Govt. of India arising out of this contract and covenants not to sue to Govt. of India as to any manner, claim, cause of action or thing whatsoever arising of or under this agreement.

8.0 REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES (FOR

FOREIGN BIDDER) 8.1 Within 30 days of execution of the Contract agreement, the Contractor shall register

themselves and the Contract at their own cost with the Reserve Bank of India, Income Tax, Sales Tax and such other statutory authorities, as may be required under the rules and regulations governing in India. The Contract Price shall be deemed to include all costs towards the same. A copy of all documents related to all such registration shall be submitted to Employer/Consultant for record.

131

Page 132: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 8 of 40

9.0 LIMITATION OF LIABILITY

Add the following at the end of clause no. 80.3 of GCC. 9.1 The final payment by the Employer/Consultant in pursuance of the Contract terms

shall not mean release of the Contractor from all of his liabilities under the Contract. The Contractor shall be liable and committed under this contract to fulfil all his liabilities and responsibilities, till the time of release of contract performance guarantee by the Employer/Consultant.

10.0 CRITICAL WORKS TO BE CARRIED OUT BY CONSORTIUM LEADER 10.1 The Leader of Consortium shall assume the overall management including

construction management of the Contract and perform the critical activities of works for Pipeline laying. The minimum critical activities envisaged are as follows: a) Residual Engineering b) Welding c) Carrying out NDT d) Horizontal Directional Drilling (HDD) e) Lowering of Pipeline/OFC duct/Cable in trench f) Hydro-testing/Leak Test g) Commissioning

10.2 All balance non-critical activities such as ROU (C&G), trenching, backfilling, and civil

works for terminals and SV stations etc. may be executed by member of Consortium. 11.0 CONTRACT PERFORMANCE GUARANTEE

The clause no. 24.0 of GCC shall stand modified to the following extent only : 11.1 As a Contract Security, the Contractor to whom the work is awarded, within 15

(Fifteen) days of such award of contract shall furnish a Contract Performance Guarantee in favour of the Employer/Consultant in the form of an irrevocable and unconditional Bank Guarantee as per proforma approved by Employer/Consultant. This Bank Guarantee shall be issued by any Indian Nationalised /Scheduled Bank or reputed International Bank as stipulated at Clause 71.0 below. The Guarantee amount shall be 10% (Ten Percent) of the Contract Price as awarded, for the faithful performance of the contract strictly in accordance with terms and conditions of contract. The Guarantee shall be valid till expiry of 90 (Ninety) days after the end of Defect Liability Period.

11.2 In the event completion of works is delayed beyond the Scheduled Completion Date

for any reasons whatsoever, the Contractor shall have the validity of the guarantee suitably extended to cover the period mentioned above.

11.3 The Employer/Consultant shall have an unqualified option under this guarantee to

invoke the Banker’s Guarantee and claim the amount there under in the event of the Contractor failing to honour any of the commitments entered into under this Contract and/or in respect of any amount due from the Contractor to the Employer/Consultant. In case Contractor fails to furnish the requisite Bank Guarantee as stipulated above, then the Employer/Consultant shall have the option to terminate the Notification of Award of Work and forfeit the Bid Security/Earnest Money amount and no compensation for the works performed shall be payable upon such termination.

132

Page 133: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 9 of 40

11.4 Upon completion of the Works as per Completion Schedule stipulated in the Contract, the above said guarantee shall be considered to constitute the Contractor’s warranty/guarantee for the work done by him or for the Works supplied and their performance as per the specifications and any other conditions against this Contract. The warranty/guarantee shall remain in force for 12 months from the date of issuance of certificate of Completion and Acceptance against this Contract as per GCC. The Contractor shall also arrange for the Performance Guarantee to remain valid until the expiration of the guarantee period for entire works covered under the contract.

11.5 In the event of Completion of Project being delayed beyond the Scheduled

Completion Date, the Employer/Consultant may without prejudice to any other right or remedy available to the Employer/Consultant, operate the Bank Guarantee to recover the Compensation for delay leviable as per Clause 62.0 below. The Bank Guarantee amount shall thereupon be increased to the original amount, or the Contractor may alternatively submit a fresh Bank Guarantee for the equivalent amount of compensation for delay recovered.

12.0 TAXES, DUTIES AND LEVIES IN INDIA 12.1 The Contractor agrees to and does hereby accept full and exclusive liability for the

payment of any and all taxes, duties, including excise duty, service tax, custom duty, CVD, additional CVD, octroi etc. now in force and hereafter increased, imposed or modified from time to time in respect of works and materials and all contributions and taxes for unemployment compensation, insurance and old age pensions or annuities now or hereafter imposed by any Central or State Government authorities which are imposed with respect to or covered by the wages, salaries, or other compensations paid to the persons employed by the Contractor and the Contractor shall be responsible for the compliance with all obligations and restrictions imposed by the Labour Law or any other law affecting employer-employee relationship and the Contractor further agrees to comply, and to secure the compliance of all 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/Consultant harmless from any liability or penalty which may be imposed by the Central, State or Local authorities by reason of any violation by Contractor or Subcontractor of such laws, regulations or requirements and also from all claims, suits or proceedings that may be brought against the Employer/Consultant arising under, growing out of, or by reason of the work provided for by this Contract, by third parties, or by Central or State Government authority or any administrative sub-division thereof. The prices shall also be inclusive of Sales Tax /Works Contract Tax/ VAT/ Trade tax/ turnover tax as applicable.

12.2 Employer/Consultant shall make from Contractors bills such tax deductions as are

required as per rules and regulations in force from time to time. 12.3 Any errors of interpretation of applicability of taxes / duties by bidders shall be to their

account. 12.4 If excise duty is applicable during site fabrication, the same must be assessed and

deemed to be included by the bidder in the quoted prices. The bidder in this regard shall arrange all required formalities.

133

Page 134: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 10 of 40

13.0 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES 13.1 The Contractor agrees to and does hereby accept full and exclusive liability at is own

cost for the payment of any and all taxes, duties and levies etc as are payable to any government, local or statutory authority in any country other than India, as are now in force or as hereafter imposed, increased or modified, and as are payable by Contractor, his agents, sub-contractor and their employees etc. for performance of work under this contract. The Contractor shall be deemed to have been fully informed with respect to all such liabilities and considered the same in his bid, and the contract shall not be varied in any way on this account.

14.0 SUBSEQUENT LEGISLATION 14.1 All duties, taxes (including sales tax on works contract/ trade tax/ turnover tax/service

tax as applicable), fees, charges, expenses, etc. (except where otherwise expressly provided in the Contract) as may be levied/ imposed in consequence of execution of the works or in relation thereto or in connection therewith as per the Acts, Laws, Rules, Regulations in force shall be to Contractor's account. However, any new taxes /duties imposed after the date of submission of last price bid & up to Contractual Completion date shall be to the GAIL’s account but such Taxes /duties imposed beyond Contractual Completion date shall be to the Contractor’s account. However if such new taxes etc. is in substitute of existing taxes, same will be considered on merit of each case.

15.0 STATUTORY VARIATION IN TAXES & DUTIES 15.1 Clause 100.1 of GCC is modified to the following extent. 15.2 a) “Prices quoted by the bidder, shall remain firm and fixed and valid until

completion of the contract and will not be subject to variation except statutory variation in service tax.

However any increase in the rate of service tax beyond the contractual completion period shall be on contractor’s 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

134

Page 135: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 11 of 40

16.0 INCOME TAX & CORPORATE TAX 16.1 Income Tax deductions shall be made from all payments made to the Contractor as

per the rules and regulations in force in accordance with the Income Tax Act prevailing from time to time.

16.2 Corporate Tax liability, if any, shall be to the contractor’s account. 16.3 Works Contract tax/ VAT as may be applicable shall be deducted as per the trade tax

act. 17.0 CUSTOM DUTY 17.1 The Contract Price shall include the following duties i.e Custom Duties, CVD,

additional CVD for all materials and consumables envisaged to be imported for incorporation in the permanent works. It shall be clearly understood by the Contractor that custom duty shall neither be paid nor reimbursed by Employer/Consultant. Contractor shall be fully responsible for port clearance including stevedoring, handling, unloading, loading, storage, inland transportation and receipt of materials at site etc. and cost thereof shall be included in the contract price. The contractor shall also be fully responsible for any delays, penalties, demurrages, shortages and other charges and losses, if any, in this regard.

18.0 CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS 18.1 Contractor is liable to pay custom duty on the equipments brought into India for

executing the project. The Contractor shall be fully liable for observing all the formalities in this regard as well as to pay the custom duty chargeable on the equipments, including any deposit payable for such purposes. No adjustment in contracted rates shall be permissible for any change in duty drawback applicable in respect of equipment & machinery brought in India for the use of the project and for re-export of equipment and machinery, on completion of the project.

18.2 If the Custom Authorities require the Contractor to furnish a bond to secure payment

of any custom duty in respect of any import and that such Bond shall be furnished by the Employer/Consultant, the Employer/Consultant may at the request of the Contractor furnish the said Bond against the Contractor furnishing a Bank Guarantee to the Employer/Consultant, of the like amount in the form and from a Bank in India approved by the Employer/Consultant.

18.3 If for any reason the Employer/Consultant is required by the Customs Authorities

during pendency of Contract to pay any customs duty due to the importation or retention by the Contractor of any imports, the Contractor shall forthwith on demand by the Employer/Consultant pay the same to the Employer/Consultant, with the right in the Employer/Consultant (without prejudice to any other mode of recovery or right of the Employer/Consultant) to deduct the same from the on account and other payments due and/or becoming due or payable to the Contractor from time to time. The payments under such a case shall be subject to submission of Bank Guarantee from a Bank approved by Employer/Consultant, by the Contractor in favour of the Employer/Consultant for an amount equivalent to amount of custom duty.

18.4 The obligations undertaken and/or any bond or facility provided by the

Employer/Consultant to the Contractor shall be based on the clear understanding that the said equipment shall be utilised by the Contractor only for the performance of the work covered under this contract and that the Employer/Consultant shall be

135

Page 136: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 12 of 40

discharged forthwith from all said obligations and shall be entitled forthwith to discontinue and recall any bond or other facility to the Contractor if the Contractor shall utilise or permit to be utilised the said equipment(s) or any of them for the performance of any work other than the work covered by the Contract in which event any amount due from Contractor in this connection shall also carry interest @22% (Twenty two percent) per annum from the date of relative payment by Employer/Consultant up to the date of recovery in full.

19.0 ISSUE OF ESSENTIALITY CERTIFICATE 19.1 The Essentiality Certificate qualifying the imports at a concessional rate of Project

Import Duty shall be issued to the Contractor for the value of CIF contents indicated in the Bill of Materials.

19.2 For materials cosigned to GAIL (India) Ltd., the Essentiality Certificate shall be

issued by the Ministry of Petroleum of Natural Gas to enable Employer/Consultant to avail the benefit of Project Import.

19.3 In order to enable the Employer/Consultant to obtain Essentiality Certificate from the

concerned authorities, the Contractor shall furnish the Employer/Consultant the required particulars (e.g. Description of Materials, Quantity, Value, Vendor particulars, Purchase Order particulars, Port of Discharge etc.) at least 10 (ten) weeks prior to the expected receipt of relative materials at Indian Port. The Employer/Consultant does not assume any responsibility or liability for any delay in timely issue of Essentiality Certificate covering the materials imported into India for incorporation in the works.

19.4 The Contractor shall after completion of the Project provide utilisation details of the

material imported under EC to the Employer/Consultant/Engineer-in-Charge in the format prescribed. The Employer/Consultant/Engineer-in-Charge or their authorized representative shall have the right to audit the utilisation of such material. In such cases, the Contractor shall extend necessary co-operation and provide documents required for carrying out audits.

19.5 Essentiality Certificate required in respect of foreign supplied materials required to be

imported into India for the purpose of replacing defective materials or materials damaged or destroyed during transit, storage, fabrication, erection, testing, pre-commissioning, commissioning or otherwise upto and until issue of the Completion Certificate shall also be provided by the Employer/Consultant in accordance with the provisions hereof foregoing, provided that the Employer/Consultant shall not pay nor shall be liable to pay any customs or customs related duties (including countervailing duties) on any value beyond the said duties payable at the applicable rate(s) on the CIF value of imported materials indicated in the Price Schedule.

19.6 Contractor shall appoint a Customs House Clearing Agent of good standing and

ensure speedy customs clearance. 19.7 Contractor shall be responsible to register the import Licence/Essentiality Certificate

with Customs Authorities at the Port of Import, and to answer and sort out technical queries (if any) raised by Customs Authorities in regard to any import(s).

19.8 On the completion of the Works, the Contractor shall undertake a reconciliation of the

materials imported for permanent incorporation in the Works with the EC provided by the Employer/Consultant and shall obtain an appropriate No-Objection Certificate in this behalf from the Custom Authority, Director General Foreign Trade or other

136

Page 137: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 13 of 40

Authority concerned. The production of such a certificate shall be a pre-condition to the release of any payment against the Final Bill and/or release of any bank guarantee furnished by way of security deposit to the Employer/Consultant.

19.9 If for any cause, the Contractor is unable to complete the reconciliation of the

imported materials at site with the Essentiality Certificate with the Customs or other Authorities concerned before the payment to the Contractor of the Final Bill, the Contractor shall submit a suitable bank guarantee in a format and from a bank in India (including the Indian branch of a foreign bank) acceptable to the Employer/Consultant, for an amount mutually agreed between the Employer/Consultant and the Contractor to secure the Employer/Consultant against any claims by the Customs or other concerned Authority for duty or penalty on any un-reconciled material imported by the Contractor, and release of payment against the Final Bill shall be subject to the Contractor furnishing such bank guarantee. The said bank guarantee shall be valid initially for period of one year, and shall be renewed thereafter until the Contractor produces the No Objection Certificate (NOC) from the Customs Authority or other concerned or satisfactory proof of reconciliation with the Customs Authority of the imports under the Contract and release of the Bond submitted in this behalf by the Employer/Consultant to the Custom Authorities. If the un-reconciled value of imported materials and penalties leviable thereon are greater than the amount payable on the Final Bill, then this Bank Guarantee shall be submitted to the Employer/Consultant prior to release of the Bank Guarantee(s) submitted by the Contractor towards security deposit

20.0 IMPORT LICENCE 20.1 Contractor shall arrange import of all materials required for permanent incorporation

in the works as well as construction equipment as per the guidelines laid down by the Government of India. Employer/Consultant shall not provide import licence.

21.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS 21.1 Contractor agrees for withholding from wages and salaries of its agents, servants or

employees all sums, required to be withheld by the laws of the Republic of India or any other agency having jurisdiction over the area where Contractor is conducting operations, and to pay the same promptly and directly when due to the proper authority. Contractor further agrees to comply with all accounting and reporting requirements of any Nation having jurisdiction over the subject matter hereof and to conform to such laws and regulations and to pay the cost of such compliance. If requested, Contractor will furnish the evidence of payment of applicable taxes, in the country(ies) of the Contractor's and his sub-contractor(s) and expatriate employees.

22.0 INTELLECTUAL PROPERTY 22.1 Neither Employer/Consultant nor Contractor nor their personnel, agents nor any sub-

contractor 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

137

Page 138: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 14 of 40

on behalf of Employer/Consultant or prepared by the Contractor solely for the purpose of the performance of the works, including all copies made thereof by the Contractor.

23.0 FIRM PRICE 23.1 The quoted prices shall be firm and shall not subjected to price escalation till the

work is completed in all respects. 24.0 WORKS CONTRACT 24.1 The work covered under this contract shall be treated as "Works Contract". 25.0 PROVIDENT FUND ACT 25.1 The Contractor shall strictly comply with the provisions of Employees Provident Fund

Act and register themselves with RPFC before commencing work. The Contractor shall deposit Employees and Employers contributions to the RPFC every month. The Contractor shall furnish along with each running bill, the challan/ receipt for the payment made to the RPFC for the preceding months.

26.0 MOBILIZATION ADVANCE 26.1 Contractor, if requested, shall be paid recoverable interest bearing Mobilization

Advance up to a maximum of 10% (Ten Percent) of awarded Contract Value. The mobilization advance will attract an interest rate (medium term) at PLR charged by SBI (applicable as on date of award) plus 2% p.a on reducing balance basis.

Mobilization Advance shall be paid to the Contractor in two installments after signing the contract agreement and submission of initial security deposit, in the following manner:

26.1.1 FIRST INSTALLMENT i) 5% (Five percent) of awarded Contract value shall be payable as the first installment

of mobilization advance after fulfilling the following formalities by the Contractor: a) Signing of contract agreement by the Contractor. b) Submission of a separate bank guarantee towards Contract Performance from a

Indian Nationalised/Scheduled Bank/ International Bank as stipulated in Clause no. 71.0 herein in proforma approved by Employer/Consultant towards due performance of contract equivalent to 10% of awarded contract value which shall be kept valid till up to 3 Months after expiry of defect liability period. However, such bank guarantee would be release on completion of recovery of corresponding mobilization advance alongwith interest thereon in full and final and as per recommendation of Engineer-in-charge.

c) Submission of a separate Bank Guarantee from a Indian Nationalised /Scheduled

Bank/ reputed International Bank as stipulated in Clause no. 71.0 herein in proforma approved by Employer/Consultant equivalent to 10% of awarded contract value covering mobilization advance which shall be kept valid till settlement of the mobilization advance along with interest thereon. However, contractor may submit Bank Guarantee of 10% as above in two stages of 5% each for availing advance against sub-clause 26.1.1 & 26.1.2.

138

Page 139: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 15 of 40

26.1.2 SECOND INSTALLMENT

i) Balance 5% Mobilization Advance shall be payable to the Contractor after completion of initial mobilization period of thirty days (Clause 4.1 of SCC) and is ready to start the work to the entire satisfaction of Engineer -in-Charge and commencement of work at site.

26.2 RECOVERY OF MOBILISATION ADVANCE 26.2.1 The Mobilisation Advance together with the interest accrued, shall be recovered from

each running account bill @ 12.5% of gross amount of Monthly R.A. Bill in such a manner that the total advance and interest accrued is recovered when approximate 80% of the contract value gets paid. Balance amount, if any, remaining recovered shall be deducted in full from the pre-final bill.

27.0 CHANGE ORDERS/ EXTRA WORKS/ DEVIATIONS 27.1 A change order will be initiated in case:

i) The Employer/Consultant directs the Contractor to include any addition to the scope of work not covered under this contract or delete any Section of the scope of the work under the contract.

ii) Contractor requests to delete any part of the work which will not adversely affect the operational capabilities of the project and if agreed by the Employer/Consultant and for which cost and time benefits shall be passed on to the Employer/Consultant.

27.2 Any changes required by the Employer/Consultant before giving their approval to

detailed procedure or any other document relating to material procurement, layout plans etc for complying with the requirements of bidding document shall not be construed to be a change in the scope of work under the contract.

27.3 Any change order as above comprising an alteration which involves a change in the

cost of the works (which sort of alteration is hereinafter called a “Variation") shall have impact on the contract value that shall be dealt towards end of contract. All change orders shall be approved by the EIC.

27.4 If the contract provides applicable rates for the valuation of the variation in question

the contract price shall be increased or decreased in accordance with those rates. If the parties agree that the contract does not contain applicable rates then the parties shall negotiate a revision of the contract price which shall represent the change in cost of the works caused by the variations. Any change order must be duly approved by the Employer/Consultant in writing.

27.5 If there is a difference of opinion between Contractor and Employer/Consultant

whether a particular work constitutes a change order or not, the matter shall be handled in accordance with the procedures set forth in para 27.7.8 and 27.7.9 here below.

27.6 Within 10(Ten) working days of receiving the comments from the

Employer/Consultant on the documents submitted by the Contractor for approval, the Contractor's response in writing stating which item(s) is/are potential change (s), if applicable, will be submitted to the Employer/Consultant.

139

Page 140: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 16 of 40

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/Consultant’s 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

140

Page 141: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 17 of 40

granted to the Contractor. 28.0 CONSTRUCTION RIGHT-OF-USE AND PERMITS: 28.1 Company has acquired the ROU free of any encroachments/ temporary/permanent

structures under P&MP act in general. Acquiring of ROU means publishing of 3(1) and 6(1) Gazette notification under P&MP act 1962.

Contractor shall open the ROU with revenue team of competent authority appointed by GAIL and start the construction activities. Opening of ROU to start for construction and related activities & maintaining of ROU during entire period of construction shall be the responsibility of contractor. In case any obstruction by landowner(s)/farmers or encroachments or structures are encountered during execution, the same shall be got removed by the contractor. All costs towards such activities shall be to Contractor’s account. Necessary compensations applicable under P&MP act shall be paid by COMPANY.

28.2 For pipeline construction purposes, ROU of varying width shall be made available depending upon site condition. In cross country areas the ROU of 30 m width for Ludhiana to Jalandhar Line Pipe and 20 mtr width for Saharanpur to Haridwar pipe line shall normally be available to Contractor to the extent feasible. Pipeline shall be laid on one side of boundary of ROU as advised by Engineer-in-Charge. In Forest areas, hilly terrain and congested areas such as built-up areas etc., ROU of 10 m or less shall be available. The pipeline shall be laid at 2 m from the ROU edge in reserve forest areas. All these eventualities shall be taken into account. It shall be Contractor’s 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 Company’s 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 Contractor’s account.

28.4 The Contractor must ensure that during laying of the pipeline minimum damage

occurs to the land. The land has to be restored to original condition. All construction activities shall be in accordance with the local Government regulations and shall be performed by the competent and qualified persons for providing adequate protection to the general public, livestock, wild life, forest, power lines, buildings etc. in the vicinity of the pipeline.

28.5 During pipeline construction, measures shall be adopted in order to minimize the

impact of pipeline construction activities on the environment. During ROU clearance, the vegetation shall be cut off at ground level leaving the roots intact. Only stumps and roots directly over the trench shall be removed for pipeline Installation.

28.6 In case of any detour from the acquired ROU due to constructability problems or

otherwise, contractor may be permitted to do so after approval from the Company. All immediate measures for taking the land and compensations to land owner(s) shall be to Contractor’s 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

141

Page 142: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 18 of 40

GAIL. All other costs if any shall be to the contractors account. Company shall proceed with regular notifications etc. in due course for the detoured portion.

28.7 Clean-up and restoration of ROU and other conveniences like road, rail, canals,

cultivable land, water facilities, irrigation facilities, boundary wall/fence etc. to original condition as per specification and drawings to the entire satisfaction of Company and/or Landowner/Cultivator/ Authorities having jurisdiction over the same, including disposal of surplus excavated soil and other construction materials to a location identified by Contractor approved by local authority without causing any disturbance to environment and to the entire satisfaction of Company.

28.8 Contractor shall arrange necessary clearance from the concerned authorities/land

owners to the effect that ROU/ ROW has been restored back to original condition. Contractor shall carry out joint survey with representative of Competent Authority (CA) and will obtain clearance in writing from CA that ROU has been restored to original condition. Necessary clearance from statutory authority / NOC for restoring the ROU to original condition shall be in Contractor’s scope. However, if the owner does not give the NOC, payment can be released if the restoration is done physically and to the satisfaction of GAIL/MECON/CA and is certified & accepted by Engineer-in-charge as per the tender specifications.

28.9 Local state Government may impose Taxes/ Duties/ royalty etc towards the

excavation and filling of earth for the pipe line and terminals works. It is the responsibility of contractor to make such payments without any cost implications to GAIL.

29.0 CONSTRUCTION EQUIPMENT AND ORGANIZATION 29.1.1 Bidder shall meet the requirement regarding deployment of minimum construction

equipments for individual Section as specified in the Bidding Document at Annexure-9. 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 Annexure-10. 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.

142

Page 143: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 19 of 40

29.2.2 Schedule of Labour & Equipment Rates

Hiring / Recovery Rate for Deployment of Manpower attached as Annexure-11 to SCC shall be used for analyzing rates for extra items and recovery for non- deployment of manpower.

29.2.3 Equipment Hiring / Recovery Rates attached as Annexure-12 to SCC shall be used

for analysing rates for extra items and recovery for non-deployment of equipment. 30.0 MECHANISED CONSTRUCTION 30.1 Contractor shall without prejudice to his overall responsibility to execute and

complete the work as per specifications and time schedule adopt as far as practicable, mechanized construction techniques for major site activities. Contractor agrees that he will deploy the required numbers and types of the plant & machinery applicable for different activities in consultation with the Engineer-in-charge during execution of works.

30.2 Contractor further agrees that Contract price is inclusive of all the associated costs,

which he may incur for actual mobilization, required in respect of use of mechanised construction techniques and that the Employer/Consultant/Consultant in this regard shall entertain no claim whatsoever.

31.0 GENERAL GUIDELINES DURING AND BEFORE ERECTION 31.1 Contractor shall be responsible for organising the lifting of the equipment in the

proper sequence, that orderly progress of the work is ensured and access routes for erecting the other equipments are kept open.

31.2 Orientation of all foundation, elevations, lengths and disposition of anchor bolts and

diameter of holes in the supports saddles shall be checked by contractor, well in advance. Minor rectifications including chipping of foundations as the case may be shall be carried out at no extra cost by the contractor after obtaining prior approval of the Engineer-in-Charge. The Contractor shall also be provided with the necessary structural drawings and piping layouts etc., wherever required for reference. During the structural member need to be dismantled, to facilitate the equipment erection, same shall be done by the contractor after ensuring proper stability of main structure with prior permission of Engineer-in-Charge. All such dismantled members shall be put in position back after the completion of equipment erection to satisfaction of Engineer-in-Charge.

31.3 During the performance of the work the Contractor at his own cost, shall keep

structures, materials and equipment adequately braced by guys, struts or otherwise approved means which shall be supplied and installed by the Contractor as required till the installation work is satisfactorily completed. Such guys, shoring, bracing, strutting, planking supports etc. shall not interfere with the work of other agencies and shall not damage or cause distortion to other works executed by him or other agencies.

31.4 Manufacturer's recommendations and detailed specifications for the installation of the

various equipment and machines will be passed on to the contractor to the extent available during the performance of work. The requirements stipulated in these clauses shall be fulfilled by the Contractor.

143

Page 144: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 20 of 40

31.5 Various tolerances required as marked on the drawings and as per specifications and instructions of the Engineer-in-Charge, shall be maintained. Verticality shall be maintained. Verticality shall be verified with the Theodolite.

31.6 ERECTION OF EQUIPMENTS 31.6.1 All the erection shall be carried out by Cranes of suitable capacity. Erection by

derrick shall not be permissible. The contractor shall arrange the crane of suitable capacity required for erection and include cost for same in respective items without any liability on the part of Employer/Consultant.

31.6.2 Bidder shall submit the indicative erection scheme for compressor/equipment and

shall undertake the erection only after obtaining approval of erection scheme by Engineer-in-charge.

31.6.3 Grouting of equipments, anchor bolts, pockets and under base plates shall be carried

out as per technical specifications. 32.0 PRICE ADJUSTMENT DUE TO DELAYED MOBILIZATION OR SHORTFALL IN

MOBILISATION OF MINIMUM EQUIPMENT AND MANPOWER 32.1 Contractor shall mobilise and deploy equipments in good working condition as per

month wise built-up of equipments indicated in the “Minimum Construction Equipment Deployment Schedule” (MCEDS) enclosed as Annexure-9 to SCC. In case issue of line pipe is later than 75 days from F.O.A., the Zero date of MCEDS will be shifted to the extent of deferment of issue of line pipe.

32.2 In case during execution, adequate front is not available at site. Contractor may request

for delayed mobilisation of certain equipments and submit for approval of Engineer-in-charge, 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-in-charge shall be applicable.

32.3 Contractor shall maintain record of actual mobilization of each equipment and key

personnel. Joint record of equipment mobilization will be maintained month-wise. 32.4 In case of delay in mobilization or shortfall in mobilization of equipment and key

personnel w.r.t. approved MCEDS and Manpower, recovery shall be effected from contractor’s running bills as certified by ENGINEER-IN-CHARGE. The recovery shall be for the delayed period / shortfall beyond but not including the permissible mobilization period / month for each such equipment based on the hiring / recovery rates specified elsewhere in the bidding document.

32.5 In case of early mobilization or additional mobilization of equipment as compared to

required equipment (based on approved MCEDS) to meet the schedule requirement. Contractor shall not be entitled for any extra claim.

32.6 An equipment and key personnel may be demobilized by the contractor on completion

of its equivalent at site after written clearance of Engineer-in-charge. Unilateral withdrawal of any equipment / key manpower by the contractor will attract recovery as per the hiring / recovery rates specified in Annexure-11 & 12 to SCC.

144

Page 145: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 21 of 40

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 Contractor’s maximum liability towards deduction for non-deployment of requisite minimum equipment shall be limited to 2.5% of contract price.

33.0 MEASUREMENT OF WORKS 33.1 In addition to the provisions of relevant clause of GCC and associated provisions

thereof, the provisions of Annexure-4 shall also apply. 34.0 TERMS OF PAYMENT 34.1 Basis and terms of payment for making “On Account Payment” shall be as set out in

Annexure-5. 35.0 REPAIR OF PIPE DEFECTS 35.1 Immediately prior to aligning pipe for welding, the bevelled ends of each joint of pipe

and the area immediately adjacent thereto (at least 25mm from the edge on the inside and outside of the pipe) shall be thoroughly cleaned of paint, rust, mill scale, dirty or other foreign matter by use of power drive wire buffing wheels, disc sanders, or by other methods approved by Employer/Consultant. This shall be done at no extra cost to Employer/Consultant.

35.2 All damaged ends of pipe that are bent, cut or otherwise mutilated to such an extent

that in the opinion of the Employer/Consultant, faulty alignment or unacceptable welding would result, shall be repaired or cut-off and rebevelled to the correct angle with a bevelling machine of a type approved by Employer/Consultant. No compensation shall be allowed by reason of such recutting or bevelling, except when required because of the original bevel being damaged before the pipe is "taken over" by Contractor.

35.3 Dents in bevels with a depth of less than 1 mm shall be removed by Contractor

during cleaning and grinding, ahead of the welding in the field. Contractor shall rebevel dented bevel ends with a depth between 1 and 3 mm. Dents over 3mm depth shall be repaired by cutting and rebevelling.

36.0 ISSUE OF EMPLOYER/CONSULTANT SUPPLIED MATERIAL 36.1 The conditions for issue of material and reconciliation refer enclosed Annexure-8. 36.2 The reconciliation of material shall be applicable only for the material issued by

Employer/Consultant as free issue to the contractor. 37.0 LOCATION OF DUMPYARD 37.1 The dump yard is situated at the location as mentioned in the scope of work. 37.2 The Contractor shall collect the line pipes from the above dump yard and arrange

handling of pipes including crane etc. for unloading, transportation of pipes to required location or pipeline ROU shall be the responsibility of contractor.

37.3 Similarly other items issued as Free Issue Material (FIM) shall be collected by the

Contractor from Employer/Consultant’s designated storage yard as directed by Engineer-in-Charge. Contractor shall arrange for handling of FIM including crane etc

145

Page 146: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 22 of 40

for loading/unloading, transportation of FIM to required site location free of cost. 38.0 STATUTORY APPROVALS 38.1 Employer shall obtain a general in-principle permissions from most of the authorities

having jurisdiction over the area as necessary for construction of the pipeline. However, for some of the permissions, if not available, Contractor shall do the follow up with the concerned authorities to get the permissions to execute the job in time. However, all the statutory payment required for such permissions shall be reimbursed by Employer at actuals.

38.2 The Contractor shall arrange the inspection of the works by the authorities and

necessary co-ordination and liaison work in this respect shall be the responsibility of the contractor. However statutory fees paid, if any, for all inspections and approvals by such authorities shall be reimbursed at actual by the Employer/Consultant to the contractor on production of documentary evidence.

38.3 Any change/ addition required to be made to meet the requirements of the statutory

authorities shall be carried out by the contractor free of charge. The inspection and acceptance of the work by statutory authorities shall however, not absolve the contractor from any of his responsibilities under this contract.

39.0 TESTS AND INSPECTION 39.1 The Contractor shall carry out the various tests as enumerated in the technical

specifications of this bid document and the technical documents that will be furnished to him during the performance of the work.

39.2 All the tests either on the field or at outside laboratories concerning the execution of

the work and supply of materials by the Contractor shall be carried out by Contractor at his own cost.

39.3 The work is subject to inspection at all times by the Engineer-in-Charge. The

contractor shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this bid document, the technical documents and the relevant codes of practice will be furnished to him during the performance of the work.

39.4 The Contractor shall provide for purposes of inspection access ladders, lighting and

necessary instruments at his own cost. 39.5 Any work not conforming to execution drawings, specifications or codes shall be

rejected forthwith and the Contractor shall carryout the rectifications at his own cost. 39.6 All results of inspection and tests will be recorded in the inspection reports, proforma

of which will be approved by the Engineer-in-Charge. These reports shall form part of the completion documents.

39.7 For materials supplied by Employer/Consultant, Contractor shall carryout the tests, if

required by the Engineer-in-Charge, and the Employer/Consultant shall reimburse the cost of such tests at actual to the Contractor on production of documentary evidence.

146

Page 147: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 23 of 40

39.8 Statutory fees paid to IBR authorities and for repeat tests and inspection due to failures, repairs etc. such reasons attributable to the Contractor shall be borne by the Contractor.

39.9 Inspection and acceptance of work shall not relieve the Contractor from any of his

responsibilities under this Contract. 40.0 INSPECTION OF SUPPLY ITEMS 40.1 All inspection and tests on bought out items shall be made as per the specifications

forming part of this contract. Various stages of inspection and testing shall be identified after receipt of Quality Assurance Programme from the Contractor/ Manufacturer.

40.2 Inspection calls shall be given for associations of Employer/Consultant’s

representative as per mutually agreed programme in prescribed proforma with 15 days margin, giving details of equipment and attaching relevant test certificates and internal inspection report of the Contractor. All drawings, General Arrangement and other contract drawings, specifications, catalogues etc. pertaining to equipment offered for inspection shall be got approved from Employer/Consultant and copies shall be made available to Employer/Consultant before hand for undertaking inspection.

40.3 The contractor shall ensure full and free access to the inspection Engineer of

Employer/Consultant at the Contractor’s or their sub-contractor’s premises at any time during contract period to facilitate him to carry out inspection and testing assignments.

40.4 The contractor/ sub-contractor shall provide all instruments, tools, necessary testing

and other inspection facilities to inspection engineer of Employer/Consultant free of cost for carrying out inspection.

40.5 Where facilities for testing do not exist in the Contractor’s/ sub-contractor’s

laboratories, samples and test pieces shall be drawn by the Contractor/ Sub-Contractor in presence of Inspection Engineer of a Employer/Consultant and duly sealed by the later and sent for testing in Government approved Test House or any other testing laboratories approved by the Inspection Engineer at the Contractor’s cost.

41.0 FINAL INSPECTION 41.1 After completion of all tests as per specification the whole work will be subject to a

final inspection to ensure that job has been completed as per requirement. If any defects noticed in the work attributable to Contractor, the Contractor at his own cost shall attend these, as and when the Employer/Consultant brings them to his notice. The Employer/Consultant shall have the right to have these defects rectified at the risk and cost of the contractor if he fails to attend to these defects immediately

42.0 COMPENSATION FOR EXTENDED STAY 42.1 The clause no. 87 (vi) of GCC is modified to the following extent: 42.1.1 In case the time of completion of work is delayed beyond the time schedule indicated

in the bidding document plus a grace period equivalent to 1/5th of the time schedule or 8 weeks whichever is more, due to reasons solely attributable to

147

Page 148: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 24 of 40

Employer/Consultant, the contractor shall be paid extended stay compensation in order to maintain necessary organizational set up and construction tools, tackles, equipments etc. at site of work. The bidder shall mention the rate for such extended stay compensation per month in the 'Priced Part" which will be considered for evaluation. The period for the purpose of evaluation shall be 1/5th of the time schedule or 1 (One) month whichever is less.

42.1.2 In case bidder does not indicate the rate for extended stay compensation as per the

proforma in Priced Part, it will be presumed that no extended stay compensation is required to be paid to the contractor.

42.1.3 In case the completion of work is delayed beyond a period of one month after the

grace period then both the Employer/Consultant and the Contractor shall mutually decide the future course of action including payment of further extended stay compensation.

42.1.4 Bidder to note that in case they don't indicate the rate for extended stay

compensation as per proforma, provisions of clause no. 42.0 will not be applicable for them.

43.0 COMPUTERIZED CONTRACTORS BILLING SYSTEM 43.1 Without prejudice to stipulation in General Conditions of Contract, Contractor should

follow following billing system. 43.2 The bills will be prepared by the contractors on their own PCs as per the standard

formats and codification scheme proposed by GAIL/MECON. The contractors will be provided with data entry software to capture the relevant billing data for subsequent processing. Contractors will submit these data to GAIL/MECON in an electronic media along with the hard copy of the bill, necessary enclosures and documents. The contractor will also ensure the correctness and consistency of data so entered with the hard copy of the bill submitted for payment.

43.3 Employer/Consultant will utilize these data for processing and verification of the

Contractor's bill and payment." 44.0 TEMPORARY WORKS 44.1 All Temporary and ancillary works including enabling works connected with the work

shall be responsibility of the Contractor and the price quoted by them shall be deemed to have included the cost of such works which shall be removed by the contractor at his cost, immediately after completion of his work.

45.0 DISTINCTION BETWEEN FOUNDATION AND SUPERSTRUCTURE 45.1 To distinguish between work in foundations and superstructures, the following criteria

shall apply: 45.1.1 For all Equipment pedestals, pipe racks, other foundation and R.C.C. Structures,

work done upto 300 mm level above finished grade level will be taken as work in foundations and work above this level will be treated as work in superstructures and payments would be made accordingly.

45.1.2 For Buildings only, all works upto level corresponding to finished floor level shall be

treated as `Work in foundation' and all works above the finished floor level shall be

148

Page 149: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 25 of 40

treated as "Work in superstructure". 45.1.3 Irrespective of what has been stated above, all pavements, R.C.C. Retaining wall, all

pipe sleepers and any similar item would be taken as work done in foundations irrespective of locations, nomenclature and levels given anywhere.

45.1.4 Where not specifically pointed out all works in Cellars/ sumps, Tank Pads, Cable

trenches, or such similar item would be taken as work in foundation. 46.0 QUALITY ASSURANCE/ QUALITY CONTROL 46.1 Bidder shall include in his offer the Quality Assurance Programme containing the

overall quality management and procedures, which is required to be adhered to during the execution of contract. After the award of the contract detailed quality assurance programme shall be prepared by the contractor for the execution of contract for various works, which will be mutually discussed and agreed to.

46.2 The Contractor shall establish document and maintain an effective quality assurance

system outlined in recognised codes. 46.3 Quality Assurance System plans/procedures of the Contractor shall be furnished in

the form of a QA manual. This document should cover details of the personnel responsible for the Quality Assurance, plans or procedures to be followed for quality control in respect of Engineering, Procurement, Supply, Installation, Testing and Commissioning.

The quality assurance system should indicate organizational approach for quality control and quality assurance of the construction activities, at all stages of work at site as well as at manufacture's works and dispatch of materials.

46.4 The Employer/Consultant/Consultant or their representative shall reserve the right to

inspect/witness, review any or all stages of work at shop/site as deemed necessary for quality assurance.

46.5 The contractor has to ensure the deployment of Quality Assurance and Quality

Control Engineer(s) depending upon the quantum of work. This QA/QC group shall be fully responsible to carryout the work as per standards and all code requirements. In case Engineer-in-Charge feels that Contractor's QA/QC Engineer(s) are incompetent or insufficient, contractor has to deploy other experienced Engineer(s) as per site requirement and to the full satisfaction of Engineer-In-Charge.

46.6 In case contractor fails to follow the instructions of Engineer-in-charge with respect to

above clauses, next payment due to him shall not be released unless until he complies with the instructions to the full satisfaction of Engineer-in-charge.

46.7 The Contractor shall adhere to the quality assurance system as per MECON

Specification enclosed in the Bidding Document as Annexure-6. 47.0 HEALTH SAFETY AND ENVIRONMENT (HSE) MANAGEMENT 47.1 The Contractor, during entire duration of the Contract, shall adhere to HSE

requirement as per spec. enclosed in the bidding document as Annexure-7.

149

Page 150: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 26 of 40

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-in-

Charge takes charge thereof. 48.4 The Contractor shall dispose off the unserviceable materials, debris etc. to any area

as decided by the Engineer-in-Charge. 48.5 The Contractor shall sort out, clear and stack the serviceable materials obtained from

the dismantling/renewal at places as directed by the Engineer-in-Charge. 48.6 No extra payment shall be paid on this account. 49.0 COMPLETION DOCUMENTS 49.1 Notwithstanding the provisions contained in standard specification, upon completion

of work, the Contractor shall complete all of the related drawings to the "AS BUILT" stage (including all vendor/sub-vendor drawings for bought out items), all Free Issue Material (FIM) documents and provide the Owner / Consultant, the following :

i) One complete set of all original tracings. ii) One complete set of full size reproducible. iii) One complete set of reduced size (279mm x 432mm) prints. iv) One complete set of microfilm of all original drawings. v) Six complete sets of reduced size (279mm x 432mm) prints. vi) Six complete bound sets of Contractor’s specification including design

calculations. vii) Three copies of daily progress report. viii) Three sets of all raw data collected/generated for and during execution of the

entire job. ix) Electronic Geometry Pigging results & reports as specified in technical

document. x) Edited master videotape plus six VHS format copies.

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) Welding Procedure Qualification Report. ii) Welder Qualification Report. iii) Radiographic Procedure Qualification. iv) Radiographic Report along with radiographs (Radiographs only with the original). v) Batch Test Certificate from manufacturers for electrodes.

150

Page 151: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 27 of 40

vi) Hydrostatic and other test results & reports. vii) Electronic Geometry Pigging results & reports as specified in technical document. viii) Pre-commissioning/ Commissioning checklist. ix) All other requirements as specified in the respective specifications. x) As built drawings. xi) Any other drawing/document/report specified elsewhere in the bidding document

Note : The Contractor shall be eligible to apply for issue of completion certificate after submission of completion documents as mentioned above.

50.0 COORDINATION WITH OTHER AGENCIES 50.1 Work shall be carried out in such a manner that the work of other agencies operating

at the site is not hampered due to any action of the Contractor. Proper coordination with other agencies will be Contractor's responsibility. In case of any dispute, the decision of Engineer-in-Charge shall be final and binding on the Contractor.

51.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSU’s 51.1 In the event of any disputes or difference relating to the interpretation and application

of the provisions of the contracts, such disputes or differences shall be referred by either party to the Arbitration in the Department of Public Enterprises nominated by the Secretary to the Govt. of India in charge of the Board of Public Enterprises, Govt. of India. The Arbitration and Conciliation of shall not be applicable to such arbitration. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Ministry of Law and Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special/ Additional Secretary when so authorized by the Law Secretary whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.

52.0 UNDERGROUND AND OVERHEAD STRUCTURES 52.1 The information to possible extent regarding existing structures/overhead lines,

existing pipelines and utilities are already indicated on alignment sheets. Over and above contractor may encounter other structure/pipelines/ OFC etc. which may not be appearing on alignment sheet, the contractor is required to collect such information on his own before commencing the work. The Contractor shall execute the work in such a manner that the said structures, utilities, pipelines etc. are not disturbed or damaged, and shall indemnify and keep indemnified the Employer/Consultant from and against any destruction thereof or damages thereto.

53.0 TEST CERTIFICATES 53.1 Bidder shall be required to submit recent test certificates for the material being used

in works from the recognised laboratories. These certificates should indicate all properties of the materials as required in relevant IS Standards or International Standards.

53.2 Contractor shall also submit the test certificate with every batch of material supplied

which will be approved by Engineer-in-Charge. No secured advance will be given for the materials not having test certificate. In case any test is to be carried out, the same shall be got done in the approved laboratory at the cost of contractor.

151

Page 152: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 28 of 40

54.0 ROYALTY 54.1 Contractor's quoted rate should include the royalty on different applicable items as

per the prevailing Government rates. In case, Employer/Consultant is able to obtain the exemption of Royalty from the State Government, the contractor shall pass on the same to Employer/Consultant for all the items involving Royalty.

55.0 EXCAVATION BY BLASTING 55.1 The Contractor shall obtain licence from the District authorities for undertaking

blasting work as well as for obtaining and storing the explosive as per Explosive Rules 1940, corrected up to date. He shall purchase the Explosives, fuses, detonators etc. only from a licensed dealer. He shall be responsible for the safe custody and proper accounting of the explosive materials. The Engineer-in-Charge and his authorised representative shall have the access to check the contractor's store of explosives and his accounts. In case where the explosive are required to be transported and stored at site, relevant clauses of the Explosive rules 1940 as amended subsequently shall apply. The Contractor shall be responsible for any accident to workman, public or property, due to blasting operations.

56.0 SITE FACILITIES FOR WORKMEN 56.1 Following facilities are to be ensured at all work places where workmen are

deployed/engaged by Contractor. i) Arrangement of first aid ii) Arrangement for clean drinking water. iii) Toilets iv) Canteen where tea & snacks are available v) A creche where 10 or more women workmen are having children below the

age of 6 years. 57.0 EXECUTION OF ELECTRICAL WORKS 57.1 The Contractor shall engage an approved electrical agency for execution of electrical

works, holding valid electrical contractor licence. In case contractor himself executes electrical works then he shall arrange valid electrical contractor licence before start of electrical works at site. Not withstanding , contractor shall adhere to all the safety standard as included in bidding document.

58.0 HYDROSTATIC TESTING 58.1 The bidder as per the Technical specification along with their offer taking into account

the completion schedule shall furnish the detailed procedure proposed for the hydrostatic testing of pipeline. The necessary piping, pumps etc. shall be provided by the contractor. The final disposal of water after testing shall be contractor's responsibility and should be in such a way that neither the traffic movement even pedestrians nor the standing crop in nearby fields gets affected. Suitable drains shall be provided for this purpose as directed by the Engineer-in-Charge within the contracted prices.

58.2 The Contractor shall propose and obtain approval of Engineer-in-Charge for exact

number of test sections, based on drawings, availability of water for hydro testing and keeping in view other exigencies, if any before starting hydro testing work. The

152

Page 153: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 29 of 40

Contractor will carryout the hydrostatic test for approved number of test section including preparation for test and tie-ins, without any time and cost implication on this account to Employer/Consultant.

59.0 ARBITRATION 59.1 Clause No.107.0 of GCC pertaining to Arbitration shall be replaced by the following:- 59.1.1 All disputes, controversies, or claims between the parties (except in matters where

the decision of the Engineer-in-Charge is deemed to be final and binding) which cannot be mutually resolved within a reasonable time shall be referred to Arbitration by sole arbitrator.

59.1.2 The Employer/Consultant (GAIL) shall suggest a panel of three independent and

distinguished persons to the other party (Bidder/Contractor/ Supplier/Buyer as the case may be) to select any one among them to act as the sole Arbitrator.

59.1.3 In the event of failure of the other party to select the sole Arbitrator within 30 days

from the receipt of the communication suggesting the panel of arbitrators, the right of selection of sole Arbitrator by the other party shall stand forfeited and the Employer/Consultant shall have discretion to proceed with the appointment of the sole Arbitrator. The decision of the Employer/Consultant on the appointment of Sole Arbitrator shall be final and binding on the parties.

59.1.4 The award of the Sole Arbitrator shall be final and binding on the parties and unless

directed/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings shall be shared equally by the Parties. The arbitration proceeding shall be in English language and the venue shall be at New Delhi, India.

59.1.5 Subject to the above, the provisions of (Indian) Arbitration & Conciliation Act, 1996

and the rules framed there under shall be applicable. 59.1.6 All matters relating to this contract are subject to the exclusive jurisdiction of the

Courts situated in the State of Delhi (India). 59.1.7 Bidders/ Supplier/ Contractors may please note that the Arbitration & Conciliation

Act, 1996 was enacted by the Indian Parliament and is based on United Nations Commission on International Trade Law (UNCITRAL, model law), which were prepared after extensive consultation with Arbitral Institutions and centres of International Commercial Arbitration. The United Nations General Assembly vide resolution 31/98 adopted the UNCITRAL Arbitration rules on 15 December 1976.

59.1.8 DISPUTE RESOLUTION

59.1.8.1 GENERAL

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

59.1.8.2 INVITATION FOR CONCILIATION

59.1.8.2.1 In case of any dispute(s)/ difference(s)/issue(s), as mentioned above, a Party shall notify the other party(ies) in writing about such a dispute(s)/

153

Page 154: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 30 of 40

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

59.1.8.2.2 Conciliation proceedings commence when the other Party(ies) accept(s) the

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

59.1.8.2.3 If the Party initiating conciliation does not receive a reply within thirty days

from the date on which he/she sends the invitation, or within such other period of time as specified in the invitation, he/she may elect to treat this as a rejection of the invitation to conciliate. If he/ she so elects, he/she shall inform to other Party(ies) accordingly.

59.1.8.3 CONCILIATION 59.1.8.3.1 Where Invitation for Conciliation has been furnished under Article 2, the

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

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

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

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

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

60.0 MAKE OF MATERIALS 60.1 The materials required to be supplied by the contractor under this contract shall be

procured only from Employer/Consultant approved vendors. Where the makes of materials are not indicated in the Bidding document contractor shall furnish the details of makes and shall obtain prior approval of Engineer-in-Charge of vendors/sub-vendors before placing order.

154

Page 155: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 31 of 40

61.0 ADDITIONAL WORKS/ EXTRA WORKS 61.1 Employer/Consultant reserves their right to execute any additional works/ extra

works, during the execution of work, either by themselves or by appointing any other agency, even though such works are incidental to and necessary for the completion of works awarded to the Contractor. In the event of such decisions taken by Employer/Consultant Contractor is required to extend necessary cooperation, and act as per the instructions of Engineer-in-Charge.

62.0 COMPENSATION FOR DELAY / PRICE REDUCTION SCHEDULE FOR ANY

DELAY

62.1 Clause No: 27.0 of GCC, pertaining to Compensation For Delay (Liquidated Damages) stands modified to the following extent:

62.1.1 The contractual completion period is as given in the Invitation for Bids and

subdivided into two parts:

i) ALL WORKS (PIPING & TERMINAL) INCLUDING MECHANICAL COMPLETION, PRE-COMMISSIONING (INCLUDING EGP) & MAKING READY FOR COMMISSIONING.

ii) COMMISSIONING AND GAS-IN INCLUDING ALL STATIONS / TERMINALS.

62.1.2 The total liability of the Contractor to Employer/ Consultant under sub clause no.

62.1.1 on Compensation for Delay/Liquidated Damages shall not exceed 5% (Five Percent) of contract value. The compensation on account of any liability (ies) other than above shall be as per provisions of Bidding Documents.

62.1.3 In case the Contractor achieves the contractual completion period for commissioning

of the pipeline, the already deducted amount against deductions on account of MCEDS shall be refunded. However, in case the contractor fails to achieve the contractual completion period for commissioning of the pipeline, the already deducted amount shall not be refunded.

63.0 PROJECT PLANNING, SCHEDULING AND MONITORING SYSTEM The following schedules/documents/reports shall be prepared and submitted by the

Bidder/Contractor for review/approval at various stages of the contract. 63.1 After the Award of Contract

a) Time Schedule The Completion Time Schedule for the work (including mobilization period) as

per Annexure-3 to SCC of Tender in all respect, from the date of issue of telex/telegram/letter/Fax of Intent.

The Bidder is required to submit a Project Time Schedule in Primavera. The

Schedule shall cover all aspects like sub-ordering, manufacturing and delivery, indicated in the Bid Document. The Owner interface activities shall be clearly identified with their latest required dates. Owner reserves the right to disqualify the Bidder if the above Schedule submitted by the Bidder is not in line with the over all Project requirement.

155

Page 156: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 32 of 40

b) Scheduling & Monitoring System

The Bidders should describe their system of Project Scheduling and monitoring, the extent of computerization, level of detailing, tracing methodology etc. with the name of computer package and sample outputs.

c) Overall Project Schedule

The Contractor shall submit within 1 week of Fax of Intent, a sufficiently detailed over all Project Schedule in the activity network form, clearly indicating the major milestones, interrelationship/ interdependence between various activities together with analysis of critical path and floats.

The network will be reviewed and approved by Engineer- in-Charge and the comments if any shall be incorporated in the network before issuing the same for implementation. The network thus finalised shall form part of the contract document and the same shall not be revised without the prior permission from Engineer-in- Charge during the entire period of contract.

d) Progress Measurement Methodology The contractor is required to submit within 1 week of award of WORK, the

methodology of progress measurement of sub-ordering, manufacturing/ delivery, sub- contracting construction and commissioning works and the basis of computation of overall services/physical progress informed. Owner reserves the right to modify the methodology in part or in full.

e) Functional Schedules The contractor should prepare detailed functional schedules in line with network

for functional monitoring and control and submit scheduled progress covers for each function viz. ordering, delivery and construction.

63.2 Project Review Meetings

The Contractor shall present the programme and status at various review meetings as required.

a) Weekly Review Meeting

Level of : Contractor’s/Consultant’s RCM/ Participation Site Incharge & Job Engineers. Agenda : a) Weekly programme v/s actual

achieved in the past week & programme for next week.

b) Remedial Actions and hold up analysis.

c) Client query/ approval. Venue : Site Office

156

Page 157: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 33 of 40

b) Monthly Review Meeting

Level of : Senior Officers of GAIL/MECON and Participation Contractors. Agenda : a) Progress Status/ Statistics

b) Completion Outlook c) Major hold ups/slippages d) Assistance required

e) Critical issues f) Client query/ approval

Venue : GAIL/MECON Office/ Site at the

discretion of Owner/ MECON 63.3 Progress Reporting Proforma

A) Monthly Progress Report

This report shall be submitted on a monthly basis within 10 (ten) calendar days from cut-off date, as agreed upon covering overall scenarios of the work. The report shall include, but not limited to the following :

a) Brief Introduction of the work. b) Activities executed/ achievements during the month. c) Schedule versus actual percentage progress and progress

curves for Detail Engg. Sub-ordering, Manufacturing/ Delivery, Sub-contracting, Construction, Commissioning and Overall and quantum wise status & purchase orders against schedule.

d) Area of concern/ problem/ hold-ups, impacts and action plans. e) Resources deployment status. f) Annexures giving status summary for drawings, MRs,

deliveries, sub-contracting and construction. g) Procurement status for items to be supplied by Contractor.

B) Weekly Reports The report will be prepared and submitted by the Contractor on weekly basis and will cover following items : a) Activities programmed and completed during the week. b) Resource deployed men and machines. c) Quantities achieved against target in construction d) Record of Mandays lost. e) Construction percentage progress schedule and actual.

C) Daily Repots

a) Activity programme for the day b) Progress of the previous day and commutative progress. c) Manpower & machinery deployed.

157

Page 158: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 34 of 40

63.4 Progress Reports 63.4.1 CONTRACTOR shall make every effort to keep the OWNER adequately

informed as to the progress of the WORK throughtout the CONTRACT period. CONTRACTOR shall keep the OWNER informed well in advance of the

construction schedule so as to permit the OWNER to arrange for requisite inspection to be carried out in such a manner as to minimize interference with progress of WORK. It is imperative that close coordination be maintained with the OWNER during all phases of WORK.

63.4.2 By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER a

detailed report covering the progress as of the last day of the previous month. These reports will indicate actual and scheduled percentage of completion of construction as well as general comments of interest or the progress of various phases of the WORK. The frequency of progress reporting by the CONTRACTOR shall be weekly.

63.4.3 Once a week, CONTRACTOR shall submit a summary of the WORK

accomplished during the preceding week in form of percentage completion of the various phases of the WORK, to the OWNER.

63.4.4 Progress reports shall be supplied by CONTRACTOR with documents such as

chart, networks, photographs, test certificate etc. Such progress reports shall be in the form and size as may be required by the OWNER and shall be submitted in at least 3 (three) copies.

63.4.5 Contractor shall prepare daily progress report (DPR) in the desired format and

submit it to Engineer-in-charge alongwith schedule of next day to Engineer-in-charge.

64.0 RESPONSIBILITY OF CONTRACTOR 64.1 It shall be the responsibility of the Contractor to obtain the approval for any revision

and/or modifications decided by the Contractor from the Employer/Consultant/ Engineer-in-charge before implementation. Also such revisions and/or modifications if accepted/ approved by the Employer/Consultant/Engineer-in-charge shall be carried out at no extra cost to the Employer/Consultant. Any changes required during and/or after approval for detailed construction drawings due to functional requirements or for efficient running of system keeping the basic parameters unchanged and which has not been indicated by the Contractor in the data/drawings furnished along with the offer will be carried out by the Contractor at no extra cost to the Employer/Consultant.

64.2 All expenses towards mobilisation at site and demobilisation including bringing in

equipment, clearing the site etc. shall be deemed to be included in the prices quoted and no separate payments on account of such expenses shall be entertained.

64.3 It shall be entirely the Contractor's responsibility to provide, operate and maintain all

necessary construction equipments, scaffoldings and safety gadgets, cranes and other lifting tackles, tools and appliances to perform the work in a workman like and efficient manner and complete all the jobs as per time schedules.

64.4 Preparing approaches and working areas for the movement and operation of the

cranes, levelling the areas for assembly and erection shall also be the responsibility

158

Page 159: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 35 of 40

of the Contractor. The Contractor shall acquaint himself with access availability, facilities such as railway siding, local labour etc. to provide suitable allowances in his quotation. The Contractor may have to build temporary access roads to aid his own work, which shall also be taken care while quoting for the work.

64.5 The procurement and supply in sequence and at the appropriate time of all materials

and consumables shall be entirely the Contractor's responsibility and his rates for execution of work will be inclusive of supply of all these items.

65.0 CHECKING OF LEVELS 65.1 The Contractor shall be responsible for checking levels, orientation plan of all

foundations, foundation bolts, etc., well in advance of taking up the actual erection work and bring to the notice of Engineer-in-Charge discrepancies, if any. In case of minor variations in levels etc. the Contractor shall carry out the necessary rectifications to the foundations within his quoted price.

65.2 The Contractor shall also be responsible for checking with templates, wherever

necessary, the disposition of foundation bolts with the corresponding bases of structure and shall effect rectifications, as directed, within his quoted rate.

66.0 STORAGE FACILITIES 66.1 The Contractor shall maintain wherever required an air-conditioned room for the

storage of the instruments as well as for calibration and testing of the instruments at his own cost. The contractor shall provide these facilities with in the quoted price.

67.0 ABNORMALLY HIGH RATED ITEMS (AHR ITEMS) 67.1 Clause No. 20.0 of GCC is modified to the following extent: 67.2 "In items rate contract where the quoted rates for the items exceed 50% of the

owners/ estimated rates, such items will be considered as Abnormally High Rates Items (AHR) and payment of AHR items beyond the SOR stipulated quantities shall be made at the least of the following rates:

i) Rates as per SOR, quoted by the Contractor. ii) Rate of the item, which shall be derived as follows:

a) Based on rates of machine and labour as available from the contract

(which includes contractor's supervision, profit, overheads and other expenses).

b) In case rates are not available in the contract, rates will be calculated based on prevailing market rates of machine, material and labour plus 15% to cover contractor's supervision profit, overhead & other expenses.

68.0 INSURANCE FOR FREE ISSUE MATERIAL 68.1 Contractor shall at his own expense arrange, secure and maintain insurance cover

for Employer/Consultant’s supplied free issue materials as defined in Bidding Document. Contractor’s 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

159

Page 160: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 36 of 40

the material to Contractor from Employer/Consultant's designated place of issue/ dumpsite to date of handing over the completed work to Employer/Consultant. The approximate cost of free issue material for each Section is as below:

Section-I: INR 123 Cr / USD 26.68 Million Section-II: INR 64 Cr. / USD 13.88 Million

68.2 The schedule of insurance cover for free issue materials given above stands revised

as follows: Upto 3 Months - 25% of value After 3 Months Upto 5 Months - 70% of value Beyond 5 Months - 100% of value

The percentage breakup is indicative in nature which may vary as per the material receipt.

69.0 INSURANCES IN INDIA 69.1 In addition to the insurance covers specified in the General Conditions of Contract to

be obtained and maintained by the Contractor, Contractor shall at his own expense arrange, secure and maintain insurance with reputable insurance companies to the satisfaction of the Employer/Consultant as may be necessary and to its full value for all such amounts to protect the works in progress from time to time and the interest of Employer/Consultant against all risks as detailed herein. The form and the limit of such insurance as defined herein together with the under writer works thereof in each case should be as acceptable to the Employer/Consultant. However, irrespective of work acceptance, the responsibility to maintain adequate insurance coverage at all times during the period of Contract shall be that of Contractor alone. Contractor’s failure in this regard shall not relieve him of any of his responsibilities and obligations under Contractor.

69.2 Any loss or damage to the equipment during ocean transportation, port/custom

clearance, inland and port handling, inland transportation, storage, erection and commissioning till such time the Work is taken over by Employer/Consultant, shall be to the account of Contractor. Contractor shall be responsible for preferring of all claims and make good for the damage or loss by way of repairs and/or replacement of the parts of the Work damaged or lost. Contractor shall provide the Employer/Consultant with a copy of all insurance policies and documents taken out by him in pursuance of the Contract. Such copies of documents shall be submitted to the Employer/Consultant immediately upon the Contractor having taken such insurance coverage. Contractor shall also inform the Employer/Consultant at least 60 (Sixty) days in advance regarding the expiry cancellation and/or changes in any of such documents and ensure revalidation/renewal etc., as may be necessary well in time.

69.3 Statutory clearances, if any, in respect of foreign supply required for the purpose of

replacement of equipment lost in transit and/or during erection, shall be made available by the Employer/Consultant. Contractor shall, however, be responsible for obtaining requisite licenses, port clearances and other formalities relating to such import. The risks that are to be covered under the insurance shall include, but not be limited to the loss or damage in handling, transit, theft, pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, war risk (during ocean transportation only) etc. The scope of such insurance shall cover the entire value of supplies of equipments, plants and materials to be imported from time to time.

160

Page 161: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 37 of 40

69.4 All costs on account of insurance liabilities covered under this Contract will be to

Contractor’s account and will be included in Contract Price. However, the Employer/Consultant may from time to time, during the currency of the Contract, ask the Contractor in writing to limit the insurance coverage risk and in such a case, the parties to the Contract will agree for a mutual settlement, for reduction in Value Of Contract to the extent of reduced premium amounts.

69.5 Contractor as far as possible shall cover insurance with Indian Insurance Companies,

including marine Insurance during ocean transportation. 70.0 INSURANCE IN FOREIGN COUNTRIES 70.1 The Contractor shall at his own cost arrange, secure and maintain separate

insurance cover from the reputable insurance companies, for all such amounts and for such periods as may be necessary to protect the works, Contractor and sub-contractor’s personnel and the interests of the Employer/Consultant as per applicable laws of land.

70.2 The form and the limit of insurance cover taken by Contractor shall be satisfactory to

Employer/Consultant and one copy of all insurance policies and related documents shall be submitted to Employer/Consultant, immediately on execution. Contractor shall inform Employer/Consultant at least 60 days before any insurance policies expire or are cancelled or changed.

71.0 BANK GUARANTEES 71.1 The provision relating to submission of Bank Guarantee from any Nationalized Bank

wherever appearing in above documents stand replaced by the following: i) Bank guarantees towards Bid Security from any Indian scheduled bank or a branch

of an International bank situated in India and registered with Reserve Bank of India as scheduled foreign bank in case of Indian bidder and from any reputed International Bank or Indian scheduled bank in case of foreign bidder, may be accepted. However, other than the Nationalized Indian Banks, the banks whose BGs are furnished, must be commercial banks having net worth in excess of Rs.1000 Million and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on a letter head.

ii) Similarly, bank guarantees towards Performance and Advance Payments may be

accepted from any Indian scheduled bank or a branch of an International bank situated in India and registered with Reserve Bank of India as scheduled foreign bank in case of Indian bidder as well as foreign bidder. However, other than the Nationalised Indian Banks, the banks whose BGs are furnished, must be commercial banks having net worth in excess of Rs.1000 Million and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on a letter head.

iii) Guarantee towards Bid Security/Contract and Equipment Performance / Advance

Payment may also be acceptable from All India Level Public Financial Institution on case to case basis meeting the following criteria : a) The Institution is All India Level Public Financial Institution. b) It should be rated AAA by any rating agency like CRISIL. c) The Institution should be authorised by way of Law/its memorandum to issue

such guarantee.

161

Page 162: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 38 of 40

72.0 SUBMISSION OF COLOURED PHOTOGRAPHS 72.1 The Contractor shall shoot, prepare and submit coloured photographs in 2 sets to

MECON site office along with monthly progress report covering all the activities of pipeline constructions highlighting the progress or other areas of work. Similarly photographs for problem areas should be submitted well in advance with a proposed methodology to execute the works and meet the construction schedule. The cost of same shall be deemed to be inclusive in the rates and no separate payment shall be made.

73.0 DISPOSAL OF EMPTY OFC CABLE DRUM

Deleted 74.0 VIDEOTAPE 74.1 Contractor shall develop and submit a videotape of three hours duration covering the

construction activities showing the nature and magnitude of the work. The tape shall be shot and edited to Indian broadcast standards. Videotape recorded in field shall be shot by professional camerapersons and shall meet the technical standards of the Hi-8 format or better. Tape shall cover, but not limited to the following construction activities: Mobilisation of equipment/ machinery ROW cleaning/grading Trenching Stringing Semi Automatic Welding Radiography Joint Coating Pipe laying Back filling River crossings Rail/Road/Canal crossings Hydrotesting Pre-drying and drying Restoration of ROU Laying of optical fibre cable Various construction and installation at sectionalising valve stations etc.

74.2 Videotape shall also have coverage on new/special techniques used in the Contract

and major problems encountered, if any, and the measures taken to resolve them. The tape shall be supplemented with suitable narration and subtitles explaining the job, techniques and methodology, etc. The video shall be prepared with two narration tracks, one in Hindi one in English. Professional narrators shall voice both. The script shall include explanations of job activities, techniques used methodologies etc. Elements of the video programme sequencing and editing techniques shall be discussed with Employer/Consultant and mutually agreed to before videotaping begins.

Draft script shall be submitted to Employer/Consultant for approval before editing commences.

74.3 Following completion of editing and review and approval of programme by

Employer/Consultant, Contractor shall deliver edited master tape to Employer/Consultant plus six VHS-Format copies of the programme

162

Page 163: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 39 of 40

75.0 SINGLE POINT RESPONSIBILITY 75.1 The entire work as per scope of work covered under this contract shall be awarded on

single point responsibility basis. 76.0 SPARES 76.1 Contractor shall procure and supply all spare parts required during commissioning of the

various items / materials supplied by him as enumerated in the Bidding Document. The quoted lumpsum prices shall be deemed to have been inclusive of all such provision of commissioning spares, required till commissioning of such items. Contractor shall make available all the commissioning spares required at site at least 4 (four) weeks before start of commissioning. However, listed spares not used during commissioning shall be handed over to Employer at their designated place. Contractor shall also supply commissioning spares not listed but required during commissioning within the contracted price.

76.2 In addition to above, special tools & tackles required, if any, for operation & maintenance

shall also be supplied by the Contractor and the quoted prices shall be deemed to have been inclusive of all such provisions.

77.0 BUILDING AND OTHER CONSTRUCTION WORKER’S ACT 77.1 In order to govern welfare and working conditions of labourers engaged in construction

activities, the Building and other Construction Workers’ (Regulation of Employment and Conditions of Service “RE &CS”) Act, 1996 came into force. RE&CS Act’1996 is applicable in respect of building and other construction work. Wherever applicable, The SUB-CONTRACTOR shall strictly comply with the following provisions pertaining to RE &CS Act’1996.

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 non-registration; the SUB-CONTRACTOR should obtain registration within one month of the award of contract.

b. The SUB-CONTRACTOR shall be responsible to comply with all provisions of the Building and Other Construction Workers’ (RE&CS) Act, 1996, the Building and Other Construction Workers’ Welfare Cess Act, 1996, the Building and other Construction Workers’ (RE&CS) Rules, 1998 and the Building and Other Construction Workers Welfare Cess Rules, 1998.

c. Cess as per the prevailing rate, shall be deducted at source from bills of the SUB-CONTRACTOR by the engineer-in-Charge of the contract and remitted to the “Secretary, Building and Other Construction Workers Welfare Board” of the concerned State. The SUB-CONTRACTOR shall be responsible to submit final assessment return of the cess amount to the assessing officer after adjusting the cess deducted at source.

78.0 BONUS FOR EARLY COMPLETION 78.1 The Clause 27.3 of GCC for Bonus for early completion shall not be applicable in this

Contract. 79.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS 79.1 All Foreign nationals coming to India for execution of Projects/ Contracts will have to

apply for Employment Visa only and that grant of Employment Visa would be subject to strict adherence of following norms:

163

Page 164: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SCC - Tech - DBNPL.doc Page 40 of 40

79.1.1 Employment Visa is granted only for the skilled and qualified professionals or to a person

who is being engaged or appointed by a Company, Organisation, Industry or Undertaking etc. in India on contract or employment basis at a senior level, skilled position such as technical expert, senior executive or in managerial position etc.

79.1.2 Request for Employment Visa for jobs for which large number of qualified Indians are

available, is not considered. 79.1.3 Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/

clerical jobs. 79.2 CONTRACTORS are advised in their own interest to check latest Visa rules from Indian

Embassy/ High Commission in their country in case Foreign nationals are required to be deputed to India during execution of the Contract.

80.0 REQUIREMENT OF PAN FOR FOREIGN BIDDER 80.1 In case of Foreign Bidder, it is mandatory to furnish Permanent Account Number (PAN),

as per the Indian Income Tax requirements, failing which Foreign Bidder shall be responsible for any additional tax deduction at source as per the provisions of the Indian Income Tax Act/Rules. The PAN shall be furnished before release of any payment or within one month of award of work, which ever is earlier.

164

Page 165: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 1 of 34

3.0 ANNEXURE TO SCC

165

Page 166: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 2 of 34

ANNEXURES TO SCC

C O N T E N T S Annexure-1 : Scope of Work Annexure-2 : Scope of Supply Annexure-3 : Time Schedule Annexure-4 : Measurement Work Annexure-5 : Terms of Payment Annexure-6 : Specification for Quality Assurance System requirements from

Bidders Annexure-7 : Specification for Health, Safety and Environment (HSE)

Management Annexure-8 : Conditions for issue & reconciliation of material Annexure-9 : List of minimum nos. of construction equipment deployment

schedule. Annexure-9A : List of Minimum Equipments required to be owned by the single

bidder / leader of the consortium for each section. Annexure-10 : Minimum no. of skilled labour to be deployed Annexure-10A : Experience Criteria for Key Personnel to be Deployed Annexure-11 : Hiring / Recovery Rate for Deployment of Manpower Annexure-12 : Equipment Hiring / Recovery Rate

166

Page 167: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 3 of 34

SCOPE OF WORK (ANNEXURE-1 TO SPECIAL CONDITIONS OF CONTRACT)

167

Page 168: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 4 of 34

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.

168

Page 169: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 5 of 34

SCOPE OF SUPPLY (ANNEXURE-2 TO SPECIAL CONDITIONS OF CONTRACT)

169

Page 170: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 6 of 34

ANNEXURE-2 TO SCC

1.0 SCOPE OF SUPPLY 1.1 Owner’s Scope of Supply Owner’s scope of supply shall be as specified in Particular Job Specification, Technical

Specifications, Schedule of Rates & various other parts of the Bidding Document. Free Issue Materials shall be issued to the Contractor from the designated store(s) of

Owner. Contractor shall be responsible for lifting the free issue materials from Owner’s storage point(s) and transporting the same to work site(s) at his own cost.

GAIL’s designated store and dumpyard for this project shall be located as follows :

I) For Section – I at Near Ludhiana – Jalandhar Highway II) For Section – II Near Haridwar

Conditions for Issue And Reconciliation of Materials shall be as per Document enclosed

as Annexure-8 to Special Conditions of Contract. 1.2 Contractor’s Scope of Supply All materials except what is under Owner’s scope of supply as mentioned in Clause No.

1.1 above, and required for successful completion of works in all respects shall be supplied by the Contractor and the cost of such supply shall be deemed to have been included in the quoted price without any additional liability on the part of Owner.

170

Page 171: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 7 of 34

TIME SCHEDULE (ANNEXURE-3 TO SPECIAL CONDITIONS OF CONTRACT)

171

Page 172: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 8 of 34

ANNEXURE-3 TO SCC

TIME SCHEDULE

Name of Work Time of Completion

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

A) 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 pre-

commissioning 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)

172

Page 173: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 9 of 34

MEASUREMENT OF WORK (ANNEXURE-4 TO SPECIAL CONDITIONS OF CONTRACT)

173

Page 174: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 10 of 34

ANNEXURE-4 TO SCC MEASUREMENT OF WORK

1.0 GENERAL 1.1 The mode of measurement shall be as mentioned in relevant standard specification

incorporated in the Bidding Document. Any other mode of measurements not covered in above specifications shall be followed in accordance with relevant BIS codes/ Schedule of Rates/ Specifications etc. and/ or as decided by Engineer-in-charge.

1.2 Payment will be made on the basis of joint measurements taken by Contractor and

certified by Engineer-in-charge. Measurement shall be based on “Approved for Construction” drawings, to be the extent that the work conforms to the drawings and details are adequate.

1.3 Wherever work is executed based on instructions of Engineer-in-charge or details are not

adequate in the drawings, physical measurements shall be taken by Contractor in the presence of Engineer-in-charge.

1.4 Measurements of weights shall be in metric tonnes corrected to the nearest Kilogram.

Linear measurements shall be in meters corrected to the nearest centimeters. 1.5 The weights mentioned in the drawing or shipping list shall be the basis for payment. If

mountings for panels etc. are packed separately, their erection weights shall include all mountings.

1.6 Welds, bolts, nuts, washers etc. shall not be measured. Rates for structural steel work

shall be deemed to include the same. 1.7 No other payment either for temporary works connected with this Contractor for any other

item such as weld, shims, packing plates etc. shall be made. Such items shall be deemed to have been included for in the rates quoted.

1.8 Measurement will be made for various items under schedule of rates on the following

basis as indicated in the unit column.

i) Weight : MT or Kg ii) Length : M (Metre) iii) Number : No. iv) Volume : Cu.M v) Area : 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.

174

Page 175: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 11 of 34

2.2 All Socket weld fittings & hot/cold bends, reducers etc. for size 1½" and below shall be

fabricated and erected as per requirements by the contractor at no additional cost and his rates for piping of size 1½" and below shall be inclusive of this work.

2.3 Vents and drains shall be measured from O.D. of pipe lines and shall be paid for 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 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.

3.0 RADIOGRAPHY/DYE-PENETRANT EXAMINATIONS/MAGNETIC PARTICLE TEST

(MPT)

Payment for radiography shall be made on the basis of circumferential joints for different pipe dia. Repeat radiography due to defective films or on repaired joint due to Contractor's fault or for additional radiography necessitated due to poor performance of Contractor's welder will be done at Contractor's cost.

175

Page 176: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 12 of 34

TERMS OF PAYMENT (ANNEXURE-5 TO SPECIAL CONDITIONS OF CONTRACT)

176

Page 177: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 13 of 34

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 Owner’s representative as per the agreed milestone payment schedule and the percentage break-ups given below. Contractor shall submit his invoices to the Owner’s representative fortnightly in the manner as instructed by Owner. Each invoice will be supported by documentation acceptable to Owner and certified by the Owner’s representative. Payments made by owner to the contractor for any part of the work shall not deem that the Owner has accepted the work. All payments against running bills are advance against the work and shall not be taken as final acceptance of work / measurement carried out till the final bill. Owner will release payment through e-payments only as detailed in the bidding document. 1.0 MAINLINE WORKS 1.1 Pipeline Laying with Associated Works 1.1.1 Completion of site development, stacking, clearing : 15% progressively

and grading of ROU, trenching by excavation

1.1.2 Completion of fabrication, alignment, stringing, : 25% progressively field welding, radiography (NDT).

1.1.3 Completion of joint coating & lowering : 10% progressively 1.1.4 Completion of tie-ins, NDT, Joint Coating and : 20% progressively backfilling 1.1.5 Completion of hydro testing, dewatering, swabbing, : 15% progressively

magnetic cleaning plus electronic geometry pigging 1.1.6 Completion and restoration : 5% progressively 1.1.7 Completion of all activities and their acceptance. : 10%

Submission of final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.

The above payment shall be made subject to the following :

i) The stage payment of 20% as per sub-clause 1.1.4 above will be released on

completion of continuous stretch of 5 km. ii) For discontinuity on account of major crossings specified in SOR, crossing length shall

not be taken into account for (i) above for payment purposes. The payment towards such crossings shall be made on the basis of item rate in SOR.

1.2 OPTICAL FIBRE CABLE 1. Completion of Laying/ Blowing of OFC in same : 30% progressively

Pipeline Trench

177

Page 178: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 14 of 34

2. Supply & Erection of Jointing Pit, Jointing of OFC : 20% progressively as per Specification

3. OFC Testing as per Specification : 40% progressively 4. Final completion, handing over of complete : 10%

pipeline system and acceptance of the system by Owner 1.3 HDPE DUCT 1. Completion of Laying of Duct in same Pipeline : 30% progressively

Trench 2. Supply & Erection of blowing pit every km, duct : 25% progressively

jointing for testing & termination of duct in the pit with end cap

3. Testing of HDPE Duct & Accessories after laying, : 35%

preparation of report as per Specification 4. Final completion, handing over of complete : 10%

pipeline system and acceptance of the system by Owner 1.2 Crossing & Other items not covered above or elsewhere in the Tender

a) Completion of individual items of work : 90% progressively b) Completion of all activities and their acceptance. : 10%

Submission of final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.

2.0 CATHODIC PROTECTION WORKS The basis for payment against various items shall be as follows : 2.1 Temporary Cathode Protection System

a) 5% on placement of order on sub-vendor. b) 5% on design approval of TCP Package. c) 60% on receipt of material at site and acceptance thereof. d) 20% on installation, testing, pre-commissioning and commissioning. e) 10% on completion of all activities and their acceptance. Submission of

final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.

3.0 Other items not covered above or elsewhere in the tender

a) Completion of individual item of work as per : 90% progressively SOR including supplies wherever involved

178

Page 179: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 15 of 34

b) Completion of all activities and their acceptance. : 10% Submission of final documents, final bill and acceptance of these by owner for thereafter for successful closure of work order.

4.0 TERMINALS WORKS

4.1 Piping Works

a) 35% on fabrication of piping. b) 40% on erection, alignment, welding complete to achieve mechanical

completion. c) 15% on flushing, testing, draining, drying, etc. d) 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.

4.2 Civil Works (Except control room building which shall be paid as indicated

in respective SOR)

a) 90% on completion of work on prorate basis as certified in running bills. b) 10% on completion of all activities and their acceptance. Submission of

final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.

4.3 Structural Works

a) 5% on approval of fabrication drawings. b) 40% on supply and acceptance of material at site. c) 20% on fabrication. d) 25% on erection, alignment, welding, painting, etc. e) 10% on completion of all activities and their acceptance. Submission of

final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.

4.4 Items including supply of finished goods (Mechanical, Electrical,

Instrumentation, Telecommunication (including Duct & OFC) and Fire Protection System)

a) 5% on placement of order on sub-vendor. b) 65% on receipt of material at site and acceptance thereof. c) 15% on erection, alignment, welding, grouting, painting, etc. d) 5% on testing. e) 10% on completion of all activities and their acceptance. Submission of

final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.

4.5 Equipment Erection Works (Installation of Scrapper Trap, Filter, etc.)

a) 45% on transportation and installation in position. b) 30% after initial alignment, leveling and grouting. c) 15% after final alignment and making ready for commissioning. d) 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.

179

Page 180: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 16 of 34

4.6 Electrical, Instrumentation and Telecommunication. Works

a) 80% on completion of installation. b) 10% on testing. c) 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.

4.7 For Lumpsum Items For all lumpsum items included in schedule of rates, contractor shall furnish price

break-up for quoted lumpsum prices for the approval of Engineer-in-charge. Payment for such item shall be made accordingly. In this regard decision of Engineer-in-charge shall be final and binding to the bidder.

4.8 Supply of Materials and All Other Works

a) Completion of individual items of work : 90% progressively b) Completion of all activities and their acceptance. : 10%

Submission of final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.

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 GAIL’s website.

5.4 Employer will release payment through e-payments only as detailed in the Bidding

Document. 5.5 Further break-up of Lumpsum Prices, if deemed necessary for any progressive payment

of individual item may be mutually arrived at between Engineer-in-Charge and the Contractor.

5.6 All payments against running bills are advance against the work and shall not be taken as

final acceptance of work / measurement carried out till the final bill. 5.7 Bidder shall submit PIMS report along with the Bill.

180

Page 181: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 17 of 34

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)

181

Page 182: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 18 of 34

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)

182

Page 183: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 19 of 34

CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIAL

(ANNEXURE – 8 to SCC)

183

Page 184: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 20 of 34

ANNEXURE-8 TO SCC 1.0 CONDITIONS FOR ISSUE OF MATERIALS

Whenever any material is issued by Owner, following conditions for issue of material in addition to other conditions specified in the contract shall be applicable:

1.1 Necessary indents will have to be raised by the Contractor as per procedure laid down by the Engineer-in-Charge from time to time, when he requires the above material for incorporation in permanent works.

1.2 Materials will be issued only for permanent works and not for temporary works, enabling

works etc. unless specifically approved by the Engineer-in-Charge and the same shall not be taken into account for the purpose of materials reconciliation.

1.3 The Contractor shall bear all other cost including lifting, carting from issue points to work

site/Contractor's store, custody and handling etc. and return of surplus/serviceable scrap materials to Owner's storage points to be designated by the Engineer-in-Charge etc. No separate payment for such expenditure will be made.

1.4 No material shall be allowed to be taken outside the plant without a gate pass. 1.5 The Contractor shall be responsible for proper storage, preservation and watch & ward of

the materials. 1.6 RETURN OF UNUSED MATERIAL

1.6.1 All unused/scrap materials shall be the property of the Owner and shall be returned in

good and acceptable condition size wise, category wise by the Contractor at his own cost to Owner's Store(s).

1.6.2 No credit will be given to the Contractor for return of scrap. The Contractor should quote

the rates accordingly. 1.6.3 In case the Contractor fails to return unused/scrap materials, then recovery for such

quantity of materials, not returned by the Contractor shall be affected at following penal rates from the Contractor's bills or from any other dues of the Contractor to the Owner. Contractor shall make his own arrangements for weighing the off cuts to be returned to Owner's stores.

1.6.4 Penal Rates for non return of materials :

Sl.No. Material Penal Rates

(a) Penal rate for non return of Issue Rate + 25%

accountable scrap or Landed Rate + 25% (in case issue rate are not indicated in the contract)

(b) Penal rates for non return of Twice the Issue Rates

Unused material/excess scrap or Twice the Landed Rates (in case Issue Rates are not indicated in the Contract)

NOTE : 1) Landed Rate shall be arrived from the latest Purchase Order

of respective material received at site by Owner/MECON.

184

Page 185: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 21 of 34

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% (2½% accountable + ½%

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 (Manufacturer’s 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% (2½% accountable + ½% 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 Contractor’s responsibility to draw, load and transport all materials from Owner’s designated places of issue to the point of installation and return all packing materials like steel frames, wooden boxes/scrap etc. to Owner’s stores. All materials supplied by the Owner shall be duly protected by the Contractor at his own cost with appropriate preservative like primer, lacquer coating, grease etc. as required.

4.0 CABLES

4.1 Appropriation of cables shall be done as follows: 4.1.1 All the surplus and serviceable cables out of the cables quantity(ies) issued by the Owner

to the Contractor shall be returned by the Contractor to the Owner's store in good condition and as directed by the Engineer-in-Charge.

4.1.2 The Contractor shall be allowed a cutting/wastage allowance of 1.5% for power cables

and 3% for the control cables. This cutting/wastage allowance shall be computed on the length of cables actually laid, measured and accepted.

185

Page 186: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 22 of 34

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 Owner’s property and shall be returned to Owner’s 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 Owner’s store on Lot basis.

4.1.5 Material appropriation shall be done & allowable scrap quantity calculated. The wastage

generated by the Contractor in excess of the allowable percentage shall be charged at the penal rates.

5.0 LINE PIPES

5.1 All coated line pipes as per Line Pipe specifications shall be issued on linear

measurement basis. The line pipes shall be issued in available lengths and shapes and no claim for extra payment on account of issue of non-standard length and shape will be entertained. Contractor shall store and maintain the line pipes in proper manner to avoid mixing of different classes of pipes. Contractor shall maintain complete identification and traceability at all times. All cut pieces when returned to Owner's storage points after bevelling, shall be considered as serviceable material provided:

5.1.1 Corrosion Protection Coating is intact. 5.1.2 Pipe pieces have pipe specifications, manufacturer’s 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) Unaccountable wastage 0.1% b) Scrap (All cut pieces of pipes measuring 0.25%

less than 2 Meter) c) Serviceable materials (All cut pieces of pipe 0.5%

measuring 2 Meter and above)

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.

186

Page 187: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 23 of 34

6.0 OPTICAL FIBRE CABLE For the purpose of accounting of optical fibre cable, all cut pieces measuring in length of 40 m and above when returned to Owner's storage points shall be treated as serviceable materials. All cut pieces of cable measuring less than 40 M will be treated as scrap. For the purpose of accounting of OFC (Optical Fibre Cable) following allowances shall be permitted: (i) Unaccountable wastage 0.1% (ii) Scrap (All cut pieces of cables measuring less than 40 M) 0.25% (iii) Serviceable material (measuring 40M and above) 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.

187

Page 188: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 24 of 34

MINIMUM NO. OF MAJOR EQUIPMENTS/ MOBILISATION EQUIPMENT SCHEDULE TO BE

DEPLOYED (Annexure- 9 & 9A of Special Condition of Contract)

188

Page 189: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MINIMUM CONSTRUCTION EQUIPMENTS DEPLOYMENT SCHEDULE (MCEDS) Annexure-9

Section-I Section-II End of 1st Month

End of 2nd

Month

End of 3rd

Month

End of 4th

Month

End of 5th

Month

End of 6th

Month

End of 7th

Month

End of 8th

Month

End of 1st Month

End of 2nd Month

End of 3rd Month

End of 4th Month

End of 5th Month

End of 6th Month

End of 7th Month

End of 8th Month

1 Grader 2 2 1 2 2 2 2 2 2 2 1 2 2 2 2 2 2 2

2 Dozer with Ripper – D7/D6 or Equivalent 4 3 2 4 4 4 4 4 4 4 2 3 3 3 3 3 3 3

3 Excavator / Back Hoe-Ex 200 Above / Equivalent 8 6 3 8 8 8 8 8 8 8 3 6 6 6 6 6 6 6

4 Excavator / Back Hoe-Ex 100 Above / Equivalent 4 3 2 4 4 4 4 4 4 4 2 3 3 3 3 3 3 3

5 Hydra (8 – 10 MT) 6 6 3 6 6 6 6 6 6 6 3 6 6 6 6 6 6 6

6 Pipe Layer/Side Boom – 40 T & Above Capacity 10 8 3 10 10 10 10 10 10 10 3 8 8 8 8 8 8 8

7 DG Welding Machines 20 20 10 20 20 20 20 20 20 20 10 20 20 20 20 20 20 20

8 Semi Auto Welding Machines 10 10 8 10 10 10 10 10 10 10 8 10 10 10 10 10 10 10

9 Bevel Cutting Machine –Manual 4 4 2 4 4 4 4 4 4 4 2 4 4 4 4 4 4 4

10 Horizontal Auger Boring Machine with Rock breaking tool

2 2 1 2 2 2 2 2 2 2 1 2 2 2 2 2 2 2

11 Pipe Bending Machine 2 2 1 2 2 2 2 2 2 2 1 2 2 2 2 2 2 2

12 Pipe Clamp (Pneumatic/Hydraulic) – Internal 4 4 2 4 4 4 4 4 4 4 2 4 4 4 4 4 4 4

13 Tyre Mounted Cranes (30 MT) 1 1 - 1 1 1 1 1 1 1 - 1 1 1 1 1 1 1

14 HDD Rig with All Equipments & Accessories 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

15 X-Ray M/C – Internal Crawler 2 2 1 2 2 2 2 2 2 2 1 2 2 2 2 2 2 2

16 X-Ray M/C – External 3 3 1 3 3 3 3 3 3 3 1 3 3 3 3 3 3 3

17 Gamma Source 2 2 1 2 2 2 2 2 2 2 1 2 2 2 2 2 2 2

18 Manual UT Machine 2 2 1 2 2 2 2 2 2 2 1 2 2 2 2 2 2 2

19 Water Lifting / Filling Pumps (400 TO 1000 M3 /HR) 2 2 - - 3 3 3 3 3 3 - 2 2 2 2 2 2 2

20 Pressurization Pump – Motorized 2 2 - - 2 2 2 2 2 2 - 2 2 2 2 2 2 2

21 Air Compressor – (300CFM) 3 3 2 3 3 3 3 3 3 3 2 3 3 3 3 3 3 3

22 Air Compressor – (600 CFM) 1 1 - 1 1 1 1 1 1 1 - 1 1 1 1 1 1 1

23 Air Compressor – (1000-1500 CFM) 1 1 - - - 1 1 1 1 1 - 1 1 1 1 1 1 1

24 D.G. Sets : 125 KVA to 200 KVA (inclusive of generators)

5 5 3 5 5 5 5 5 5 5 3 5 5 5 5 5 5 5

25 Blast Cleaning Machine 3 3 2 3 3 3 3 3 3 3 2 3 3 3 3 3 3 3

26 Dewatering Pump 4 4 3 4 4 4 4 4 4 4 3 4 4 4 4 4 4 4

27 Holiday Detector Unit 3 3 2 3 3 3 3 3 3 3 2 3 3 3 3 3 3 3

Total Minimum Equipment Mobilization (Section-wise)

Sl. No.

Equipment Detail Section-IISection-I

Page 1 of 2189

Page 190: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MINIMUM CONSTRUCTION EQUIPMENTS DEPLOYMENT SCHEDULE (MCEDS) Annexure-9

Section-I Section-II End of 1st Month

End of 2nd

Month

End of 3rd

Month

End of 4th

Month

End of 5th

Month

End of 6th

Month

End of 7th

Month

End of 8th

Month

End of 1st Month

End of 2nd Month

End of 3rd Month

End of 4th Month

End of 5th Month

End of 6th Month

End of 7th Month

End of 8th Month

Total Minimum Equipment Mobilization (Section-wise)

Sl. No.

Equipment Detail Section-IISection-I

28 Dozing Pump 1 1 - 1 1 1 1 1 1 1 - 1 1 1 1 1 1 1

29 Dead WT Tester 1 1 - 1 1 1 1 1 1 1 - 1 1 1 1 1 1 1

30 Mobile Workshop 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

31 Pipe Trailers 8 6 6 8 8 8 8 8 8 8 6 6 6 6 6 6 6 6

32 Pipe locator 1 1 2 1 1 1 1 1 1 1 2 1 1 1 1 1 1 1

33 Pipe Clamp – External 4 4 2 4 4 4 4 4 4 4 2 4 4 4 4 4 4 4

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)

2)

3)

4)

5)

6)

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.

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.

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.

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.

Meeting the requirement of deployment of above minimum Construction Equipments per SECTION.

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 monthwisedeployment 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.

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.

Page 2 of 2190

Page 191: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 25 of 34

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

Equipment Description Section-I Section-II

1. Pipe Layer/Side Boom – 40 T & Above Capacity 2 Nil

2. Hydra (8- 10 MT) 3 2

3. Dozer – D7/D6 or Equivalent 1 1

4. Excavator / Back Hoe-Ex 100 Above / Equivalent 3 2

5. Welding Machine 8 8

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.

191

Page 192: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 26 of 34

MINIMUM NO. OF SKILLED MANPOWER TO BE DEPLOYED

(Annexure-10 of Special Condition of Contract)

192

Page 193: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 27 of 34

ANNEXURE-10 TO SCC

MINIMUM NUMBER OF SKILLED MANPOWER TO BE DEPLOYED PER SECTION

Sl. No

DESCRIPTION REQUIREMENT

1. Resident Construction Manager 1 2. Planning engineer 1 3. QA/ QC engineer 1 5. Safety officer 1 7. Quantity Surveyor 1 8. Welding/ NDT engineer 2 9. Discipline Engineer's (Civil/ Mech/ Elec/ Instrn./CP) 12 (3/5/2/1/1) 10. Foreman / Supervisor 10 11. Civil surveyor 2 12. Document controller 1 13. Store keeper / store in-charge 1/1 14. Welder 25 15. Fitter 10 16. Grinder 28 17. Machine operator 30 18. Blast cleaning crew 3 19. Electrician / Machine mechanic 8/8 20. Rigger 25 21. Drivers 25 22. Pipe bender 1 23. Thrust/ Hor. Auger Boring crew 2 24. X-ray / Gamma Ray crew 2/2 25. Hydrotesting crew 2 26. Field joint coating crew 3 27. Holiday testing crew 4 28. HDD crew 1 (Refer Note1) 29. OFC jointing crew 2 30. TCP crew 1 31. Civil survey crew (with equipment) 1 32. Station civil works (carpenter/bar-bender/mason/fitter etc.) AS REQD 33. Unskilled workers 50 34. Station mechanical, pre-fabrication / erection crew 2

The above proposed list of skilled manpower is the minimum to be deployed by Contractor. NOTE :- (1) HDD equipment and Crew as required shall be deployed based on the SOW finalized and as per

instruction of EIC. (2) 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.

(3) 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.

(4) The Manpower as identified above, should have required qualification and adequate relevant experience.

(5) Contractor shall mobilize Resident Construction Manager, QA/QC Engineer, Planning Engineer/ Safety Officer who will be the permanent employees of the Contractor.

(6) 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.

(7) These manpower are to be mobilized per Section within 30 days of award of work.

193

Page 194: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 28 of 34

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

Experience No. of Key Personnel (minimum)

1. Construction Manager / Construction In-Charge

Degree / Diploma in Civil / Mechanical Engineering

At least 15 years experience for Degree holder and 20 years for 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.

1 No. for each section.

2. Safety Officer Degree / Diploma in Engineering / Project Management

At least 7 years of experience for Degree holder and 12 years for Diploma holder in Safety Management in construction of cross country pipeline (Hydrocarbon pipeline) including station piping for the same.

1 No. for each section.

3. QA / QC Engineer

Degree / Diploma in Mechanical Engineering

At least 10 years of experience for Degree holder and 13 years for Diploma holder in quality / NDT management in construction of cross country pipeline including station piping for the same.

1 No. for each section.

4. Welding / NDT Engineer

Degree / Diploma in Mechanical Engineering

At least 7 years of experience for Degree holder and 10 years for Diploma holder in quality / NDT management in construction of cross country pipeline including station piping for the same.

1 No. for each section.

194

Page 195: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 29 of 34

Sl. No.

Position Qualification & Knowledge

Experience No. of Key Personnel (minimum)

5. Planning Engineer

Degree / Diploma in Engineering / Project Management

At least 7 years of experience for Degree holder and 10 years for Diploma holder in executing projects in construction of cross country pipeline (Hydrocarbon pipeline) including station piping for the same.

1 No. for each section.

6. Discipline Engineer (Civil / Mechanical)

Degree / Diploma in Mechanical / Civil Engineering

At least 10 years of experience for Degree holder and 13 years for Diploma holder in executing projects in construction of cross country pipeline (Hydrocarbon pipeline) including station piping for the same.

1 No. for each section.

7. Store-in-charge

Diploma in Engineering any discipline or Diploma in Material Management in any stream

At least 5 years of experience in executing projects in construction of cross country pipeline (Hydrocarbon pipeline) including station piping for the same.

1 No. for each section.

8. Quantity Surveyor

Degree / Diploma in Engineering any discipline

At least 5 years of experience for Degree holder and 10 years for Diploma holder in quantity estimation and field measurement.

1 No. for each section.

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.

195

Page 196: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 30 of 34

HIRING / RECOVERY RATE FOR DEPLOYMENT OF MANPOWER

(Annexure-11 of Special Condition of Contract)

196

Page 197: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 31 of 34

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. Foreman 1600 430 2. Supervisor 1500 430 3. Engineer 2000 650 4. Gas Cutter 700 170 5. Grinder 700 170 6. Brick Mason 520 120 7. Stone Mason 520 120 8. Structural welder 1000 260 9. Qualified Arc welder –CS manual 1500 260 10. Welder helper 300 120 11. Pipe Fitter /Bender 650 150 12. Structural Fitter 520 120 13. Pipeline Fitter 780 190 14. Coater 520 120 15. Mechanic 520 120 16. Site Equipment Operator 520 120 17. Electrician 500 150 18. Fabricator 650 150 19. Carpenter 500 130 20. Plumber 500 120 21. Painter 500 120 22. Cable Jointer 780 190 23. Instrumentation Technician 780 190 24. Insulator 500 120 25. Rigger 400 110 26. Bhisti (water man) 250 60

197

Page 198: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 32 of 34

___________________________________________________________________________ Sl. Classification Rates per day of Rate per hour for No. Personnel Normal Hours OT, Sunday & Holiday ___________________________________________________________________________ (in Rs.) (in Rs.) ___________________________________________________________________________ 27. Heavy duty driver 700 170 28. Light duty driver 500 120 29. Sand Blaster 500 130 30. Surveyor 500 130 31. Un skilled Worker 200 80 32. Construction Manager 15000 1000 33. QOEC / Safety / Planning / 7500 750 NDT Engineer

_______________________ (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.

198

Page 199: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 33 of 34

EQUIPMENT HIRING/RECOVERY RATES (Annexure-12 of Special Condition of Contract)

199

Page 200: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Annexures to SCC-BNPL.doc Page 34 of 34

ANNEXURE-12 TO SCC EQUIPMENT HIRING/RECOVERY RATES SL. NO.

DESCRIPTION OF EQUIPMENT HIRING/RECOVERY RATES(IN INR) PER DAY(MINIMUM 8 HOURS) INCLUDING CONSUMABLES

1. Grader Rs.4400/- 2. Dozer with Ripper – D8 or Equivalent Rs. 6000/- 3. Dozer – D7/D6 or Equivalent Rs.3400/- 4. Excavator / Back Hoe-Ex 100/200/300/Equivalent Rs. 3200/- 5. Hydra (8 – 10 MT) Rs. 2500/- 6. Pipe Layer/Side Boom 60 T / 40 T Rs. 6000/- 7. Horizontal Auger Boring Machine (Carrier 20”) with

Rock Breaking Tools Rs. 3000/-

8. HDD Rig with All Equipments & Accessories Rs.35000/- 9. Rock Breaking Machine with Excavator Rs.4600/- 10. Pipe Bending Machine – 20” Rs. 6000/- 11. DG Welding machine Rs. 200/- 12. Tyre Mounted Cranes (30 MT) Rs. 2500/- 13. Water Lifting / Filling Pumps(400 TO 1000 M3 /HR) Rs. 700/- 14. Pressurization Pump – Motorized Rs. 1000/- 15. Dewatering Pump Rs.400/- 16. Dozing Pump Rs.200/- 17. Pipe Clamp (Pneumatic/Hydraulic) – Internal 20” Rs. 500/- 18. Pipe Clamp – External 20” Rs. 100/- 19. Holiday Detector Unit Rs. 400/- 20. D.G. Sets : 125 KVA to 200 KVA Rs. 1600/- 21. Grinding machine Rs. 200/- 22. Gas cutting set with cylinders Rs. 200/- 23. Air Compressor – (300CFM) Rs. 1100/- 24. Air Compressor – (600 CFM) Rs. 1100/- 25. Air Compressor – (1000-1500 CFM) Rs. 1850/- 26. Bevel Cutting Machine – 20” Auto Rs. 1500/- 27. Bevel Cutting Machine – 20” Manual Rs. 600/- 28. Trucks Rs. 750/- 29. Car/Jeep Rs. 800/- 30. Tractor with trolley Rs. 400/- 31. Tripod with 5 Tons Chain Pulley Block Rs. 300/- 32. Pipe Trailers Rs. 1350/- 33. Dumper /Tipper Rs. 900/- 34. X-Ray M/C – Internal Crawler Rs. 2500/- 35. X-Ray M/C – External Rs. 1800/- 36. Gamma Source Rs. 600/- 37. Manual UT Machine Rs. 50/- 38. Pneumatic Drill (Tractor mounted for blasting) with

Compressor Rs. 3000/-

39. Blast cleaning Machine Rs. 200/- 40. Dead WT Tester Rs. 200/- 41. Mobile Workshop Rs. 600/- 42. Pipe locator Rs. 500/- 43. Semi Auto Welding Machine Rs. 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.

200

Page 201: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 1 of 75

3.0 PARTICULAR JOB SPECIFICATION

Section-I: Despatch Terminal at Ludhiana to

Receiving terminal at Jalandhar (24” X 84 Km)

Section-II: Despatch terminal at Saharanpur to Receiving cum distribution network terminal at Haridwar (16” x 64 km) and Consumer lines to M/s BHEL & SIDCUL (8”X 16 Km)

201

Page 202: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 2 of 75

CONTENTS Sl.No. Description 1.0 INTRODUCTION 2.0 WORK TENDERED

3.0 SCOPE OF WORK

4.0 SCOPE OF SUPPLY

5.0 SCOPE OF WORK & SCOPE OF SUPPLY FOR OTHER DISCIPLINES

6.0 OTHER CONDITION OF BID

7.0 AS BUILT DOCUMENTS

8.0 DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING

9.0 LIST OF ATTACHMENTS

10.0 APPENDIX-I (LIST OF APPROVED PARTIES FOR BOUGHT OUT ITEMS) 11.0 APPENDIX-II - DATA SHEETS FOR MECHANICAL ITEMS ETC. 12.0 APPENDIX-III (LIST OF QAPs FOR BOUGHT OUT ITEMS) 13.0 APPENDIX-IV – DELETED 14.0 APPENDIX-V (VIDEOGRAPHY SURVEY) 15.0 APPENDIX-VI (TRANSITION FITTING) 16.0 APPENDIX-VII (SKETCH SHOWING DEMARCATION OF MAINLINE AND

TERMINAL MATERIAL) Annexure-I : Temporary Cathodic Protection Works

Annexure-II : Corrosion Monitoring System Works

Annexure-III : Civil & Structural Works

Annexure-IV : Electrical Works

Annexure-V : Instrumentation Works

Annexure-VI : Telecommunication Works

Annexure-VII : Fire Protection System

202

Page 203: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 3 of 75

1.0 INTRODUCTION 1.1 M/s GAIL (India) Limited proposes to lay a 24” Dia. x 84 km approx. long pipeline from

Ludhiana to Jalandhar and 16” Dia. x 64 km. approx. long pipeline from Saharanpur to Haridwar and consumer lines to M/s BHEL & SIDCUL and pipeline networks in the respective areas with Despatch / Receiving Terminals.

The pipeline is designed to carry 2.7 MMSCMD R-LNG. For Ludhiana Jalandhar spurline designed capacity is 1.47 MMSCMD in which 0.6 MMSCMD will cater to Ludhiana & other 0.87 MMSCMD to Jalandhar. For Saharanpur-Haridwar pipeline section the designed capacity is 1.12 MMSCMD gas. And 0.53 MMSCMD gas will be delivered to Sidcul/ Haridwar Spur line. The pipeline network is enclosed as drawing no. MEC/23M9/05/21/M/001/1021, R0.

1.2 The complete work from Ludhiana to Jalandhar, Saharanpur to Haridwar has been divided into two sections (Section-I & II) as indicated below. The scope of work for each Section has been indicated in schematic drawing no. MEC/23M9/05/21/M/001/1021 enclosed in Vol.-IV of IV.

Section-I : Despatch terminal at Ludhiana (At existing I.P.- 4 at Ch. 295 Km )

to Receiving terminal at Jalandhar (24” X 84 Km) Tap-off cum Despatch Terminal with filteration & metering facility

at existing I.P.-4 Installation of SV-1 cum Tap- Off Point for Ludhiana, SV-2, SV-3,

SV-4, SV-5 at different Chainages Receiving terminal at Jalandhar.

Section-II: Despatch terminal at Saharanpur to Receiving cum distribution

network terminal at Haridwar (16” x 64 km) and Consumer lines (8” X 16 Km)

Tap-off cum Despatch Terminal with filteration & metering facility at

existing SV-3 at Ch. 115 Km at Saharanpur. Installation of SV-1, SV-2, SV-3 cum tap-off point for Roorkee, SV-4,

& SV-5 at different chainages. Installation of tap-off for Power Plant. Receiving cum distribution network terminal at Haridwar at Ch.64

Km Installation of SV-1, SV-2, SV-3 cum tap-off point on Consumer line

to M/s BHEL. Installation of SV-1 on Consumer line to M/s SIDCUL.

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.

203

Page 204: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 4 of 75

DA

DR

I

CH

AIN

SA

BA

WA

NA

BH

AT

IND

A

SO

NIP

AT

NA

NG

AL

LU

DH

IAN

A

GR

EP

P/L

DA

DR

I

BA

WA

NA

YA

MU

NA

NA

GA

R

DB

NP

L

Baw

ana

TO

P

ME

ER

UT

Pro

po

sed n

ew

Sp

urlin

es

JA

LA

ND

HA

R

DE

HR

AD

UNHA

RID

WA

R

RO

OR

KE

E

AM

BA

LA

Ne

emran

a

HIS

SA

R

Jhajja

r

CJH

PL

RIS

HIK

ES

H

SA

HA

RA

NP

UR

KH

AN

NA

DA

DR

I

CH

AIN

SA

BA

WA

NA

BH

AT

IND

A

SO

NIP

AT

NA

NG

AL

LU

DH

IAN

A

GR

EP

P/L

DA

DR

I

BA

WA

NA

YA

MU

NA

NA

GA

R

DB

NP

L

Baw

ana

TO

P

ME

ER

UT

Pro

po

sed n

ew

Sp

urlin

es

JA

LA

ND

HA

R

DE

HR

AD

UNHA

RID

WA

R

RO

OR

KE

E

AM

BA

LA

Ne

emran

a

HIS

SA

R

Jhajja

r

CJH

PL

RIS

HIK

ES

H

SA

HA

RA

NP

UR

KH

AN

NA

1.4 Route Map

204

Page 205: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 5 of 75

2.0 WORK TENDERED Work tendered as a part of this Bid document consists of supply of materials as required, installation, testing, and pre- commissioning of pipeline, preservation, drying and commissioning assistance. The work includes installation of pipeline and related piping works at sectionalizing valve stations and all associated mechanical, civil, structural, architectural, and electrical and instrumentation, telecom works and Fire Fighting System etc. The details are as under.

2.1 Pipeline Sections 2.1.1 Section-I

Pipeline from Despatch Terminal at Ludhiana (Existing I.P.-4 at Ch.295 Km) to receiving terminal at Jalandhar (Approx. Ch. 84.000 km) including installation of scraper traps, all valves, insulating joints etc. and piping works at Despatch Terminal at Ludhiana, SV-1,SV-2,SV-3, SV-4 & SV-5 and Receiving terminal at Jalandhar. - Laying of approx. 84.00 km long, 24" (609.6 mm) O.D, 8.7mm, 9.5mm,

11.1mm & 14.3mm W.T., API 5L Gr. X-80 or 9.5mm,11.1mm 12.7, & 15.9mm W.T., API 5L Gr. X-70 LSAW / HSAW/ ERW main pipeline from the despatch terminal (DT) at Ludhiana to Receiving terminal at Jalandhar at Ch. 84.00 km.

- Entire works at Despatch Terminal (DT) at Ludhiana including installation of

scraper launcher, insulating joints, all valves, filteration and metering assembly, equipments and all piping works, hook-up with existing pipeline / Piping and other facilities and all associated mechanical, civil, structural, architectural electrical and instrumentation, telecom and Fire Fighting System works.

- Installation of 05 Nos. of Sectionalizing valves stations including all

Associated Mechanical, Civil, Structural, Architectural, Electrical, Instrumentation, Telecom and Fire Fighting System work at SV stations and Tap-off point.

Entire works at Receipt terminal (RT) at Jalandhar including installation of scraper launcher, insulating joints, all valves, metering skid, equipments and all piping works, hook-up with existing pipeline / Piping and other facilities and all Associated Mechanical, Civil, Structural, Architectural Electrical and Instrumentation, Telecom and Fire Fighting System works.

- Installation of Pipeline at Crossings of Road, Rail, Utilities, Underground

Pipelines and Water Crossings (River, Canal and Nalla). - All works related to Hydro Testing, Dewatering, Swabbing, Drying and Tie-in

with Adjoining Pipeline/ Terminal Piping Sections as applicable. - Drying and Pre-commissioning of the pipeline section and associated

facilities. - Carrying out caliper pigging, magnetic cleaning of Section-I of pipeline. - Commissioning of the entire Pipeline from Depstach Terminal at Ludhiana to

receiving terminal at Jalandhar.

205

Page 206: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 6 of 75

- Idle time preservation of pipeline, if required.

- All works related to Temporary Cathodic protection.

- All works related to Optical fibre cable.

2.1.2 Section-II Pipeline from Despatch terminal at Saharanpur (at existing SV-3. Ch. 115.000 of BNPL) to Receiving terminal at Haridwar at approximate Ch. 64.00 km and consumer lines from Haridwar to M/s BHEL & SIDCUL (8”X 16 Km) including installation of scraper traps, all valves, insulating joints etc. and piping works at SV-1, SV-2, SV-3, SV-4 & SV-5 Stations and Tap-off point and piping works at . - Laying of approx. 64.00 km long, 16" (406.4 mm) O.D, 6.4mm, 7.9 mm & 9.5

mm W.T., API 5L Gr. X-80 or 6.4mm, 7.1mm, 8.7mm, 11.1mm W.T., API 5L Gr. X-70 LSAW / HSAW / ERW main pipeline from Despatch terminal at Saharanpur (at existing SV-3. Ch. 115.000 of BNPL) to Receiving terminal at Haridwar at approximate Ch. 64.00 km and laying of approx. 16 Km long, 8”(219.1 mm) OD, 6.4mm & 7.9 mm, W.T., API 5L Gr. X-56, ERW / SMLS main pipeline for consumer lines to M/s BHEL & SIDCUL.

- Installation of 05 Nos. of Sectionalizing valves station on line from Saharanpur to Haridwar and Installation of 04 Nos. of Sectionalizing valves station on line to M/s BHEL & SIDCUL including all associated mechanical, civil, structural, architectural, electrical, instrumentation, telecom and Fire Fighting System work at SV stations and Tap-off point.

Entire works at Receipt terminal (RT) at Haridwar including installation of scraper launcher, insulating joints, all valves, metering skid, equipments and all piping works, hook-up with existing pipeline / Piping and other facilities and all associated mechanical, civil, structural, architectural electrical and instrumentation, telecom and Fire Fighting System works.

- Installation of Pipeline at crossings of road, rail, utilities, underground

pipelines and water crossings (river, canal and nalla). - All works related to hydro testing, dewatering, swabbing, drying and tie-in with

adjoining pipeline/ terminal piping section. - Drying and Pre-commissioning of the pipeline section and associated

facilities. - Carrying out caliper pigging, magnetic cleaning of Section-II of pipeline. - Commissioning of the entire Pipeline from Despatch Terminal at Saharanpur

to Receiving Terminal at Haridwar and Receiving Terminal at Haridwar to BHEL and SIDCUL Pipeline.

- Idle time preservation of pipeline, if required.

- All works related to Temporary Cathodic protection.

- All works related to Optical fibre cable.

206

Page 207: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 7 of 75

2.2 Construction Fronts

Minimum Construction fronts to be mobilized for each Section shall be as under:

Section Description Front-1 Front-2 Section-I 24” Dia. x 84 Kms 0-42 Kms 42-84 Kms Section-II a) 16” Dia x 64 Kms

b) 8” Dia x 16 Kms 0-32 Kms 0-16 Kms

32-64 Kms

2.2.1 Section - I Section-I has been further subdivided in two fronts (i.e. Front -1 & Front-

2). Front -1 is from Ch. 00.000 km to Ch. 42.000 km and Front-2 from Ch. 42.000 to Ch. 84 .000. Two nos. fully equipped, maintained and functional spread are required to be mobilized (one each for Front-1 & Front-2) by the Contractor to complete installation of facilities covered under Section-I as a minimum. Both the construction fronts shall work simultaneously. In addition, contractor shall deploy mini spreads for rail, road, water crossings, hilly areas and restricted areas. Contractor shall also mobilize separate teams for mechanical works at Dispatch Terminal, Tap-off Points & SV Stations and Receiving terminals.

2.2.2 Section - II: a) For SHPL - Section-II has been further subdivided in two fronts (i.e.

Front -1 & Front-2). Front -1 is from Ch. 00.000 km to Ch. 32.000 km and Front-2 from Ch. 32.000 to Ch. 64.000. Two nos. fully equipped, maintained and functional spread are required to be mobilized (one each for Front-1 & Front -2) by the Contractor to complete installation of facilities covered under Section-II as a minimum. Both the construction fronts shall work simultaneously. In addition, contractor shall deploy mini spreads for rail, road, water crossings, hilly areas and restricted areas. Contractor shall also mobilize separate teams for mechanical works at Dispatch Terminal, Receiving Terminal, Tap-off Points & SV Stations.

b) For BHEL/SIDCUL- Front -1 is from Ch. 00.000 km to Ch. 16.000 km One no. fully equipped, maintained and functional spread is required to be mobilized by the Contractor to complete installation of facilities covered under Section-II.Contractor shall also mobilize separate teams for mechanical works at Dispatch Terminal, Receiving Terminal, Tap-off Points & SV Station

2.3 Contractor shall adopt suitable method of construction/ execution of work for

restricted ROU/ Common ROU and deploy adequate equipment & manpower, number of mini spreads etc. as required. CONTRACTOR shall provide complete details of manpower, equipment etc. to be deployed. Contractor shall mobilize and provide all equipments, manpower (skilled and unskilled), consumable and other resources etc. for each Section and Front as required for the execution of the complete job defined herein.

2.4 For execution of the pipeline work in the narrow ROU space in forest areas, the

CONTRACTOR shall consider the special requirements/ measures and shall deploy separate Section (s), adequate amount of manpower and equipment for performing the work.

207

Page 208: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 8 of 75

2.5 Civil, structural and architectural works, electrical works, instrumentation/ telecom,

Fire Fighting System and TCP works for the entire section shall be carried as per relevant particular job specification provided elsewhere in the Bid document

3.0 SCOPE OF WORK

The Contractor's Scope of Work for the pipeline shall consist of, but not limited to, supply (as required), fabrication, installation, testing, swabbing, drying, EGP, pre-commissioning and commissioning of the proposed pipeline system including terminal piping works and hook-up works at terminal along with all associated mechanical, civil, structural, architectural, electrical, telecom, instrumentation, Fire Fighting System and TCP works. All such works that are not indicated here below but are otherwise required to complete the work in all respects shall form part of Contractor's Scope of Work. The scope indicated below shall be read in conjunction with Schedule of Rates as applicable, drawings, standards, specifications and other documents forming part of the Contract document.

All works listed below shall be applicable for both the Sections (i.e. Sections-I, & Section-II), unless specifically mentioned otherwise. The detailed scope of work pertaining to cross country pipeline shall be in general but not limited to the following:

3.1 Main pipeline 3.1.1 "Receiving and Taking-over" of COMPANY supplied externally/ Internally PE Coated

and bare line pipes of all thicknesses at Company’s designated storage yard from coating Contractor in presence of Company’s representative. Transportation including loading, unloading, handling, stacking, hauling and stringing of pipes from Company’s storage yards to Contractor’s worksite(s)/ workshop(s)/ pipeline Right-Of-Use (ROU), including arranging all pipe trailers, cranes, arranging all necessary intermediate storage area(s) required thereof till the complete pipeline system is permanently installed.

COMPANY shall set up storage yards for coated and bare line pipes near pipeline ROU as defined subsequently in this document. The exact location of Company’s storage yards shall be intimated to the CONTRACTOR at the time of award. In addition, COMPANY shall set up stores for all items other than line pipes as defined in scope of supply.

3.1.2 Carrying out inspection of COMPANY supplied line pipes and pipe corrosion coating

at the time of receiving and taking-over for all defects etc., in the presence of Company’s 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.

208

Page 209: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 9 of 75

3.1.4 For pipes where cutting out involves more than 25mm from pipe ends, ultrasonic

inspection shall be carried out at pipe ends for line pipe and including supply of all equipments. Contractor shall take prior approval from Company for the agency engaged for carrying out ultrasonic inspection.

3.1.5 Loading, unloading, handling, stacking, storing and transportation to workshop/ work

site of all materials (other than bare and corrosion coated line pipes) that may be used for the construction of pipeline system either supplied by COMPANY at their designated storage yard/ store and/ or by CONTRACTOR as the case may be. All Company supplied materials (other than line pipe) shall be issued to Contractor from Company’s designated store.

3.1.6 Preparation of bevel end and coating edge of line pipes, if required, for

semiautomatic / manual welding. 3.1.7 Contractor shall incorporate the crossing details in the as built alignment sheet after

completion of work. 3.1.8 Carrying out all additional topographic and/ or geotechnical survey as required for

local detours, detours at crossing locations and elsewhere during execution and for additional canals (to be crossed by HDD & boring) and other crossings for which details are not available in the bid document.

3.1.9 Carrying out thorough internal cleaning of all pipes to remove debris, shots, grits etc.

to the satisfaction of Engineer-in-charge. 3.1.10 Mobilizing and providing all equipments, manpower (skilled and unskilled),

consumables and other resources etc., as required for the execution of complete work and thereafter demobilizing the same upon completion of work.

3.1.11 Obtaining all necessary approvals and work permits from concerned authorities

having jurisdiction, as applicable for performing the work including shifting/ relocation and restoration of telephone/ electrical poles and underground pipes and other utilities etc., as required by local authorities and as directed by COMPANY. Contractor shall also obtain all necessary approvals and work permits from concerned authorities having jurisdiction for crossing underground utilities/ pipelines wherever encountered along the pipeline route.

3.1.12 Cutting/ up rooting of trees within ROU, counting the number and type of trees to be

cut (before cutting) during pipeline laying works in presence of DFO/ concerned authorities keeping record thereof and handing over the cut trees as directed by concerned authorities/ COMPANY.

3.1.13 Staking, clearing, grading of Right of Use (ROU) as required, trenching to all depths

in all types of soils including soft and hard rock, including blasting, controlled blasting, chiselling, or otherwise cutting etc. to a width to also accommodate the OFC/ cable conduit as per relevant standards, drawings, specifications etc., stringing, aligning, bending, welding, NDT, radiography, field weld joint coating including supply of all materials, protective coating of long radius bends and buried fittings/ valves including

209

Page 210: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 10 of 75

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-In-charge.

210

Page 211: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 11 of 75

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 COMPANY’s 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 Company’s 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

211

Page 212: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 12 of 75

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 manufacturer’s plant and transportation of fabricated bends from the bend manufacturer’s plant to work site(s), return of surplus pipes/ material/ bends etc. to storage yard/ work site/ Company’s store shall be in Contractor’s scope.

3.1.29 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 Company’s 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 Contractor’s scope.

212

Page 213: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 13 of 75

3.1.36 Disposal of surplus excavated soil from trench outside ROU 3.1.37 Idle time preservation by filling Nitrogen at a positive pressure of 2 bar (g) as per

specification, if required including supply of Nitrogen. 3.1.38 Preparation of as-built drawings, pipe-books, documents, photographs, video records

and project records as per specification and instructions of the COMPANY including furnishing of all Test Certificates/ Inspection Reports for all materials used for permanent installation.

3.1.39 Taking over surplus bare and coated pipe from coating contractor at storage yard

after completion of work, loading, unloading, transportation and handing over of all surplus Company supplied free issue material including short length of pipes to Company’s designated Storage yard as directed by Engineer-in-charge.

3.1.40 All associated pipeline work w.r.t. Temporary Cathodic protection as described else

where in the bid document. 3.1.41 Coordination with permanent Cathodic protection contractor which shall be carried

out by different agency under different contract and repair of coating holidays and defects observed during PCP commissioning.

3.1.42 In case any activity though not specifically covered in scheduled of rates description

but same is covered under scope of work/ Specification / drawings, it is understood that the contractor shall do such performance & provisions so mentioned with out any time & cost implication.

3.1.43 Any other works not specifically listed herein but are required to be carried out to

complete entire work related to pipelines and the associated facilities. 3.1.44 Installation of casing pipes (by open cut/jacking/ boring/ any other trenchless

technique) assembly, including supply of all materials, casing insulators and end seals, vents and drains etc. complete, at cased crossings.

3.1.45 Supply of CS conduit 6” NB, 6.4 mm thk API 5L Gr-B or equivalent steel conduit with

HDPE interduct for laying of OFC at crossings. 3.1.46 Providing 300 micron epoxy on the external surface of all 6” NB CS conduits meant

for OFC. 3.1.47 Providing loosely compacted cohesionless soil like sand, murrum, silty sand for

specified distance in seismic prone areas. 3.1.48 Crossings of rivers/streams/canals by Open Cut/ Boring/ Trenchless Technology

method : a) Pre-construction surveys, preparation of detailed construction method

statement and calculations for Company’s approval. b) Geo-technical investigations, if required.

213

Page 214: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 14 of 75

c) Site preparation, arranging required land for setting up of string fabrication

yard and obtaining necessary permissions from concerned authorities.

d) Preparation of pipeline Launchway, continuous concrete coating of pipes, repair of damages to corrosion and concrete coating, string preparation, field welding, NDT including radiography, pretest of completed strings, corrosion and concrete coating of field joints, trenching, laying at approved depth, backfilling including supply of select backfill material (where required), stabilization of banks, post installation hydrotest, capping, providing and installing of markers, etc.

e) Installation of HDPE conduit, laying of OFC inside the conduit. Contractor

shall install pipeline and OFC conduit together in river crossings and HDPE conduit shall be strapped using corrosion resistance straps to the main pipeline in the top quadrant. Stability of the combined installation shall be ensured.

3.1.49 HDD works shall be carried out in accordance with specification enclosed with bid

package. For directionally drilled crossing, following shall be performed:

a) Carrying out all surveys and collection of data, as may be required for the design and construction of the crossings.

b) Carrying out all engineering, design calculations and preparing all

construction drawings for laying of pipeline and optical fibre cable inside steel pipe as per requirements for installation of river crossings by HDD method.

c) All construction activities required for installation of the crossings viz. site

preparation, preparation of pipe string, repair of damages to corrosion coating, field welding, NDT including radiography, pretest of completed string, corrosion coating of field joints, holiday testing of complete pipe string, drilling in all types of soil including gravel, boulders and disintegrated and hard rock, installation of pipeline, post installation hydrotesting of the crossing section, capping, providing and installing markers and temporary cathodic protection of pipeline section at crossings.

d) Field joint coating shall be carried out by Direx heat shrink sleeves by

Covalence Raychem or TBK heat shrink sleeves by Canusa-CPC or equivalent.

e) Supply of 6" NB, 6.4mm W.T. API 5L Gr.B or equivalent 300 micron epoxy

coated steel conduit, with interduct of flexible HDPE/plastic corrugated tubing for laying of OFC cable, preparation of steel conduit string and corrosion coating of weld joints.

f) Installation of pipeline and 6" NB steel conduit for OFC (together in a single

drilled hole or separately in two independent drilled holes).

214

Page 215: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 15 of 75

g) Tie-in with main pipeline after successful installation of pipeline at river crossing.

h) Testing and jointing of OFC at either ends with OFC in main pipeline trench.

3.1.50 Clean-up and restoration of ROU and other conveniences like road, rail, canals,

cultivable land, water facilities, irrigation facilities, boundary wall/fence etc. to original condition as per specification and drawings to the entire satisfaction of Company and/or Authorities having jurisdiction over the same, including disposal of surplus excavated soil and other construction materials to a location identified by Contractor approved by local authority without causing any disturbance to environment and to the entire satisfaction of Company.

Contractor shall arrange necessary clearance from the concerned authorities/ land owners to the effect that ROU/ ROW has been restored back to original condition. Contractor shall carry out joint survey with representative of Competent Authority (CA) and will obtain clearance in writing from CA that ROU has been restored to original condition. Necessary clearance from statutory authority / NOC for restoring the ROU to original condition shall be in Contractor’s scope.

3.1.51 Fabrication of long radius bends from Free Issue line pipes by induction process,

carrying out corrosion coating of bends by heat shrink sleeve as per specification enclosed with bid package.

3.1.52 Tie-in with the pipeline at rail, road, river and other crossings including cutting of test

headers as required and tie-in with terminal piping & with existing facilities as applicable.

3.1.53 Preparation of video films with audio commentary covering all aspects of pipeline

construction annotated as required, conversion of the same to video CD/DVD ROM format, submitting three (3) sets of the same.

3.1.54 All incidental and associated works and any other works not specifically listed herein

but are required to be carried out to complete entire work related to pipelines and the associated facilities and making the entire pipeline system ready for operation.

3.2 Associated Works for Pipeline Construction 3.2.1 Installation of Company supplied free issue casing pipes, if available, (by open cut/

jacking/ boring) assembly, including transportation of casing pipe from company store and supply of all materials, viz. casing insulators and end seals, vents and drains etc. complete, at cased crossings.

3.2.2 Cased crossings shall be installed at locations indicated in alignment sheets/ list enclosed with the bid document. The number of crossings indicated in alignment sheets is subject to change based on engineering, construction and statutory requirements or the requirements of the Authority having jurisdiction over a utility crossing.

3.2.3 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.

215

Page 216: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 16 of 75

3.2.4 Tie-in/ hook-up of pipeline at Despatch / Receipt Terminal / and existing facilities if

any is in the scope of respective section Contractor. 3.3 Piping Works at Despatch Terminal, Receiving Terminal,

Sectionalising Valve Stations and Tap-off points.

Facilities to be installed at various terminals (Despatch & Reciveing), Sectionalizing Valve (SV) Stations and Tap-off points, as a part of overall pipeline system are shown in respective Piping & Instrumentation diagrams (P&IDs) enclosed.

a. Despatch & Receiving Terminals / SV Stations / TAP-OFF

Preliminary equipment layouts and plot plans for the terminals/ stations are enclosed with this Bid document. These drawings are indicative only and are enclosed to enable the Contractor to understand the nature of work involved. Issued for Construction (IFC) piping General Arrangement Drawing’s (GAD’s) shall be progressively furnished to the Contractor, at an appropriate time at project execution stage.

Contractor shall carry out all works strictly in accordance with the Issued for Construction (IFC) drawings and reference specifications/ standards, documents, data sheets etc. enclosed with this Bid document and instructions of Company/ Engineer-in-Charge and other provisions of Bid document.

The Contractor’s Scope of Work for the work tendered shall consist of, but not be limited to, supply (as indicated in Scope of Supply), installation, testing, pre- commissioning and commissioning of terminal piping complete, with all associated mechanical, civil, structural, architectural, electrical, rotating equipments, pressure vessels and instrumentation/ telecom works as applicable including all such works which though specifically not indicated here but will otherwise be required to complete the work in all respects.

The scope indicated below shall be read in conjunction with Schedule of Rates as applicable, drawings, standards, specifications and other documents forming part of the Contract document.

3.3.1 “Receiving and Taking over” as defined in specifications of all Company supplied materials including equipment from the Company’s designated place(s) of issue defined elsewhere, transportation including loading, unloading, handling from Company’s designated place(s) of issue to Contractor’s own stock yard(s)/ work site(s)/ workshop(s), including arranging all necessary intermediate storage area(s) thereof till the materials are installed in permanent installation.

3.3.2 Procurement and supply of all materials, equipments that are included in the scope of

supply of Contractor, transportation of all materials from manufacturer’s works 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.

216

Page 217: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 17 of 75

3.3.3 Fabrication, erection, testing of all above-ground/ buried piping system including

installation of filters, metering, scraper launcher/ receiver etc. consisting of pipes, valves (manual and actuated), flanges, fittings, flow tees, pig signalers, insulating joint etc; carrying out all applicable works associated with buried pipeline within the Terminal /SV station boundary wall/ fence (wherever applicable), carrying out welding, NDT including radiography; weld repairs/ retesting, cleaning/ flushing hydro testing, dewatering, functional testing, cutting of mainline and beveling (if required), excavation in all types of soil for installation of piping and pipe supports pre-commissioning, providing commissioning assistance(wherever required) and commissioning including supply of all materials and manpower that are required during pre-commissioning and commissioning and all associated works.

3.3.4 Installation of Sectionalizing Valve stations in all terrains/ soils including all above

ground/ underground piping at all elevations and depths including all civil works, viz. filling and compaction of valve station areas, excavation of pits, gravel filling, construction of fence and gates, supports, foundations, construction of access road to installation from nearest metalled road, installation of all valves and valve actuators and all fittings/ piping works.

3.3.5 Preparation of isometrics and/or fabrication drawings required for the purpose of

fabrication during execution of work. 3.3.6 Obtaining all necessary approvals and work permits from concerned local authorities

having jurisdiction including hot work permit as applicable for performing the work in existing terminal facilities. Arranging of adequate fire fighting equipment viz. fire brigade, fire extinguisher, shielding from existing facilities, oxygen mask etc. for carrying out the work safely to the satisfaction of COMPANY.

3.3.7 Carrying out welding including cutting, edge preparation (inclusive of grinding the

edges of pipe, fittings, flanges, etc. to match with the matching edges of different thickness wherever required), fit-up, bending, pre heating wherever required, NDT including radiography and other non-destructive tests specified. NDT requirements for process and other piping shall be in accordance with relevant specifications enclosed with the Contract document.

3.3.8 Repair of leaks/ burst, not attributable to Contractor, occurring in COMPANY supplied

material, the Contractor shall carry out the repair work and the Contractor shall be compensated as per provisions of the contract. However, repair of such defects attributable to Contractor, shall be carried out by Contractor, at no extra cost to COMPANY.

3.3.9 Installation of all types of valves (manual/ actuated), all types of inline/ online

instruments such as PSV’s (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.

217

Page 218: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 18 of 75

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, re-beveling, 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.

218

Page 219: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 19 of 75

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

Company’s designated store after completion of works or as directed by Engineer-in-Charge.

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, pre-

commissioning and commissioning. Such procedures shall be submitted to COMPANY/ Engineer-in-Charge for review and approval.

3.3.27 Obtaining all statutory clearances, approvals, permissions and hot work permit for the

works as required 3.3.28 Fabrication and erection of piping supports and change of existing support/ additional

supports installed by others as directed by Engineer-in charge. 3.3.29 Idle time preservation of mainline and terminal piping with positive pressure 2 bar (g)

for specified period. 3.3.30 Any other works not specifically listed herein but required for completion of the works

in all respects. 3.4 All construction works shall be carried out as per “Approved for Construction”

drawings, procedures, specifications and applicable codes and standards. Any changes at site shall also need prior approval from the COMPANY and revision of drawings.

3.5 Temporary Cathodic Protection System

Temporary Cathodic Protection System works shall be carried out as per the scope detailed in particular job specification enclosed as Annexure-I and SOR enclosed elsewhere with the tender.

3.6 Corrosion Monitoring System

Corrosion Monitoring System works shall be carried out as per the scope detailed in particular job specification enclosed as Annexure-II and SOR enclosed elsewhere with the tender.

3.7 Civil & Structural Works

Civil Works

Civil works shall be carried out as per the scope detailed in particular job

specification enclosed as Annexure-III and SOR enclosed elsewhere with the tender.

219

Page 220: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 20 of 75

Structural Works

Structural works shall be carried out as per the scope detailed in particular job

specification enclosed as Annexure-III and SOR enclosed elsewhere with the tender. 3.8 Electrical

Electrical works shall be carried out as per the scope detailed in particular job specification enclosed as Annexure-IV and SOR enclosed elsewhere with the tender.

3.9 Instrumentation

Instrumentation works shall be carried out as per the scope detailed in particular job specification enclosed as Annexure-V and SOR enclosed elsewhere with the tender.

3.10 Telecommunication

Telecommunication works shall be carried out as per the scope detailed in particular job specification enclosed as Annexure-VI and SOR enclosed elsewhere with the tender.

3.11 Fire Fighting System

Fire Fighting System works shall be carried out as per the scope detailed in particular job specification enclosed as Annexure-VII and SOR enclosed elsewhere with the tender.

4.0 SCOPE OF SUPPLY 4.1 Materials to be Supplied By COMPANY as Free Issue

Company shall supply the following Pipeline/ Terminal piping materials required for permanent installation to the Contractor at an appropriate time during the execution stage as free issue materials: Line Pipes: Entire required quantity of bare/ coated line pipes of all thickness shall be supplied by Company. Line pipes (bare/ coated) shall be made available to the Contractor at designated storage yard.

a. Bare Line Pipes shall be used only for fabrication of LR bends by the respective section Contractor. These pipes shall be supplied with out any internal and external coating.

b. Bare pipes with internal coating only and shall be used for above ground piping in

front of scraper traps. c. The Storage yard shall be managed by coating contractor under a separate contract.

The coating contractor shall load the coated/ bare line pipes onto the trailers supplied by Installation Contractor.

220

Page 221: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 21 of 75

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/ Contractor’s 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 SV’s 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 Company’s 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

Contractor’s scope. Contractor shall note that the prices indicated in the Schedule of Rates shall be inclusive of taking the delivery and transportation of line pipes and other 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. Scraper launchers and receivers, handling devices, pig signalers and quick

opening closures. ii. Insulating joints, iii. Flow tees of size above 8”. iv. Mainline Ball Valves of size > 8”, wherever required actuators shall be

supplied along with valves. v. 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 contractor’s 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

221

Page 222: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 22 of 75

site(s)/fabrication yard(s) and storage & safe keeping of the materials. Contractor shall arrange all equipment/ cranes etc. for loading of these materials on their truck/trailers for transportation except line pipe.

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-in-Charge.

iv. On completion of the works Contractor shall submit a “Material Appropriation

Statement” for all materials supplied by the COMPANY as free issue materials.

v. The scrap allowances shall be permissible as per the provision of Bid

document. The percentage allowance shall be accounted on the basis of actual consumption as incorporated in the work.

vi. All unused and scraps material shall be the property of the COMPANY and

shall be returned by Contractor to COMPANY at COMPANY’s designated storage point(s) including transportation of the same from Contractor’s stock yard(s)/worksite(s)/work shop(s) to the COMPANY’s designated storage point(s). Contractor shall be responsible for the proper measurements of the unused/ scrap materials to be returned to the COMPANY.

4.2 Materials to be supplied by CONTRACTOR

The procurement and supply, in sequence and at appropriate time and place, including inspection and expediting, of all materials and consumables required for completion of the WORK as defined in this BID document except the materials specifically listed under para 4.1 above as COMPANY free issue material, shall be entirely the CONTRACTOR's responsibility and the item rates quoted for the execution of the WORK shall be inclusive of supply of all these materials. All materials supplied by the CONTRACTOR shall be strictly in accordance with the requirements of relevant COMPANY material specifications enclosed with the Contract document. All equipments, materials, components etc. shall be new and specifically purchased for this job from Company approved vendors, duly inspected by third party inspection agency like Lloyds, Bureau Veritas etc. (Only manufacturer certificate shall not be adequate). As a minimum, the materials to be supplied by CONTRACTOR shall include but not limited to the following. i. All equipments & consumable such as welding electrodes, oxygen,

acetylene, inert gases, all types of welding electrodes, filler wires, solder wires, brazing rods, flux etc. for welding/ cutting and soldering purposes.

222

Page 223: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 23 of 75

ii. All fittings, flanges and assorted pipes of all thickness & rating with material conforming to PMS/ specification enclosed with the bid document.

iii. Ball valves of size 8” and below and all plug valves as per Data Sheets

enclosed with Bid document.

iv. Flow Tee of size below 8” NB. v. QOEC

vi. PSVs on Scrapper Traps vii. All materials for all types of pipeline markers including cement, sand,

reinforcements, structural steel etc. and paint conforming to normal corrosive environment as per specification enclosed with the bid documents.

viii. Casing insulators and end seals and materials for casing vents and drains as

per drawings.

i. All materials required for continuous concrete coating/ gravel filled geo-textile bags for providing negative buoyancy to the pipeline wherever required. Contractor shall take prior approval of COMPANY and furnish all details including design calculations in case of use of purpose built geo-textile bags. For river crossings, only continuous concrete coating shall be provided for negative buoyancy.

ii. All materials and consumables required for external corrosion coating and

concrete coating (where required) of field weld joints. iii. All materials required for field joint coating, corrosion coating of LR bends,

pup pieces of sectionalising valves and repair of damaged corrosion coating of line pipe. Contractor shall confirm that proposed field joint coating material is suitable for type of terrain encountered along pipeline route. Contractor shall take prior approval from COMPANY for field joint coating material to be used. The cut back length shall be 150 mm + 20 (-0) mm.

iv. All material, equipment & consumables for HDD works including Direx heat

shrink sleeves by Covalence Raychem or TBK heat shrink sleeves by Canusa-CPC or equivalent.

v. All materials required for carrying out two component epoxy coating for

internal surface of casing pipe, wherever required by statutory authorities. vi. All materials required for sand/ soft soil padding around pipeline and optical

fibre cable, PVC warning mats, select backfill of approved quality, slope breakers, bank stabilization of water crossings etc.

vii. For rocky areas, rock shield shall be provided in addition to sand/ soft soil

padding. Rock shield shall be of high density extruded polyethylene mesh with following properties:

223

Page 224: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 24 of 75

Thickness ASTM D-1777 6 mm (minimum)

Compressive Strength ASTM D-1621 250 PSI

Impact Resistance ASTM G-14 100 in-lb

Contractor shall obtain prior approval from Engineer-in-charge for rock shield material & its application procedure

viii. All materials including consumables, nitrogen etc. required for hook-up with

existing facilities and equipments. ix. Long radius bends (R=6D) of all angles and wall thickness fabricated from

COMPANY supplied free issue line pipes. x. All stud bolts, nuts, jack screws, all type of gaskets (metallic spiral wound

gaskets) in required quantities to be used for permanent installation into the system for all sizes and ratings of flanges and flanged valves, equipment etc., including nuts, bolts, gaskets, washers, U bolts, clamps, clips etc. for pipe/ equipment supports. All materials for supports shall be in contractors account.

xi. All types of coating and painting materials including primer and paints

suitable for normal corrosive environment for painting above ground piping and 100% solid high build epoxy (minimum 500 micron thk) for underground piping/ valves, etc.

xii. All pipes, fittings, flanges, blind flanges, gaskets, nuts, bolts, clamps,

strainers, equipment/ consumable, metallic blinds, temporary gaskets as required for filling, pressurising, hydrostatic testing and dewatering, swabbing etc. including test headers for pigging and hydrotesting.

xiii. All materials such as cohesion less soil/ sand required for installation of

pipeline in seismic active zones. xiv. All materials, equipments, consumables etc. required for magnetic cleaning

and calliper pigging of pipeline. xv. All materials required for civil, structural, architectural and general civil works

including structural steel, cement, reinforcement, concreting, grouting etc. in facilities like despatch terminal, SV stations and receiving terminal including all types of equipment and material required for excavation/ construction of pits for equipment and instrument installations, all fencing, gates and steel/ structural steel materials of all types.

xvi. All materials required for repair/ restoration of pavements, roads, bunds,

walls, other structures affected/ damaged by Contractor’s construction activities. Materials shall be equivalent/ superior to those used for original construction of the facility.

224

Page 225: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 25 of 75

xvii. All equipment and consumables required for hydrostatic testing like pumps, pressure and temperature gauges, test water and corrosion inhibitors for test water for hydrostatic testing.

xviii. Transportation of casing pipes of API 5L Gr.B or equivalent of size 30” for 24”

OD Carrier pipe, size 24” for 16” OD Carrier pipe & 16” for 8” OD Carrier pipe from Company storage yard to site, carrying out internal painting with two component coal tar epoxy, if required by authorities, including supply of paint, insulators and seals, vent and drain pipe etc for railway, road & canal crossings, wherever required.

xix. Supply of CS conduit pipe, 168 mm OD, 6.4 mm wall thickness CS conduit

for OFC for all cased/ bored crossings and where ever main pipeline is installed by HDD method including supply of insulators, end seals etc. CS conduit of 168 mm dia. for OFC shall also be used in open cut river crossing by strapping with concrete coated line pipe.

xx. All materials, consumables and equipment required for welding and for all

types of tests and NDT such as radiography, ultrasonic testing, magnetic particle, dye penetrate examination etc. including radiography film, X-ray/ gamma ray machines, developing equipment and consumables, Ultrasonic equipments etc.

xxi. All safety tools, tackles, devices, apparatus, equipment etc. including ladders

and scaffolding complete as required. xxii. All fencing, gate and steel materials such as structural steels, reinforcement

steels and steel for all types of supports, foundations, ladders, platforms, etc. xxiii. All steel materials such as structural steel, reinforcement steel, shims,

wedges, packing plates (machined wherever required), pipes, nuts & bolts, washers, U-bolts, anchor bolts, clamps, clips, pipe saddles/ shoes etc. as required for the fabrication of structural supports and supports basements/ foundations, platforms etc. Pipes supplied by COMPANY shall not be used for fabrication of supports and support saddles etc.

xxiv. All materials for corrosion protection of buried piping, pipe fittings, valves,

casing pipes, etc.

xxv. All materials and equipments related to blasting of rock/ controlled blasting for excavating trench, grading of ROU, pipeline & pipe laying/ installation and other works.

xxvi. All materials for surface type temperature element. xxvii. Mobilizing Pipe/ cable locator for locating existing pipelines/ cables xxviii. All types of corrosion measuring instruments e.g. corrosion coupons,

corrosion probes etc. wherever required as per specification.

225

Page 226: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 26 of 75

xxix. Sand ridges (sand, polyethylene sheets etc.) and other materials for stacking of surplus pipes at Company’s 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 pre-

commissioning of Pipeline and associated facilities, if required. xxxii. Required quantities of nitrogen for commissioning of Pipeline and associated

facilities.

xxxiii. All pigs for cleaning, gauging, filling, dewatering, swabbing, drying, pre-commissioning 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 Contractor’s 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 Contractor’s property and no payments shall be made for such materials. Payment shall be made for actual materials installed by the Contractor as a part of permanent installation.

4.3 STORAGE OF MATERIALS 4.3.1 All materials shall be preserved against deterioration and corrosion due to poor or

improper storage while under the custody of the Contractor. 4.3.2 All materials shall be duly protected by the CONTRACTOR at his own cost with the

appropriate preservatives like primer, lacquer coating, grease etc. and shall be covered with suitable material to prevent them from direct exposure to sun, rain, wind and dust.

4.3.3 Whenever applicable, pipes shall be stacked according to the identification marks

and stacks shall be arranged on sleepers/ sand pads at least 300 mm above ground.

226

Page 227: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 27 of 75

4.3.4 The CONTRACTOR shall check that valves, fittings, specials etc. are not subjected to corrosion from hydrostatic test water remaining in the packing. Any such condition when detected should be brought to the notice of Engineer-in-Charge and remedial measures taken as directed.

4.3.5 All machined surfaces shall be properly greased and should be maintained and

protected from damages. 4.3.6 Openings of equipment, machinery, valves etc. shall be kept blocked/ covered with

blinds to prevent entry of foreign matter. 4.3.7 As far as possible materials shall be transported to the site of erection only just prior

to the actual erection and shall not be left lying around indefinitely on ground but kept on packing/ sleepers etc. to maintain the minimum distance from the ground as specified and/ or as per directions of Engineer-in-Charge.

5.0 SCOPE OF WORK AND SCOPE OF SUPPLY FOR OTHER DISCIPLINES

Detailed scope of work and scope of supply covered in this document given above is pertaining to pipeline laying and associated pipeline terminal/ station piping works only. Detailed scope of work related to Mechanical Equipments, Rotating Equipments, Static equipment, Civil, Structural, Architectural, Electrical, Instrumentation, Telecommunication etc. are covered in separate documents in detail and the same are enclosed elsewhere with the Bid document. All these documents shall be read in conjunction with this document and shall form an integral part of the overall Scope of work of the Contractor(s).

6.0 OTHER CONDITIONS OF BID 6.1 Basis of Work 6.1.1 All piping/ pipeline works shall be carried out as per following:

a) Piping and Instrumentation Diagram (P & IDs) and line schedule. b) Approved for construction Piping General Arrangement Drawing (GADs). c) Approved for construction Alignment sheets/ crossing drawings. d) Piping Material Specifications. e) Specifications f) Piping support standards/ drawings and support index. g) Any other drawings/ sketches prepared by Company and/ or by the

Contractor and approved by the Company 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 Contractor’s responsibility to verify the pipeline routes. Wherein Contractor’s opinion the survey and investigation data is not found to be sufficient in

227

Page 228: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 28 of 75

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 Company’s approval. IFC alignment sheet shall be issued based on the input of above crossing drawings. The formats for crossing drawing to be used are enclosed with the bids. Contractor shall also incorporate the crossing details in the as built alignment sheet after completion of work. Rates for Topographic survey and geotechnical investigation of crossings are already included in item no. 1.0 (Pipeline laying/ Installation) of schedule of rates for payments purpose. No extra compensation shall be paid for the same.

Contractor shall also perform any additional topographic surveys and geotechnical investigations that may be required for local detours or at crossings or at any other location during execution of the project without any extra cost to the COMPANY. Pipeline alignment shall be marked on village maps by CONTRACTOR wherever detouring is beyond existing ROU. CONTRACTOR shall be deemed to have considered such eventualities while formulating his bid.

6.3 Alignment Sheets and Station Drawings

Surveyor Alignment Sheets and crossing details are included in the Bid package. These drawings / details are indicative only and are furnished to enable to estimate the quantum of work and to quote a firm price for the work. Final drawings marked “Issued for Construction (IFC)” shall be furnished by COMPANY to CONTRACTOR at project execution stage after submission of crossing drawings by the Contractor as per mentioned elsewhere in the bid.

Typical station drawings are also included in the Bid package .These drawings are marked as “Tender Purpose Only”. The IFC (Issued for Construction) drawings issued during project execution stage may vary from the drawings included in the Bid Package. CONTRACTOR shall carry out all works in accordance with these IFC drawings at no extra cost to the COMPANY.

6.4 Description of Pipeline Route 6.4.1 Route Description

The proposed 24” Dia pipeline originates from Despatch Terminal at Ludhiana (at existing I.P. Station-4 at Ch.295.00 Km of BNPL) to Jalandhar. The total length of 24” NB pipeline is approx. 84 Km & the proposed 16” Dia pipeline originates from

228

Page 229: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 29 of 75

Despatch Terminal at Saharanpur (at existing SV-3 of BNPL at Ch. 115.00 Km ) to receiving terminal at Haridwar..For details refer Schematic Drawing No. : MEC/23M9/05/21/M/000/1021 Sheet 1 of 1 (enclosed in Vol. IV of IV) The salient features along the pipeline route are as given below :

Section S

No Description Unit

I II 1 Length Kms 84 64 16

2 Railway Crossing Nos 2 2 Nil

3 N.H. Nos Nil Nil 1

4 State Highway / Major District Road / Asphalted Road

Nos 43 37 4

5 Water Crossing Nos 6 18 3

6 River Nos 1 3 Nil

7 S.V. Stations Nos 5 5 4 6.4.2 The number of crossings and features along the pipeline route described above are

approximate. CONTRACTOR shall not be entitled for any compensation in terms of time and cost in case of variation in the above. Contractor shall verify the above data and carry out pipeline installation works without any extra cost & time to COMPANY.

6.4.3 Cased crossing shall be installed as a minimum at all railways, National Highways

express highways and wherever required in State Highway crossings. The number of cased crossings may vary and is subject to change based on engineering, construction and statutory requirements or requirements of the Authority having jurisdiction over a utility crossing.

6.5 Soil Investigation and Soil Resistivity survey

COMPANY has carried out soil investigation (visual classification/ stratification) and resistivity survey along the entire pipeline route. Data collected from such surveys is enclosed with the bid package. Such data is issued to CONTRACTOR for his reference purposes only. It shall be Contractor’s responsibility to verify the data and satisfy himself with regard to accuracy and utility of data. CONTRACTOR shall carry out any additional soil data/ investigation required for installation. CONTRACTOR shall not be entitled for any compensation in terms of time or cost in case of any variation in actual site conditions from the data furnished in the bid package. It shall be Contractor's responsibility to familiarize himself with sub-soil conditions along the pipeline route and workout the lengths of pipeline to be laid in different subsoil conditions including the quantum of rock excavation that would be necessary. Unit rates quoted shall also be inclusive of all rock excavation. No extra compensation shall be payable to CONTRACTOR for any rock excavation whatsoever.

6.6 Pipeline R.O.U.

Contractor shall carry out construction work within the width of pipeline ROU as made available to them with no time and cost implication to the Company. The Contractor shall arrange any additional ROU requirement for construction purposes. It shall be

229

Page 230: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 30 of 75

Contractor’s 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 Contractor’s account.

Wherever the detouring is carried out beyond ROU during pipeline installation, the detoured pipeline alignment shall be marked on village maps by the pipeline installation Contractor.

6.7 Site visit

Bidders are advised to make site visits to familiarise themselves with all the salient features of subsoil, terrain and available infrastructure along the pipeline route. Contractor shall be deemed to have considered all constraints and eventualities on account of site conditions along pipeline route while formulating his bid. Contractor shall not be eligible for any compensation in terms of cost and/ or time, on account of site conditions along pipeline route varying to any extent from whatever described in the Bid Package and the drawings furnished along with the Package.

6.8 Line pipe and Coating 6.8.1 Taking over of Pipes

COMPANY shall supply bare, externally corrosion coated with 3-layer polyethylene coating and internally epoxy coated line pipes. Contractor shall receive and take over the pipes progressively as per construction requirements at designated place of issue from coating Contractor in presence of Company’s representative. At the time of taking-over from Coating Contractor, Contractor shall perform inspection of pipes and pipe coating for all defects in the presence of Company’s Representative. Coating Contractor shall repair defects and damage to pipe coating noticed at the time of taking over. However installation Contractor shall repair all defects to pipe and pipe coating occurring after taking over including those during transportation and handling. Rebuffing for dents (in bevels) less than 1 mm in depth shall be carried out by Contractor ahead of welding in the field at no extra cost to COMPANY. Contractor shall takeover the entire quantity of bare and coated line pipe from storage yard after completion of installation works. Return of surplus line pipe material to Company’s designated storage yard is in installation Contractor’s scope including loading, transportation, unloading, handling, stacking of pipes at storage yard and getting the pipes inspected to Company’s representative at storage yard.

230

Page 231: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 31 of 75

6.8.2 Repair of Coating CONTRACTOR using suitable material compatible with parent coating system shall carry out any repairs to 3-layer polyethylene coating. The coating repair material and procedure for application shall be submitted to COMPANY for approval prior to start of construction.

6.9 Statutory Permissions

The COMPANY shall obtain a general permission from the various authorities having jurisdiction over the area as necessary for construction of the pipeline. CONTRACTOR shall obtain the necessary permits like work permit/ excavation permit/ trench opening permit etc for all works from the authorities having jurisdiction before the actual execution of various phases of the works and all stipulations/ conditions/ recommendations of the said authorities shall be strictly complied with no extra cost to COMPANY. CONTRACTOR shall also obtain all necessary permissions from the concerned authorities for installation of pipeline at railways, roads, water crossings and at places where blasting is required. COMPANY may, however, assist CONTRACTOR in obtaining such permissions, wherever required, by issuing recommendation letters etc. In case of damage to other utilities/ infrastructure, Contractor shall be responsible and the required compensation as per the directions of concerned authorities/ COMPANY shall be paid by the Contractor. After completion of work, Contractor shall obtain a certificate from the concerned authorities that the job has been completed as per their requirement and the area/ land has been restored to their satisfaction.

6.10 Controlled Blasting

Contractor to note that substantial portion of pipeline route passes through rocky area that requires blasting for making of trench for laying pipeline. It shall be the responsibility of the contractor to ensure safety of pipeline while carrying out blasting operations. The controlled blasting procedure shall be subject to approval of Company.

6.11 Environmental Restrictions

The following measures shall be adopted during pipeline construction in order to minimise the impact of pipeline construction activities on the environment.

6.11.1 While working in plantation areas, Contractor shall take due care to minimise the

damage of trees. The number of trees felled shall be restricted to minimum based on working requirement for pipeline installation. In the paddy field area, Contractor shall exercise maximum care not to damage the crop outside the ROU. The compensation of damage of crop outside ROU, if any, shall be to Contractor’s account. Damage to any obstruction, temporary/ permanent structure, boundary walls etc. within ROU shall be repaired, restored and shall be to Contractor’s account.

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.

231

Page 232: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 32 of 75

6.11.3 Intake and discharge of water required/ used for line flushing and testing should not

cause unacceptable environmental disturbance. During dewatering process, proper drainage arrangement shall be made to discharge the hydro-test water to avoid flooding of the near by area.

6.11.4 As far as possible, the contractor shall ensure that river and stream crossings are

done during dry season to avoid disturbance of breeding grounds and soil erosion. The riverbed, embankments and dykes shall be restored adequately after installation of crossings.

6.11.5 The contractor shall exercise adequate care while working, in order to avoid damage

to forests and wildlife 6.12 Pipeline Through Seismic Areas

Company has got seismic analysis carried out for entire pipeline and the requirements specific to safety of pipeline against seismic activity.

a. Backfill for pipeline trench at locations where the pipeline crosses the faults should

be provided with loosely compacted (unit weight<1.8 t/m³) 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 25º. In case the dug out soil of the trench is clayey in nature (undrained shear strength greater than 0.5 T/m²), 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 45º. Rerouting shall be carried out in consultation with Company incase minimum gap could not be maintained.

d. Seismic Fault locations/ chainages shall be intimated to the successful contractor

during execution.

232

Page 233: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 33 of 75

6.13 Pipeline Burial

The pipeline shall be buried normally at a depth of 1.0 meter except river/ rail/ road/ canal/ water crossings where cover shall be as given below or as per the requirements of statutory/ local authorities whichever is more stringent. Increased wall thickness (as indicated in alignment sheets) and cover shall be provided at critical locations and at crossings. The pipeline, in general shall be laid under ground with minimum cover as given below.

Sl. No.

Location Minimum Cover (m)

1 Industrial, commercial and residential area 1.0

2 Rocky terrain 1.0

3 Minor water crossing / canal / drain / nala / stream

1.5

4 River crossings for which scour depth is defined (below scour)

2.5

5 River crossings (Bank width < 50 m) (Below lowest bed)

1.5

6 Other River crossings (Bank width >50 m) (below lowest bed level)

2.5 (for normal soil) 1.5 (for rocky strata)

7 Water crossing by HDD (below lowest bed and scour)

2.5

8 Cased/ uncased road crossing/ Station approach

1.2

9 Cased railway crossing 1.7

10 Drainage, ditches at roads/ railway crossings

1.2

11 Marshy land and Creek area 1.5

In case, any private dwelling, industrial building or place of public assembly falls within 15m of pipeline, additional cover of minimum 300 mm shall be provided over and above the cover indicated in the above table. Additional soil cover other than specified above shall be provided at locations indicated by statutory/ local authorities as per agreements between COMPANY and authorities.

6.14 Crossings 6.13.1 Railway Crossings

Pipeline at railway crossings shall be provided with a casing pipe. The casing pipe shall be three nominal pipe sizes larger than carrier and shall be installed by boring/ jacking. Internal of Casing pipe shall be coated with two-component epoxy coating wherever required by statutory authorities. It should be noted that the extent of casing

233

Page 234: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 34 of 75

pipe generally specified by Railways, is 14.0 m beyond centerline of the outermost tracks on either side or 0.6 meter beyond the ROU limits of Railways on either side, whichever is more. All railway crossings shall be cased crossings. The railway crossing shall comply with the requirements of API 1102 and Indian Railways regulations. The crossing angle shall be as close to 90° as possible. Cover of casing pipe for railway crossings shall be minimum 1.7 m wherever railway track is on embankment. Care shall be taken to isolate the pipeline crossing installation from aerial electrical wires and shall be suitably insulated from underground conduits carrying electrical wires. The casing pipe shall be provided with minimum 50 mm diameter vent pipe. Casing vent pipe shall be at least 1.2 m away vertically from aerial electrical wires and shall be suitable insulated from underground conduits carrying electrical wires on railway land. Casing pipe should be so placed and oriented so as to prevent any leakage inside railway boundary except through the vent pipes. The casing pipes shall be installed with even bearing throughout the length.

For all rail, road, canal, river & other water crossings, Contractor shall liaison with relevant authorities and intimate them well in advance about the schedule and methodology of crossing. It shall be obligatory on the part of the laying Contractor to ensure that Authorized Representative of the authority under whose jurisdiction the crossing falls should be made available at site by the Contractor at the time of making crossing. After completion of works and complete restoration of ROU, Contractor shall provide NOC from the relevant official pertaining to complete restoration to their satisfaction and certification in respect of no other damage caused to the their property outside the earmarked ROU.

6.13.2 Road Crossings

i. The method of crossing of roads such as open cut/ boring/ trench-less shall be firmed up by CONTRACTOR in consultation with concerned authorities and COMPANY. The CONTRACTOR shall also take due care to identify and take due precautions so as not to disturb or damage the utilities like cables, water lines and other structures.

ii. After laying the pipeline in a road crossing by open cut method, the

CONTRACTOR shall completely restore the road to its original condition. iii. While laying the pipeline in road crossings by open cut method the

CONTRACTOR should ensure that the traffic is not stopped during the execution of work. This may be done by cutting half of the road at a time so as to enable the traffic to pass on the remaining half of the road. Alternatively, the CONTRACTOR can provide diversion roads to maintain the flow of traffic. For NH crossings, traffic of both sides shall not be disturbed.

iv. The CONTRACTOR shall provide proper caution boards during daytime and

danger lights during night time when the cutting operation of the road is going on.

v. For cased crossings, the pipeline should be taken through the casing pipe,

the top of which should be at least 1.2 metres below the road top as specified

234

Page 235: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 35 of 75

or as per the requirements of the local authorities, whichever is higher. All National Highways as indicated in relevant drawings/ alignment sheets shall be cased crossing installed by boring method. In state highways, crossings shall be installed by open cut method, however, boring method shall be used wherever required by authorities.

vi. For National Highways/ state highways, crossing shall not be too near the

existing structure on the NH maintaining a minimum distance of 15 metres or as specified by Highway Authority.

vii. The National Highway crust shall be built to the same strength as the existing

crust on either side of the trench or to thickness and specification stipulated by Highway Authority. Care shall be taken to avoid the formation of a dip at the trench.

6.13.3 Canal/ Drain/ Other minor water crossings

i. Canal and other water crossings shall be carried out by open cut/ boring/ trench less technology method. CONTRACTOR shall firm the method of crossing up in consultation with concerned authorities and COMPANY.

ii. HDD method shall be adopted for river/water/ canal crossings that are

specifically mentioned in this document or decided at site by Engineer-in-charge. These crossings shall be installed and paid separately as per schedule of rates.

iii. No damage should be caused to any irrigation sources, while laying the

pipeline through canal crossings.

iv. The flood banks of the River/ Canal should be brought to the original condition, if they are damaged by the laying of the pipeline. Stabilization of banks shall be carried out as per requirements of concerned authorities.

v. The pipeline shall be at least 1.5 m below the canal/ drain bed. However in

case of HDD crossing of canals, pipeline shall be at least 2.5 m below canal bed.

vi. The detailed construction methodology/ plan and time etc. shall have to be

finalized by CONTRACTOR in consultation with concerned authorities having jurisdiction over canals/ rivers. COMPANY shall provide assistance by providing introductory letters.

vii. All canals / drains / other minor water crossings installed by open cut shall be

included in item no. 1.0 (Pipeline laying/ Installation) of schedule of rates for payments purpose. No extra compensation shall be paid for installation of pipeline at canals/ drains/ other minor water crossings.

235

Page 236: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 36 of 75

6.14 Pipeline in Forest Areas a. Contractor shall restrict the pipeline laying activities within the ROU acquired.

No additional land in forest area shall be used. Contractor shall clear only the minimum width required for laying of pipeline. Number of trees/ plants felled shall be kept a minimum based on construction requirements. ROU width in forest area is 15 m.

b. Full care shall be taken to ensure that no damage is caused to the adjoining

forest area while carrying out the work. However, in case of any damage, Contractor shall be liable to pay suitable compensation as per requirements of Forest Department.

6.15 Installation of Conduits for Optical Fibre Cable at Crossings

At all crossing locations (viz., rail, road, canal and minor water course crossings) the optical fibre cable shall be installed inside a HDPE Telecom Duct to be installed by the CONTRACTOR. At all such crossings where the carrier pipe is installed by open-cut of the facility crossed, HDPE conduit shall be installed along with the pipeline for installation of the Optical Fibre Cable. At river crossings where anti buoyancy measures are provided for the carrier pipe, HDPE conduit shall be placed inside a CS casing pipe and shall be strapped to the mainline at 5m interval using high strength PE straps. Net specific gravity of pipe in empty condition should not be less than 1.2. In no case OFC conduit shall be installed in casing of carrier pipe.

6.16 Temporary Cathodic Protection Works

TCP (Temporary Cathodic Protection) of respective sections. Supply, installation, testing & commissioning of TCP works including all civil works associated with TCP i.e. cable trench, foundation for equipment and test stations.

Temporary Cathodic Protection System works shall be carried out as per the scope detailed in particular job specification enclosed as Annexure-I and SOR enclosed elsewhere with the tender.

6.17 Hydrostatic Testing 6.17.1 Pipelines

Hydrostatic testing of mainline shall exclude valves at, terminals, SV’s 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 :

236

Page 237: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 37 of 75

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.

237

Page 238: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 38 of 75

6.17.3 Corrosion Inhibitor The products to be used for corrosion inhibition of the water used for hydro testing and their dosage shall be as specified in Hydro test specification.

Contractor (not the inhibitor manufacturer) shall get the inhibitor tested for corrosion inhibition and microbiological control efficiency from competent Govt./ PSU Laboratory. The test report shall be submitted to COMPANY for approval prior to undertaking hydro testing works. The dosage as recommended by COMPANY shall only be adopted. Necessary records for dosing of inhibitor should be maintained by the laying Contractor and such records should be handed over to COMPANY.

6.17.5 Terminal Facilities

Piping facilities between the insulating joint and hook up point/ battery limit, sectionalizing valve stations and all above ground facilities installed by Contractor shall be hydrostatically tested to a test pressure equivalent to 1.4 times design pressure, Flushing and Testing of Piping System” enclosed with the Contract document. All valves in the piping network being hydro tested shall be kept in the crack open position. Holding time shall be 6(six) hours.

6.17.6 Preservation

After hydro testing, the line shall be drained and all online permanent instruments, SV’s etc. shall be installed and subsequently the pipeline shall be filled with Nitrogen.

The positive pressure shall be maintained at 2 bar (g) in the pipeline during preservation. The necessary arrangements like valves, fittings, manpower etc. shall be kept for maintenance of pressure in the pipeline during Ideal time

6.18 Direction of Construction

The direction of construction shall be in the direction of flow i.e. from Ludhiana towards Jalandhar, from Saharanpur to Haridwar and Haridwar to BHEL/ Sidcul unless specified otherwise. In case the contractor proposes to carry out construction in direction opposite to direction of flow, the contractor may do so at no extra time and cost to Company and subject to Company Approval.

6.19 Leak Detection

CONTRACTOR shall submit a detailed procedure for leak detection during hydro test. Such method of detection shall consume minimum possible time to complete the hydro test activity within contractual completion schedules. This procedure needs approval of the Engineer-in-charge. All works for locating and repair of major leak/ burst attributable to COMPANY

238

Page 239: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 39 of 75

(occurred during hydrostatic testing) including necessary repairing/ replacing/ cutting and removing out defective pipe length as defined in the specification and shall be payable as per relevant items of schedule of rates. All works for locating and repair of minor leak attributable to COMPANY (occurred during hydrostatic testing) which require sectionalizing of pipeline shall be payable as per relevant items of schedule of rates.

Contractor shall carry out repairing/ replacing of defective pipe length including cutting and removing of defective pipes, pre testing of replacement pipe for 24 hours and welding into main line, NDT of the welds, coating of the weld joints, clean up, re testing of pipeline including providing all equipments, manpower & consumables.

6.20 Pipeline Information Management System

A pipeline information management system shall be used to track construction progress of the project on a real time basis. The progress shall be displayed electronically on a web-based format for Company / Consultant to monitor progress on a daily basis. All works of Pipeline Information Management System shall be carried out as per Specification enclosed in bid.

6.21 Magnetic Cleaning, Caliper Pigging

The individual contractor shall carry out magnetic cleaning and caliper pigging of the pipeline system being installed by him. Contractor shall engage a specialized agency that have previously carried out such operations (magnetic cleaning and caliper pigging) and shall develop procedures, supervise and monitor the entire operations, coordinate with other Contractor(s) as required. Rectification of defects observed during caliper pig run, shall be carried out by individual spread Contractor including digging, cutting, replacement, repair, welding, NDT etc.

6.22 Pre-Commissioning of Pipeline

Pipeline Contractor shall be responsible for Drying and pre-commissioning of the pipeline system being installed by him. The above shall include P&ID checks (with respect to requirement of design/ operation/ safety and interlocks of latest revision of P&ID's), flushing, tightness test, de-watering, as required and supply of consumables required during pre-commissioning. Contractor shall supply manpower, materials, equipment including nitrogen along with necessary piping and instrumentation connections for monitoring flow rate, pressure, temperature etc. temporary venting along with necessary piping, valves and instrumentation as well as consumables.

6.23 Commissioning

Pipeline laying contractor scope will also include commissioning assistance of respective section of pipeline system i.e. for Section-I and Section-II as per the following:

239

Page 240: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 40 of 75

Facilities of total pipeline system in respective section shall include Despatch Terminal, Receiving Terminal, sectionalizing valve stations and Tap-off point of respective location.

Contractor(s) as required till the time commissioning operations are completed. Contractor shall mobilize all equipment, materials, consumables including pigs, nitrogen and manpower etc for commissioning assistance activities. All necessary piping connection as required shall be carried out. Individual contractors shall retain minimum manpower required to rectify the workmanship defects, if any, noted during commissioning, in their respective sections. Commissioning assistance activities shall be carried out as per applicable specifications enclosed with Contract.

6.24 Priorities

COMPANY may, at its sole option, assign priority of construction to any part of the total pipeline or terminal works. Contractor shall comply with such priority of execution without any time and cost implication to the COMPANY.

6.25 Terminal Piping Works

The construction work shall be carried out based on Issued for Construction (IFC) drawings issued to Contractor at the time of construction. The final IFC drawings issued during execution stage may vary to some extent from the drawings included in the Bid Package. CONTRACTOR shall carry out all works in accordance with the IFC drawings and reference specifications/ documents with the Contract at no extra cost to the COMPANY.

The piping fabrication, erection, welding, flushing and hydro testing and painting works shall be carried out as per standard piping specifications enclosed with Contract. The hydro test duration shall be minimum 6 hours.

6.26 Working in Areas of Existing Facilities

For pipeline installation work within existing terminal facilities which are under operation, Contractor shall obtain all necessary permissions for working in/ around the facility including hot work permit as applicable and shall be fully responsible for the safety of the existing facilities/ areas during all phases of work and shall fully abide by and comply with the restrictions and conditions of COMPANY/ concerned authorities imposed on Contractor from time to time. Providing all safety appliances, gas detectors required during execution of the work, arranging of adequate fire fighting equipment viz. fire brigade, fire extinguisher, shielding from existing facilities, oxygen mask etc. for carrying out the work safely to the satisfaction of COMPANY shall be done by the Contractor.

Contractor may be permitted to work for limited hours in such places. For working on Sundays/ Holidays, the required permission may be obtained well in advance. During

240

Page 241: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 41 of 75

any emergency, work shall be suspended till further permission is obtained by Contractor. Idle period in case of interruption shall not be compensated to Contractor.

The structure/ electric poles/ telegraph poles existing in the vicinity of proposed pipeline shall be properly taken care so that the stability of structure is not affected during construction.

6.27 Contractor's Responsibilities Appraisal and taking cognizance of site-conditions, pipeline route, Central Government Haryana / Punjab / U.P. rules and regulations/ bye-laws, applicable Indian Standards and Codes, authorities having jurisdiction over the work site(s), environmental and pollution rules and regulations including conditions/ stipulations laid down by the concerned authorities etc. The CONTRACTOR is deemed to have recognized any restrictive features and constraints of the site(s), pipeline route and/ or specific requirements of the work and made due allowance for it in the work to be performed by him. Furnishing and mobilizing at site(s) of all construction equipment, manpower, tools and tackles, construction spreads, fully equipped and fully manned with other required support facilities etc. An on site – off site emergency plan shall be prepared and submitted to Disaster Management Authorities under intimation to respective state authorities.

6.29 Technical Requirement The technical requirements for the pipeline laying as well as terminal works are defined in shall be read in conjunction with Schedule of Rates, specifications, standards, drawing and other applicable documents enclosed with the Bid document. All piping/pipeline works shall be carried out as per following:

a) Piping and Instrumentation Diagram (P&IDs) and line schedule. b) Approved for construction Piping General Arrangement Drawing (GADs). c) Approved for construction Alignment sheets/crossing drawings. d) Piping Material Specifications. e) Specifications. f) Piping support standards/drawings and support index.

7.0 AS BUILT DOCUMENT

Contractor shall prepare all documents as per the requirements indicated in Specification for Documentation for Pipeline Construction enclosed with the Contract document. In addition to the hard copy, three copies of final documents shall also be submitted in electronic media i.e. CD ROM/ DVD ROM diskettes. Softwares used for the presentation of these documents shall be as follows: Type of document Software a) Reports MS Office (Word / Excel) b) Drawings AutoCAD-2008

241

Page 242: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 42 of 75

For the purpose of preparation of as-built drawings, Contractor shall update the "Issued for Construction" drawings provided by the Company. For drawings where electronic copies are available for IFC drawings, Contractor shall provide as built drawings in electronic form as well as in hard copies. Where only hard copies are available for IFC drawings, Contractor shall prepare and submit as built drawings in hard copies.

8.0 DOCUMENTS TO BE SUBMITTED AT THE TIME OF BIDDING

No technical documents are required to be submitted at the time of bidding. Bidder is advised to comply with all requirements of Bid document without any deviation. Company reserves the right to reject any bid with deviation without making any reference to the Bidder.

9.0 DOCUMENTS, SPECIFICATION, STANDARDS AND DRAWINGS 9.1 Owner shall furnish piping and Instrumentation diagrams (P & I D), preliminary plot plan

for the construction of Terminal along with the tender. Owner shall also supply design & engineering drawings and construction drawings including general arrangement drawings for piping, electrical, mechanical & instrumentation systems and other related/ required systems, at appropriate times and as requisitioned by contractor in his time schedule.

9.2 Contractor shall prepare isometric drawings & bill of materials and submit the same for

Owner/ Consultant’s approval/ record.

Contractor shall prepare drawing for utilities line as required as per SOR and submit the same for Owner/ Consultant’s approval/ record.

9.3 No construction small or big shall be carried out without proper construction drawings

duly approved by Owner's Engineers at Delhi or site office or Owner's representative duly authorised to do so.

For Mainline route survey alignment sheets and crossing survey details shall be furnished along with bid by Owner. However, detail-crossing drawings with crossing methodology shall be submitted by Contractor for prior approval. Any additional survey and data required to complete above should be done by Contractor without any extra cost.

9.4 After Completion of construction & commissioning of Terminal, Contractor shall

incorporate all the correction in drawings, prepare and issue the drawings "as-built drawings" as listed below to Owner as final submission of drawings. For Mainline pipeline alignment sheet, all X-ing details, all CP drawings, pipe book etc. and for Terminals P&ID, layout drg. piping GAD, Isometric, all electrical & instrumentation drg., all civil drawings. For final submission only 4 sets of documents plus the original transparencies shall be handed over by Contractor. Any construction done by Contractor without duly approved drawings shall be wholly at his risk and cost. Contractor shall also submit soft copy of pipe book in excel along with hard copy. Soft copy of all as-built drawings shall be also submitted in AutoCAD. Video graphy/ photograph of all major activities/ milestone achieved shall also be arranged and

242

Page 243: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 43 of 75

submitted by the Contractor. For details of documentation to be submitted for mainline and terminal refer enclosed specification for documentation for pipeline construction Specification NO. MEC/S/05/21/69 enclosed elsewhere with the tender.

9.5 Specifications The work shall be carried out by CONTRACTOR strictly in accordance with the

following specifications enclosed in Volumes of this document :-

VOLUME-II OF IV

1. Specification for Mainline Construction (Onshore) MEC/S/05/21/01

2. Specification for Welding of Onshore Gas Pipelines

MEC/S/05/21/02

3. Specification for Hydrostatic Testing of Onshore Pipeline

MEC/S/05/21/03

4. Specification for Major Water Crossings (Conventional)

MEC/S/05/21/04

5. Specification for Pipeline Crossing Roads, Railroads, Minor Water and Other Crossings

MEC/S/05/21/05

6. Specification for Piping Fabrication and Erection MEC/S/05/21/06

7. Specification for Shop and Field Painting MEC/S/05/21/07

8. Specification for Repair of Pipeline Corrosion Coating

MEC/S/05/21/08

9. Specification for Pipeline Markers MEC/S/05/21/10

10. Specification for Flushing and Testing of Piping Systems

MEC/S/05/21/11

11. Specification for Casing Insulators and End Seals MEC/S/05/62/12

12. Specification for Field Joint Coating (Onshore Pipelines)

MEC/S/05/21/13

13. Specification for Vents, Drains and Wells MEC/S/05/21/15

14. Specification for Blasting MEC/S/05/21/18

15. Specification for Gaskets, Bolts and Nuts MEC/S/05/21/19

16. Specification for Pipeline Information Management System (PIMS)

MEC/S/05/21/20

17. Specification for Piping Material Specification MEC/23M9/05/21/M/000/1092

18. Technical Specification for Pre-Commissioning and Commissioning

MEC/23M9/05/21/M/000/1093

243

Page 244: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 44 of 75

19. Specification for Health, Safety and Environment Management (HSE)

MEC/S/05/21/65

20. Specification for Quality Assurance System Requirements

MEC/S/05/62/66

21. Specification for Documentation for Pipeline Construction

MEC/S/05/21/69

22. Specification for Caliper Pigging MEC/S/05/62/70

23. Specification for Intelligent Pigging MEC/S/05/21/70A, R-2

24. Specification for Field Joint Coatings of Pipeline for HDD Crossing

MEC/S/05/21/74

25. Specification for Pipeline Crossings Using HDD Method

MEC/S/05/21/75

26. Specification for Warning Mats MEC/TS/05/62/042, Rev-0

27. Specification for Flow Tees MEC/TS/05/21/011

28. Specification for QOEC MEC/TS/05/21/013

29. Specification for Long Radius Bends MEC/TS/05/62/015, R-1

30. Specification for Seamless Fittings and Flanges [Size up to DN 400mm (16") NB]

MEC/S/05/21/025

31. Specification for Flanges and Welded Fittings [size DN 450mm (18") and above]

MEC/S/05/21/026

32. Specification for Assorted Pipes MEC/TS/05/62/059A

33. Specification for Pressure Safety Valves MEC/TS/05/62/056, Rev-1

34. Specification for Ball Valves MEC/TS/05/21/002

35. Specification for Plug Valves (NB>2) MEC/TS/05/62/003, Rev-2

36. Specification for Geo-Textile Bags MEC/S/05/23M9/001

VOLUME-III OF IV

A) Technical Specification for Civil Works

1. Specification for Civil Works – Terminals MEC/S/05/11/01

2. Technical Specification for Fabrication, Erection and Painting of Steel Structures, Gates and Miscellaneous Work

MEC/S/05/12/01

3. Specification for Anti Buoyancy Measures (Concrete Weight Coating & Saddle Weight)

MEC/S/05/11/03

244

Page 245: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 45 of 75

B) Technical Specification for Instrumentation Works

1. Specification for Installation of Instruments MEC/S/05/26/01

2. Specification for Instrument Tubing MEC/S/05/26/02

3. Specification for Inlet Outlet Sections & FS MEC/S/05/26/03

4. Specification for Instrument Tube Fittings MEC/S/05/26/04

5. Specification for Instrument Valves and Manifolds MEC/S/05/26/05

6. Specification for Junction Boxes and Cable Glands MEC/S/05/26/06

7. Specification for Signal Cable MEC/S/05/26/07

8. General Technical Specification for Instrumentation MEC/S/05/E5/I/08

9. Specification for Cabling MEC/S/05/E5/21

10. Specification for Earthing MEC/S/05/26/23 A

C) Technical Specification for Telecom Works

1. Specification for Optical Fibre Cable & HDPE Duct Laying and Associated Work

MEC/S/05/E5/T/001

2. Specification / Procedure for the Testing of Optical Fibre Cable

MEC/S/05/E5/T/002

3. Technical Specification PLE HDPE Telecom Duct and Accessories

MEC/TS/05/E5/T/037

4. Technical Specification for Optical Fibre Cable & Accessories MEC/TS/05/E5/T/096

D) Technical Specification for Electrical Works

1. Cable laying MEC/S/05/E9/01

2. Earthing and Lightning Protection MEC/S/05/E9/02

3. Electrical Installation In Buildings MEC/S/05/E9/03

4. Outdoor Lighting MEC/S/05/E9/03A

5. Ni-Cd Battery MEC/TS/05/E9/071C

6. LV & MV Cable MEC/TS/05/E9/073A

7. Power & Lighting Distribution Board MEC/TS/05/E9/076A

8. Light Fittings For Hazardous Locations MEC/TS/05/E9/077

245

Page 246: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 46 of 75

9. High Mast MEC/TS/05/E9/077A

10. Distribution Transformer

(upto and including 100 KVA, 11 kv)

MEC/TS/05/E9/080

11. UPS MEC/TS/05/E9/071

12. Solar Photovoltaic (SPV) Power Supply System MEC/TS/05/E9/078

E) Technical Specification for CP Works

1. Specification for Temporary Cathodic Protection System MEC/S/05/E9/016A

2. Specification for Corrosion Survey MEC/S/05/21/016C

F) Technical Specification for Fire Protection System

1. Fire Detection and Alarm System MEC/TS/05/21/081H

2. DCP Type Portable Extinguisher MEC/TS/05/21/081D/A

3. CO2 Type Portable Fire Extinguisher MEC/TS/05/21/081D/B

4. Fire Bucket MEC/TS/05/21/081D/D

5. Clean Agent System MEC/TS/05/21/081L

VOLUME-IV OF IV I. Mechanical Drawings

1. Pipeline Schematic Route Diagram MEC/23M9/05/21/M/001/1021 (Sheet 1 of 1)

2. P&I Diagram

a) Legend / Drawing Symbols MEC/23M9/05/21/M/000/1002 (Sheet 1 of 2)

b) Legend / Drawing Symbols MEC/23M9/05/21/M/000/1002 (Sheet 2 of 2)

c) P & ID for Despatch Terminal with Filtration & Facility for Saharanpur – Roorkee – Haridwar – Dehradun / Rishikesh Spurline

MEC/23M9/05/21/M/001/1001 (Sheet 1 of 9)

d) P & ID for Receiving Terminal cum Distribution Network at Haridwar (Ch. 60 km)

MEC/23M9/05/21/M/001/1001 (Sheet 2 of 9)

e) P & ID for Despatch Facility at Haridwar & Receiving Facility at Rishikesh

MEC/23M9/05/21/M/001/1001 (Sheet 3 of 9)

f) P & ID for Despatch Facility & Receiving Facility for Dehradun Spurline

MEC/23M9/05/21/M/001/1001 (Sheet 4 of 9)

g) P&ID for Despatch Facility at Ch. 37.00 km & Receiving Facility at Ch. 54.5 km at Dehradun for 4” x 17.0 km Long Spurline

MEC/23M9/05/21/M/001/1001 (Sheet 5 of 9)

h) P&ID for despatch terminal with Filtration & Metering Facility for Ludhiana – Jalandhar Spurline

MEC/23M9/05/21/M/001/1001 (Sheet 6 of 9)

246

Page 247: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 47 of 75

i) P & ID for Receiving Terminal at Jalandhar MEC/23M9/05/21/M/001/1001 (Sheet 7 of 9)

j) P & ID for Metering Skid at Ludhiana MEC/23M9/05/21/M/001/1001 (Sheet 8 of 9)

k) Metering Skid at Roorkee Tap-off point Ch. 39.0 km from Saharanpur TOP

MEC/23M9/05/21/M/001/1001 (Sheet 9 of 9)

l) Typical Drawing for 24”, 16”, 8” & 4” SV Stations & GOV

MEC/23M9/05/21/M/000/1003 (Sheet 1 of 1)

3. Plot Plan

A) Section – I

a) Plot Plan for Despatch Terminal at Ludhiana MEC/23M9/05/21/M/001/0011

b) Plot Plan for SV -1 cum Tap-Off Point at Ch. 25.0 km

MEC/23M9/05/21/M/001/0012

c) Plot Plan for SV-2 MEC/23M9/05/21/M/001/0014

d) Plot Plan for SV-3 MEC/23M9/05/21/M/001/0015

e) Plot Plan for SV-4 MEC/23M9/05/21/M/001/0016

f) Plot Plan for SV-5 MEC/23M9/05/21/M/001/0017

g) Plot Plan for Receiving Terminal at Jalandhar MEC/23M9/05/21/M/001/0018

B) Section – II

a) Plot Plan for Despatch Terminal at Saharanpur MEC/23M9/05/21/M/002/0011

b) Plot Plan for SV -1 MEC/23M9/05/21/M/002/0012

c) Plot Plan for SV-2 MEC/23M9/05/21/M/002/0013

d) Plot Plan for SV-3 cum Tap-Off for Roorkee MEC/23M9/05/21/M/002/0014

e) Plot Plan for SV-4 MEC/23M9/05/21/M/002/0015

f) Plot Plan for SV-5 MEC/23M9/05/21/M/002/0016

g) Plot Plan for Tap-off Point for Power Plant MEC/23M9/05/21/M/002/0017

h) Plot Plan for Receiving Terminal at Haridwar MEC/23M9/05/21/M/002/0018

i) Plot Plan for SV-1 Online for M/s BHEL MEC/23M9/05/21/M/002/0019 (Sheet 1 of 3)

j) Plot Plan for SV-2 Online for M/s BHEL MEC/23M9/05/21/M/002/0019 (Sheet 2 of 3)

k) Plot Plan for SV-3 Online for M/s BHEL MEC/23M9/05/21/M/002/0019 (Sheet 3 of 3)

l) Plot Plan for SV-1 Online for M/s SIDCUL MEC/23M9/05/21/M/002/0020

4. Typical Right of use for Pipelines (3 Sheets) MEC/TYP/05/21/01A/001

5. Typical Trench Dimensions for Pipeline MEC/TYP/05/21/01A/002

6. Typical trench dimensions for two or more pipelines in common trench

MEC/TYP/05/21/01A/003

7. Trench dimensions and cohesion-less select backfill for pipeline in seismic zone

MEC/TYP/05/21/01A/004

8. Select Backfill for station approach and Buoyancy control measures for pipeline

MEC/TYP/05/21/01A/005

9. Slope Stabilization in Ghat / Hill Areas MEC/TYP/05/21/01A/006

10. Typical slope breaker details MEC/TYP/05/21/01A/007

11. Min. elastic bend radius for Pipe MEC/TYP/05/21/01A/009

12. Details of Casing Vent and Drain off MEC/TYP/05/21/01A/010

13. Pipeline Symbols MEC/TYP/05/21/01A/011

14. Topographical Symbols

MEC/TYP/05/21/01A/012

247

Page 248: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 48 of 75

15. Location of Specimen for Weld Procedure Qualification for Pipe Diameter ≤ 12¾”

MEC/TYP/05/21/02/001

16. Location of Specimen for Weld Procedure Qualification for Pipe Diameter ≥ 12¾”

MEC/TYP/05/21/02/002

17. ISO Tensile Test Specimen MEC/TYP/05/21/02/003

18. Hardness Testing of Weld Joints Schematic MEC/TYP/05/21/02/004

19. Charpy V-Notch Test Specimen MEC/TYP/05/21/02/005

20. Calibration Piece for Ultrasonic Equipment MEC/TYP/05/21/02/006

21. Required IQI Sensitivity Source Side Penetrameter

MEC/TYP/05/21/02/007

22. Typical Stream Crossings MEC/TYP/05/21/04/001

23. Pipeline Road/Highway cased Crossing MEC/TYP/05/21/05/001

24. Typical details of Railway crossings MEC/TYP/05/21/05/002

25. Typical Lined canal crossing (Uncased) MEC/TYP/05/21/05/003

26. Typical Lined canal cased crossing detail MEC/TYP/05/21/05/004

27. Existing pipeline on sleeper crossing MEC/TYP/05/21/05/005

28. Existing Under Ground Pipe Crossing (Type – I) MEC/TYP/05/21/05/006

29. Existing Under Ground Pipe Crossing (Type - II) MEC/TYP/05/21/05/007

30. Under Ground Cable Crossing MEC/TYP/05/21/05/008

31. Over Head Power Line Crossing MEC/TYP/05/21/05/009

32. Typical ROU boundary marker MEC/TYP/05/21/10/001

33. K.M. Post MEC/TYP/05/21/10/002

34. Pipeline Warning Sign MEC/TYP/05/21/10/003

35. Navigable Waterway Pipeline Crossing Warning Sign

MEC/TYP/05/21/10/004

36. Aerial marker MEC/TYP/05/21/10/005

37. Direction marker MEC/TYP/05/21/10/006

38. Tolerances for Fabrication MEC/TYP/05/21/06/001

39. Low Support Fixed for Bare & Insulated Pipe Size 2” Thru 24” Type L3 & L3A

MEC/TYP/05/21/06/002

40. Low Support Sliding for Bare Pipe Size ¾” Thru 36” Type L5 & L5A

MEC/TYP/05/21/06/003

41. Low Support Sliding for Bare & Insulated Pipe Size 2” Thru 36” Type L1 & L1A

MEC/TYP/05/21/06/004

42. Low Support Sliding for Bare & Insulated Pipe Size 2” Thru 24” Type L6

MEC/TYP/05/21/06/005

43. Low Support Fixed for Bare & Insulated Pipe Size 2” Thru 36” Type L7

MEC/TYP/05/21/06/006

44. Low Support for Bare & Insulated Pipe Size 2” Thru 36” Type L7 & 7A

MEC/TYP/05/21/06/007

45. Restrained Low Support for Bare & Insulated Pipe Size 2” Thru 36” Type L8 & L8A

MEC/TYP/05/21/06/008

46. Adjustable Low Support Sliding for Pipe Size 2” Thru L10 & L10A

MEC/TYP/05/21/06/009

47. Low Support for Insulated & Alloy Steel Pipe – L11

MEC/TYP/05/21/06/010

248

Page 249: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 49 of 75

48. Low Support on Mitred Elbow for Pipe Size 14” Thru 36” Type L13.

MEC/TYP/05/21/06/011

49. Low Support on Mitred Elbow for Pipe Size 14” Thru 36” Type L13A.

MEC/TYP/05/21/06/012

50. Low Support Sliding & Fixed for Bare and Insulated Pipe Size ¾” Thru 1½” Type L-15.

MEC/TYP/05/21/06/013

51. Low Support Stanchion for Bare & Insulated CS/AS/SS Pipe Type L16 & L16A

MEC/TYP/05/21/06/014

52. Adjustable Low Support Sliding with 4” Bolts for Pipe Size 2” Thru 24” Type L17 & L17A

MEC/TYP/05/21/06/015

53. Adjustable Low Support Sliding with 4” Bolts for Pipe Size 2” Thru 24” Type L18 & L18A

MEC/TYP/05/21/06/016

54. Adjustable Low Support for Bare & Insulated Pipe Size 2” Thru 24” Type L19 & L19A

MEC/TYP/05/21/06/017

55. Low Support (Sliding) for Bare and Insulated Pipe Size From 2” Thru 36” Type LSS-1 & LSS-1A.

MEC/TYP/05/21/06/018

56. Dummy Pipe Support for Bare Pipe Size 2” Thru 24” Type – B39.

MEC/TYP/05/21/06/019

57. Guide Support for Bare Pipe Size ½” Thru 24” Type – G2 & G2A.

MEC/TYP/05/21/06/020

58. Cross Guide for Bare Pipe Size 2” Thru 24” Type – G3 (for offsite).

MEC/TYP/05/21/06/021

59. Cross Guide for Bare Pipe Size 2” Thru 24” Type – G4.

MEC/TYP/05/21/06/022

60. Anchor For Bare Pipe 2” Thru 24” (For Offsite) Type – G5.

MEC/TYP/05/21/06/023

61. Special Pipe Support SPS-01. MEC/TYP/05/21/06/024

62. Special Pipe Support SPS-02. MEC/TYP/05/21/06/025

63. Special Pipe Support SPS-03. MEC/TYP/05/21/06/026

64. Special Pipe Support SPS-04. MEC/TYP/05/21/06/027

65. Pipe Clamp for Bare Pipe Size ½” Thru 24” Type C1.

MEC/TYP/05/21/06/028

66. Pipe Clamp for Bare Pipe Size ½” Thru 24” Type C16.

MEC/TYP/05/21/06/029

67. Clamp for Bare Pipe Size ½” Thru 24” Type G1. MEC/TYP/05/21/06/030

68. U-Bolt for Bare Pipe Size ½” Thru 24” Type-C4 MEC/TYP/05/21/06/031

69. Spectacle Blind MEC/TYP/05/21/06/032

70. Jack Screw For Spectacle Blind (150#, 300#, 600#)

MEC/TYP/05/21/06/033

71. Butt Weld Details MEC/TYP/05/21/06/034

72. Welding of Pipe with Different Thickness MEC/TYP/05/21/06/035

73. Fillet Weld Details MEC/TYP/05/21/06/036

74. Gasket Thickness MEC/TYP/05/21/06/037

75. Stud Bolts RF 150# Dimensions (ASME B16.5) MEC/TYP/05/21/06/038

76. Stud Bolts RF 300# Dimensions (ASME B16.5) MEC/TYP/05/21/06/039

77. Stud Bolts RF 600# Dimensions (ASME B16.5) MEC/TYP/05/21/06/040

249

Page 250: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 50 of 75

78. Alignment Sheets for Section – I GA/MS/LJ/ALGN/001 TO 048

79. Crossing Sheets for Section – I GA/MS/LJ/CRSN/001 TO 096

80. Soil Resistivity Report for Section – I

81. Soil Stratification Report for Section – I

82. Pipeline Bore Logs for Section – I

83. Alignment Sheets for Section – II ALN-001 TO 043

84. Alignment Sheets for Spurlines to M/s BHEL ALN-001 TO 004

85. Alignment Sheets for Spurlines to M/s SIDCUL ALN-001 TO 004

86. Crossing Sheets for Section – II CRS-001 TO 061

87. Route Map for Section – II GAIL/SDPL/MAIN/RM-01

GAIL/SDPL/MAIN/RM-02

88. Soil Investigation Report for Section – II

89. Corrosion Survey Report for Section – II

90. Overall Survey Report for Section – II

II. Architectural Drawings

Section - I :

CR BUILDINGS

1 CR Building for SV-1 cum Tap Off Pt. for Ludhiana(Ch. At 25.00 KM) Plan, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1047 (Sheet 1 of 2)

2 SV Station- 4(Ch. At 60.00 KM) Plan, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1046 (Sheet 1 of 1)

3 CR Building for Receiving terminal for Jalandhar (Ch. At 80.00 KM) Plan, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1047 (Sheet 2 of 2)

GUARD ROOMS(TYP-I & TYP-II)

1 Guard Room for SV Station- 2(Ch. At 42.00 KM) Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1048 (Sheet 1 of 4)

2 Guard Room for SV Station- 3(Ch. At 44.00 KM) Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1048 (Sheet 2 of 4)

3 Guard Room for SV Station- 4(Ch. At 60.00 KM) Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1048 (Sheet 3 of 4)

4 Guard Room for SV Station- 5(Ch. At 76.00 KM) Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1048 (Sheet 4 of 4)

5 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)

6 Guard Room for Receiving terminal for Jalandhar(Ch. At 80.00 KM) Plan, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/001/1049 (Sheet 2 of 2)

250

Page 251: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 51 of 75

Section – II :

CR BUILDINGS

1 SV Station- 1 (Ch. At 24.00 KM) Plan, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1046 (Sheet 1 of 2)

2 SV Station- 5(Ch. At 47.00 KM) Plan, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1046 (Sheet 2 of 2)

3 CR Building for Receiving Cum Distribution network terminal at Haridwar (Ch. At 60.00 KM) Plan, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1047 (Sheet 1 of 1)

GUARD ROOMS(TYP-I & TYP-II)

1 SV Station- 1(Ch. At 24.00 KM) Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet 1 of 9)

2 SV Station- 2(Ch. At 34.00 KM) Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet 2 of 9)

3 SV Station- 3(Ch. At 39.00 KM) Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet 3 of 9)

4 SV Station- 4(Ch. At 45.00 KM) Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet 4 of 9)

5 SV Station- 5(Ch. At 47.00 KM) Plan, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet 5 of 9)

6 Receiving Cum Distribution network terminal at Haridwar (Ch. At 60.00 KM) Plan, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1049 (Sheet 1 of 1)

7 SV Station- 1(Ch. At 3.70 KM) Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet 6 of 9)

8 SV Station- 2(Ch. At 4.20 KM) Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet 7 of 9)

9 SV Station- 3(Ch. At 6.00 KM)cum Tap-off point for Sidcul Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet 8 of 9)

10 SV Station- 1(Ch. At 2.50 KM) on Sidcul Line Plans, Elevation, Schedule of Finishes & Schedule of Opening

MEC/23M9/05/48/A/002/1048 (Sheet 9 of 9)

II. Civil & Structural Drawings

1. Scope for Building Works MEC/05/11/STD/TERMINAL/001

2. Typical Detail of RCC Pavement and Pedestal MEC/05/11/STD/TERMINAL/002

3. Typical Detail of Fencing Foundation MEC/05/11/STD/TERMINAL/003

251

Page 252: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 52 of 75

4. Detail of Boundary Wall MEC/05/11/STD/TERMINAL/021

5. Shuttering & Reinforcement Detail of Septic Tank for 20 Users

MEC/05/11/STD/TERMINAL/023

6. Typical Detail of Valve Pit MEC/05/11/STD/TERMINAL/VP-3

7. Typical Detail of Valve Pit MEC/05/11/STD/TERMINAL/VP-4

8. Detail of Fencing single and Double leaf Gate MEC/GAIL/05/12/STD./04

9. Typical Detail of Chain Link Fencing MEC/GAIL/05/12/STD./05

10. Typical Detail of Steel Gate (4.0 wide) MEC/GAIL/05/12/S/STD/06

11. Detail of Cross Over MEC/GAIL/05/12/STD/007

12. Detail of Platform of Cartridge Filters (2 Nos.) MEC/GAIL/05/12/STD/008 III Electrical Drawings/ Sketches

1 SLD OF PDB OF SV MEC/23M9/05/E9/E/001

2 SLD OF LDB-1 OF SV MEC/23M9/05/E9/E/002

3 SLD OF LDB-2 OF SV MEC/23M9/05/E9/E/003

4 SLD OF LDB-3 OF SV MEC/23M9/05/E9/E/004

5 SLD OF PDB OF RECEIVING MEC/23M9/05/E9/E/005

6 SLD of LDB-1 OF RECEIVING MEC/23M9/05/E9/E/006

7 SLD of LDB-2 OF RECEIVING MEC/23M9/05/E9/E/007

8 SLD OF LDB-3 OF RECEIVING MEC/23M9/05/E9/E/008

9 SLD OF DB OF WITHOUT CONTROL MEC/23M9/05/E9/E/009

10 Marking of trenches for electric cables MEC/SD/05/E9/01/01

11 Typical section of cable trench in unpaved areas MEC/SD/05/E9/01/02

12 Earth electrode in test pit MEC/SD/05/E9/02/01

13 Copper plate electrode in test pit MEC/SD/05/E9/02/02

14 Typical earth connection for street light pole MEC/SD/05/E9/02/03

15 Earthing of tanks and vessels MEC/SD/05/E9/02/04

16 Earthing method for processing equipment MEC/SD/05/E9/02/05

17 Typical installation of flood lighting pole (with rungs)

MEC/SD/05/E9/77/02

18 Div.2 / flame proof lighting fixture mounting details

MEC/SD/05/E9/77/03

19 Typical installation of lighting fixture on octagonal pole

MEC/SD/05/E9/77/04

20 Block diagram of UPS MEC/SD/05/E9/071/01 V. INSTRUMENTATION DRAWINGS

1. INSTALLATION DIAGRAM FOR PRESSURE TRANSMITTER.

MEC/05/E5/SD/PT/001

2. MOUNTING DETAILS FOR RTD ON THERMOWELLS.

MEC/05/E5/SD/RTD/002

3. INSTALLATION DIAGRAM FOR DIFERENTIAL PRESSURE GAUGE.

MEC/05/E5/SD/DPG/003

4. INSTALLATION DIAGRAM FOR PRESSURE GUAGE.

MEC/05/E5/SD/PG/004

5. INSTALLATION DIAGRAM FOR TEMPERATURE GUAGE & RTD.

MEC/05/E5/SD/TG-RTD/005

252

Page 253: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 53 of 75

6. MOUNTING DETAILS FOR THERMOWELLS (RTD).

MEC/05/E5/SD/RTD-TW/006

7. MOUNTING DETAILS FOR THERMOWELLS (T G).

MEC/05/E5/SD/TG-TW/007

8. SCHEMATIC DIAGRAM FOR SKIN TEMPRATURE MEASUREMENT SYSTEM.

MEC/05/E5/SD/SF-RTD/008

9. SUPPORT DETAILS FOR JUNCTION BOXES. MEC/05/E5/SD/JB/009 10. INSTRUMENT SUPPORT SINGLE

INSTRUMENT. MEC/05/E5/SD/IS/010 A (Sheet – 1 to 3)

11. INSTRUMENT SUPPORT TWO INSTRUMENTS.

MEC/05/E5/SD/IS/010 B (Sheet – 1 to 3)

12. FABRICATED CANOPY FOR INSTRUMENTS. MEC/05/E5/SD/CY/011 13. PERFORATED TRAY SUPPORTS & CABLES

CLAMPING DETAILS MEC/05/E5/SD/CB-LY/012

VI. Telecommunication Drawings

1. Standard Sketch for OFC laying (OFC through HDPE) (Normal Terrain)

MEC/05/E5/T/002

2. Standard Sketch for OFC laying (OFC through HDPE) (Rocky Terrain)

MEC/05/E5/T/002A

3. Standard Sketch for OFC laying (Common Warning Mat) (Normal Terrain)

MEC/05/E5/T/002-WM

4. Standard Drawing OFC Laying (Separate Trench) (OFC through HDPE)

MEC/05/E5/T/005

5. OFC Laying (Cassed Crossing) (One HDPE Duct)

MEC/05/E5/T/008

6. Standard Sketch OFC Joining Pit / Blowing Pit MEC/05/E5/T/009

7. OFC Joint Marker MEC/05/E5/T/010 VII. Temporary Cathodic Protection Works - Standard Drawings

1. Prepacked Zinc anode MEC/SD/05/21/16/01

2. Prepacked Mg anode MEC/SD/05/21/16/02

3. Details of Mg Ribbon anode MEC/SD/05/21/16/03

4. Details of test stations for TCP MEC/SD/05/21/16/04

5. Test station connection schemes MEC/SD/05/21/16/05

6. Galvanic anode installations MEC/SD/05/21/16/06

7. Zinc ribbon anode for cased crossings with coated casings

MEC/SD/05/21/16/07

8. Pipeline grounding through polarisation cell and galvanic anodes

MEC/SD/05/21/16/08

9. Details of Zinc grounding cell MEC/SD/05/21/16/09

10. Casing pipe details MEC/SD/05/21/16/13

11. Test station for polarisation cell MEC/SD/05/21/16/14

12. Details of thermit weld for cable to pipe joint MEC/SD/05/21/16/18

13 Electrode for earthing system MEC/SD/05/E9/02/01

14 Earth electrode in test pit MEC/SD/05/E9/02/02

253

Page 254: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 54 of 75

10.0 LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS

(Appendix-I to Particular Job Specification of Work)

254

Page 255: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 55 of 75

Appendix-I

To Particular Job Specification of Work

LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS

A) Mainline & Mechanical

i) Pipes C.S. 1. TISCO, Calcutta 2. BHEL, Tiruchirapalli 3. Maharashtra Seamless, Mumbai 4. Jindal Pipes Ltd., New Delhi 5. SAIL, Calcutta 6. Indian Seamless Metal Tubes Ltd, India 7. Surya Roshni, New Delhi 8. Kalyani Steel, Pune 9. Changshu Seamless Steel Tube Co. 10. Heavy Metals & Tubes Ltd (Mehsana), India 11. Jindal Saw Ltd (Nashik Works), India 12. Mahalaxmi Seamless Ltd, India

ii) Pipes (1239/3589)

1. TISCO, Calcutta 2. Jindal Pipes, New Delhi 3. Ajanta Tubes, New Delhi 4. Gujrat Steel Tubes 5. Khandelwal

iii) Valve

a) Globe Valves 1) M/s BDK (New Delhi) 2) M/s Datre Corpn (Calcutta) 3) M/s KSB Pumps (New Delhi) 4) M/s L&T (New Delhi) 5) M/s Neco Schuber & Salzer Ltd. (New Delhi) 6) M/s Niton Valve (Mumbai) 7) M/s Ornate Valves (Mumbai) 8) M/s Panchavati Valves (Mumbai) 9) AV Valves Ltd. 10) BHEL (Trichy), India 11) Econo Valves Pvt Ltd, India 12) Fouress Engg (I) Ltd (Aurangabad) 13) Guru Industrial Valves Pvt Ltd 14) Leader Valves Ltd, India 15) NSSL Ltd. (Neco Schubert & SalzerLtd)

255

Page 256: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 56 of 75

16) Oswal Industries Ltd, India 17) Petrochemical Engineering Enterprises, India 18) Sakhi Engineers Pvt Ltd 19) Shalimar Valves Pvt Ltd 20) Steel Strong Valves India Pvt Ltd, India b) Check Valves 1. M/s Advance Valves Pvt. Ltd., Noida 2. M/s Aksons & Mechanical Enterprises, Mumbai 3. M/s Larsen & Toubro Limited (M/s Audco India Limited, Chennai) 4. M/s AV valves Ltd., Agra 5. M/s BDK engineering India Ltd., Hubli 6. M/s BHEL,OFE&OE Group, New Delhi 7. M/s Datre Coroportion Limited, Calcutta 8. M/s Leader Valves Ltd., Jalandhar 9. M/s Neco schubert &Salzer Ltd., New Delhi 10. M/s Niton Valves Industries (P) Ltd., Mumbai 11. M/s Precision Engg.Co., Mumbai 12. Econo Valves Pvt Ltd, India 13. Fouress Engg (I) Ltd (Aurangabad) 14. KSB Pumps Ltd (Coimbattore), India 15. NSSL Ltd. (Neco Schubert & SalzerLtd) 16. Oswal Industries Ltd, India 17. Panchvati Valves & Flanges Pvt Ltd, India 18. Petrochemical Engineering Enterprises, India 19. Sakhi Engineers Pvt Ltd 20. Shalimar Valves Pvt Ltd 21. Steel Strong Valves India Pvt Ltd, India c) Plug Valves 1. M/s Breda Energia Sesto Industria Spa, Italy 2. M/s Fisher Sanmar Ltd., Chennai 3. M/s Larsen & Toubro Ltd., New Delhi 4. M/s Nordstrom Valves, USA 5. M/s Serck Audco Valves, UK 6. M/s Sumitomo Corporation India Pvt. Ltd., New Delhi 7. M/s Z Corporation, Korea 8. M/s Hawa Valves (India) Pvt. Ltd., Mumbai 9. M/s Steel Strong Valves India Pvt. Ltd., Navi Mumbai

iv) Flow Tee 1) M/s Coprosider SPA, Italy 2) M/s GEA Energy System India Limited, Chennai 3) M/s Multitex Filteration 4) M/s Pipeline Engineering, UK 5) M/s Scomark Engg. Limited (U.K.) 6) M/s Skeltonhall Limited, Engaland(U.K.)

256

Page 257: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 57 of 75

7) M/s Technospecial SPA, Italy 8) M/s Tectubi SPA, Italy 9) M/s RMA Germany

v) Split Tee

1) M/s Ipsco, Italy 2) M/s TD Willamsons, USA

vi) Flanges 1. M/s Aditya Forge Ltd., Vadodara 2. M/s Amforge Industries Ltd., Mumbai 3. M/s CD Engineering Co., Ghaziabad 4. M/s Echjay Forgings Pvt. Ltd. (Bombay), Mumbai 5. M/s Echjay Industries Ltd., Rajkot 6. M/s Forge & Forge Pvt. Ltd., Rajkot 7. M/s Golden Iron & Steel Works, New Delhi 8. M/s JK Forgings, New Delhi 9. M/s Metal Forgings Pvt. Ltd., Mumbai 10. M/s Perfect Marketings Pvt. Ltd., New Delhi 11. M/s Sky Forge, Faridabad 12. M/s S&G, Faridabad 13. Chaudhry Hammer Works Ltd, India 14. JAV Forgings (P) Ltd, India 15. Kunj Forgings Pvt Ltd, India 16. MS Fittings 17. R.N. Gupta & Co. Ltd, India 18. R.P. Engineering Pvt Ltd, India 19. Sanghvi Forgings & Engineering Ltd 20. Shri Ganesh Forgings Ltd., India 21. Uma Shankar Khandelwal & Co., India

vii) Fittings 1. M/s Commercial Supplying Agency, Mumbai 2. M/s Dee Development Engineers Ltd. 3. M/s Eby Industries, Mumbai 4. M/s Flash Forge Pvt. Ltd., Vishakhapatnam 5. M/s Gujarat Infra Pipes Pvt. Ltd., Vadodara 6. M/s M.S. Fittings Mfg. Co. Pvt. Ltd., Kolkata 7. M/s Stewarts & Lloyds of India Ltd., Kolkata 8. M/s Teekay Tubes Pvt. Ltd., Mumbai 9. M/s Pipe Fit,Baroda 10. M/s Sky Forge, Faridabad 11. M/s S&G, Faridabad 12. M/s Sawan Engineers, Baroda 13. Eby Fasteners, India 14. Leader Valves Ltd, India 15. R.N. Gupta & Co. Ltd, India

257

Page 258: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 58 of 75

16. Exten Engg Pvt Ltd 17. Sivananda Pipe & Fittings Ltd 18. Tube Products Incorporated

viii) Gaskets 1. IGP Engineers (P) Ltd., Madras 2. Madras Industrial Products, Madras 3. Dikson & Company, Bombay 4. Banco Products (P) Ltd., Vadodara 5. Goodrich Gaskets Pvt Ltd 6. Starflex Sealing India Pvt Ltd, India 7. Teekay Meta Flex Pvt Ltd 8. UNIKLINGER Ltd

ix) Fasteners

1. Nireka Engg. Co. (P) Ltd., Calcutta 2. Precision Taps & Dies, Bombay 3. AEP Company, Vithal Udyoug Nagar 4. Fix Fit Fasteners, Calcutta 5. Precision Engg. Industries, Baroda 6. Echjay Forgings Pvt. Ltd., Bombay 7. Capital Industries, Bombay 8. Boltmaster India Pvt Ltd, India 9. Deepak Fasteners Limited, India 10. Fasteners & Allied Products Pvt Ltd, India 11. Hardwin Fasteners Pvt Ltd, India 12. J.J. Industries, India 13. Multi Fasteners Pvt Ltd, India 14. Nexo Industries, India 15. Pacific Forging & Fasteners Pvt Ltd, India 16. Pioneer Nuts & Bolts Pvt Ltd, India 17. Precision Auto Engineers, India 18. President Engineering Works, India 19. Sandeep Engineering Works, India 20. Syndicate Engineering Industries, India

x) Welding Electrodes

1. For Mainline – Lincon make 2. For Terminal – Lincon & D&H or equivalent

xi) Fire Fighting Equipments

a) Fire Extinguishers

1. Avon Services (Production & Agencies) Pvt. Ltd., Bombay 2. Kooverji Devshi & Co., Bombay 3. Zenith Fire Services, Bombay

258

Page 259: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 59 of 75

4. Safex Fire Services, Bombay 5. Reliable (Fire Protection) India Ltd., Bombay 6. Brij Basi Hi 7. tech Udyog 8. Bharat Engg Works, India 9. Gunnebo India Ltd 10. Nitin Fire Protection Industries Ltd, India 11. Supremex Equipments, India 12. Vimal Fire Controls Pvt Ltd., India b) Fire Hydrants, Monitors, Deluge Valve, Nozzles 1. Zenith 2. Minimax 3. Newage 4. HD Fire 5. Vijay Fire 6. Asco Strumech Pvt Ltd, India 7. Brij Basi Hi 8. tech Udyog 9. Gunnebo India Ltd 10. Nitin Fire Protection Pvt Ltd 11. Shah Bhogilal Jethamal & Brothers 12. Venus Pumps & Engineering Works

c) RRL Hose 1. Jayshree 2. Newage

d) Hoses 1. Ashit Sales Corporation, Bombay 2. Royal India Corporation, Bombay 3. Gayatri Industrial Corporation 4. Simplex Rubber Products Ltd., Ahmedabad 5. Zaverchand Marketing Pvt. Ltd., Baroda 6. Presidency Rubber Mill, Calcutta 7. The Cosmopolite, Calcutta 8. Simplex Rubber Products, Thane

e) Hose Delivery 1. Chhatarya Rubber & Chemical Industries, 2. Nitin Fire Protection Industries Ltd, India

f) Fire Hose Accessories 1. Asco Strumech Pvt Ltd 2. Brij Basi Hi-tech Udyog

259

Page 260: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 60 of 75

3. Gunnebo India Ltd 4. Shah Bhogilal Jethamal & Brothers 5. Vimal Fire Controls Pvt Ltd., India

g) Heat Shrinkable Sleeves 1. Covalence Raychem (Berry Plastics Corporation) 2. Canussa – CPS

h) Cold Applied Tapes 1. Denso GmBH 2. Polyken (Berry Plastics Corporation)

i) PUR Coating 1. Powercrete (Berry Plastics Corporation)

j) Casing End Closure 1. Raci, Italy 2. Raychem RPG Limited

k) Casing Insulators 1. Raci, Italy 2. Raychem RPG Limited

l) Rockshield 1. Raychem RPG Limited

m) Warning Tape 1. Sparco Multiplast Pvt. Ltd., Ahmedabad 2. Raychem

n) Cartridge Filter

1. Faudi Filter, Germany 2. Grand Prix Fab (Pvt.) Ltd. (New Delhi) 3. Gujarat Otofilt, Ahmedabad 4. Multitex Filteration 5. Perry Equipment Corp. (USA) 6. Ravi Techno Systems, Mumbai 7. Siri Tec Nigi, Italy

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

260

Page 261: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 61 of 75

p) High Build Epoxy Coating

1. Berry Plastics – Powercrete 2. Specialty Polymer Canada 3. Denso Protal, Canada

q) Casing Insulators

3. Raci, Italy 4. Raychem RPG Limited 5. Veekay Vikram

B) INSTRUMENTATION

i) Field Mounted Instruments like PG, TG 1. AN Instruments 2. General Instruments 3. Wika 4. Waree

ii) RTD

1. General Instruments Ltd., Mumbai 2. Nagman Sensor Pvt. Ltd. 3. Pyro Electric, Goa

iii) SS Tubes Fittings

1. Swagelok, USA 2. Parker, USA 3. Sandvik, Sweden 4. Choksi Tubes

iv) Inst. Valves & Manifolds

1. Swagelok, USA 2. Parker, USA

v) Control & Signal Cables 1. Associated Cables 2. Associated Flexibles 3. Universal 4. Delton 5. Brook 6. KEI India

261

Page 262: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 62 of 75

vi) Pressure Safety Valve (PSV) 1. Key Stone, Baroda 2. Sebim, New Delhi 3. Tyco Sanmar, New Delhi 4. BHEL, New Delhi 5. Parcol SPA 6. Tai Milano SPA 7. Fisher Rosemount (Now M/s Emerson Process). 8. Nuopignone, Italy 9. Sarasin, France

vii) FCV

i) M/s ABB Ltd., Nashik ii) M/s Fisher Xomox, New Delhi iii) M/s Fouress Engg. New Delhi iv) M/s MIL Control Ltd., Noida v) M/s Samson Control, Thane vi) M/s Forbmarshal, Pune

C) ELECTRICAL

1. Power / Control Cable

i) Universal ii) INCAB Industries Ltd. iii) CCI Ltd. iv) NICCO Corporation (Cable Division) v) FORT Gloster Industries Ltd. vi) Finolex vii) KEI viii) ASEAN Cables & Industries Ltd. ix) Industrial Cable (I) Ltd. x) TORRENT Cables Ltd. xi) Delton Cables Ltd. xii) Finolex Cables Ltd xiii) Havell's India Pvt.Ltd. xiv) RPG Cables xv) Rallison Electrical Pvt. Ltd.

2. Ceiling/Exhaust/ Pedestal Fans & Circulators

i) Bajaj Electrical Ltd. ii) Crompton Greaves Ltd. iii) Alstom Ltd. iv) Khaitan Electricals Ltd. v) Orient General Industries vi) Jay Engg. Works Ltd.

262

Page 263: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 63 of 75

3. Lighting Fixtures

i) Bajaj Electrical Ltd. ii) Crompton Greaves Ltd. iii) Philips India Ltd. iv) GE Apar Lighting Pvt.Ltd. v) Havells India Pvt Ltd.

4. Lighting Fixtures Flameproof

i) Baliga Lighting Equipment Pvt. Ltd. ii) CEAG Flameproof Control Gear Pvt. Ltd.

iii) Flexpro Electricals Pvt.Ltd iv) Sudhir Switchgears Pvt.Ltd. v) Bajaj Electrical Ltd. vi) Crompton Greaves Ltd. vii) Philips India Ltd.

5. Junction Boxes (Flame proof/Non Flame Proof)

i) Baliga Lighting,Chennai ii) Flexpro Electricals,Navsari iii) Flame proof Equipments Ltd. iv) CEAG Flame Proof Control Gears v) Exprotecta vi) Sudhir Switchgears Pvt. Ltd,India

6. Cable Glands

i) Baliga ii) Comet iii) Flexpro iv) Sudhir Swgrs. Pvt.Ltd. v) Electro Mac.

7. Batteries (Lead Acid)

i) Amco Batteries ii) Exide Industries iii) HBLNIFE Power System Ltd. iv) Amara Raja Batteries Ltd.

8. Batteries (Ni-Cd)

i) HBL-NIFE Power System Ltd. ii) Amco Batteries Ltd.

263

Page 264: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 64 of 75

9. Battery Charger

i) Chhabi Electricals Pvt. Ltd ii) Universal Instruments iii) HBL-NIFE Power System Ltd.

10. LT AC Motors

i) Siemens (Above ) 160mm Frame ii) NGEF iii) CGL iv) Bharat Bijlee Ltd. (upto 250mm Frame) v) KEC vi) ABB Ltd. vii) Alstom Ltd.

11. LT AC Motors (Flame Proof)

i) Alstom Ltd. ii) Bharat Bijlee Ltd. (upto 250mm Frame) iii) CGL iv) Kirloskar Electric Company

12. Indicating Meters

i) Automatic Electric Ltd. ii) MECO Instruments Ltd. iii) Alstom Ltd.(EE) iv) Industrial Meter Ltd. v) Rishab Instruments vi) Areva T&D India Ltd. (Energy Meters)

13. Push Buttons

i) L&T ii) Siemens Ltd. iii) Bhartia Industries Ltd. iv) Alstom Ltd v) Vaishno Electricals vi) Telemenchanique & Controls (India) vii) Kaycee

14. Indicating Lamps

i) L&T ii) Siemens Ltd. iii) Bhartia Industries Ltd. iv) Alstom Ltd v) Vaishno Electricals vi) Essen Deinki

264

Page 265: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 65 of 75

15. Terminal Blocks

i) Connectwell ii) Elmex Controls Pvt.Ltd. iii) Essen Engineers Co. Pvt.Ltd iv) Controls & Switchgear Co.Ltd.

16. Contactors

i) L&T ii) Siemens Ltd. iii) Bhartia Industries Ltd. iv) Telemenchanique & Controls (India) v) CGL vi) GE vii) ABB viii) Schneider & Switchgear Contactors Ltd.

17. Switches Control/ Selector Switches

i) L&T ii) Siemens Ltd. iii) Bhartia Industries Ltd. iv) CGL v) GE vi) Alstom vii) Kaycee Industries Ltd. viii) Easum Reyrolle Relays & Devices Ltd. ix) Areva T&D India Ltd.

18. Heavy Duty Switch / Fuse Switch

i) Controls & Switchgear Co.Ltd. ii) L&T iii) Siemens Ltd. iv) Bhartia Industries Ltd. v) CGL vi) GE vii) Alstom viii) Schneider Electric

19. Fuses

i) CGL ii) GE iii) L&T iv) Schneider Electric v) Bhartia Industries Ltd. vi) Siemens vii) Tele menchanque & Controls

265

Page 266: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 66 of 75

20. Switches- 5/15A Piano/Plate,Switch Socket

i) Anchor Electronics & Electricals Pvt. ii) Kingal Electricals Pvt. Ltd. iii) North-West Switchgear

21. Switch Socket

i) C G ii) Bhartia Industries Ltd. iii) Alstom iv) Essen Engineering Company Pvt.Ltd. v) Best & Cromption Engineering Ltd.

22. MV Switch Boards

i) L&T ii) Siemens Ltd. iii) Schneider Electric iv) GE India Industrial Pvt. Ltd. v) Control & Swgr.

23. Timers

i) L&T ii) Siemens Ltd. iii) Bhartia Industries Ltd. iv) Electronics Automation

24. ELCB

i) Havells India Pvt. Ltd. ii) Legrand India Pvt. Ltd. iii) Schneider Electric iv) Datar Switchgear

25. MCB Lighting DB

i) Havells India Pvt. Ltd. ii) Siemens Ltd. iii) Indo Asian Fusegear Ltd. iv) MDS Switchgear Ltd. v) S & S Power Switchgear Ltd.

26. MCCB/MCB

i) INDO Asian ii) Havells India Pvt. Ltd. iii) Schneider Electric

266

Page 267: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 67 of 75

iv) Siemens Ltd. v) ABB vi) Merlin Gerin vii) MDS viii) AEG ix) HAGER x) L&T xi) Datar Switchgear xii) Standard Electricals xiii) Legrand India Pvt. Ltd

27. Distribution Boards

i) CG ii) L&T iii) Control & Switchgears Co. Ltd iv) Trident Switchgear,New delhi v) RYB Switchgears,New Delhi vi) ELPRO Engineering,Chennai vii) Risha Control

28. Relays

i) Schneider Electric ii) L&T Ltd. iii) Bhartia Industries Ltd. iv) Omron v) OEN vi) Jyoti vii) Siemens Ltd. viii) Bhartia Industries Ltd. ix) ABB (Banglore) x) Telemenchanique & Controls xi) Areva T & D

29. Air Conditioner

i) Carrier ii) Bluestar iii) Hitachi

30. DG Set

i) Sudhir ii) Jackson iii) Kirlosker iv) Stamford

267

Page 268: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 68 of 75

31. UPS & Inverter

i) HI REL ii) EMERSON iii) APLAB iv) KELTRON v) DB POWER

32. Power Control Circuit

i) L&T Ltd. ii) Bhartia Industries Ltd. iii) Siemens iv) Elecmech Switchgear & Instt

33. Transformers

i) BHEL ii) Voltamp iii) Kirloskar iv) Crompton Greaves v) Transformers & Rectifers vi) Bharat Bijali vii) L&T

34. Air Break Switch

i) Southern Switchgear ii) Switchgea Manufacturing Co. iii) AMEI Power limited

35. Air Circuit Breakers/Moulded Case circuit Breakers

i) GE ii) L&T Ltd. iii) CGL iv) Siemens Ltd. v) Schneider Electric vi) Control Switchgear co. Ltd.

36. Cable Termination & Jointing Kit

i) Raychem RPG Limited ii) Mahindra Engg. & Chemical Products Ltd.

37. Cable Lugs

i) Commet ii) Dowells

268

Page 269: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 69 of 75

38. Lighting Arrestor

i) Oblum Electic Industries ii) Jayshree Insulators iii) LAMCO iv) WS Industries

39. HT Insulators

i) Jaya Shree ii) BHEL iii) WS Industries

40. Solar System

i) CEIL,Sahibabad ii) REIL,Jaipur iii) TATA BP Solar Ltd. iv) Saroj Urja Services v) Central Electronics vi) Hi tech Industrial Group vii) Sun Technique

BEC FOR SOLAR SYSTEM 1.0 TECHNICAL A) In case of Single Bidder

1) Bidder shall be a manufacturer of Solar System Photovoltaic Module/System.

2) The Bidder shall have IEC/UL/CE certification for Solar

Photovoltaic Module/System. 3) The bidder should have supplied, installed, tested and

commissioned at least one(1) number Solar Photovoltaic Module/System of 800 W load or higher (SPV capacity of 8.0 KWp or higher) during the last seven(7) years reckoned from bid due date.

B) In case the Bidder is a Consortium

1) Bids from consortium comprising maximum two members(one

leader and one member) are also acceptable, provided the leader of the consortium meets the qualification criteria at (A) above.

2) The division in scope of work between consortium members

shall be commensurate with their past experience. The overall Project Management shall be performed by the leader. The members of consortium shall assume responsibility jointly and

269

Page 270: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 70 of 75

severally and shall submit agreement / MOU along with the Bid clearly defining the scope and responsibility of each member along with the nomination of the leader. This agreement / MOU must remain in force at least till the pendency of this contract.

Note : The vendor / supplier should not be in the Holiday list of GAIL /

MECON / other PSU.

D) CATHODIC PROTECTION 1.0 MIXED METAL OXIDE ANODES

M/S TITANOR COMPONENTS LTD., GOA, INDIA M/S ORANZIO DE NORA, ITALY M/S MAGNETOCHEMIE, HOLLAND M/S ACTEL LTD., U.K. M/S ELTECH SYSTEMS CORPORATION, USA M/S CERANODE TECHNOLOGIES, USA M/S MATCOR (USA) or equivalent

2.0 Hi-Si-Cr-Cast iron Anode

M/S Metal Founder, Mumbai M/S Durichlor 51 solid rod cast iron anode

3.0 TRANSFORMER- RECTIFIER UNITS & CPPSM

A) M/S Raychem RPG Ltd., Mumbai B) Kristron Systems, Lower Parel, Mumbai. C) HOCKWAY, UK D) Good-All Electric, USA.

4.0 JUNCTION BOX

i) Exprotecta, Beroad ii) Baliga iii) Flexpro iv) FFLP Control Gears v) Sterling vi) Sudhir vii) Electrical Equipment Corporation viii) Corrtech ix) CCS x) CEL

5.0 CABLES

i) Brooks ii) Nicco iii) Biren iv) CMI

270

Page 271: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 71 of 75

v) Delton vi) KEI vii) Reliance viii) Satellite Cables ix) Evershine x) Torrent Cables xi) Universal xii) Victor xiii) Indian Aluminimum Cables xiv) Associated Flexible & Wires xv) Asain xvi) Fort Gloster xvii) Finolex xviii) Industrial xix) Rediant xx) NITCO xxi) Suyog

6.0 PERMANENT REFERENCE ELECTRODES

A) PERMACELL/HARCO (USA) B) BORIN MANUFACTURER, USA C) M.C.MILLER, USA D) CORRTECH (ZULU)

7.0 MCCB/MCB FOR POWER DISTRIBUTION BOARD

A) SIEMENS B) L&T C) MERLIN GERIN D) MDS E) INDO ASIAN F) AEG G) HAGER H) HAVELL’S, I) ABB J) SCHNEIDER ELECTRIC INDIA PVT.LTD

8.0 SACRIICIAL ANODES

i) Scientific Metals Engineers Pvt. Ltd, Karaikudi ii) PSL Holding Pvt. Ltd., Mumbai iii) Cathodic Controls, Bangalore iv) BHEL, Bhopal v) Electro Protection Services, India vi) Corrtech vii) Nippon Corrosion, Japan

9) Portable Reference Cell : MC Miller (USA)

10) Permanent Reference Cell : Corrtech, Consultech, MC Miller, CCS, CPES, CTS

271

Page 272: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 72 of 75

11) AC/ DC, DC/DC Operated : M/s Raychem, M/s Kriston systems Automatic Transformer Rectifier Unit

12) Digital Multimeter (3.5 digit) : Fluke, Yokogawa 13) CTSU : M/s Kriston systems, M/s Veriteq, M/s

Cimcon, M/s NC Miller USA 14) Solid state polaristation cell : M/s Dairyland, M/s Corrpro systems M/s Metricorr, Denmark

15) Backup Agency for doing : 1) PLE Germany

CIPL / interference survey 2) Vendor Velde 3) Nippon Japan 4) Balslev, Denmark 5) SSS, India 6) SSS, Germany

16.0 HEAT SHRINK CAP FOR ANODE TO CABLE JOINT

A) M/S RAYCHEM, USA B) M/S MATCOR (USA)

17.0 SURGE DIVERTOR - EXD

A. M/S DEHN B. M/S. CORRPRO SYSTEMS C. M/S SOHNE D. M/S OBO

18. SOLID STATE POLARISTATION CELL

M/s Dairyland, M/s Corrpro systems M/s Metricorr, Denmark

19. ELECTRO LYTE POLARISTATION CELL

i) M/s Krik 20. ANODE BACKFILL MATERIAL

M/S Loresco, USA M/S Goa Carbon (Goa), M/S India Carbon (Calcutta), M/S Petrocarbon & Chemical Company (Haldia)

21. THERMIT WELDS

M/S ERICO, USA M/S THERMOWELD, USA

272

Page 273: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 73 of 75

22. PINBRAZING

M/S SAFE TRACK M/S BAC, UK

23. ER- PROBE

M/S ROSE CORROSION SERVICES, UK M/ S METAL SAMPLES, USA M/ S ROHARBAK COSASCO, USA M/ S CAPROCO, UK

E) TELECOMMUNICATION

HDPE DUCT

1. M/s Kirti Industries (India) Ltd., Indore. 2. M/s Kulja Industries., Solan 3. M/s Pioneer Polyfab Limited, Ghaziabad 4. M/s Veekay Plast, Jaipur 5. M/s Jain Irrigation Systems Ltd. Jalgoan 6. M/s Shree Mohit Industries, Burhanpur 7. M/s Duraline India Pvt. Ltd., New Delhi 8. M/s Parixit Industries Ltd. OFC 1. M/s Aksh Optifibre Ltd, Bhiwadi. 2. M/s Vindhya Telelink Ltd., Rewa. 3. M/s Finolex Cables Ltd, Pune 4. M/s RPG Cables Ltd. New Delhi 5. M/s UM Cables Limited, New Delhi 6. M/s Himachal Futuristic Communication Ltd., New Delhi 7. M/s Birla Ericsson Optical Ltd., Rewa 8. M/s Uniflex Cables Lrd., Mumbai 9. M/s Sterlite Optical Technologies Ltd., New Delhi 10. M/s Tamilnadu Telecommunicaion Ltd., Maraimalai Nagar(TN) 11. M/s ARM Ltd., New Delhi 12. M/s Tevacom Pvt. Ltd.

Jointly Closures / FTC 1. M/s Raychem 2. M/s Siemens 3. M/s 3M 4. M/s Tem & Corning 5. M/s F&G 6. M/s Keptel 7. M/s Alcoa Fujikuva Ltd. 8. M/s Krone

273

Page 274: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 74 of 75

9. M/s Corning 10. M/s Tyco

F) TCP CONTRACTORS

1) M/s Corrtech International Pvt. Ltd., Ahemdabad 2) M/s SSS Electrical (I) Ltd., Mumbai 3) M/s Corrosion Control Services(B)Pvt. Ltd., Mumbai 4) M/s Raychem RPG Ltd., Delhi 5) M/s Consultach 6) M/s Underground Pipeline

Note : For execution of TCP works from TCP Contractor other than listed above, the

same may be acceptable subject to the following :

a) The TCP agency / sub-contractor should have completed at least one job consisting of design, detailed engineering, supply, installation, testing / commissioning of temporary cathodic protection of at least one cross country pipeline handling hydrocarbon, of minimum 50% length of the pipeline length being offered in respective section, executed in any one contract during the last 7 (seven) years. The documentary evidences required LOA copies, completion certificate, etc.

b) The vendor / supplier should not be in the Holiday list of GAIL /

MECON / other PSU.

G) NDT AGENCY 1. NDT Services, Ahmedabad 2. GEECY Industrial Services Pvt. Ltd., Mumbai 3. Corrosion Control Services, Mumbai 4. Perfect Metal Testing & Inspection Agency, Calcutta 5. Inter Ocean Shipping Co., New Delhi

6. RTD, Mumbai 7. Sievert, Mumbai 8. X-Tech, Vizag

H) LONG RADIUS BENDS

i) M/s BHEL, Trichy, Tamilnadu ii) M/s Jindal SAW Limited, (Koshi Works), U.P. iii) M/s PSL Limited, Gandhidham, Gujarat iv) M/s Welspun, Gujarat

I) Corrosion Coupon & ER Corrosion Probe Assembly

i) M/s Caproco, Canada ii) M/s Rohrback Cosasco Systems, USA iii) M/s Rose Corrosuai Services, UK

274

Page 275: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\PJS-Mech BNPL-Laying Final.doc Page 75 of 75

iv) M/s Metal Samples, USA 1) For procuring bought out items from vendors other than those listed above, the same

may be acceptable subject to the following: -

a) The vendor/ supplier of bought out item(s) is a manufacturer/ supplier of said item(s) for intended services and the sizes being offered is in their regular manufacturing/ supply range.

b) The vendor / supplier should not be in the Holiday list of GAIL / MECON /

other PSU. c) Should have supplied at least one single random length (i.e. 5.5 meters to 6.5

meters) for item assorted pipes / tubes and minimum 01 (One) number for other item(s) (other than assorted pipes / tubes) of same or higher in terms of size and rating as required for intended services.

The bidder should enclose documentary evidences i.e. PO copies, Inspection Certificate etc. for the above, along with their bids.

2) For any other item(s) for which the vendor list is not provided, bidders can supply

those item(s) from vendors/ suppliers who have earlier supplied same item(s) for the intended services in earlier projects and the item(s) offered is in their regular manufacturing/ supply range.

The bidder is not required to enclose documentary evidences (PO copies, Inspection Certificate etc.) along with their offer, however in case of successful bidder, these documents shall required to be submitted by them within 30 days from date of Placement of Order for approval to GAIL / MECON.

3) The details of vendors indicated in this list are based on the information available

with MECON, Contractor shall verify capabilities of each vendor for producing the required quantity with. MECON does not guarantee any responsibility on the performance of the vendor. It is the contractor’s responsibility to verify the correct status of vendor and quality control of each parties and also to expedite the material in time.

275

Page 276: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Appendix-II & III to PJS-Mech.doc

11.0 DATA SHEETS FOR MECHANICAL ITEMS ETC.

(Appendix-II to Particular Job Specification of Work)

276

Page 277: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Appendix-II & III to PJS-Mech.doc

DATA SHEETS FOR MECHANICAL ITEMS ETC.

CONTENTS

I Ball Valves :

1. Ball Valves (NB 2”) MEC/23M9/05/21/M/001/DS/BV/001

2. Ball Valves (NB 2”) MEC/23M9/05/21/M/001/DS/BV/002

3. Ball Valves (NB 2”) MEC/23M9/05/21/M/001/DS/BV/003

4. Ball Valves (NB 2”) MEC/23M9/05/21/M/001/DS/BV/004

5. Ball Valves (NB 2”) MEC/23M9/05/21/M/001/DS/BV/005

6. Ball Valves (NB 2”) MEC/23M9/05/21/M/001/DS/BV/006

7. Ball Valves (NB 2”) MEC/23M9/05/21/M/001/DS/BV/007

8. Ball Valves (NB 2”) MEC/23M9/05/21/M/001/DS/BV/008

II Plug Valves :

1. Plug Valves (NB ½”-1½”) MEC/23M9/05/21/M/001/DS/PV/001

2. Plug Valves (NB 2”) MEC/23M9/05/21/M/001/DS/PV/002

3. Plug Valves (NB 2”) MEC/23M9/05/21/M/001/DS/PV/003

4. Plug Valves (NB 2”) MEC/23M9/05/21/M/001/DS/PV/004

5. Plug Valves (NB 2”) MEC/23M9/05/21/M/001/DS/PV/005

6. Plug Valves (NB 2”) MEC/23M9/05/21/M/001/DS/PV/006

7. Plug Valves (NB 2”) MEC/23M9/05/21/M/001/DS/PV/007

8. Plug Valves (NB 2”) MEC/23M9/05/21/M/001/DS/PV/008

III Pressure Safety Valve :

1. Pressure Safety Valve MEC/23M9/05/21/M/000/DS-056A

2. Pressure Safety Valve MEC/23M9/05/21/M/000/DS-056B

IV QOEC :

1. 8” MEC/23M9/05/21/M/001/DS-01

2. 6” MEC/23M9/05/21/M/001/DS-02

3. 2” MEC/23M9/05/21/M/001/DS-03

V LR Bend MEC/23M9/05/21/M/001/DS-015

277

Page 278: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 3/4", 11/2" ANSI Rating : 800# Design Standard : BS:5351

3.0 MECON's Technical Specification No. : --

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : Design Temperature, °C : 0 to 65

5.0 Connecting Pipe Specification NA5.1 Material 5.2 Diameter (OD), mm (inch)5.3 Thickness, mm

6.0 Valve Construction Design6.1. Bore : Reduced Full

6.2. End Connections

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA6.4 Valve Type : Floating Ball7.0 Valve Material Specification

7.1 Body ASTM A1057.2 Ball 13% Cr Steel7.3 Body Seat RPTFE/ DELRIN7.4 Gland 13% Cr Steel7.5 Stem 13% Cr Steel (No Casting)7.6 Body Seal Grafoil7.7 Stem Seal Grafoil7.8 Body Studs/Nuts ASTM A193 Gr. B7/ A194 Gr. 7

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement : Type-Test as per Standard API 607/ BS:6755 (Part-II)

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Anti-Static Testing Requirement : As per Standad BS:5351

16.0 Valve Painting Specification 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).

Notes:1. Material test certificates and hydrostatic test reports shall be furnished prior to despatch.2. Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's

approval prior to manufacture of the valves.3. All tests shall be as per BS:6755 (Part-I).4. Valves shall have ball position indicator.5. Stops shall be provided to ensure positive alignment of ball with ports and ensure proper installation of handle.6. Each valve shall be provided with a wrench.7. Valves shall be inspected and approved by Purchaser before despatch.8. Gland packing assembly shall permit repair of gland packing under full line pressure.9. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., BS:6755 and other relevant standards.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL India LimitedNAME DATE CHKD DATE

DSGN HK GS PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SPECIFICATION AND DATA SHEET REV

APPROVED R.K. Narayan FOR BALL VALVES DATASHEET NO. : MEC/23M9/05/21/M/001/DS/BV/001 0

(NB<2")

: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"

2101557.0

Part Specified Material

15

MECON LIMITED

Material Offered

Minimum Duration, minutes22

278

Page 279: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 12",8",6",4",2" ANSI Rating : 600# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/21/002, Rev-0, Ed-1

4.0 Connecting Pipeline Design Pressure, bar : 99.93 Design Temperature, °C : 0 to 65

5.0 Connecting Pipe Specification NA5.1 Material 5.2 Diameter (OD), mm (inch)5.3 Thickness, mm

6.0 Valve Construction Design6.1. Bore : Reduced for 12",8",6"&4" Full for 2"

6.2. End Connections : Flanged as per ASME B16.5

6.3. Flanges (wherever applicable) : a) RF FF RT NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

6.4 Valve Type : Trunnion Mounted

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB 7.2 Ball [(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 4107.3 Body Seat Rings (AISI 4140 + 75 microns ENP)/ AISI 4107.4 Seat Seal VITON7.5 Stem (AISI 4140 + 75 microns ENP)/ AISI 4107.6 Stem Seals VITON/ PTFE7.7 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes For 6",8" & 12" No For 2", 4"

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement API 6FA

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)

16.0 Valve Painting Specification 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).17.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/21/002, Rev-0, Ed-12. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5 Charpy V-notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted as per relevant material code.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/002 0(NB > 2")

Part Specified Material

Minimum Duration, minutes

MECON LIMITED

Material Offered

1571147

As per API 6DAs per API 6DAs per API 6D

279

Page 280: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 8",6",4",2" ANSI Rating : 600# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/21/002, Rev-0, Ed-1

4.0 Connecting Pipeline Design Pressure, bar : 99.93 Design Temperature, °C : 0 to 65

5.0 Connecting Pipe Specification : 8" : 6" : 4" : 2"5.1 Material : API 5L Gr.B PSL2 : A106 Gr.B(Charpy) : A106 Gr.B(Charpy) : A106 Gr.B(Charpy)

5.2 Diameter (OD), mm (inch) : 219.1 : 168.3 : 114.3 : 60.3

5.3 Thickness, mm : 14.3 : 10.97 : 8.56 :5.54

6.0 Valve Construction Design6.1. Bore : Reduced for 8", 6" & 4" Full for 2"

6.2. End Connections : Butt Welded as per ASME B16.25

6.3. Flanges (wherever applicable) : a) RF FF RT NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

6.4 Valve Type : Trunnion Mounted

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB 7.2 Ball [(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 4107.3 Body Seat Rings (AISI 4140 + 75 microns ENP)/ AISI 4107.4 Seat Seal VITON7.5 Stem (AISI 4140 + 75 microns ENP)/ AISI 4107.6 Stem Seals VITON/ PTFE7.7 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes For 6" & 8" No For 2", 4"

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement API 6FA

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)

16.0 Valve Painting Specification 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).17.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/21/002, Rev-0, Ed-12. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5 Charpy V-notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted as per relevant material code.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS PROJECT : :Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/003 0(NB > 2")

Part Specified Material

Minimum Duration, minutes

MECON LIMITED

Material Offered

1571147

As per API 6DAs per API 6DAs per API 6D

280

Page 281: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 6", 4" ANSI Rating : 600# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/21/002, Rev-0, Ed-1

4.0 Connecting Pipeline Design Pressure, bar : 99.93 Design Temperature, °C : 0 to 65

5.0 Connecting Pipe Specification : 6" : 4"5.1 Material : A106 Gr.B (Charpy) : A106 Gr.B(Charpy)

5.2 Diameter (OD), mm (inch) : 168.3 : 114.3

5.3 Thickness, mm : 10.97 : 8.56

6.0 Valve Construction Design6.1. Bore : Reduced Full

6.2. End Connections : Butt Welded as per ASME B16.25

6.3. Flanges (wherever applicable) : a) RF FF RT NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

6.4 Valve Type : Trunnion Mounted

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB 7.2 Ball [(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 4107.3 Body Seat Rings (AISI 4140 + 75 microns ENP)/ AISI 4107.4 Seat Seal VITON7.5 Stem (AISI 4140 + 75 microns ENP)/ AISI 4107.6 Stem Seals VITON/ PTFE7.7 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes for 6" No for 4" As per attached Gas Powered Actuator specification No. MEC/TS/05/26/002

13.0 Fire Resistant Design Requirement API 6FA

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)

16.0 Valve Painting Specification 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).17.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/21/002, Rev-0, Ed-12. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5 Charpy V-notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted as per relevant material code.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/004 0(NB > 2")

Part Specified Material

Minimum Duration, minutes

MECON LIMITED

Material Offered

1571147

As per API 6DAs per API 6DAs per API 6D

√√

281

Page 282: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 4" ANSI Rating : 600# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/21/002, Rev-0, Ed-1

4.0 Connecting Pipeline Design Pressure, bar : 99.93 Design Temperature, °C : 0 to 65

5.0 Connecting Pipe Specification : 4"5.1 Material : A106 Gr.B (Charpy)

5.2 Diameter (OD), mm (inch) : 114.3

5.3 Thickness, mm : 8.56

6.0 Valve Construction Design6.1. Bore : Reduced Full

6.2. End Connections : Butt Welded as per ASME B16.25

6.3. Flanges (wherever applicable) : a) RF FF RT NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

6.4 Valve Type : Trunnion Mounted

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB

7.2 Ball [(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 410

7.3 Body Seat Rings (AISI 4140 + 75 microns ENP)/ AISI 410

7.4 Seat Seal VITON

7.5 Stem (AISI 4140 + 75 microns ENP)/ AISI 410

7.6 Stem Seals VITON/ PTFE

7.7 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement API 6FA

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)

16.0 Valve Painting Specification 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).17.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/21/002, Rev-0, Ed-12. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5 Charpy V-notch test for body, ball, body seat rings, stem & studs/nuts shall be conducted as per relevant material code.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/005 0(NB > 2")

Part Specified Material

Minimum Duration, minutes

MECON LIMITED

Material Offered

1571147

As per API 6DAs per API 6DAs per API 6D

282

Page 283: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 8", 4" ANSI Rating : 300# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Rev-0 Ed-1

4.0 Connecting Pipeline Design Pressure, kg/cm 2(g) : 49 Design Temperature, °C : 0 to 65

5.0 Connecting Pipe Specification : NA5.1 Material 5.2 Diameter (OD), mm 5.3 Thickness, mm

6.0 Valve Construction Design6.1. Bore : Reduced 4" Full 8"

6.2. End Connections

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

6.4 Valve Type : Floating Ball Valve for 4" and Trunnion Mounted for 8"

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB 7.2 Ball [(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 4107.3 Body Seat Rings (AISI 4140 + 75 microns ENP)/ AISI 4107.4 Seat Seal VITON7.5 Stem (AISI 4140 + 75 microns ENP)/ AISI 4107.6 Stem Seals VITON/ PTFE7.7 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm Service: Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement Yes for 8" No for 4 "

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement API 6FA for Trunion Mounted Ball Valve DesignAs per API 607 for Floating Ball Valve Design

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)

16.0 Valve Painting Specification 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).17.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Rev-0 Ed-12. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5. Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts will be conducted as per relevant material code.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS

DRWN

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/006 0(NB > 2")

: Flanged as per ASME B16.5

Part Specified Material Material Offered

Minimum Duration, minutes

74 As per API 6D

MECON LIMITED

56 As per API 6D7.0 As per API 6D

PROJECT : Roorkee-Haridwar-Rishikesh Dehradun-Jalandhar Spurlines Project

283

Page 284: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 2" ANSI Rating : 300# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Rev-0 Ed-1 Service: Natural Gas

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 49 Design Temperature, °C : 0 to 65

5.0 Connecting Pipe Specification : 2"5.1 Material A106 Gr.B (Charpy)

5.2 Diameter (OD), mm 114.3

5.3 Thickness, mm XS

6.0 Valve Construction Design6.1. Bore : Reduced Full

6.2. End Connections

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

6.4 Valve Type : Floating Ball

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB 7.2 Ball [(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 4107.3 Body Seat Rings (AISI 4140 + 75 microns ENP)/ AISI 4107.4 Seat Seal VITON7.5 Stem (AISI 4140 + 75 microns ENP)/ AISI 4107.6 Stem Seals VITON/ PTFE7.7 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Actuator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement As per API 607 for Floating Ball Valve Design

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)

16.0 Valve Painting Specification 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).17.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Rev-0 Ed-12. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5. Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts will be conducted as per relevant material code.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN BB SK PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/007 0(NB > 2")

: Butt Weld as per ASME B16.25

Part Specified Material Material Offered

Minimum Duration, minutes

74 As per API 6D

MECON LIMITED

56 As per API 6D7.0 As per API 6D

284

Page 285: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 2" ANSI Rating : 300# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Rev-0 Ed-1 Service: Natural Gas

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 49 Design Temperature, °C : 0 to 65

5.0 Connecting Pipe Specification : 2"5.1 Material A106 Gr.B (Charpy)

5.2 Diameter (OD), mm 114.3

5.3 Thickness, mm XS

6.0 Valve Construction Design6.1. Bore : Reduced Full

6.2. End Connections

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

6.4 Valve Type : Floating Ball

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/ A234 Gr. WPB/ A350 Gr. LF2/ A352 Gr. LCB 7.2 Ball [(ASTM A216 Gr. WCB/ A234 Gr. WPB/ A395)+75 microns ENP]/AISI 4107.3 Body Seat Rings (AISI 4140 + 75 microns ENP)/ AISI 4107.4 Seat Seal VITON7.5 Stem (AISI 4140 + 75 microns ENP)/ AISI 4107.6 Stem Seals VITON/ PTFE7.7 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No Length of stem, mm : 2500+250

11.0 Actuator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement As per API 607 for Floating Ball Valve Design

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)

16.0 Valve Painting Specification 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).17.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Rev-0 Ed-12. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5. Charpy V- notch test for body, ball, body seat rings, stem & studs/nuts will be conducted as per relevant material code.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN BB SK PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS/BV/008 0(NB > 2")

MECON LIMITED

56 As per API 6D7.0 As per API 6D

Minimum Duration, minutes

74 As per API 6D

: Butt weld as per ASME B16.25

Part Specified Material Material Offered

285

Page 286: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 11/2" ANSI Rating : 800# Design Standard : BS:5353

3.0 MECON's Technical Specification No. :

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : -- Design Temperature, °C : 0 to 65

5.0 Connecting Pipe Specification NA5.1 Material 5.2 Diameter (OD), mm (inch)5.3 Thickness, mm

6.0 Valve Construction Design6.1. Pattern : Short Regular Venturi

6.2. End Connections : Flanged both ends : Socket Weld both ends

Flanged one end, Socket weld other end

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

7.0 Valve Material Specification

7.1 Body ASTM A105

7.2 Plug (Lubricated) ASTM A105 + 75 microns ENP

7.3 Bung (Screwed) ASTM A105

7.4 Stem (No Casting) AISI 410

7.5 Gland ASTM A105

7.6 Gland Packing Graphite/ PTFE

7.7 Gasket N.A.

7.8 Body Studs/Nuts N.A.

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement : Type-Test as per Standard BS:6755 (Part-II)

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Valve Painting Specification 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).

Notes:1. 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".2. Painting of valves shall be as per Manufacturer's standard.3. Material test certificates and hydrostatic test reports shall be furnished prior to despatch.4. Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's

approval prior to manufacture of the valves.5. All tests shall be as per BS:6755 (Part-I).6. Valves shall have valve position indicator.7. Stops shall be provided to ensure positive alignment of plug with ports and ensure proper installation of handle.8. Each valve shall be provided with a wrench.9. Valves shall be inspected and approved by Purchaser before despatch.

10. Gland packing assembly shall permit repair of gland packing under full line pressure.11. Inspection and Testing shall be as per this specification, BS:6755 (Part-I) and other relevant standards.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION OIL & GAS CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K.Narayan DATA SHEET FOR PLUG VALVES Data Sheet No.: MEC/23M9/05/21/M/001/PV-001 0

Part

15

MECON LIMITED

Material Offered (Equivalent or Superior)

Minimum Duration, minutes22

Specified Material

210155

7

Socket Welded 6000# (as per ASME B16.11) With 100 mm Pup Pieces of A106 Sch.80

286

Page 287: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) 4", 2" ANSI RATING: 600# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/62/003, Rev-2

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 99.93 Design Temperature, °C : 0 TO 65

5.0 Connecting Pipe Specification NA5.1 Material 5.2 Diameter (OD), mm (inch)5.3 Thickness, mm

6.0 Valve Construction Design6.1. Pattern : Short Regular Venturi

6.2. End Connections : Flanged both ends Flanged as per ASME B16.5

: Butt Weld both ends

Flanged one end, butt weld other end

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/A350 LF2/A352 LCB

7.2 Plug ASTM A216 Gr. WCB/A350 LF2/A352 LCB + 75 microns ENP

7.3 Cover ASTM A216 Gr. WCB/A350 LF2/A352 LCB

7.4 Stem AISI 4140 + 75 microns ENP

7.5 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement : Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Valve Painting Specification 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev22. 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 JREV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION OIL & GAS CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR PLUG VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV002 0(NB > 2")

MECON LIMITED

Minimum Duration, minutes

As per API 6D 1571147

Part Material

As per API 6D As per API 6D

√√

287

Page 288: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) 2" ANSI RATING: 600# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/62/003, Rev-2

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 99.93 Design Temperature, °C : 0 TO 65

5.0 Connecting Pipe Specification : 2"5.1 Material : A106 Gr.B (Charpy)

5.2 Diameter (OD), mm (inch) : 60.3

5.3 Thickness, mm :5.54

6.0 Valve Construction Design6.1. Pattern : Short Regular Venturi

6.2. End Connections : Butt Weld both ends Butt Weld (as per ASME B16.25)

: Flanged both ends

Flanged one end, butt weld other end

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/A350 LF2/A352 LCB

7.2 Plug ASTM A216 Gr. WCB/A350 LF2/A352 LCB + 75 microns ENP

7.3 Cover ASTM A216 Gr. WCB/A350 LF2/A352 LCB

7.4 Stem AISI 4140 + 75 microns ENP

7.5 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement : Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Valve Painting Specification 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).16.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev22. 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 JREV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION OIL & GAS CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR PLUG VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV003 0(NB > 2")

MECON LIMITED

Minimum Duration, minutes

As per API 6D 1571147

Part Material

As per API 6D As per API 6D

288

Page 289: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 8",6",4" ANSI Rating : 600# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/62/003, Rev-2

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 99.93 Design Temperature, °C : 0 TO 65

5.0 Connecting Pipe Specification : 8" : 6" : 4"5.1 Material : API 5L Gr.B PSL2 : A106 Gr.B (Charpy) : A106 Gr.B (Charpy)

5.2 Diameter (OD), mm (inch) : 219.1 : 168.3 : 114.3

5.3 Thickness, mm : 14.3 : 10.97 : 8.56

6.0 Valve Construction Design6.1. Pattern : Short Regular Venturi

6.2. End Connections : Butt Weld both ends Butt Weld (as per ASME B16.25)

: Flanged both ends

Flanged one end, butt weld other end

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/A350 LF2/A352 LCB

7.2 Plug ASTM A216 Gr. WCB/A350 LF2/A352 LCB + 75 microns ENP

7.3 Cover ASTM A216 Gr. WCB/A350 LF2/A352 LCB

7.4 Stem AISI 4140 + 75 microns ENP

7.5 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No Length of stem extension mm: 2500+250

11.0 Gear Operator Requirement : Yes for 8" & 6" No for 4"

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement : Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Valve Painting Specification 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Three coats of Epoxy paint shall be applied with minimum thickness of 300 micron ( Permissible thickness in each coat shall be

within 80 to 120 micron).16.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev22. 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 REFERENCES DRG. NO.

SECTION OIL & GAS CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS

DRWN

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR PLUG VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV004 0(NB > 2")

MECON LIMITED

Materials Offered

Minimum Duration, minutes

As per API 6D

PROJECT : Roorkee-Haridwar-Rishikesh Dehradun-Jalandhar Spurlines Project

1571147

Part Material

As per API 6D As per API 6D

289

Page 290: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 1/2" ANSI Rating : 800# Design Standard : BS:5353

3.0 MECON's Technical Specification No. :

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : -- Design Temperature, °C : -29 to 65

5.0 Connecting Pipe Specification NA5.1 Material 5.2 Diameter (OD), mm (inch)5.3 Thickness, mm

6.0 Valve Construction Design6.1. Pattern : Short Regular Venturi

6.2. End Connections : Flanged both ends : Socket Weld both ends

Flanged one end, Socket weld other end

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

7.0 Valve Material Specification

7.1 Body ASTM A350 Gr. LF2

7.2 Plug (Lubricated) ASTM A350 Gr. LF2 + 75 microns ENP

7.3 Bung (Screwed) ASTM A350 Gr. LF2

7.4 Stem (No Casting) AISI 410

7.5 Gland ASTM A350 Gr. LF2

7.6 Gland Packing Graphite/ PTFE

7.7 Gasket N.A.

7.8 Body Studs/Nuts N.A.

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement : Type-Test as per Standard BS:6755 (Part-II)

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Valve Painting Specification 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).

Notes:1. 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".2. Painting of valves shall be as per Manufacturer's standard.3. Material test certificates and hydrostatic test reports shall be furnished prior to despatch.4. Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's

approval prior to manufacture of the valves.5. All tests shall be as per BS:6755 (Part-I).6. Valves shall have valve position indicator.7. Stops shall be provided to ensure positive alignment of plug with ports and ensure proper installation of handle.8. Each valve shall be provided with a wrench.9. Valves shall be inspected and approved by Purchaser before despatch.

10. Gland packing assembly shall permit repair of gland packing under full line pressure.11. Inspection and Testing shall be as per this specification, BS:6755 (Part-I) and other relevant standards.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION OIL & GAS CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K.Narayan DATA SHEET FOR PLUG VALVES Data Sheet No.: MEC/23M9/05/21/M/001/PV-005 0

15

Socket Welded 6000# (as per ASME B16.11) With 100 mm Pup Pieces of A333 Sch 160

MECON LIMITED

Material Offered

Minimum Duration, minutes22

Specified Material

210155

7

Part

290

Page 291: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 8",6",4" ANSI Rating : 600# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/62/003, Rev-2

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 99.93 Design Temperature, °C : -29 TO 65

5.0 Connecting Pipe Specification : 8" : 6" : 4"5.1 Material : A333 Gr.6 : A333 Gr.6 : A333 Gr.6

5.2 Diameter (OD), mm (inch) : 219.1 : 168.3 : 114.3

5.3 Thickness, mm : 12.7 : 10.97 : 8.56

6.0 Valve Construction Design6.1. Pattern : Short Regular Venturi

6.2. End Connections : Butt Weld both ends Butt Weld (as per ASME B16.25)

: Flanged both ends

Flanged one end, butt weld other end

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

7.0 Valve Material Specification

7.1 Body A350 LF2/A352 LCB

7.2 Plug A350 LF2/A352 LCB + 75 microns ENP

7.3 Cover A350 LF2/A352 LCB

7.4 Stem AISI 4140 + 75 microns ENP

7.5 Stud Bolts/ Nuts ASTM A320 Gr. L7/ A194 Gr. 4

8.0 Corrosion Allowance : 1.5 mm Service :

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes for 8" & 6" No for 4"

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement : Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Valve Painting Specification 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).16.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev22. 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, Cover, Disc/Plate & studs/nuts will be conducted as per A 370 at -29oC

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION OIL & GAS CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN HK GS PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR PLUG VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV006 0(NB > 2")

MECON LIMITED

Materials offered

Minimum Duration, minutes

As per API 6D 1571147

Part Material

As per API 6D As per API 6D

291

Page 292: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 2" ANSI Rating : 300# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/62/003, Rev-2

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 49 Design Temperature, °C : -29 TO 65

5.0 Connecting Pipe Specification 2"5.1 Material A106 Gr.B (Charpy)

5.2 Diameter (OD), mm (inch) 114.3

5.3 Thickness, mm XS

6.0 Valve Construction Design6.1. Pattern : Short Regular Venturi

6.2. End Connections : Butt Weld both ends Butt Weld (as per ASME B16.25)

: Flanged both ends

Flanged one end, butt weld other end

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

7.0 Valve Material Specification

7.1 Body A350 LF2/A352 LCB

7.2 Plug A350 LF2/A352 LCB + 75 microns ENP

7.3 Cover A350 LF2/A352 LCB

7.4 Stem AISI 4140 + 75 microns ENP

7.5 Stud Bolts/ Nuts ASTM A320 Gr. L7/ A194 Gr. 4

8.0 Corrosion Allowance : 1.5 mm Service :

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No

11.0 Gear Operator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement : Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Valve Painting Specification 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Two coats of paint shall be applied with minimum thickness of 120 micron ( Permissible thickness in each coat shall be within 50 to

70 micron).16.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev22. 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 JREV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION OIL & GAS CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN BB SK PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR PLUG VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV007 0(NB > 2")

MECON LIMITED

Minimum Duration, minutes

As per API 6D 74567.0

Part Material

As per API 6D As per API 6D

√ √

d:\fateh\IPPs KG Basin\tender rfq\Plug Valves\vd55\Data Sheet - PV -007 292

Page 293: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 2" ANSI Rating : 300# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/62/003, Rev-2

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 49 Design Temperature, °C : 0 TO 65

5.0 Connecting Pipe Specification 2"5.1 Material A106 Gr.B (Charpy)

5.2 Diameter (OD), mm (inch) 114.3

5.3 Thickness, mm XS

6.0 Valve Construction Design6.1. Pattern : Short Regular Venturi

6.2. End Connections : Butt Weld both ends Butt Weld (as per ASME B16.25)

: Flanged both ends

Flanged one end, butt weld other end

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA

b) Serrated Smooth (125 to 200 microinches AARH) NA

7.0 Valve Material Specification

7.1 Body ASTM A216 Gr. WCB/A350 LF2/A352 LCB

7.2 Plug ASTM A216 Gr. WCB/A350 LF2/A352 LCB + 75 microns ENP

7.3 Cover ASTM A216 Gr. WCB/A350 LF2/A352 LCB

7.4 Stem AISI 4140 + 75 microns ENP

7.5 Stud Bolts/ Nuts ASTM A193 Gr. B7/ A194 Gr. 2H

8.0 Corrosion Allowance : 1.5 mm Service :

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : Yes No Length of stem, mm : 2500+250

11.0 Gear Operator Requirement : Yes No

12.0 Gas Powered Actuator Requirement : Yes No

13.0 Fire Resistant Design Requirement : Type-Test as per Standard API 6FA/ BS:6755 (Part-II)

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

14.2 Air Test

15.0 Valve Painting Specification 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Three coats of Epoxy paint shall be applied with minimum thickness of 300 micron ( Permissible thickness in each coat shall be

within 80 to 120 micron).16.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/003, Rev22. 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 JREV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION OIL & GAS CLIENT : GAIL India Limited

NAME DATE CHKD DATE

DSGN BB SK PROJECT : : Roorkee-Haridwar-RishikeshDRWN Dehradun-Jalandhar Spurlines Project

SCALE : REV

APPROVED R.K. Narayan DATA SHEET FOR PLUG VALVES DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-PV008 0(NB > 2")

74567.0

Part Material

As per API 6D As per API 6D

MECON LIMITED

Minimum Duration, minutes

As per API 6D

√ √

d:\fateh\IPPs KG Basin\tender rfq\Plug Valves\vd55\Data Sheet - PV -008 293

Page 294: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

PRESSURE SAFETY VALVES

UNITS : Flow > Liquid - m3/hr , Gas-Sm3/day, Steam - kg/hr. Pressure -> kg/cm2g, Temperature-°C, Level/ Length-> mm01 Tag No. PSV- 0103 PSV- 0201

General 02 Line No./ Size 03 Vessel Protected SLR- 0101 SRL- 0201

04 Quantity 1 No. 1 No.05 Safety/ Relief Safety Relief Safety Relief06 Vendor

07 Type Standard Standard08 Full Nozzle Full Lift Mod. Nozzle Full Nozzle Full Lift Full Nozzle Full Lift09 Bonnet Type Closed Closed10 Conv./ Bellows/ Pllot Operated Conventional Conventional11 Inlet Conn. : Size & Rating

12 Inlet Conn. : Facing & Finish RF, RF, Valve 13 Outlet Conn. : Size & Rating

14 Outlet Conn. : Facing & Finish RF, RF, 15 Cap Over Adj. Bolt : Required Required16 Screwed Bolted Bolted Bolted17 Lifting Gear - Type - -18 Test Gag Required Required19 Body and Bonnet ASTM A216 Gr. WCB ASTM A216 Gr. WCB20 Nozzle and Disc SS 316 SS 31621 Spring SS 316 SS 316

Material 22 Bellows232425 Resilient Seat Seal

Options 262728 Code API 520 & 526 API 520 & 526

Basis 29 Basis of Selection Vessel Under Ext. Fire Case Vessel Under Ext. Fire Case3031 Fluid and State Natural Gas Vapour Natural Gas Vapour32 Corrosive Constituent/ Corr. Allow.33 Required Flow Capacity

34 Mol. Wgt. S.G. at Rel. Temp. 17.355 0.598 17.355 0.59835 Oper. Pressure, kg/cm2g 66- 73 62- 7036 Oper. Temp.°C Rel. Temp.°C 5- 50. 65 5- 50. 65

Service 37 Valve Discharges to Atm. Atm.Condition 38 Back Press. Const. Or Variable Atm. Constant Atm. Constant

39 Set Pressure, kg/cm2g 99.93 99.9340 Cold Bench Test Pressure

41 % Over Pressure % Blow Down 20 20

42 Cp/Cv Compressibility Factor 1.49- 1.58 0.866- 0.893 1.47- 1.56 0.869- 0.89943 Viscosity at Rel. Temp. (cP)44 Vess. : Wall Temp.,°C Surf. Area-m 2 593 593

46 Calculated Area-inch2

47 Sel. Area-inch2 Orifice Design

48 No. of Valves Reqd. for capacity

Orifice 49 Total Area-inch2

50 Actual Flow Capacity, SCFM - -51 Relief Load

52 Model No.

53 Radiography & Charpy Test Reqd. (100%) Reqd. (100%)54 IBR Certification Not Required Not Required

Notes: VENDOR TO SPECIFY/ CONFIRM

1. VENDOR SHALL FURNISH SIZING CALCULATIONS TO SUPPORT HIS VALVE SELECTION.2. VALVES SHALL BE 100% RADIOGRAPHED3. VENDOR TO CONSIDER COEFFICIENT OF DISCHARGE DERATED BY A FACTOR OF 0.9 AS PER ASME-VIII4. FOR SAFETY VALVE SIZING, FURNISH CERTIFIED CAPACITIES AS PER API-520.5 DESIGNATION, NO. & RATING OF PSVs & CRVs SHALL BE DECIDED DURING DETAIL ENGINEERING.6 PSVs & CRVs SHALL BE SUPPLIED WITH INLET AND OUTLET COMPANION FLANGES.

REV. NO. DATE ZONE DESCRIPTIONS BY

REVISIONS DRG. NO.

SECTION : OIL & GAS (LDP) CLIENT : M/S GAIL (INDIA) LIMITED

NAME DATE CHKD DATE

DSGN

DRWN

REVAPPROVED 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.

CO2( 3%) ,H2S -10 ppm (max.)/ 2 mm CO2( 3%) ,H2S -10 ppm (max.)/ 2 mm

0.012- 0.013 0.012- 0.013

PSV- 0103 & 0201

MECON LIMITED

PRESSURE SAFETY VALVES

PROJECT : BAWANA-NANGAL

SPURLINES PROJECT

294

Page 295: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

PRESSURE SAFETY VALVES

UNITS : Flow > Liquid - m3/hr , Gas-Sm3/day, Steam - kg/hr. Pressure -> kg/cm2g, Temperature-°C, Level/ Length-> mm01 Tag No. PSV- 0603 PSV- 0701

General 02 Line No./ Size 03 Vessel Protected SLR- 0601 SRL- 0701

04 Quantity 1 Nos. 1 Nos.05 Safety/ Relief Safety Relief Safety Relief06 Vendor

07 Type Standard Standard08 Full Nozzle Full Lift Mod. Nozzle Full Nozzle Full Lift Full Nozzle Full Lift09 Bonnet Type Closed Closed10 Conv./ Bellows/ Pllot Operated Conventional Conventional11 Inlet Conn. : Size & Rating

12 Inlet Conn. : Facing & Finish RF, RF, Valve 13 Outlet Conn. : Size & Rating

14 Outlet Conn. : Facing & Finish RF, RF, 15 Cap Over Adj. Bolt : Required Required16 Screwed Bolted Bolted Bolted17 Lifting Gear - Type - -18 Test Gag Required Required19 Body and Bonnet ASTM A216 Gr. WCB ASTM A216 Gr. WCB20 Nozzle and Disc SS 316 SS 31621 Spring SS 316 SS 316

Material 22 Bellows232425 Resilient Seat Seal

Options 262728 Code API 520 & 526 API 520 & 526

Basis 29 Basis of Selection Vessel Under Ext. Fire Case Vessel Under Ext. Fire Case3031 Fluid and State Natural Gas Vapour Natural Gas Vapour32 Corrosive Constituent/ Corr. Allow.33 Required Flow Capacity

34 Mol. Wgt. S.G. at Rel. Temp. 17.355 0.598 17.355 0.59835 Oper. Pressure, kg/cm2g 50- 60 45- 6036 Oper. Temp.°C Rel. Temp.°C 5- 50. 65 5- 50. 65

Service 37 Valve Discharges to Atm. Atm.Condition 38 Back Press. Const. Or Variable Atm. Constant Atm. Constant

39 Set Pressure, kg/cm2g 99.93 99.9340 Cold Bench Test Pressure

41 % Over Pressure % Blow Down 20 20

42 Cp/Cv Compressibility Factor 1.43- 1.57 0.866- 0.923 1.41- 1.57 0.866- 0.93143 Viscosity at Rel. Temp. (cP)44 Vess. : Wall Temp.,°C Surf. Area-m 2 593 593

46 Calculated Area-inch2

47 Sel. Area-inch2 Orifice Design

48 No. of Valves Reqd. for capacity

Orifice 49 Total Area-inch2

50 Actual Flow Capacity, SCFM - -51 Relief Load

52 Model No.

53 Radiography & Charpy Test Reqd. (100%) Reqd. (100%)54 IBR Certification Not Required Not Required

Notes: VENDOR TO SPECIFY/ CONFIRM

1. VENDOR SHALL FURNISH SIZING CALCULATIONS TO SUPPORT HIS VALVE SELECTION.2. VALVES SHALL BE 100% RADIOGRAPHED3. VENDOR TO CONSIDER COEFFICIENT OF DISCHARGE DERATED BY A FACTOR OF 0.9 AS PER ASME-VIII4. FOR SAFETY VALVE SIZING, FURNISH CERTIFIED CAPACITIES AS PER API-520.5 DESIGNATION, NO. & RATING OF PSVs & CRVs SHALL BE DECIDED DURING DETAIL ENGINEERING.6 PSVs & CRVs SHALL BE SUPPLIED WITH INLET AND OUTLET COMPANION FLANGES.

REV. NO. DATE ZONE DESCRIPTIONS BY

REVISIONS DRG. NO.

SECTION : OIL & GAS (LDP) CLIENT : M/S GAIL (INDIA) LIMITED

NAME DATE CHKD DATE

DSGN

DRWN

REVAPPROVED 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.

PSV- 0603, 0701

MECON LIMITED

PRESSURE SAFETY VALVES

PROJECT : BAWANA-NANGAL

SPURLINES PROJECT

CO2( 3%) ,H2S -10 ppm (max.)/ 2 mm CO2( 3%) ,H2S -10 ppm (max.)/ 2 mm

0.012- 0.013 0.012- 0.013

295

Page 296: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DATA SHEETFOR

QUICK OPENING END CLOSURE (FOR VENTING)

1 QUICK OPENING END CLOSURE MFR. :

2 SIZE :8" NB

3 RATING : ANSI 600#

4 PURCHASER'S SPECIFICATION NO. : MEC/TS/05/21/013

5 DESIGN PRESSURE : 99.93 Kg/cm2

6 HYDROTEST PRESSURE : 149.89 Kg/cm2

7 DESIGN TEMPERATURE : - 29 to 65°C

8 SERVICE :Natural Gas/RLNG

9 END CONNECTION : BUTT-WELD AS PER ANSI B 16.25

10 CONNECTING PIPE SPECIFICATION : 8" dia., ASTM A 333 Gr.6, Seamless BE, Sch. XS

11 CORROSION ALLOWANCE : 3.0 mm

12 DESIGN FACTOR : 0.5

13 MATERIALS SPECIFICATION :

(EQUIVALENT OR SUPERIOR)

a. BODY : ASTM A-350 Gr. LF2, Cl-1

b. INSERTS/ GASKETS : AS PER MANUFACTURE'S STANDARD

b. OTHER COMPONENT : AS PER MANUFACTURE'S STANDARD

14 CHARPY V-NOTCH TEST : REQUIRED AS PER MATERIAL SPECIFICATION

15 HARDNESS TEST : REQUIRED AS PER MATERIAL SPECIFICATION

16 INSTALLATION : VERTICAL POSITION AT AN ELEVATION OF 3.0M ABOVE THE HIGHEST OPERATING LEVEL

NOTE : MATERIALS SELECTED BY MANUFACTURER SHALL BE SUITABLE FOR SERVICE MENTIONED ABOVE. MANUFACTURER SHALL FURNISH MATERIAL SPECIFICATION OF EACH PARTS USED FOR APPROVAL

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL (INDIA) LIMITED

PRD DATE CHKD DATE

SIGN PROJECT : BAWANA- NANGAL SPURLINES NAME SS SK PROJECT

SCALE : REV

APPROVED R.K.NARAYAN QUICK OPENING END CLOSURE DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-01 0

MECON LIMITED

d:\sachinsinghal\jhpl\Ds-QOEC Rev.0 296

Page 297: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DATA SHEETFOR

QUICK OPENING END CLOSURE (FOR VENTING)

1 QUICK OPENING END CLOSURE MFR. :

2 SIZE :6" NB

3 RATING : ANSI 600#

4 PURCHASER'S SPECIFICATION NO. : MEC/TS/05/21/013

5 DESIGN PRESSURE : 99.93 Kg/cm2

6 HYDROTEST PRESSURE : 149.89 Kg/cm2

7 DESIGN TEMPERATURE : - 29 to 65°C

8 SERVICE :Natural Gas/RLNG

9 END CONNECTION : BUTT-WELD AS PER ANSI B 16.25

10 CONNECTING PIPE SPECIFICATION : 6" dia., ASTM A 333 Gr.6, Seamless BE, Sch. XS

11 CORROSION ALLOWANCE : 3.0 mm

12 DESIGN FACTOR : 0.5

13 MATERIALS SPECIFICATION :

(EQUIVALENT OR SUPERIOR)

a. BODY : ASTM A-350 Gr. LF2, Cl-1

b. INSERTS/ GASKETS : AS PER MANUFACTURE'S STANDARD

b. OTHER COMPONENT : AS PER MANUFACTURE'S STANDARD

14 CHARPY V-NOTCH TEST : REQUIRED AS PER MATERIAL SPECIFICATION

15 HARDNESS TEST : REQUIRED AS PER MATERIAL SPECIFICATION

16 INSTALLATION : VERTICAL POSITION AT AN ELEVATION OF 3.0M ABOVE THE HIGHEST OPERATING LEVEL

NOTE : MATERIALS SELECTED BY MANUFACTURER SHALL BE SUITABLE FOR SERVICE MENTIONED ABOVE. MANUFACTURER SHALL FURNISH MATERIAL SPECIFICATION OF EACH PARTS USED FOR APPROVAL

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL (INDIA) LIMITED

PRD DATE CHKD DATE

SIGN PROJECT : BAWANA- NANGAL SPURLINES NAME SS SK PROJECT

SCALE : REV

APPROVED R.K.NARAYAN QUICK OPENING END CLOSURE DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-02 0

MECON LIMITED

d:\sachinsinghal\jhpl\Ds-QOEC Rev.0 297

Page 298: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DATA SHEETFOR

QUICK OPENING END CLOSURE (FOR VENTING)

1 QUICK OPENING END CLOSURE MFR. :

2 SIZE :2" NB

3 RATING : ANSI 600#

4 PURCHASER'S SPECIFICATION NO. : MEC/TS/05/21/013

5 DESIGN PRESSURE : 49.96 Kg/cm2

6 HYDROTEST PRESSURE : 74.94 Kg/cm2

7 DESIGN TEMPERATURE : - 29 to 65°C

8 SERVICE :Natural Gas/RLNG

9 END CONNECTION : BUTT-WELD AS PER ANSI B 16.25

10 CONNECTING PIPE SPECIFICATION : 2" dia., ASTM A 333 Gr.6, Seamless BE, Sch. XS

11 CORROSION ALLOWANCE : 3.0 mm

12 DESIGN FACTOR : 0.5

13 MATERIALS SPECIFICATION :

(EQUIVALENT OR SUPERIOR)

a. BODY : ASTM A-350 Gr. LF2, Cl-1

b. INSERTS/ GASKETS : AS PER MANUFACTURE'S STANDARD

b. OTHER COMPONENT : AS PER MANUFACTURE'S STANDARD

14 CHARPY V-NOTCH TEST : REQUIRED AS PER MATERIAL SPECIFICATION

15 HARDNESS TEST : REQUIRED AS PER MATERIAL SPECIFICATION

16 INSTALLATION : VERTICAL POSITION AT AN ELEVATION OF 3.0M ABOVE THE HIGHEST OPERATING LEVEL

NOTE : MATERIALS SELECTED BY MANUFACTURER SHALL BE SUITABLE FOR SERVICE MENTIONED ABOVE. MANUFACTURER SHALL FURNISH MATERIAL SPECIFICATION OF EACH PARTS USED FOR APPROVAL

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD

REVISIONS REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL (INDIA) LIMITED

PRD DATE CHKD DATE

SIGN PROJECT : BAWANA- NANGAL SPURLINES NAME SS SK PROJECT

SCALE : REV

APPROVED R.K.NARAYAN QUICK OPENING END CLOSURE DATA SHEET NO.:MEC/23M9/05/21/M/001/DS-03 0

MECON LIMITED

d:\sachinsinghal\jhpl\Ds-QOEC Rev.0 298

Page 299: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DATA SHEET FOR LONG RADIUS BENDS

1) LR BEND MFR. :

2) : MEC/TS/05/21/015 Rev 0

3) MANUFACTURING CODE : MSS-SP-75

4) DIMENSIONAL TESTING : REQUIRED AS PER SPEC.

5) DESTRUCTIVE TESTING : CHARPY TEST REQUIRED AT (-) 20 0C CV (Avg.) - 35 J/cm2 / CV (Min.) - 28 J/cm2

(TENSILE / CHARPY /HARDNESS) : & REST REQUIRED AS PER SPEC.

6) NON-DESTRUCTUVE TESTING : REQUIRED AS PER SPEC.

7) PIGGING : REQUIRED AS PER NOTE NO.3

8) HYDROSTATIC TEST PRESSURE : 149.89 Kg/cm2

TABLE-I

Sl. Bend End Type Qty. Angle Strainght

No. NB Thk. Material Radius (Nos.) Length

mm (R) after m/ bend Total

curvature @ length

1. 24"15.9 for X-7014.3 for X-80

API 5L Gr X -70/80 6D* BE

2. 16"11.1 for X-709.5 for X-80

API 5L Gr X -70/80 6D* BE

3. 8" 7.9 API 5L Gr X -56 6D* BE

TABLE-II

Pipe length required for fabrication of bends

*

BE = "D" - denotes nominal dia. of pipe

@ = Bevel End

= Vendor to indicate

= Straight length after curvature will be minimum 500mm.

Note:

1) Test Bend shall be of 90°

2) Quantity & angles of LR Bends shall be finalized during detailed engineering activities

3) A check shall be performed on each bend by passing gauging pig consisting of two discs having a diameter equal to 95% of the nominal

internal diameter of the pipe, connected rigidly together at a distance equal to 500mm. Details of the gauging pig, including its dimensions

shall be approved by Purchaser.

REV. NO. APPRD

DATE ZONE DESCRIPTIONS BY REFERENCES DRG. NO.

SECTION: OIL&GAS REVISIONS

DSGN NAME DATE CHKD DATE

DRWN BAWANA NANGAL SPURLINES SCALE : REV

APPROVED DATA SHEET FOR DATA SHEET NO.: MEC/23M9/05/21/M/001/DS-015 0

LONG RADIUS BENDS

MECON LIMITED

Details of free issue P/L material Pipe length reqd. to

fabricate the bend

@Total Length

From Table-I

@Total Nos. of double

(11.5 to 12.5m length) required

Note-2

24" X Thk.

16" X Thk.

8" X Thk.

PURCHASER SPECIFICATION NO.

Note-2

NB x Thk. (mm)

Note-2

(m) random length of pipe

PROJECTPROJECT :

CLIENT : GAIL(INDIA) LIMITED

d:\fateh\ipp-kg basin\tender rfq\LR bend\LR Bends BNPL299

Page 300: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Appendix-II & III to PJS-Mech.doc

12.0 LIST OF QAPs FOR

BOUGHT-OUT ITEMS (Appendix-III to Particular Job Specification of Work)

300

Page 301: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\Appendix-II & III to PJS-Mech.doc

QAP FOR MECHANICAL ITEMS ETC.

CONTENTS

1. Ball, Plug, Globe Valves

2. LR Bends

3. Flange & Fittings

4. Pressure Safety Valve

5. QOEC

301

Page 302: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE-IV

FORM NO. 11.20(4.4)F-09 REV-0

CONTRACTOR PROJECT : BAWANA- NANGAL SPURLINES PROJECT

ORDER NO. & DATE PACKAGE NO.: 05/51/23M9/GAIL/001(i)

SUB-CONTRACTOR PACKAGE NAME : BALL & PLUG VALVES

ORDER NO. & DATE MR NO. : -----

INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Code Description Code DOCUMENTS:of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawingshaving same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other

2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stampedsubmission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant cataloguesand equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./

3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks detailsto different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram

4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erectionEstimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) proceduresavailable. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with

12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-Procedure Accuracy 45. Anti-Static Test ments, if any

ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate ofCONTR : CONTRACTOR * : MFR/ CONTRACTOR - AS APPLICABLE 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instrumentsMFR : MANUFACTURER ** : TEST TO BE PERFORMED, IF APPLICABLE 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gaugesH : HOLD 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray ReportsR : REVIEW 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed TestW : WITNESS compliance certificate

Test Certificates & REMARKS/Sl. Identification Quantity Unit Expected Documents to be SAMPLING PLANNo. No. No./M Weight Schedule of submitted to MECON

(SOR Item No.) (Kg) Final Inspn. MFR CONTR MECON MFR CONTR MECON

1 3 4 5 7 8 9 10 11 12 13 14 161.0

600#, 300# 2.0

600#

QAP NO. MEC/23M9/05/21/M/001/QAP-003 REVFor MECON (Stamp & Signature) For CONTRACTOR/ SUB-CONTRACTOR 0

(Stamp & Signature) SHEET 1 OF 7

specifications)

2

Plug Valve (Reduce Bore, BW/RF) As per SOR DN 15mm (½") to 200 mm(8")

As per SOR

Documents

DN 20mm(¾") to DN 300 (12")

15Ball Valve (Reduce Bore, Floating Ball Valve/Trunnion Mounted, BW/RF)

Manufacturer'sName and Address

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Raw Material and In-ProcessStage Inspection

Description

6

EQUIPMENT DETAILS INSPECTION AND TESTSDescription (with equipment

heading, place of use and briefFinal Inspection/ Test by

Q U A L I T Y A S S U R A N C E P L A NF O R

STRUCTURAL AND MECHANICALEQUIPMENT

302

Page 303: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

QAP No. : MEC/23M9/05/21/M/001/QAP-003 FORM NO. 11.20(4.4)F-09 REV-0

Test Certificates & REMARKSSl. Identification Quantity Unit Documents to beNo. No. No./M Weight submitted to MECON

(Kg) MFR CONTR MECON MFR CONTR MECON MFR MECON

1 3 4 5 8 9 10 11 12 13 14 16A 16B 16C1.01 Material

As per MR/AlternateMaterialaccepted

1,2 * - - - - 1. D12. Report

R R

by MECON 4 * - - - - Material Test Certificates

R R

5 * - - - - Material Test Certificates

R R

6 ** * - - - - Test Report H R Forgings, welds, wrought weld ends

7 ** * - - - - Test Report H R Wet MPI for 100% of internal surfaces of all castings & forgings & bevel surfaces (MPI/ DP)

8 ** * - - - - Test Report H R All castings as per clause 5.1.4 b) of T.S., all welds, weld ends of all cast

l13 * - - - - Report/ Material TestCertificates

R R

41 * - - - - Material TestCertificates

R R

1.02 MaterialManufacturer to indicate(to be approved

1,2 * - - - - 1. D12. Report

R R

by MECON) 4 * - - - - Material Test Certificates

R R

5 * - - - - Material Test Certificates

R R

6** * - - - - Test Report H R Forgings, welds, wrought weld ends

1. D12. Relevant Material Standard3. Manufacturer's Specification

1. Relevant Material Standard2. MECON's D.S.1. Relevant Material Standard2. MECON's T.S.3. MECON's D.S.1. ASME B16.34, Annex-E2. MECON's T.S.

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Documentsspecifications)

Closure/ Body Adapter/ Tail Piece

15Body

1. ASME B16.34, Annex-E2. MECON's T.S.

1. D12. Relevant Material Standard3. Manufacturer's Specification

stage inspectionheading, place of use and brief

1. Relevant Material Standard2. MECON's D.S.1. Relevant Material Standard2. MECON's T.S.3. MECON's D.S.

1. ASME B16.34, Annex-C2. MECON's T.S.

1. ASME B16.34, Annex-B 2. MECON's T.S.

1. Relevant Material Standard

1. Relevant Material Standard 2. MECON's T.S.3. MECON's D.S.

Inspection Codes& Sampling Plan

2

Final Inspection/ Test byEQUIPMENT DETAILS INSPECTION AND TESTS

Description (with equipment Raw Material and In-Process

303

Page 304: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

QAP No. : MEC/23M9/05/21/M/001/QAP-003 FORM NO. 11.20(4.4)F-09 REV-0

Test Certificates & REMARKSSl. Identification Quantity Unit Documents to beNo. No. No./M Weight submitted to MECON

(Kg) MFR CONTR MECON MFR CONTR MECON MFR MECON

1 3 4 5 8 9 10 11 12 13 14 16A 16B 16C

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Documentsspecifications)

15

stage inspectionheading, place of use and brief

Inspection Codes& Sampling Plan

2

Final Inspection/ Test byEQUIPMENT DETAILS INSPECTION AND TESTS

Description (with equipment Raw Material and In-Process

7** * - - - - Test Report H R Wet MPI for 100% of internal surfaces of all castings & forgings & bevel surfaces (MPI/ DP)

8** * - - - - Test Report H R All castings as per clause 5.1.4 b) of T.S., all welds, weld ends of all cast

l9** * - - - - Test Report H R Bevel Surfaces (by MPI/ DP)

13 * - - - - Report/ Material TestCertificates

R R

41 * - - - - Material TestCertificates

R R

1.03 MaterialManufacturer to indicate(to be approved

1,2 * - - - - 1. D12. Report

R R

by MECON) 4 * - - - - Material Test Certificates

R R

5 * - - - - Material Test Certificates

R R

6 ** * - - - - Test Report H R Forgings, welds, wrought weld ends

7 ** * - - - - Test Report H R Wet MPI for 100% of internal surfaces of all castings & forgings & bevel surfaces (MPI/ DP)

1. ASME B16.34, Annex-C2. MECON's T.S.

1. ASME B16.34, Annex-B 2. MECON's T.S.

1. ASME B16.34, Annex-D2. MECON's T.S.

Top Cover 1. D12. Relevant Material Standard3. Manufacturer's Specification

1. ASME B16.34, Annex-E2. MECON's T.S.

1. Relevant Material Standard

1. Relevant Material Standard2. MECON's D.S.1. Relevant Material Standard2. MECON's T.S.3. MECON's D.S.

1. Relevant Material Standard 2. MECON's T.S.3. MECON's D.S.

1. ASME B16.34, Annex-C2. MECON's T.S.

304

Page 305: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

QAP No. : MEC/23M9/05/21/M/001/QAP-003 FORM NO. 11.20(4.4)F-09 REV-0

Test Certificates & REMARKSSl. Identification Quantity Unit Documents to beNo. No. No./M Weight submitted to MECON

(Kg) MFR CONTR MECON MFR CONTR MECON MFR MECON

1 3 4 5 8 9 10 11 12 13 14 16A 16B 16C

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Documentsspecifications)

15

stage inspectionheading, place of use and brief

Inspection Codes& Sampling Plan

2

Final Inspection/ Test byEQUIPMENT DETAILS INSPECTION AND TESTS

Description (with equipment Raw Material and In-Process

8 ** * - - - - Test Report H R All castings as per clause 5.1.4 b) of T.S., all welds, weld ends of all cast valves13 * - - - - Report/ Material Test

CertificatesR R

41 * - - - - Material TestCertificates

R R

1.04 MaterialManufacturer to indicate(to be approved

1,2 * - - - - 1. D12. Report

R R

by MECON) 4 * - - - - Material Test Certificates

R R

5 * - - - - Material Test Certificates

R R

13 * - - - - Report/ Material TestCertificates

R R

43 ** * - - - - 1. Test Report2. Material Test Certificates for composition, hardness, thickness & integrity

H R

1.05 MaterialAs per MR/AlternateMaterialaccepted

1,2 * - - - - 1. D12. Report

R R

by MECON 4 * - - - - Material Test Certificates

R R

Ball for Ball Valves/ Disc for Globe Valves/ Plug for Plug Valves

1. Relevant Material Standard2. 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. D12. Relevant Material Standard3. Manufacturer's Specification 1. Relevant Material Standard2. MECON's D.S.

1. Relevant Material Standard

Trunnion (for Trunnion Mounted Valves)

1. D12. Relevant Material Standard3. Manufacturer's Specification

1. Relevant Material Standard

1. Relevant Material Standard2. MECON's D.S.

1. Relevant Material Standard 2. MECON's T.S.3. MECON's D.S.

1. ASME B16.34 Annex-B 2. MECON's T.S.

305

Page 306: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

QAP No. : MEC/23M9/05/21/M/001/QAP-003 FORM NO. 11.20(4.4)F-09 REV-0

Test Certificates & REMARKSSl. Identification Quantity Unit Documents to beNo. No. No./M Weight submitted to MECON

(Kg) MFR CONTR MECON MFR CONTR MECON MFR MECON

1 3 4 5 8 9 10 11 12 13 14 16A 16B 16C

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Documentsspecifications)

15

stage inspectionheading, place of use and brief

Inspection Codes& Sampling Plan

2

Final Inspection/ Test byEQUIPMENT DETAILS INSPECTION AND TESTS

Description (with equipment Raw Material and In-Process

5 * - - - - Material Test Certificates

R R

13 * - - - - Report/ Material TestCertificates

R R

41 ** * - - - - Material Test Certificates

R R

43 * - - - - 1. Test Report2. Material Test Certificates for composition, hardness, thickness & integrity

H R

1.06 MaterialAs per MR/AlternateMaterialaccepted

1,2 * - - - - 1. D12. Report

R R

by MECON 4 * - - - - Material Test Certificates

R R

5 * - - - - Material Test Certificates

R R

13 * - - - - Report/ Material TestCertificates

R R

43 * - - - - 1. Test Report2. Material Test Certificates for composition, hardness, thickness & integrity

H R

1. D12. Relevant Material Standard3. Manufacturer's Specification

1. Relevant Material Standard

1. Relevant Material Standard2. MECON's T.S.3. MECON's D.S.

1. Relevant Material Standard2. 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

Stem

1. Relevant Material Standard2. MECON's D.S.1. Relevant Material Standard2. MECON's T.S.3. MECON's D.S.1. Relevant Material Standard

1. MECON's T.S.2. MECON's D.S.3. ASTM B733 Std.4. Manufacturer's Specification

306

Page 307: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

QAP No. : MEC/23M9/05/21/M/001/QAP-003 FORM NO. 11.20(4.4)F-09 REV-0

Test Certificates & REMARKSSl. Identification Quantity Unit Documents to beNo. No. No./M Weight submitted to MECON

(Kg) MFR CONTR MECON MFR CONTR MECON MFR MECON

1 3 4 5 8 9 10 11 12 13 14 16A 16B 16C

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Documentsspecifications)

15

stage inspectionheading, place of use and brief

Inspection Codes& Sampling Plan

2

Final Inspection/ Test byEQUIPMENT DETAILS INSPECTION AND TESTS

Description (with equipment Raw Material and In-Process

1.07 MaterialAs per MR/AlternateMaterialaccepted

1,2 * - - - - 1. D12. Report

R R

by MECON 4 * - - - - Material Test Certificates

R R

5 * - - - - Material Test Certificates

R R

13 * - - - - Report/ Material TestCertificates

R R

43 * - - - - 1. Test Report2. Material Test Certificates for composition, hardness, thickness & integrity

H R

1.08 MaterialAs per MR/AlternateMaterialaccepted

1,2 * - - - - 1. D12. Report

R R

by MECON 4 * - - - - Material Test Certificates

R R

5 * - - - - Material Test Certificates

R R

13 * - - - - Report/ Material TestCertificates

R R

41 * - - - - Material TestCertificates

R R

Seats

1. Relevant Material Standard2. MECON's D.S.

1. D12. Relevant Material Standard3. Manufacturer's Specification

1. Relevant Material Standard2. MECON's T.S.3. MECON's D.S.

1. Relevant Material Standard2. MECON's T.S.3. MECON's D.S.1. Relevant Material Standard

Bolting Material (Studs & Nuts)

1. MECON's T.S.2. MECON's D.S.3. ASTM B733 Std.4. Manufacturer's Specification

1. D12. Relevant Material Standard3. Manufacturer's Specification

1. Relevant Material Standard2. MECON's D.S.

1. Relevant Material Standard

1. Relevant Material Standard 2. MECON's T.S.3. MECON's D.S.

307

Page 308: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

QAP No. : MEC/23M9/05/21/M/001/QAP-003 FORM NO. 11.20(4.4)F-09 REV-0

Test Certificates & REMARKSSl. Identification Quantity Unit Documents to beNo. No. No./M Weight submitted to MECON

(Kg) MFR CONTR MECON MFR CONTR MECON MFR MECON

1 3 4 5 8 9 10 11 12 13 14 16A 16B 16C

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Documentsspecifications)

15

stage inspectionheading, place of use and brief

Inspection Codes& Sampling Plan

2

Final Inspection/ Test byEQUIPMENT DETAILS INSPECTION AND TESTS

Description (with equipment Raw Material and In-Process

1.09 - - - 1,2 - 1,2 Report H W

- - - 3 - 3 Report H W- - - 14 - 14 1. Report

2. Test CertificatesH W

- - - 15 - 15 1. Report2. Test Certificates

H W

40 Review 1. Report2. Test Certificates

R R

42 42 1. Report2. Test Certificates

H W

- - - 37 - 37 Certificates R- - - 44 - 44 1. Report

2. Test CertificatesH R & W Inspection & test to be

witnessed by MECON for buried valve surface paint integrity & thickness

- - - 45 - 45 1. Report2. Test Certificates

H R

- - - 46 - 46 1. Report2. Test Certificates

H W

- - - 47 - 47 1. Report2. Test Certificates

H W

- - - 48 - 48 1. Report2. Test Certificates

H W

1.10 For Globe/Plug Valves

1.11 - - - - 1. Final Report2. Final Certificates

H R

1.12 As per Actuator Quality Assurance Plan (to be submitted by vendor)

QAP NO.: MEC/23M9/05/21/M/001/QAP-003 REVFor MECON (Stamp & Signature) For CONTRACTOR/ SUB-CONTRACTOR

SHEET 7 OF 7 0

Actuator Test (if applicable)

Final Documentation Check

1. D12. MECON's T.S.3. MECON's D.S.4. API 6D Std./ BS:6755 (Part-I) (as applicable)

Assembled Valves (for Ball Valves) 1. D12. MECON's T.S.

1. MECON's T.S.2. MECON's D.S.3. API 6D Std. (as applicable)

1. API 607/ BS:6755 (Part-II) (as applicable)2. MECON's T.S.3. MECON's D.S.

1. D12. MECON's T.S.3. MECON's D.S.4. API 6D Std./ BS:6755 (Part-I) (as applicable)

1. MECON's T.S.2. MECON's D.S.3. Manufacturer's Specification

1. MECON's T.S.2. MECON's D.S.3. API 6D Std./BS:5351 (as applicable)1. MECON's T.S.2. API 6D Std. (as applicable)

1. MECON's T.S.2. API 6D Std./BS:5351 (as applicable)1. MECON's T.S.2. API 6D Std. (as applicable)

1. MECON's T.S.2. API 6D Std./BS:5351 (as applicable)

To be submitted by vendor & approved by MECON

308

Page 309: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Tender No:05/51/23M9/GAIL/001(i)FORM NO. 11.20(4.4)F-09 REV-0

CONTRACTOR PROJECT : BAWANA NANGAL SPURLINES PROJECT

ORDER NO. & DATE PACKAGE NO. : 05/51/23M9/GAIL/001(i)

SUB-CONTRACTOR PACKAGE NAME : LR BEND

ORDER NO. & DATE MR NO. : TS No.: MEC/TS/05/62/015

INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Code Description Code DOCUMENTS:of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawingshaving same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other

2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stampedsubmission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant cataloguesand equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./

3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks detailsto different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram

4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erectionEstimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) proceduresavailable. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with

12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-Procedure Accuracy 45. Anti-Static Test ments, if any

ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate ofCONTR : CONTRACTOR * : MFR/ CONTRACTOR - AS APPLICABLE 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instrumentsMFR : MANUFACTURER ** : TEST TO BE PERFORMED, IF APPLICABLE 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gaugesH : HOLD 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray ReportsR : REVIEW 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed TestW : WITNESS compliance certificate 49. Proof Test (Type Test)

50. Dielectric Test51. Bending parameter

Test Certificates & REMARKS/Sl. Identification Quantity Unit Expected Documents to be SAMPLING PLANNo. No. No./M Weight Schedule of submitted to MECON

(MR Item No.) (Kg) Final Inspn. MFR CONTR MECON MFR CONTR MECON

1 3 4 5 7 8 9 10 11 12 13 14 161.0 As per 1,2,4,5, - 1,2,6,5, * 1,2,5 1,2,4,5,6, 100%

SOR 6, 35, 41 13,15,51 15,51 13,15,41,51,D9

QAP NO. MEC/23M9/05/21/M/001/QAP-015 REVFor MECON (Stamp & Signature) For CONTRACTOR/ SUB-CONTRACTOR 0

(Stamp & Signature) SHEET 1 OF 1

EQUIPMENT

Q U A L I T Y A S S U R A N C E P L A NF O R

STRUCTURAL AND MECHANICAL

EQUIPMENT DETAILS INSPECTION AND TESTSDescription (with equipment

heading, place of use and briefspecifications)

LR BEND

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Documents

15D1, D2 ,

Final Inspection/ Test byManufacturer'sName and Address

Raw Material and In-ProcessStage Inspection

Description

6

MECON's T.S. &Relevant Standards mentioned therein

309

Page 310: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Tender No:05/51/23M9/GAIL/001(i)FORM NO. 11.20(4.4)F-09 REV-0

CONTRACTOR PROJECT : BAWANA NANGAL SPURLINES PROJECT

ORDER NO. & DATE PACKAGE NO. : 05/51/23M9/GAIL/001(i)

SUB-CONTRACTOR PACKAGE NAME : Flange & Fitting <16"

ORDER NO. & DATE MR NO. : TS No.: MEC/TS/05/21/025

INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Code Description Code DOCUMENTS:of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawingshaving same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other

2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stampedsubmission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant cataloguesand equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./

3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks detailsto different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram

4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erectionEstimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) proceduresavailable. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with

12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-Procedure Accuracy 45. Anti-Static Test ments, if any

ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate ofCONTR : CONTRACTOR * : MFR/ CONTRACTOR - AS APPLICABLE 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instrumentsMFR : MANUFACTURER ** : TEST TO BE PERFORMED, IF APPLICABLE 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gaugesH : HOLD 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray ReportsR : REVIEW 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed TestW : WITNESS compliance certificate 49. Proof Test (Type Test)

50. Dielectric Test

Test Certificates & REMARKS/Sl. Identification Quantity Unit Expected Documents to be SAMPLING PLANNo. No. No./M Weight Schedule of submitted to MECON

(MR Item No.) (Kg) Final Inspn. MFR CONTR MECON MFR CONTR MECON

1 3 4 5 7 8 9 10 11 12 13 14 161.0 As per 1,2,4,5, - - 1,2,6 * 1,2,6 1,2,4,5,6,13,35,41**, 100%

SOR 13,35,41** D9

QAP NO. MEC/23M9/05/21/M/001/QAP-025 REVFor MECON (Stamp & Signature) For CONTRACTOR/ SUB-CONTRACTOR

(Stamp & Signature) SHEET 1 OF 1

EQUIPMENT

Q U A L I T Y A S S U R A N C E P L A NF O R

STRUCTURAL AND MECHANICAL

EQUIPMENT DETAILS INSPECTION AND TESTSDescription (with equipment

heading, place of use and briefspecifications)

Flanges & Fittings < 16"

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Documents

15MECON's T.S. &

Final Inspection/ Test byManufacturer'sName and Address

Raw Material and In-ProcessStage Inspection

Description

6

Relevant Standards mentioned therein

310

Page 311: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FORM NO. 11.20(4.4)F-09 REV-0

CONTRACTOR PROJECT :BAWANA - NANGAL SPURLINES PROJECT

ORDER NO. & DATE PACKAGE NO. : 05/51/23M9/GAIL/001(i)

SUB-CONTRACTOR PACKAGE NAME : PRESSURE SAFETY VALVE

ORDER NO. & DATE MR NO. : SPEC. NO.: MEC/TS/05/62/056

INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Code Description Code DOCUMENTS:of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawingshaving same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other

2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stampedsubmission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant cataloguesand equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./

3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks detailsto different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram

4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erectionEstimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) proceduresavailable. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with

12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-Procedure Accuracy 45. Anti-Static Test ments, if any

ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate ofCONTR : CONTRACTOR * : MFR/ CONTRACTOR - AS APPLICABLE 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instrumentsMFR : MANUFACTURER ** : TEST TO BE PERFORMED, IF APPLICABLE 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gaugesP : PERFORM : FUNCTIONAL TEST INCLUDES : (1) COLD BENCH 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray ReportsR : REVIEW SET PRESSURE TEST (2) SEAT LEAKAGE TEST 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed TestW : WITNESS AND (3) VALVE LIFT TEST. compliance certificate

Test Certificates & REMARKS/Sl. Identification Quantity Unit Expected Documents to be SAMPLING PLANNo. No. No./M Weight Schedule of submitted to MECON

(MR Item No.) (Kg) Final Inspn. MFR CONTR MECON MFR CONTR MECON

1 3 4 5 7 8 9 10 11 12 13 14 161.0 1,2,3,4, * - 1,2,3,14, - 1,2,3,14, 1,2,3,4,5,8,14,31, 100%

5,8 31,44,47 47 32,34,44,47

QAP NO. TO BE ALLOTED BY MECON

QAP NO.:MEC/23M9/05/21/M/001/QAP-056 REVFor MECON (Stamp & Signature) For CONTRACTOR/ SUB-CONTRACTOR 0

(Stamp & Signature) SHEET 1 OF 1

Data Sheet

ASME Sec-VIII Div-I,ASME Sec. IX,MECON's T.S.,

Approved

Description

6

EQUIPMENT DETAILS INSPECTION AND TESTSDescription (with equipment

heading, place of use and briefFinal Inspection/ Test byManufacturer's

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Documents

15D1, D10,

specifications)

2Pressure Safety Valves

Name and AddressRaw Material and In-Process

Stage Inspection

Q U A L I T Y A S S U R A N C E P L A NF O R

STRUCTURAL AND MECHANICALEQUIPMENT

qap_psv_GAIL311

Page 312: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FORM NO. 11.20(4.4)F-09 REV-0

CONTRACTOR PROJECT : BAWANA NANGAL SPURLINES PROJECT

ORDER NO. & DATE PACKAGE NO. : 05/51/23M9/GAIL/001(i)

SUB-CONTRACTOR PACKAGE NAME : QUICK OPENING END CLOSURE

ORDER NO. & DATE MR NO.: SPEC. NO.: MEC/S/05/62/013

INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :

1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Code Description Code DOCUMENTS:of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawingshaving same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other

2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stampedsubmission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant cataloguesand equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./

3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks detailsto different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram

4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erectionEstimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) proceduresavailable. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with

12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-Procedure Accuracy 45. Anti-Static Test ments, if any

ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment/ Stress Relievin 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate ofCONTR : CONTRACTOR * : MFR/ CONTRACTOR - AS APPLICABLE 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instrumentsMFR : MANUFACTURER ** : TEST TO BE PERFORMED, IF APPLICABLE 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gaugesH : HOLD 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray ReportsR : REVIEW 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed TestW : WITNESS compliance certificate

Test Certificates & REMARKS/MR Tag No. Quantity Unit Expected Documents to be SAMPLING PLAN

Item (as per MR) No. Weight Schedule of submitted to MECONNo. (Kg) Final Inspn. MFR CONTR MECON MFR CONTR MECON

1 3 4 5 7 8 9 10 11 12 13 14 161.1 6 1,2,4,5,6, - - 1,2,3,8,9, 1,2,3,8,9, 1,2,3,4,5,6,8,9,11,12,

QOEC- 0601, 0701 11,12, 13,14,31, 14,47 13,14,31,32,34,35,QOEC- 0101, 0201 35,41 32,44,47 41,44,47

NO.MEC/23M9/05/21/002/M/QOEC/QAP-013 REVFor MECON (Stamp & Signature) For CONTRACTOR/ SUB-CONTRACTOR 0

(Stamp & Signature) SHEET 1 OF 1

8", 600# (D4A), BW

QOEC- 0301, 0302, 0401, 0402

Sec-VIII Div-I

Description

6

EQUIPMENT DETAILS INSPECTION AND TESTSDescription (with equipment

heading, place of use and briefFinal Inspection/ Test byManufacturer's

Name and AddressRaw Material and In-Process

Stage Inspection

Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and

Documents

15D1 & ASME

6", 600# (D4A), BW 4", 600# (D4A), BW

specifications)

Quick Opening End Closures

Q U A L I T Y A S S U R A N C E P L A NF O R

STRUCTURAL AND MECHANICALEQUIPMENT

d:\fateh\ipps-kg basin\tender rfq\qoec\QAP - Mechanical Equipment - QOEC312

Page 313: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

APPENDIX-IV

DELETED

313

Page 314: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

APPENDIX-V

VIDEOGRAPHY SURVEY

314

Page 315: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 1 of 3

APPENDIX V – VIDEOGRAPHY SURVEY 1.0 INTRODUCTION

The purpose of video survey is to capture before starting construction activities the ground realities along the pipeline route and to co-relate same with digitised maps of Survey of India. Moreover during construction activities the Contractor shall video report at least once a week all site activities.

2.0 PROJECT DESCRIPTION

Approximate Length and Size of Pipeline

Section Description Front-1 Front-2 Section-I 24” Dia. x 84 Kms 0-42 Kms 42-84 Kms Section-II a) 16” Dia x 64 Kms

b) 8” Dia. x 16 Kms 0-32 Kms 0-16 Kms

32-64 Kms -

3.0 SCOPE OF WORK

Contractor or the approved agency (by Owner / Engineer) shall carry out the videography along the route of the pipeline.

The work will be subdivided in two phases :

Phase 1: Videography of the entire route prior to any construction activities

A) The contractor shall capture the video for the following areas but

not limited to :

1. Pipeline route 2. Location of various Stations and Tap Off points. 3. Major features such as water bodies, plantation, flora & fauna,

forest, 4. All Crossing like road, railways, river, canal, khadi etc. 5. The photographs of the major crossing like river, railways highways

both upstream and down stream of the pipeline. The photographs and video should cover the type of soil and terrain condition, obstacles, rocks etc.

315

Page 316: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 2 of 3

B) The identified locations on digitised map of Survey of India shall be interfaced with Videography through software whereby one can access both simultaneously and match the two. The identified locations like Crossings-National Highways, State Highways, Rivers, Major Canals, Hill, Major Khadi; Areas - Rocky, Marshy, Forest, Plantation.

The digitised map shall be procured from Survey of India by the Contractor. Digital thedolite shall be used for all surveys. However, GAIL will provide all possible help in collection of required map, and Authorisation letter required, if any to contractor.

C) There is no need to carry out videography of the route if there is no

change in topographical features. Such areas should highlight at end and starting point in videography.

Phase 2: Videography during Construction activities

During construction, the Contractor shall video survey all distinct / main activities under progress alongside the entire pipeline routing.

The purpose of this survey is to get a complete videography of the construction site at different stage of the construction.

This includes all main activities as per phased working procedure.

Each phase of the construction shall be at least survey at 5 different locations distributed equally along the pipeline routing.

Each Natural Gas station will be also surveyed on the same way.

Contractor shall submit his planning and his methodology to Owner / Engineer approval right after the LOA.

3.1 The proper log of the location, landmark, crossings, town, districts and

important comments will be embedded. 3.2 The search will be text based and it will retrieve the relevant video

segment along with textual / visual data for reference. 3.3 A special programme will be written which will help create interface

through which the video of important landmarks can be searched / viewed.

3.4 Narration in back side of video will be provided along the route

316

Page 317: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 3 of 3

3.5 The Contractor shall hand over CDs : 6 Nos. Phase 1 CDs : 6 Nos. Phase 2

4.0 ASSISTANCE

The Contractor to indicate in detail the information and assistance as required from client to execute the survey.

5.0 TIME OF WORK

One month for phase 1 Construction period for phase 2

6.0 PRICE SCHEDULE

Contractor to quote for each phase its lump sum fee on per Km. of route survey basis. The fees shall include all expenses and cost of facilities used to carry out the scope covered in clauses above.

Contractor to quote separate item as stated in Schedule Of Rate (SOR). Contractor to quote separately for each extra set of CD/DVD Price will be indicated under Schedule Of Rate (SOR).

317

Page 318: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

APPENDIX-VI

TRANSITION FITTING

318

Page 319: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

319

Page 320: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

320

Page 321: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

APPENDIX-VII

SKETCH SHOWING DEMARCATION OF MAINLINE AND TERMINAL MATERIAL

321

Page 322: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

322

Page 323: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

323

Page 324: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

324

Page 325: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

4.0 ANNEXURE TO PARTICULAR JOB SPECIFICATION

325

Page 326: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE TO PARTICULAR JOB SPECIFICATION

CONTENTS ANNEXURE-I : TEMPORARY CATHODIC PROTECTION WORKS

ANNEXURE-II : CORROSION MONITORING SYSTEM WORKS

ANNEXURE-III : CIVIL & STRUCTURAL WORKS

ANNEXURE-IV : ELECTRICAL WORKS

ANNEXURE-V : INSTRUMENTATION WORKS

ANNEXURE-VI : TELECOMMUNICATION WORKS

ANNEXURE-VII : FIRE PROTECTION SYSTEM

326

Page 327: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure-I to

Particular Job Specification (TEMPORARY CATHODIC PROTECTION

SYSTEM WORKS)

327

Page 328: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SCOPE OF WORKS FOR

TEMPORARY CATHODIC PROTECTION SPURLINES OF DADRI – BAWANA - NANGAL PIPELINE

PROJECT (PHASE I) SAHARANPUR-ROORKEE-HARIDWAR-

& LUDHIYANA-JALANDHAR SPUR LINES 24”/16”/8”

DOCUMENT NO. - MEC/23M9/05/E9/E/000/0001

(ELECTRICAL SECTION) MECON LIMITED DELHI 110 092

328

Page 329: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 1 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

CONTENTS

SL.NO. DESCRIPTION

1. General

2. Project Description 3. Standards 4. Guarantee 5. Site Conditions 6. Scope of Work

7. Quality Assurance, Inspection & Testing

8. Testing & commissioning

9. Drawings, Standard Specification And Installation Standards

10. Resources/ Facilities 11. Project Scheduling & Monitoring 12. Construction 13. Documentation 14. Make of Material/ Bought Out Items 15. Inspection of Supply Items

Appendix-I (List of Approved Parties for Bought out items)

329

Page 330: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 2 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

1.0 GENERAL 1.1 Introduction

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 Contractor’s responsibility to bring to the notice of Engineer-in-charge any irreconcilable conflict in the contract documents before starting the work(s) or making the supply with reference which the conflict exists. 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 & 8”x16Km (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

Page 331: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 3 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

2.1 PROJECT DETAIL

The work being tendered is covered as indicated below:

Sl. No. Sections Location Description Pipeline Dia. Length (KM) (Approx.)

1 I Ludhiana Despatch Terminal To Jalandhar Receiving Terminal

24” 84

2 II SV cum despatch Terminal at Saharanpur to Receiving cum distribution Terminal at Haridwar

16”

64

3 II Receiving cum distribution Terminal at Haridwar to Receiving Terminal at BHEL & SIDCUL

8”

16

3.0 STANDARDS

3.1 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 GAIL’s 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

Page 332: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 4 of 15 TITLE TEMPORARY CATHODIC PROTECTION

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 : 50°C/ 2˚C (max./min.) Max relative humidity : 98% Altitude : Less than1000 M Atmosphere : To withstand site condition

(Humid & Heavy Rainfall during Monsoon) 6.0 SCOPE OF WORK (SUPPLY, INSTALLATION, TESTING & COMMISSIONING)

6.1 Temporary Cathodic Protection System

Survey, design, detail engineering, fabrication, supply, installation, testing and commissioning of the temporary cathodic protection system using Mg/ Zn galvanic anodes to protect the external surface of 3LPE coated 24”NB dia. x 84 km long main line & 16” NB dia x 64 km and 8” NB dia x16 km spur lines against corrosion for design life of minimum 2 years or till the commissioning of PCP system, whichever is later. Detection & mitigation of DC interference & high induced AC voltage on the pipeline. Maintaining and keeping of PSP value as specified and monitoring at monthly basis of the temporary cathodic protection system till commissioning of the permanent cathodic protection system. All work shall be carried out conforming to the Scope of work, Design Basis, Data Sheets, national & international standard & as per standard specification No.- MEC/TS/05/21/016A for temporary cathodic protection system. Scope shall also include -but not limited to the following for completion of jobs:-

a) Measurement of soil resistivity along the right of way of the main pipeline & take soil sample at every 1.00 kM for its chemical & microbial analysis along the pipeline route as per specification for corrosion survey.

b) Collection of additional data related to cathodic protection along the right of way of pipeline as per

standard specifications. c) Supply, installation, testing & commissioning of one set of spark gap arrestor across each

insulating joint provided at dispatch terminal, receiving terminal, tap-off, SV & various consumer terminals as per P&ID / specification. The pipeline shall be earthed through GI earth electrodes with separate earth pit for grounding of un-protected/above ground pipeline. The resistance to earth of grounding shall be limited to 5 ohms max.

332

Page 333: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 5 of 15 TITLE TEMPORARY CATHODIC PROTECTION

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 O’clock position in the interval of 2 meter (max.)

on carrier pipes at all cased crossings i.e. railways/ roads etc. f) Supply, installation, testing & commissioning of Electrical resistance Probe (Min. 3 No for Section-I

with 1 no. ER probe reading instrument, 2 Nos for Section -II with 1 no. ER probe reading instrument) probes utilizing the electrical resistance technique shall be provided along the pipeline at marshy areas and at vulnerable locations to monitor the external corrosion activity on the pipeline. Location of external ER probe shall be decided during detail engineering.

g) Supply, installation, testing & commissioning of Polarisation coupons (Min. 10 Nos. for Section-I, 10

Nos for Section-II) have one side exposed area of 100 mm x 100 mm shall be provided along the pipeline at marshy areas and at vulnerable locations to monitor the external corrosion activity on the pipeline as per enclosed standard specification. Location of external Polarisation coupons shall be decided during detail engineering. Number of magnetic devices for operation of magnetic switch shall be decided during detail engineering in consultation with GAIL/MECON.

h) Monitoring of the TCP system till commissioning of the permanent cathodic protection system. i) All civil/ structural works related to TCP system including supply of bricks, cement & steel etc.

required for completion of the system. j) The test station to be provided as per drawing which will be used for PCP system in future.

6.2 Other Miscellaneous Works i) The job includes all civil works including supply of bricks, cements steel etc. connected with

grouting of equipment to be installed. The job includes repairing of all civil works damaged during installation of electrical and other facilities.

ii) Preparation of buried cable trenches including excavation, back filling, compacting, providing of

brick protection by second-class bricks, spreading of fine river sand, including all supplies. iii) The scope of work under this contract shall be inclusive of breaking of walls and floors, and

chipping of concrete foundations necessary for the installation of equipment, materials, and making good of the same. Minor modifications wherever required to be done in the owner free supplied equipments or devices to enable cable entry, termination, etc.

iv) Checking of all cable & welding connections, testing and commissioning of all equipment erected

and/or connected under this contract as per testing procedures and instructions of Engineer-in-Charge.

v) Supply and installation of all other accessories not specifically mentioned herein but nevertheless

necessary for completion of job.

333

Page 334: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 6 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

vi) Engineering and preparation of specifications and drawings for procurement & installation of CP System wherever applicable/required by Owner/ MECON and submit to Owner/ MECON for approval/comments.

vii) Correction and submission of all owners’ drawings for as-built status. viii) Test certificates, catalogues, vendor drawings, installation, operation and maintenance manuals for

all equipment/materials in contractor’s scope of supply. ix) Co-ordination with other Contractors/Pipeline contractor. 6.3 WORK CONTRACT

The entire work as per Scope of Work covered under this contract shall be treated as “Works Contract”. All works included in the scope of CP work will be done simultaneously with main pipeline construction by main pipeline Contractor. Bidder will supply all the materials required for completing the system and organise manpower & equipments accordingly to meet the requirement of Cathodic Protection work in time as per completion schedule given in Volume I of II.

7.0 QUALITY ASSURANCE, INSPECTION AND TESTING

7.1 All the equipment supplied by the contractor shall be inspected by the Owner and/or their

inspection agency at the manufacturer’s works prior to despatch. The equipment will be inspected as per the tests pre-identified in the approved QAP to ensure conformity of the same with relevant approved drawings, data sheets, specifications, National/International standards.

7.2 Performance tests of any equipments which cannot be conducted/demonstrated either partially

of wholly at the manufacturer’s work, shall be conducted after erection at site in the presence of Owner & their inspection agency. In all the cases, prior approval of the approval shall be obtained.

7.3 In case of waiver category of items, the same shall be pre identified. For such items, the

contractor shall furnish necessary certificates, test reports etc for Review/Approval to Owner/Inspection agency. The issue of Inspection Certificate/Waiver Certificate for any equipment or component there of does absolve the contractor from his contractual obligations towards subsequent satisfactory performance of the equipment at site. Should any equipment be found defective, In whole or part thereof after receipt at site or during erection/commissioning and testing shall be Rectified/Changed by contractor free of cost.

7.4 Contractor shall submit test plan for the equipments with four week advance notice. 8.0 TESTING & COMMISSIONING 8.1 The successful tenderer shall submit detailed site testing & commission procedure with time

schedules for Review/Approval to Owner/MECON.

334

Page 335: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 7 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

8.2 The successful tenderer shall provide adequate supervisory/ skilled personnel and all tools and tackles, testing equipment and instruments required for complete checking of installations and testing and commissioning of all equipment and accessories.

8.3 All the tests shall be conducted in the presence of Owner/ Engineer-in/charge or his authorized

representative unless he waives this requirement in writing. 8.4 The testing and commissioning of all equipment under the scope of the tenderer shall be carried

out in accordance with the latest edition of relevant Indian Standards, International Standard NACE standards and IE Rules.

8.5 Test reports shall be submitted in required number of copies duly signed by the TENDERER to

MECON and OWNER. 8.6 On successful completion of erection of each item /equipment, a final inspection will be carried

out at site by Owner / MECON, for correctness and completeness of erection. 8.7 After the completion of all tests and rectification of all defects pointed out during final inspection,

start-up trials would be commenced. During the start-up trials contractor shall provide skilled / unskilled personnel and supervision round the clock at his cost. The number and category of workmen and duration up to which required, will be decided by the Engineer-in-charge. Any defects noticed during the start-up trial relating to the equipment supplied and work carried out by the Contractor, will be rectified by the contractor at his own cost.

8.8 Any work not conforming to the execution drawings, specifications or codes shall be rejected

forthwith and the contractor shall carry out the rectification at his own cost. 8.9 After the operating conditions are fully achieved for TCP system and the other requirements as

stated in the General Conditions of Contract are fulfilled, the contractor would be eligible for applying for a completion certificate.

9.0 DRAWINGS, STANDARD SPECIFICATION AND INSTALLATION STANDARDS

9.1 The drawings accompanying the tender document are indicative of the nature of work and issued

for tendering purposes only. Construction shall be as per drawings/specifications issued/ approved by the Owner/ MECON during the course of execution of work. After the job completion, contractor shall prepare ‘AS-BUILT’ drawings, final certified as built drawings vendor drawings for bought out equipments shall be submitted by the contractor to owner in bound volume with one set of reproducible original sepia plus five sets of prints & one set to MECON.

The equipments/ materials to be supplied by the contractor shall conform to the requirements of the applicable standard specifications. Also the installation of various material/ equipment shall also conform to the standard specification.

The purpose of the pipeline alignment drawings, P&IDs & Plot Plan drawings enclosed with the

tender is to enable the tenderer to make an offer in line with the requirements of the Owner. These are indicative of the nature of work and issued for tendering purposes only. The bidders, however, shall visit the site before bidding for proper information of site conditions. Construction shall be as per drawings/ specifications issued/ approved by the Owner/ Consultant during the

335

Page 336: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 8 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

course of execution of work. A) SPECIFICATION 1. Specification for Corrosion Survey MEC/TS/05/21/016C 2. Specification for TCP system MEC/S/05/21/016A B) STANDARD DRAWINGS

1.0 PREPACKED ZINC ANDOE MEC/SD/05/21/16/01

2.0 PREPACKED Mg ANDOE MEC/SD/05/21/16/02

3.0 DETAILS OF Mg RIBBON ANODE MEC/SD/05/21/16/03

4.0 DETAILS OF TEST STATION FOR TCP MEC/SD/05/21/16/04

5.0 TEST STATION CONNECTION SCHEMES MEC/SD/05/21/16/05

6.0 GALVANIC ANODE INSTALLATION MEC/SD/05/21/16/06

4.0 ZINC RIBBON ANODE FOR CASED CROSSINGS WITH COATED CASINGS

MEC/SD/05/21/16/07

7.0 PIPELINE GROUNDING THROUGH POLARISATION CELL AND GALVANIC ANODES

MEC/SD/05/21/16/08

8.0 DETAILS OF ZINC GROUNDING CELL MEC/SD/05/21/16/09

9.0 CASING PIPE DETAILS MEC/SD/05/21/16/13

10.0 TEST STATION FOR POLARIZATION CELL MEC/SD/05/21/16/14

11.0 DETAILS OF THERMIT WELD FOR CABLE TO PIPE JOINT

MEC/SD/05/21/16/18

12.0 ELECTRODE FOR EARTHING SYSTEM MEC/SD/05/E9/02/01

13.0 EARTH ELECTRODE IN TEST PIT MEC/SD/05/E9/02/02

9.2 Drawings for Tender purpose enclosed with construction tender

Schematic Route Diagram P&ID Plot Plan Alignment Sheets Crossings Sheets

9.3 Survey Drawings/ Details

a) Overall Schematic Route Diagram

336

Page 337: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 9 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

10.0 RESOURCES FACILITIES 10.1 Recruitment of Personnel by Contractor

The Contractor shall not recruit personnel of any category from among those who are already

employed by the other agencies working at the sites but shall make maximum use of local labour available.

10.2 Construction Water and Power Supply No water and power will be provided by the owner. It should be the responsibilities of the

contractor to arrange water and power at his own cost. 10.3 Land for Residential Accommodation Owner shall not provide any land for residential accommodation of contractor’s staff and labour. 11.0 PROJECT SCHEDULING & MONITORING

The following schedules/documents/reports shall be prepared and submitted by the Bidder/Contractor for review/approval at various stages of the contract.

11.1 Along with Bid b) Time Schedule

The Completion Time Schedule for the work (including mobilization period) as given in VOL-I of in

all respect, from the date of issue of telex/telegram/letter/Fax of Intent.

The Bidder is required to submit a Project Time Schedule in Bar Chart Form, along with the Bid. The Schedule shall cover all aspects like sub-ordering, manufacturing and delivery, indicated in the Bid Document. The Owner interface activities shall be clearly identified with their latest required dates. Owner reserves the right to disqualify the Bidder if the above Schedule submitted by the Bidder is not in line with the over all Project requirement.

c) Scheduling & Monitoring System

The Bidders should describe their system of Project Scheduling and monitoring, the extent of

computerization, level of detailing, tracing methodology etc. with the name of computer package and sample outputs.

11.2 After the Award of Contract a) Overall Project Schedule

The Contractor shall submit within 2 week of Fax of Intent, a sufficiently detailed over all Project Schedule in the activity network form, clearly indicating the major milestones, interrelationship/ interdependence between various activities together with analysis of critical path and floats.

The network will be reviewed and approved by Engineer- in-Charge and the comments if any shall be incorporated in the network before issuing the same for implementation. The network thus

337

Page 338: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 10 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

finalised shall form part of the contract document and the same shall not be revised without the prior permission from Engineer-in- Charge during the entire period of contract.

b) Progress Measurement Methodology

The contractor is required to submit within 2 week of award of WORK, the methodology of progress measurement of sub-ordering, manufacturing/ delivery, sub- contracting construction and commissioning works and the basis of computation of overall services/physical progress informed. Owner reserves the right to modify the methodology in part or in full.

c) Functional Schedules

The contractor should prepare detailed functional schedules in line with network for functional monitoring and control and submit scheduled progress covers for each function viz. ordering, delivery and construction.

11.3 Project Review Meetings

The Contractor shall present the programme and status at various review meetings as required. Weekly Review Meeting

Level of : Contractor’s/Consultant’s RCM/ Participation Site Incharge & Job Engineers. Agenda : a) Weekly programme v/s actual achieved in the past week &

programme for next week. b) Remedial Actions and hold up analysis. c) Client query/ approval. Venue : Site Office Monthly Review Meeting

Level of : Senior Officers of GAIL/MECON and Participating

Contractors. Agenda : a) Progress Status/ Statistics

b) Completion Outlook c) Major hold ups/slippages d) Assistance required

e) Critical issues f) Client query/ approval

Venue : GAIL/MECON Office/ At Site

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

Page 339: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 11 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

WORK and such representatives shall have free access to the WORK at all times. The presence or absence of a OWNER's representative does not relieve the CONTRACTOR of the responsibility for quality control in all phases of the WORK. In the event that any of the WORK being done by the CONTRACTOR or any SUB-CONTRACTOR is found by OWNER's representatives to be unsatisfactory or not in accordance with the DRAWINGS, procedures and SPECIFICATIONS, the CONTRACTOR shall, upon verbal notice of such, revise the work in a manner to conform to the relevant DRAWINGS, procedures and SPECIFICATIONS.

12.1 Rules & Regulations

CONTRACTOR shall observe in addition to Codes specified in respective specification, all National

and Local Laws, Ordinances, Rules and Regulations and requirements pertaining to the WORK and shall be responsible for extra costs arising from violations of the same.

12.2 Procedures

Various procedures and method statements to be adopted by CONTRACTOR during the construction as required in the respective specifications shall be submitted to OWNER in due time for APPROVAL. No such construction activity shall commence unless approved by OWNER in writing.

12.3 Field Inspection

CONTRACTOR shall have at all times during the performance of the WORK, a Competent Superintendent on the premises. Any instruction given to such superintendent shall be construed as having been given to the CONTRACTOR.

12.4 Erection and Installation

The CONTRACTOR shall carry out required supervision and inspection as per quality Assurance plan and furnish all assistance required by the OWNER in carrying out inspection work during this phase. The OWNER will have engineers, inspectors or other authorised representatives present who are to have free access to the WORK at all times. If an Owner’s representative notifies the CONTRACTOR's authorised representative not lower than a Foreman of any deficiency, or recommends action regarding compliance with the SPECIFICATIONS, the CONTRACTOR shall make every effort to carry out such instructions to complete the WORK conforming to the SPECIFICATIONS and approved DRAWINGS in the fullest degree consistent with best industry practice.

12.5 Construction Aids, Equipment, Tools & Tackles

CONTRACTOR shall be solely responsible for making available for executing the work, all requisite Construction Equipments, Special Aids, Cranes, Tools, Tackles and testing equipments and appliances. Such construction equipments etc. shall be subject to examination by owner and approval for the same being in first class operating condition. Any discrepancies pointed out by OWNER shall be immediately got rectified, repaired or the equipment replaced altogether, by CONTRACTOR. OWNER shall not in any way be responsible for providing any such equipment, machinery, tools and tackles.

The OWNER reserves the right to rearrange such deployment depending upon the progress and priority of work in various sections.

339

Page 340: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 12 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

Tie-end between main line and starting point of terminal is included in the scope of contract, as and when main line section is available for Tie-ins.

13.0 DOCUMENTATION

13.1 Drawings and design documents 13.1.1 The following documents shall be submitted along with the offer:

a) Filled up data sheets & Check lists b) QAP c) Design calculations of TCP system d) List of two years operation and maintenance spare e) Catalogues for Anodes, polartisation cells, spark gap arrestors etc.

13.1.2 The following drawings (in three sets) & documents shall be submitted for approval within 3

weeks of award of contract.

a) Various Procedures of TCP system-Soil survey, Thermit weld, Sacrificial anode (Zn/Mg/Ribbon) installations, Test station installation, Cable laying, Pin brazing, Installation of polarization cell, External ER probe, Surge diverter & grounding cell, connection & sealing of sacrificial anode etc.

b) Soil survey report with marked vulnerable locations c) Detailed design calculations of TCP system, formulae used d) Procedure for AC & DC interference detection & mitigation. e) Procedure for field testing, pre-commissioning & commissioning. f) Procedure for post commissioning surveys. g) Procedure for Monitoring & maintenance of TCP system. h) Detailed design of Anode ground bed, typical lay out drawings for Anode bed

connection & installation for TCP system. i) Equipment layout, Cable layout & schedule. j) TLP & junction box installation & erection details drawings k) Incorporation of Anode bed, Polarisation cell, surge arrester, TLP, Junction boxes &

other relevant feature in TCP system design in Alignment sheet & Plot plan. l) Bill of Material

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/Datasheets-

a) Test documents & drawings for bought out items. b) Detailed commissioning report of pipeline.

340

Page 341: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 13 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

14.0 MAKE OF MATERIAL/BOUGHT OUT ITEMS

An Appendix-I of approved vendors for various major items is enclosed with this tender specification. The bidder shall consider such names only as indicated in the aforesaid list and clearly indicate in the bid the name(s) as selected against these items. For any other item not covered in the list enclosed with this tender document, prior approval shall be obtained by the contractor for its make/ supplier’s name.

15.0 INSPECTION OF SUPPLY ITEMS

All inspections and tests shall be made as required by the specifications forming part of this contract. Contractor shall advise Owner/ Consultant in writing at least 10 days in advance of the date of final inspection/tests. Manufactures inspection or testing certificates for equipment and materials supplied, may be considered for acceptance at the discretion of Owner/ Consultant. All costs towards testing etc. shall be borne by the contractor within their quoted rates. All inspection of various items shall be carried out based on Quality Assurance Plan, which will be submitted by the Contractor and duly approved by Owner/ Consultant.

-x-x-x-

341

Page 342: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 14 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

APPENDIX-I Sheet 1 of 2

APPENDIX-I - (LIST OF SUPPLIER/S OF MAJOR BOUGHT OUT ITEMS) 1) CABLES

i) Brooks ii) Nicco iii) Biren iv) CMI v) Delton vi) KEI vii) Reliance viii) Satellite Cables ix) Evershine x) Torrent Cables xi) Universal xii) Victor xiii) Indian Aluminimum Cables xiv) Associated Flexible & Wires xv) Asain xvi) Fort Gloster xvii) Finolex xviii) Industrial xix) Rediant xx) NITCO xxi) Suyog

2) JUNCTION BOX

i) Exprotecta, Beroad ii) Baliga iii) Flexpro iv) FFLP Control Gears v) Sterling vi) Sudhir vii) Electrical Equipment Corporation viii) Corrtech ix) CCS x) CEL

3) SACRIICIAL ANODES

i) Scientific Metals Engineers Pvt. Ltd, Karaikudi ii) PSL Holding Pvt. Ltd., Mumbai iii) Cathodic Controls, Bangalore iv) BHEL, Bhopal v) Electro Protection Services, India vi) Corrtech vii) Nippon Corrosion, Japan

342

Page 343: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI BAWANA-NANGAL PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 15 of 15 TITLE TEMPORARY CATHODIC PROTECTION

MEC/23M9/05/E9/E/000/0002 REVISION 0

APPENDIX-I Sheet 2 of 2

4) Portable Reference Cell : MC Miller (USA)

5) Permanent Reference Cell : Corrtech, Consultech, MC Miller, CCS, CPES, CTS

6) AC/ DC, DC/DC Operated : M/s Raychem, M/s Kriston systems

Automatic Transformer Rectifier Unit

7) Thermit Weld : M/s Erico, USA, M/s Cad Weld 8) Pin Brazing : M/S SAFE TRACK M/S BAC, UK 9) Digital Multimeter : MOTWANE, MODEL DM-375,Fluke,Yokagova or

Equivalent(3.5 digit) 10) CTSU : M/s Kriston systems, M/s Veriteq, M/s Cimcon, M/s NC

Miller USA 11) Solid state polaristation cell : M/s Dairyland, M/s Corrpro systems M/s Metricorr, Denmark

12) Backup Agency for doing : 1) PLE Germany

CIPL / interference survey 2) Vendor Velde

3) Nippon Japan

4) Balslev, Denmark

5) SSS, India

6) SSS, Germany

343

Page 344: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure-II to

Particular Job Specification (CORROSION MONITORING SYSTEM WORKS)

344

Page 345: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

JOB SPECIFICATION

FOR CORROSION MONITORING SYSTEM

SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

SAHARANPUR-ROORKEE-HARIDWAR- & LUDHIYANA-JALANDHAR SPUR LINES

24”/16”/8”

DOCUMENT No. - MEC/23M9/05/E9/E/000/0001, R-0

(ELECTRICAL SECTION)

MECON LIMITED DELHI 110 092

345

Page 346: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 1 of 10 TITLE CORROSION MONITORING SYSTEM

MEC/23M3/05/E9/E/000/0001 REVISION 0

CONTENT

SL. NO. DESCRIPTION

1 INTRODUCTION

2 GENERAL

3 SCOPE OF WORK

4 SPECIFICATION

5 INSPECTION & TESTING

6 PAINTING, MARKING & SHIPMENT

7 SPARE & ACCESSORIES

8 DOCUMENTATION TO BE PROVIDED BY VENDOR

9 GUARANTEE

10 SUGGESTED VENDOR LIST

346

Page 347: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 2 of 10 TITLE CORROSION MONITORING SYSTEM

MEC/23M3/05/E9/E/000/0001 REVISION 0

1.0 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 : 500C/20C Max. Relative humidity : 98 % Altitude : less than 1000 m above MSL Atmosphere : To withstand site conditions

(Humid & Heavy Rainfall during Monsoon)

2.0 SCOPE 2.1 SCOPE OF DESIGN & ENGINEERING 2.1.1 Submission of drawings, QAP, specification, equipment selection criteria & manuals for

approval. Preparation of site engineering drawings and details for installation works wherever applicable or required by the Engineer-in-charge, and submits to the Engineer-in-charge for review/Approval.

2.1.2 Correction, updating and submission of all Owner’s drawings for as-built status. 2.2 LOCATIONS OF ER PROBE & CORROSION COUPONS

P&IP No.- MEC/23M9/05/21/M/001/1001 (Total Sheet 9)

347

Page 348: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 3 of 10 TITLE CORROSION MONITORING SYSTEM

MEC/23M3/05/E9/E/000/0001 REVISION 0

Location Location/ Line No.

Fluid Flow Pressure Temp. Thickness Description of

CMS (SECTION –I)

MMSCMD bar (g) °C mm

Despatch terminal at Ludiana (Ch.0.0km)

24"-P-06-0615-D1A

1.47

98

-29 to 65

6.4, 7.1, 8.7 & 11.1 mm for X-70 6.4, 7.9 & 9.5 mm for X-80

a) Corrosion Probe b) Corrosion

Transmitter c) Receiver

(corrosion meter)

d) Corrosion Coupon

Receiving terminal at Jalandhar (Ch.80.00km)

24"-P-07-0702-D1A

0.87 98

-29 to 65

9.5, 11.1, 12.7 & 15.9 mm for X-70 8.7, 9.5 ,11.1& 14.3 mm for X-80

a) Corrosion Probeb) Corrosion

Transmitter c) Receiver

(corrosion meter)

d) Corrosion Coupon

Location Location/ Line No.

Fluid FlowPressur

e Temp. Thickness

Description of CMS

(SECTION –II)

MMSCMD bar (g) °C mm

Despatch terminal Saharanpur (CH 00.00)

16"-P-01-0112-D1A

2.7 98

-29 to 65

6.4, 7.1, 8.7 & 11.1 mm for X-70 6.4, 7.9 & 9.5 mm for X-80

a) Corrosion Probeb) Corrosion

Transmitter c) Receiver

(corrosion meter)

d) Corrosion Coupon

Receiving terminal at Haridwar (CH 55.00)

16"-P-02-0202-D1A 0.53 98

-29 to 65

9.5, 11.1, 12.7 & 15.9 mm for X-70 8.7, 9.5 ,11.1& 14.3 mm for X-80

e) Corrosion Probef) 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

Page 349: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 4 of 10 TITLE CORROSION MONITORING SYSTEM

MEC/23M3/05/E9/E/000/0001 REVISION 0

2.3 SCOPE OF SUPPLY INSTALLATION, TESTING & COMMISSIONING

Following electrical equipment and material are in the contractor’s scope of supply in this tender. Design, engineering, supply of all materials, preservation at site, fabrication, assembly, erection/installation, testing, commissioning, guarantee, performance evaluation/test at site, preparation of technical data sheet, Training the client personnel, submission of first trial/commissioning reports and engineering drawings and obtaining approval from GAIL / MECON for Corrosion Monitoring System as per system description, drawing, specification, standards etc enclosed with the tender document and as per direction of Engineer-in-charge. All the supplied items shall be from a single approved manufacturer. The ER probes and coupons shall be installed at suitable position on the pipeline. However, if required a minimum gap of 1.5 meters below the pipeline for retrieval of the ER probes and coupons shall be provided. Necessary construction of concrete pit shall be provided.

2.3.1 MATERIALS AND SCOPE OF SUPPLY

The scope of supply shall consist as minimum requirement of the following components: i) ER PROBE, TRANSMITTER AND ACCESS FITTING ASSEMBLY FOR ER PROBES a) ER Probe: Total Quantity = 08 Nos.(1W+1S) One working & one standby for location as

given above. ER Probes shall be high-pressure retrievable type, flush mounted, body in SS316 with element of carbon steel for installation with high-pressure hollow plug access fitting assembly. The probe shall be suitable for measurement of corrosion rate in the range of 0-10 mpy. The probe element shall be same carbon steel of pipeline (API 5L X-80/X-70) and element thickness of 10 mils. Probe life shall be at least 2 yrs. at 1 to 2.5 mpy corrosion rate. Probe length is to be decided by the vendor as the pipe size varies from location to location.

b) Transmitter: Total Quantity: 04 Nos. Panel Mounted Transmitters: Four no. for locations as given above. The transmitter shall be panel mounted. The transmitter shall have valid intrinsically safety certificate from authorized certifying agency for use in Hazardous area as specified in design basis. Type – 2 wire IP-66 Input- ER probe Output- 4-20 mA Cable lead- 5’ for ER probe connection and as required for connection to receiver (corrosion meter in control room). Power Supply-24 VDC from receiver unit Mounting-At site near probe by bracket/ yoke support -Intrinsically safe -With safety barrier between transmitter and receiver.

349

Page 350: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 5 of 10 TITLE CORROSION MONITORING SYSTEM

MEC/23M3/05/E9/E/000/0001 REVISION 0

c) 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 hollow-plug assembly in AISI-316 along with heavy duty protective C.S. cover complete with

essential spare. Rating 6000 psi and suitable up to design temperature of -29 to 650

C. ii) CORROSION COUPONS: a) Corrosion Coupon: Total Quantity- 20 Nos. The corrosion coupons shall be mild Steel

flush disc coupons 1.25” dia. x 1/8” thickness with one mounting hole of ID 0.312”- The corrosion coupon shall be made of pipeline material (API 5L X-80/X-70). The corrosion coupon would be replaced in every 45 days, after exposure to the fluid in the pipeline.

b) Coupon Holder: Total Quantity: 04 Nos.: Four Nos. for locations as mentioned above. The

coupon holder shall be retrievable type made of SS 316.

c) Access Fitting Assembly for Corrosion Coupons –Total Quantity 04 Nos.: Four Nos. for locations as mentioned above.

2” NB, 5.25” height, flare weld Access fitting Assembly (non-tee), body carbon steel, acme thread outlet with solid plug assembly in AISI-316, along with heavy duty protective C.S. cover complete with essential spare. Rating 6000 psi

iii) RECEIVER (CORROSION METER): Total Quantity: 04 Nos. for ER probes, for locations as

mention above connected to UPS (Uninterrupted Power Supply)

- Resolution: ±0.1 mpy or 0.01 mil - Measurement repeatability: ± 1 dial division - Measurement range: 0-10 mpy

- Design Temperature -290

C to 650

C - Complete with suitable safety barrier and two cable of required length between

transmitter and receiver (corrosion meter), operation and maintenance manual. -Receiver (corrosion meter) shall be installed in the control room. Approximate minimum distance of 250 meters between control room and field transmitter shall be considered. -Owner will provide 220V power supply for this unit. The unit shall be suitable to provide 24VDC supply for powering the transmitter is 4-20 mA loop through the two wire cable.

- The unit shall receive 4-20 mA signal proportional to corrosion rate in mils per year (MPY) from the transmitter through the same two-wire cable and provide digital display of corrosion rate through the same two-wire cable. 4-20 mA signal shall also be available from the transmitter-receiver (corrosion meter) for interfacing with DCS/SCADA.

- The receiver (corrosion meter) shall have valid intrinsically safe certificate from authorized certifying agency.

iv) RETRIEVER KIT-Total Quantity 04 No, Four set-complete with repair and seal kit for ER

probes & coupon holders – Rating: 6000 psi.

The retriever shall be manufactured from stainless steel and should have chromium plating for resistance to mechanical / corrosion damage at high pressure. Retriever, shall works on

350

Page 351: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 6 of 10 TITLE CORROSION MONITORING SYSTEM

MEC/23M3/05/E9/E/000/0001 REVISION 0

a pressure-balanced principle i.e. sudden released of pressure from the system, the retriever will not telescope.

v) SERVICE VALVE KIT: Total Quantity – 04 set

Service valve kit, complete with blanking plug, extension lever, brass hammer, spare face-to-access fitting O-ring, heavy duty field service box, essential repair & seal kit. Retriever & service valve kit shall be designed for operation on all locations for ER probe and coupons.

3.0 SPECIFICATION

Technical Requirements

The electrical resistance (ER) probes and corrosion coupons to be installed at the location as mentioned above shall be retrievable from the line under the operating pressure and temperature. The ER probes & coupons shall be flush mounted on the pipeline at suitable position. All the materials in contact with fluid shall be in accordance with NACE Standard MR-0175. Pipeline inlet pressure may vary according to pipeline pressure drop due to different flow rate, the corrosion monitoring system shall be suitable for operation under this fluctuating pressure conditions.

4.0 INSPECTION AND TESTING 4.1 All the equipment supplied by the contractor shall be inspected by the Owner and/or their

inspection agency at the manufacturer’s works prior to despatch. The equipment will be inspected as per the tests pre-identified in the approved QAP to ensure conformity of the same with relevant approved drawings, data sheets, specifications, National/International standards.

4.2 Performance tests of any equipment which cannot be conducted/ demonstrated either

partially of wholly at the manufacturer’s work, shall be conducted after erection at site in the presence of Owner & their inspection agency. In all the cases, prior approval of the approval shall be obtained.

4.3 In case of waiver category of items, the same shall be pre identified. For such items, the

contractor shall furnish necessary certificates, test reports etc for Review/Approval to Owner/Inspection agency. The issue of Inspection Certificate/Waiver Certificate for any equipment or component there of does absolve the contractor from his contractual obligations towards subsequent satisfactory performance of the equipment at site. Should any equipment be found defective, In whole or part thereof after receipt at site or during erection/commissioning and testing shall be Rectified/Changed by contractor free of cost.

4.4 In case of waiver category of items, the manufacturer shall carry out stage wise inspection

and testing as per relevant standard codes and service requirements of the specification, for all items of his work prior to shipment. The Manufacturer/contractor shall submit stage wise inspection documents for review/Approval to the Owner/MECON. Manufacturer’s third party inspector’s 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

Page 352: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 7 of 10 TITLE CORROSION MONITORING SYSTEM

MEC/23M3/05/E9/E/000/0001 REVISION 0

4.6 The performance evaluation of corrosion monitoring system during commissioning shall be

calibrated as per manufacturer’s instruction for a period required for a complete cycle of parcel of materials being transported such as crude oil in the pipeline. The contractor shall record and tabulate the corrosion rates at known location of pipelines and submit to owner/ PMC along with their comments. The CMS system generated data should not vary over abnormally wide range. CPBG (Contractor’s, Performance, Bank Guarantee) shall be released based on performance evaluation.

5.0 PAINTING, MARKING & SHIPMENT

5.1 All items shall be painted and marked as per manufacturer’s standard before shipment. All

items shall be properly packed and protected to avoid damage during shipment. The manufacturer shall ensure insurance during shipment. If any equipment found defective, In whole or part thereof after receipt at site or during shipment/erection/commissioning and testing shall be rectified/changed/supplied by contractor free of cost.

6.0 SPARE & ACCESSORIES

The manufacturer shall supply required spare and accessories for 2 years operation. Manufacturer shall submit un-priced list of 2 Year O&M spares.

7.0 GUARANTEE

The vendor shall guarantee for quality, integrity and standard of all monitoring instrument and accessories for two years from the date of commissioning / as per commercial clause given in the tender document elsewhere.

8.0 OTHER MISCELLANEOUS WORKS 8.1 Preparation of buried cable trenches, including, back filling, compacting providing of brick

protection by second-class bricks, spreading of fine river sand, including all supplies. 8.2 The job includes repairing of all civil works damaged during installation of complete CMS

facilities. 8.3 The scope of work under this contract shall be inclusive of breaking of walls, floors and

chipping of concrete foundations necessary for the installation of equipment, materials, and making good of the same.

8.4 Minor modifications wherever required to be done in the owner free supplied equipments /

devices to enable cable entry, termination etc. 8.5 Sealing of opening made in the walls / floors for cables trays, cables, bus ducts, etc using

acceptable practice and standards. 8.6 Supply and installation of all other accessories not specifically mentioned herein, but never

the less necessary for completion of the job.

352

Page 353: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 8 of 10 TITLE CORROSION MONITORING SYSTEM

MEC/23M3/05/E9/E/000/0001 REVISION 0

9.0 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 (200˚C), CMRI testing and approved by CCOE, DGFAS and having BIS license.

10.0 JOB SPECIFICAITONS 10.1 Various works covered under this contract like equipment erection, cabling and grounding

works etc shall be performed in accordance with specifications/ standard practice attached with this tender.

10.2 The equipments/materials to be supplied by the contractor shall conform to the

requirements of the applicable specifications enclosed in the tender document. 10.3 Price of erection & commissioning spares and special tools shall be included in the quoted

price by the bidder. 10.4 The above location & no of ER probes, corrosion coupons, Transmitters & Receivers,

Service valve kit, Access Fitting Assembly for probe & coupon, Retriever Kit etc is indicative (Only for tender purpose), Actual no. of these equipments & their location may changed according to site condition/in detail engineering, Contractor shall provided these changed no. of quantities as per unit price quoted in SOR.

11.0 MAKES OF EQUIPMENTS AND MATERIALS

Suggested vendor list for CMS system enclosed with this specification. (See annexure-I) 12.0 DOCUMENTATION 1.1 Drawings and design documents 1.1.1 The following documents shall be submitted along with the offer:

a) CMS equipments data sheets b) Equipment selection criteria & drawings c) QAP d) List of two years operation and maintenance spare e) Catalogues for various equipments in CMS system

1.1.2 The following drawings (in three sets) & documents shall be submitted for approval within

3 weeks of award of contract.

a) Procedures for installation, testing & commissioning of CMS system. b) Data sheets of all component of CMS system c) Equipment selection criteria & drawings (part no, material etc) d) QAP e) List of two years operation and maintenance spare for retriever and service valve kit. f) Catalogues for various equipments in CMS system g) O&M manuals of various equipments of CMS system

353

Page 354: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 9 of 10 TITLE CORROSION MONITORING SYSTEM

MEC/23M3/05/E9/E/000/0001 REVISION 0

h) Intrinsically safe certificates with catalogue wherever applicable i) Third party inspection, calibration certificates & manufacturer stage wise inspection

and testing for all the finished items

13.0 DRAWINGS AND DATA SHEET

13.1 Contractor shall submit drawings and data sheet as enumerated in this specification of the equipments / materials to be supplied.

13.2 After the job completion, contractor shall prepare AS-BUILT drawings and documents,

submit catalogues/manuals (O&M), datasheets, test certificates of major brought out items like Transmitter & receiver, Service valve kit, Retriever service valve, Access fittings, service valve kit etc of CMS system. Final certified as built drawings, documents and manuals etc shall be submitted by the contractor to owner in bound volume with one set in soft copy (CD) plus five sets of prints & One set to MECON.

354

Page 355: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU SPURLINES OF DADRI – BAWANA - NANGAL (DBNPL) PIPELINE PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 10 of 10 TITLE CORROSION MONITORING SYSTEM

MEC/23M3/05/E9/E/000/0001 REVISION 0

Annexure-I

SUGGESTED VENDOR LIST FOR CMS SYSTEM The corrosion monitoring items shall be procured from one of the following manufactures: 1) Rohrback Cosasco System, USA 2) Metal Sapmples, USA 3) Cormon, UK. 4) Corrocean, Norway 5) Caproco International Ltd., UK All the components including spares shall be purchased from a single manufacturer.

355

Page 356: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure-III to

Particular Job Specification (CIVIL & STRUCTURAL WORKS)

356

Page 357: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 1 of 21

1.0 CIVIL & STRUCTURAL WORKS I) General

The scope of work to be performed under this contract shall include complete civil and steel structural works as per plans, equipment layout, drawings & technical specifications for the various GAIL Terminals:

Based on the location and type of terminal to be constructed, the scope has been sub divided into four sections viz: Section 1 and Section 2. The terminals and tap off to be constructed are as follows: SECTION-1 Ludhiana To Jalandhar Spur Pipe line i) Tap-off at IP Station 4 of BNPL at Ludhina dispatch Terminal at Ch. 295.0

Km.. ii) SV Station-1 at Chainage 24.0 Km. iii) Tap-off for Consumers at Chainage 25.0 Km. iv) Four SV Stations in Ludhiana To Jalandhar Spur Pipe line viz. SV-2, SV3,

SV-4 and SV-5 at Chainages 42.0 Km, 44 Km., 60 Km. & 76.0 Km Chainages respectively.

v) 1 Nos. Receiving Terminal at Jalandhar at Chainages Ch. 80.0 Km. SECTION-2 Saharanpur to Haridwar and consumer lines. i) Tap-off from Despatch Terminal at SV-3 at Saharanpur at Chainage 115.0

Km of existing BNPL Project. ii) SV-1 & SV-2 at chainages 24.0 Km and 34 Km. iii) SV-3 cum tap off for Roorki city.at Chainage 39.0 Km. iv) 2 Nos. Sectionalizing Valve Station SV-4, SV-5 at Chainages 45.0 Km and

47.0 Km. v) Tap off for Power Plant at Chainage 52.0 Km. vi) Receiving cum Distribution Network Terminal at Haridwar at chainage 64.0

km. vii) Three nos. Sectionalizing Valve Station SV-1, SV-2 and SV-3 at chainages

3.70 Km , 4.2 Km and 6.0 Km respectively in Haridwar to BHEL pipeline. II) Scope of Supply

Contractor shall procure & supply to site all the materials including cement, reinforcing steel, steel sections/plates, pipes, barbed wire, Chain link fencing, chequered plate, mesh and other accessories, other masonry materials, bitumen/asphalt, admixtures & bonding agents, sealants, kerb stones, pavior block, sand and boulder etc., and any other construction material/item required to complete the civil & structural works. All costs towards testing/inspection of materials/goods shall be borne by the Contractor. No materials/items shall be supplied by the Owner (except anchor bolts & base plates for free issue items).

III) Site Work

Complete construction work including supply of labour, construction materials, construction equipment, survey, tools & tackles, dismantling &

357

Page 358: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 2 of 21

modification/strengthening, supervision, testing etc. required to complete all the structures, foundations, roads, drains, pavements, finishes, supply, fabrication, erection of steel structures, chain link fencing, painting, including site grading/earthwork in cutting & filling etc. as specified and required to complete the civil & road works in all respect.

(All enabling works e.g. construction water tank, casting/fabrication yard, electricity, site stores & office, safety and security measures, coordination with other contractors working at site etc. shall be Contractor’s responsibility. Special permits to such as ‘Hot Permit”, “Fire Safety Permit” to work at existing despatch terminal shall be contractor’s responsibility.)

IV) Scope of Work

The scope of work shall be broadly, but not limited to, the following: SECTION-1 1 SV-1 Cum Tap-off Point for Ludhiana at Chainage 25.0 Km.

a) Site grading of the plot including plot development of size

approximately ( 80 m X 80 m ) by cutting. b) Turfing of non paved/constructed areas as specified. c) Construction of a 3 m high boundary wall with brick masonry walls,

PCC coping. 0.6 m high Y Angle posts with Barbed wire fencing and an entrance gate of Mild Steel sections.

d) Sand filling as and where shown in drawings. e) Earth filling in embankments for external roads wherever required with

provision of RCC Culverts/ Pipe Culvert. f) Construction of Control room building of size approx. 37 m x 12.0 m

(approx). g) Construction of Guard room of size approx. 3.0 m x 2.5 m. h) 150 mm thick RCC pavement in process area with RCC supports for

pipe / equipment if required. i) 150 mm thick RCC pavement for all external / internal roads, if

required. j) Independent RCC foundations for pipe supports, Equipment,

Crossovers foundations etc. k) Steel structures Valve Operating Platforms and Crossovers. l) Pipe & Valve support and their foundations. m) Grouting of all base plates/frames of equipment foundations and

structural bases. n) Clearing all construction debris and handing over completed work site. o) Any other work not specifically mentioned but required to make the

terminal functional. p) Marking as-built details/drawings on one set of construction drawings

and return to owner.

2. Proposed SV Stations with Control Room (2 Nos)

a) Site grading of the plot including plot development of size approximately ( 60 m X 60 m ) by cutting.

b) Filling good/borrow earth approx. 1.0 m if required. c) Turfing of non paved/constructed areas as specified.

358

Page 359: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 3 of 21

d) Sand filling as and where shown in drawings. e) Earth filling in embankments for external roads wherever required with

provision of RCC Culverts/ Pipe Culvert. f) Construction of a 3 m high boundary wall with brick masonry walls,

PCC Coping. 0.6 m high Y Angle posts with Barbed wire fencing and an entrance gate of Mild Steel sections.

g) Construction of Control room building of size approx. 18 m x 8.0 m (approx).

h) Construction of Guard room of size approx. 6.5 m x 4.0 m. i) Construction of Electrical transformer room of size approximately 5.0

m x 5.0 m. j) Construction of Septic Tank along with Soak Pit. k) Construction of Water supply system (Hand Pump etc.) l) Construction of Valve Pit. m) Supply, Fabrication and Erection of Mild Steel Gate in boundary wall n) Steel structures Valve Operating Platforms and Crossovers. o) Pipe & Valve support and their foundations p) 150 mm thick RCC pavement for all external / internal roads. q) 80 mm thick PCC pavior block over sand cushion over ground / on a

PCC base at locations as specified. r) Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk

PCC base as specified. s) Independent RCC foundations for pipe supports, foundations etc. t) Storm water drainage system in RCC / brick drains with complete civil

works as per requirement. u) 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.

v) Grouting of all base plates/frames of equipment foundations and structural bases.

w) Provision of all inserts, conduits, pre-cast covers, fixing of free issue items into permanent works etc.

x) Clearing all construction debris and handing over completed work site. y) Any other work not specifically mentioned but required to make the

terminal functional. z) Provision of Chain link fencing and gate around transformer. aa) Marking as-built details/drawings on one set of construction drawings

and return to owner. 3. Proposed SV Stations without Control Room (3 Nos)

a) Site grading of the plot including plot development of size approximately ( 60 m X 60 m ) by cutting.

b) Filling good/borrow earth approx. 1.0 m if required. c) Turfing of non paved/constructed areas as specified. d) Sand filling as and where shown in drawings. e) Earth filling in embankments for external roads wherever required

with provision of RCC Culverts/ Pipe Culvert. f) Construction of a 3 m high boundary wall with brick masonry walls,

PCC Coping. 0.6 m high Y Angle posts with Barbed wire fencing and an entrance gate of Mild Steel sections.

g) Construction of Guard room of size approx. 6.5 m x 4.0 m. h) Construction of Electrical transformer room of size approximately 5.0

m x 5.0 m. i) Construction of Septic Tank along with Soak Pit.

359

Page 360: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 4 of 21

j) Construction of Water supply system (Hand Pump etc.) k) Construction of Valve Pit. l) Supply, Fabrication and Erection of Mild Steel Gate in boundary wall. m) Steel structures Valve Operating Platforms and Crossovers. n) Pipe & Valve support and their foundations. o) 150 mm thick RCC pavement for all external / internal roads. p) 80 mm thick PCC pavior block over sand cushion over ground / on a

PCC base at locations as specified. q) Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk

PCC base as specified. r) Independent RCC foundations for pipe supports, foundations etc. s) Storm water drainage system in RCC / brick drains with complete

civil works as per requirement. t) 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.

u) Grouting of all base plates/frames of equipment foundations and structural bases.

v) Provision of all inserts, conduits, pre-cast covers, fixing of free issue items into permanent works etc.

w) Clearing all construction debris and handing over completed work site.

x) Any other work not specifically mentioned but required to make the terminal functional.

y) Provision of Chain link fencing and gate around transformer. z) Marking as-built details/drawings on one set of construction drawings

and return to owner. 4. Gas Receiving Terminal at Jalandhar

a) Site grading of the plot including plot development of size approximately ( 100 m X 100 m ) by cutting.

b) Filling good/borrow earth approx. 1.0 m if required. c) Turfing of non paved/constructed areas as specified. d) Construction of a 3 m high boundary wall with brick masonry walls,

PCC coping. 0.6 m high Y Angle posts with Barbed wire fencing and an entrance gate of Mild Steel sections.

e) Sand filling as and where shown in drawings. f) Earth filling in embankments for external roads wherever required with

provision of RCC Culverts/ Pipe Culvert. g) Construction of a Valve pit if required. h) Construction of Control room building of size approx. 37.0 m x 16.0 m. i) Construction of Guard room of size approx. 3.5 m x 2.5 m. j) Construction of Electrical transformer room of size approximately 5.0

m x 5.0 m. k) Construction of Septic Tank along with Soak Pit. l) Construction of Water supply system (Bore Well with Pump etc.) m) 150 mm thick RCC pavement in process area with RCC supports for

pipe / equipment. n) Supply, Fabrication and Erection of Mild Steel Gate o) Steel structure Valve Operating Platforms and Crossovers. p) Pipe & Valve support and their foundations. q) 150 mm thick RCC pavement for all external / internal roads. r) 80 mm thick PCC pavior block over sand cushion over ground / on a

PCC base at locations as specified.

360

Page 361: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 5 of 21

s) Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk PCC base as specified.

t) Independent RCC foundations for pipe supports, Equipment, Crossovers foundations etc.

u) Storm water drainage system in RCC / brick drains with complete civil works as per requirement.

v) 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.

w) Grouting of all base plates/frames of equipment foundations and structural bases.

x) Provision of all inserts, conduits, pre-cast covers, fixing of free issue items into permanent works etc

y) Clearing all construction debris and handing over completed work site. z) Any other work not specifically mentioned but required to make the

terminal functional. Provision of Chain link fencing and gate around transformer.

aa) Marking as-built details/drawings on one set of construction drawings and return to owner.

SECTION-2

1. Proposed SV Stations with Control Room (2 Nos)

a) Site grading of the plot including plot development of size approximately ( 60 m X 60 m ) by cutting.

b) Filling good/borrow earth approx. 1.0 m if required. c) Turfing of non paved/constructed areas as specified. d) Sand filling as and where shown in drawings. e) Earth filling in embankments for external roads wherever required with

provision of RCC Culverts/ Pipe Culvert. f) Construction of a 3 m high boundary wall with brick masonry walls,

PCC Coping. 0.6 m high Y Angle posts with Barbed wire fencing and an entrance gate of Mild Steel sections.

g) Construction of Control room building of size approx. 18 m x 8.0 m (approx).

h) Construction of Guard room of size approx. 6.5 m x 4.0 m. i) Construction of Electrical transformer room of size approximately 5.0

m x 5.0 m. j) Construction of Septic Tank along with Soak Pit. k) Construction of Water supply system (Hand Pump etc.) l) Construction of Valve Pit. m) Supply, Fabrication and Erection of Mild Steel Gate in boundary wall n) Steel structures Valve Operating Platforms and Crossovers. o) Pipe & Valve support and their foundations p) 150 mm thick RCC pavement for all external / internal roads. q) 80 mm thick PCC pavior block over sand cushion over ground / on a

PCC base at locations as specified. r) Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk

PCC base as specified. s) Independent RCC foundations for pipe supports, foundations etc. t) Storm water drainage system in RCC / brick drains with complete civil

works as per requirement.

361

Page 362: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 6 of 21

u) 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.

v) Grouting of all base plates/frames of equipment foundations and structural bases.

w) Provision of all inserts, conduits, pre-cast covers, fixing of free issue items into permanent works etc.

x) Clearing all construction debris and handing over completed work site. y) Any other work not specifically mentioned but required to make the

terminal functional. z) Provision of Chain link fencing and gate around transformer. aa) Marking as-built details/drawings on one set of construction drawings

and return to owner. 2. Proposed SV Stations without Control Room (7 Nos)

a) Site grading of the plot including plot development of size approximately ( 60 m X 60 m ) by cutting.

b) Filling good/borrow earth approx. 1.0 m if required. c) Turfing of non paved/constructed areas as specified. d) Sand filling as and where shown in drawings. e) Earth filling in embankments for external roads wherever required with

provision of RCC Culverts/ Pipe Culvert. f) Construction of a 3 m high boundary wall with brick masonry walls,

PCC Coping. 0.6 m high Y Angle posts with Barbed wire fencing and an entrance gate of Mild Steel sections.

g) Construction of Guard room of size approx. 6.5 m x 4.0 m. h) Construction of Electrical transformer room of size approximately 5.0

m x 5.0 m. i) Construction of Septic Tank along with Soak Pit. j) Construction of Water supply system (Hand Pump etc.) k) Construction of Valve Pit. l) Supply, Fabrication and Erection of Mild Steel Gate in boundary wall. m) Steel structures Valve Operating Platforms and Crossovers. n) Pipe & Valve support and their foundations. o) 150 mm thick RCC pavement for all external / internal roads. p) 80 mm thick PCC pavior block over sand cushion over ground / on a

PCC base at locations as specified. q) Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk

PCC base as specified. r) Independent RCC foundations for pipe supports, foundations etc. s) Storm water drainage system in RCC / brick drains with complete civil

works as per requirement. t) 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.

u) Grouting of all base plates/frames of equipment foundations and structural bases.

v) Provision of all inserts, conduits, pre-cast covers, fixing of free issue items into permanent works etc.

w) Clearing all construction debris and handing over completed work site. x) Any other work not specifically mentioned but required to make the

terminal functional. y) Provision of Chain link fencing and gate around transformer.

362

Page 363: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 7 of 21

z) Marking as-built details/drawings on one set of construction drawings and return to owner.

3. Gas Receiving Terminal at Haridwar.

a) Site grading of the plot including plot development of size approximately ( 100 m X 100 m ) by cutting.

b) Filling good/borrow earth approx. 1.0 m if required. c) Turfing of non paved/constructed areas as specified. d) Construction of a 3 m high boundary wall with brick masonry walls,

PCC coping. 0.6 m high Y Angle posts with Barbed wire fencing and an entrance gate of Mild Steel sections.

e) Sand filling as and where shown in drawings. f) Earth filling in embankments for external roads wherever required with

provision of RCC Culverts/ Pipe Culvert. g) Construction of a Valve pit if required. h) Construction of Control room building of size approx. 37.0 m x 16.0 m. i) Construction of Guard room of size approx. 3.5 m x 2.5 m. j) Construction of Electrical transformer room of size approximately 5.0

m x 5.0 m. k) Construction of Septic Tank along with Soak Pit. l) Construction of Water supply system (Bore Well with Pump etc.) m) 150 mm thick RCC pavement in process area with RCC supports for

pipe / equipment. n) Supply, Fabrication and Erection of Mild Steel Gate o) Steel structure Valve Operating Platforms and Crossovers. p) Pipe & Valve support and their foundations. q) 150 mm thick RCC pavement for all external / internal roads. r) 80 mm thick PCC pavior block over sand cushion over ground / on a

PCC base at locations as specified. s) Laying PCC kerb stones 250mm x 300 mm x 125 thick over 75 thk

PCC base as specified. t) Independent RCC foundations for pipe supports, Equipment,

Crossovers foundations etc. u) Storm water drainage system in RCC / brick drains with complete civil

works as per requirement. v) 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.

w) Grouting of all base plates/frames of equipment foundations and structural bases.

x) Provision of all inserts, conduits, pre-cast covers, fixing of free issue items into permanent works etc

y) Clearing all construction debris and handing over completed work site. z) Any other work not specifically mentioned but required to make the

terminal functional. Provision of Chain link fencing and gate around transformer.

aa) Marking as-built details/drawings on one set of construction drawings and return to owner.

4. Tap-off Point for Power Plant.

q) Site grading of the plot including plot development of size

approximately ( 40 m X 40 m ) by cutting.

363

Page 364: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 8 of 21

r) Turfing of non paved/constructed areas as specified. s) Construction of a 3 m high boundary wall with brick masonry walls,

PCC coping. 0.6 m high Y Angle posts with Barbed wire fencing and an entrance gate of Mild Steel sections.

t) Sand filling as and where shown in drawings. u) Earth filling in embankments for external roads wherever required with

provision of RCC Culverts/ Pipe Culvert. v) 150 mm thick RCC pavement in process area with RCC supports for

pipe / equipment if required. w) 150 mm thick RCC pavement for all external / internal roads, if

required. x) Independent RCC foundations for pipe supports, Equipment,

Crossovers foundations etc. y) Steel structures Valve Operating Platforms and Crossovers. z) Pipe & Valve support and their foundations. aa) Grouting of all base plates/frames of equipment foundations and

structural bases. bb) Clearing all construction debris and handing over completed work site. cc) Any other work not specifically mentioned but required to make the

terminal functional. dd) Marking as-built details/drawings on one set of construction drawings

and return to owner. 2.0 Preamble to Schedule of Quantities

The Preamble to Schedule of Items is an integral part of the schedule of quantities and rates and this is to be considered incorporated into the description of items themselves. The Contractor’s rate for any item of work in the schedule of item shall, unless stated otherwise be held to include the cost of all materials including wastage, conveyance and delivery, unloading, storing, fabrication, all consumable materials, like ms bolts, washer, electrodes, putty, gases, splices paints etc. hoisting, all labour for finishing to required shape and size, tools and plants, power fuel, consumables, all taxes, royalties, other revenue expenses, temporary facilities like roads etc

3.0 EARTHWORK IN SITE GRADING TO DEVELOP THE PLOT

Brief description of major items shall be as follows:

a) Taking pre-work and finished levels. b) Stripping and grubbing the top soil of 150 mm and preparation of sub-

grade. c) Disposal of unserviceable and surplus earth to authorized dumping

ground to any lead. d) Borrowing of approved quality good earth from any lead. e) Filling in layers of 150 mm thickness in controlled way. f) Watering and compaction up to 92% of modified dry proctor density of

soil with mechanical means. g) Actual work shall be carried out as per certified construction drawings

to be issued to successful tenderer.

Note: For all these items only consolidated final filling quantity in CuM shall be measured for payment

364

Page 365: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 9 of 21

4.0 PCC WORK

Providing and laying PCC 1:4:8 / PCC 1:3:6/1;2;4 in position (at locations where the same is not included in respective RCC item), construction and handing over of PCC in foundations, substructure, superstructure and under floor, etc complete in all respects as per scope of work, detailed construction drawings, technical specifications and direction of Engineer-in-charge.

Following works shall be inclusive in the rate of PCC item:

a) Earth Work in excavation including back filling (including using borrow

earth and disposal of surplus earth). b) Providing shuttering and strutting of all types (If necessary).

Note: For all these items only net PCC concrete quantity in CuM shall be measured for payment.

5.0 REINFORCED CEMENT CONCRETE – SUBSTRUCTURE

Brief description of major items shall be as follows:

a) Earth Work in excavation including back filling (including using borrow earth and disposal of surplus earth), including bailing out water (where ever required) , shoring / etc.

b) 75 thk. PCC 1:4:8 in mud mat as required. c) Providing shuttering and strutting of all types. d) RCC M20 as per drg. & specification including (supply of cement,

coarse aggregate, fine aggregate, reinforcement bending, placement, binding/ welding all inclusive & testing of concrete and other materials).

e) RCC in foundation for pedestals for equipment like scrubber and filter. f) RCC foundation including temporary partition, Complete civil works for

trenches as per requirement. g) Grouting of all base plates/frames of equipment foundations and

structural bases as per requirement. h) Provision of all inserts, conduits, precast covers/chequered plates,

fixing of free issue items into permanent works etc. i) Application of two coats of hot bitumen on surfaces in contact with

soil.

Note: For all these items only net RCC concrete quantity in Cu.M shall be measured for payment

6.0 REINFORCED CEMENT CONCRETE – SUPERSTRUCTURE

Brief description of major items shall be as follows:

a) Providing shuttering and strutting of all types b) RCC M20 as per drg. & specification including (supply of cement,

coarse aggregate, fine aggregate, reinforcement bending, placement, binding/ welding all inclusive & testing of concrete and other materials).

c) RCC for pedestals for equipment like scrubber, filter, cartridge, other equipments etc.

365

Page 366: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 10 of 21

d) Complete civil works for pipe supports, sleepers etc. e) Grouting of all base plates/frames of equipment foundations and

structural bases as per requirement. f) Provision of all inserts, conduits, precast covers/chequered plates,

fixing of free issue items into permanent works etc. Note: For all these items only net RCC concrete quantity in Cu.M shall be measured

for payment except building. The RCC quantity of building superstructure is included in the Plinth area item.

7.0 CONCRETE PAVEMENT

Brief description of major items shall be as follows:

a) Earth Work in excavation including back filling (including using borrow earth and disposal of surplus earth).

b) 50 Thk. PCC 1:3:6 mud mat. c) Providing shuttering and strutting of all types. d) RCC M20 as per drg & specification including reinforcement (supply of

cement, coarse aggregate, fine aggregate, reinforcement bending, placement, binding/ welding all inclusive & testing of concrete and other materials).

e) Providing and laying 150 mm thick reinforced cement concrete of (M-20 grade) with 20mm and down grade crushed stone aggregate in pavement, including preparation of base (i.e. compacted subgrade, 200 thk sand and 50 thk PCC (1:3:6).

f) Providing pockets if necessary, making recess, trenches with covers projections, fixing inserts conduit pipes (GI, PVC, HDPE, etc.) laying in alternate panels, filling the gaps between the panels with bitumen etc.

g) Making slopes, finishing edges, leaving bars for pedestals & sleepers including providing sand fill isolation.

h) Providing and fixing reinforcing steel (in one / two layers), curing, chipping and modification works etc. as specified in any shape, thickness, position and finishing the top surface smooth as per requirement etc. all complete as per drawings, specifications and directions of the Engineer-in-charge.

i) Application of two coats of hot bitumen on surfaces in contact with soil.

j) Actual work shall be carried out as per certified construction drawings to be issued to successful tenderer.

Note: Pavement – Completed civil works for pavement including, earth work

in excavation, preparation of base i.e., compacted sub grade, 200 mm thk. sand filling and compaction, 50mm thk. PCC of grade M-10, shuttering, providing reinforcement, providing and fixing of inserts plates, conduits etc.

8.0 BRICK WORK

Complete works in brick masonry in foundation/ Superstructure is included in the scope.

Brief description of major civil items shall be as follows:

a) Earth Work in Excavation including back filling.

366

Page 367: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 11 of 21

b) Brick work with not less than M-7.5 grade bricks in 1:4 cement mortar. c) 15 mm thk plastering in CM (1:4) on exposed brick surfaces. d) Application of two coats of hot bitumen on surfaces in contact with

soil. e) Applying Lime wash / Cement based paint / Weather proof paint / oil

bound distemper on plastered faces as specified.

Note: Only net brick masonry quantity shall be measured for payment purpose.

The construction of brick masonry work in foundation/superstructure shall be done as per detailed construction drawings to be issued to the successful tenderer. Offer to be prepared by the tenderer based on work described above and payment will be made on rate (per CuM) of brickwork done.

9.0 BRICK MASONRY BOUNDARY WALL

Complete works of brick masonry wall including PCC Coping, with MS Y Angle Posts and Barbed wire fencing is included in the scope. Brief description of major civil items shall be as follows: a) Earth Work in Excavation including back filling. b) DPC 40 mm with cement concrete 1:2:4 if required. c) 150 thk PCC (1:3:6) in leveling course. d) RCC 1:2:4. Including steel reinforcement for coping. e) Brick work in wall and pillar foundation with not less than M-7.5 grade

bricks in 1:4 cement mortar. f) 15 mm thk plastering in CM (1:4) on exposed brick surfaces. g) Application of two coats of hot bitumen on surfaces in contact with

soil. h) Drip course 25 mm wide over coping. i) Grooves 12X12 mm in plaster as per design. j) Painting of internal wall surface with three coats of Acrylic emulsion

paint as per SOR or approved by Engineer-in-charge, applied by brush followed by roller.

k) External wall surface to be given 3 coats of white wash. l) Expansion joints shall be provided at corners as per drawings. m) 600 High MS Y angle Posts including painting as per specification with

14 layers of GI Barbed wire fence.

Note: Only net Boundary wall length including Pillars shall be measured for payment purpose.

The construction of brick masonry boundary wall shall be done as per detailed construction drawings to be issued to the successful tenderer.

10.0 EXTERNAL WATER SUPPLY SYSTEM

Complete works for the supply, installation and proper functioning of external water supply system is included in the scope. Brief description of major items shall be as follows:

a) Earth work in excavation and back filling.

367

Page 368: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 12 of 21

b) Laying pipes (GI pipe); Connection to Municipal water line and connecting water meter.

c) 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.

d) GI pipe connection as per design including installation of CI butterfly valve, gun metal NRV.

e) Supply, installation and commissioning of tube well and submersible pump:

- Drilling bore with DTH hammer technique in all kinds of soil including hard rock, from ground level with suitable upto the required depth including cost of digging channels, trenches etc. [TELESCOPIC BORE] Diameter of bore 250 mm. Up to 75 m from GL.

- Providing, fixing and lowering MS Housing/blind pipes 150 mm dia to IS 1239 (medium class) with sockets, rings of standard design with Epoxy paint outside.

- Providing and fixing 150 mm dia MS slotted pipe with 1.5 mm to 3 mm slots as per strata conditions including sockets of standard design.

- Providing and fixing bail, plug with hook 150 mm dia. - Providing and fixing MS centering guides 150x150mm dia (Epoxy painted). - Providing and fixing MS housing clamp for 150 mm dia pipe (Epoxy painted). - Providing and fixing MS steel well cap for 150 mm dia pipe (Epoxy painted). - Providing and laying rounded pea gravel washed and sieved 3 to 6 mm nominal

bore. - Providing and laying cement concrete 1:2:4 mix for sanitary sealing of well at top. - Providing and fixing 50 mm dia GI pipe to IS 1239 medium class with fittings and

screwed cap on top for gravel feeding. - Development of tube well for minimum sixty hours or more as directed by

the Project Engineer by an over-pumping unit or air compressor including testing of yield, depression and bore log chart for tube well.

- Mobilization and transportation of drilling equipment and ancillary equipment to and

from site including erection and setting up the plant and dismantling after completion.

- Charges for drinking water analysis as per I.S.: 10500 of tube well water from

approved laboratory including Physical, Chemical and Bacteriological tests. - Supply and installation of fully submersible type multi-stage tube well pump with

stainless steel body/impellers and water-cooled motor suitable for 400/440 volts, 3 phases, 50 cycles A.C. supplies complete in all respects.

- Capacity 3,000-5,000 lit/hr. Head 50-60 meter approx. 2 H.P. [Note: The submersible pump to be installed in the well shall match the water table/ draw down requirements] - 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 unit 25 amps with HRC fuse of appropriate capacity.

2) One fully automatic DOL starter with push - buttons and on / off

indicating neon lamps.

368

Page 369: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 13 of 21

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

369

Page 370: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 14 of 21

of neat cement inside and rough plaster on outside 1200x900 mm mild steel frame fabricated from 40x40x6 mm angle iron, hinged lockable cover fabricated from 6 mm thick mild steel plate including excavation, refilling, disposal of surplus earth and painting of MS frame & cover as per directions of Engineer-In-Charge.

- 1200x900 mm & depth upto 1000 mm.

The complete lot of external water supply system including the pipe network, pump facilities and bore well and submersible water pumps shall be provided inclusive of all related works, as per approved detailed drawings to be issued to the successful tenderer. Offer to be prepared by the tenderer based on the enclosed drawings and on lump sum unit rate (per installation).

11.0 SOAK PIT AND SEPTIC TANK

Complete works for the making and proper functioning of soak pit and septic tank is included in the scope: Brief description of major items shall be as follows: a) Earth work in excavation, back filling, and disposal of surplus earth. b) PCC 1:4:8. c) Brick work 1:5. d) Plaster 12 mm thick 1:3, finished with floating coat of neat cement inside and

rough plaster outside. e) Brick bat filling in soak pit. f) Honey comb brick work in soak pit. g) RCC 1:2:4 including reinforcement, shuttering etc in top slab. h) Making all types of connections for sewerage collection and disposal.

Soak pit and septic tank shall be provided inclusive of all related works, as per approved detailed drawings to be issued to the successful tenderer. Offer to be prepared by the tenderer based on the enclosed drawings and on lump sum unit rate (per installation).

12.0 VALVE PIT

Brief description of major items shall be as follows:

a) Earth Work in excavation (soil or rock) including back filling upto required

level (including using borrow earth and disposal of surplus earth). b) 100 thk PCC 1:3:6 (M-10) grade. c) Brick work in foundation with not less than M-7.5 grade bricks in 1:4 cement

mortar and valve Pit as per drawing. d) Providing shuttering and strutting of all types e) 15mm thick plaster in CM (1:4) on exposed brickwork surfaces. f) Providing 50mm thick high-density rubber pad shall be wrapped around the

pipe in contact with RCC wall. g) PCC coping shall be 1:3:6 h) Application of two coats of hot bitumen on surfaces in contact with soil. i) Filling of Pit with river sand (zone II) j) Dry brick pitching on top. k) Actual work shall be carried out as per sketch attached with tender.

370

Page 371: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 15 of 21

13.0 PAVIOR BLOCK (80 THK ) PAVEMENT IN SPECIFIED AREAS Brief description of major works to be considered in this item is as follows: a) Earthwork in excavation including back filling upto required level (including

using borrow earth and disposal of surplus earth). b) Filling in layers of 150-mm. thickness in controlled way. c) Watering and compaction up to 92% of modified dry proctor density of soil

with mechanical means. d) Providing and laying / fixing 80 mm thick Pavior Blocks over 100 thk. sand

cushion over well compacted sub grade / PCC as specified. e) Filling joints between the blocks with fine River sand. f) Making slopes, finishing edges, leaving pockets for pedestals & sleepers g) Actual work shall be carried out as per certified construction drawings to be

issued to successful tenderer.

Note:

1) Complete civil works for Pavior Block Pavement including, earth work in excavation, preparation of base i.e., compacted sub grade, 100mm thk. sand filling and compaction, etc. are included in the works & payment shall be made under Pavior Block Pavement item.

2) PCC under the Pavior Block Pavement wherever specified shall be

paid under separate PCC item.

14.0 RCC Kerb Stone in Specified Areas Brief description of major works to be considered in this item is as follows: a) Earth Work in excavation including back filling upto required level (including

using borrow earth and disposal of surplus earth). b) Supplying and fixing Kerb Stone Blocks 250mm x 300 mm x 125 thick over 75

PCC – M 10 grade. c) Filling joints between the blocks with cement mortar (1:3) d) Actual work shall be carried out as per certified construction drawings to be

issued to successful tenderer. Note: 1) Complete civil works for Kerb Stone including, earth work in excavation,

preparation of base i.e., compacted sub grade, 75 mm thk. PCC, etc. are included in the works & payment shall be made in RM. under Kerb Stone item.

15.0 BUILDING WORKS

Complete civil and architectural works for the buildings is included in the scope: A) Building for Control Room – Scada Room - UPS and Battery Room at

Despatch Terminals, SV Stations and Gas Receiving Terminals.

Brief description of major civil and architectural under the item is as follows: i) Setting out, excavation and backfilling.

371

Page 372: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 16 of 21

ii) The building shall be RCC framed structure with cladding and partitions of masonry walls.

iii) Construction of all sub-structures and superstructures. iv) Anti-termite treatment to be applied to the building foundations, plinth and

rooms. v) 40 thk DPC to be provided at plinth level. vi) All embedded concrete/ masonry structure shall be given two coats of hot

bitumen application. vii) All structural concrete for RCC elements shall have a minimum strength of 20

Mpa at 28 days. viii) Masonry shall be in cement mortar 1:4 and with bricks of strength not less

than 7.5 M Pa. ix) 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. x) 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.

xi) Steel door/Windows as per IS1038 of approved make in steel frame with proper locking arrangement for SV stations.

xii) 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.

xiii) 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.

xiv) 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.

xv) RCC channels for cables, pipes etc. with MS plate (PVC sheet pasted on MS plate) covers in control rooms/ electrical room (as per requirement).

xvi) Inserts shall be provided to suit the technological requirements. xvii) All exposed flat roof shall be treated with `Aquashield’ of STP or equivalent

approved make. xviii) 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).

xix) 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.

xx) 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.

372

Page 373: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 17 of 21

xxi) All finishes, painting, turfing / plantations, locking arrangement, etc. any other works not specifically mentioned but required for completion and handing over of premises, complete in all respects.

xxii) Apron 0.90M wide of PCC M-10 grade and PCC peripheral Storm water drains around building (as per requirements).

xxiii) Electrical work including lighting inside the building and outside shall be under the scope of this contract. The quantity of fixture etc. shall be covered under Electrical SOR for the terminal.

xxiv) False ceiling of “Armstrong” (mineral fibre) or equivalent make of approved pattern.

xxv) Individual stations/terminals to be provided with seven no. chairs (CHR -7 with arms) and two tables (T-104) both Godrej make or equivalent as approved.

xxvi) Marking as-built details on one set of construction drawings and return to Owner.

xxvii) Any other item not covered above but required for proper functioning of the building.

Note: 1) The construction of the building shall be done as per detailed construction

drawings to be issued to the successful tenderer. Offer can be prepared by the tenderers based on the enclosed architectural and standard drawings and on lump sum unit rate (per sqm) for complete building work.

2) The payment for completed works shall be made as follows:

a. For superstructure all items (above Plinth Beam Level) as listed above shall be payable under Building Structure Item..

b. For substructure e.g. foundations, plinth beam etc. and other items such as apron, peripheral drains, steps etc. respective SOR items shall be payable.

3) For electrical wiring, illumination and fixtures refer relevant parts of

specification for Electrical Works. All Electrical works shall be paid under respective Electrical Items. However, all required civil works for electrical, instrumentation/ are in contractors Civil scope of work.

B) Building for Guard Room

A Guard room comprising the following works shall be constructed.

i) Setting out, excavation and backfilling. ii) The building should be RCC framed structure with cladding of brick

masonry walls. iii) All structural concrete for RCC elements shall have a minimum

strength of 20 MPa at 28 days. iv) Brick masonry wall in CM 1:4 with bricks of strength not less than M-

5.0 v) Plastering on masonry structures shall be of thickness 15mm on

external faces, 12mm on internal faces and 6mm on concrete faces. The cement mortar shall not be leaner than 1:4.

vi) 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

373

Page 374: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 18 of 21

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.

vii) Flooring shall be 100 thk, PCC M-15 grade on well-compacted sand of 200mm thick on prepared sub base.

viii) Flooring shall polished kota stone/vitrified tiles. ix) Roof shall be of M20 grade, 150mm thk. x) 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.

xi) 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.

xii) All exposed flat roof shall be treated with `Aquashield’ of STP or equivalent approved make.

xiii) 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.

xiv) Toilet to have first quality of make Jaguar/HSW/Parryware chromium plated plumbing fittings, liquid soap dispenser, anti cockroach chilly trap, in addition to above.

xv) Individual stations / terminals to be provided with seven no. chairs (CHR -7 with arms) and two tables (T-104) both Godrej make or equivalent as approved.

Note: 1) Construction of the Guard rooms shall be done as per detailed construction

drawing to be issued to the successful bidder. Offer can be prepared by the tenderers based on enclosed standard drawings and lump sum unit rate (per sq.m) for complete room.

2) The payment for completed works shall be made as follows:

a. For superstructure all items shall be payable on Plinth area Rate basis.

b. For substructure e.g. foundations, plinth beam, apron and drains respective items shall be payable.

3) For electrical wiring, illumination fixtures etc. refer relevant specification.

However all required civil works for electrical/ instrumentation are in contractors’ scope.

16.0 EXTERNAL DEVELOPMENT

Complete works of external development is included in the scope.

Brief discretion of major items is as follows: Soft Landscape: a) Soil preparation including manure, pesticides, sweet soil etc.

374

Page 375: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 19 of 21

b) Making plant pits/surfaces. c) Planting of plant material and watering etc. d) Maintaining plants till growth. Note: Payment of external work for Soft Landscape shall be done as per actual area

developed. External development work shall be done as per approved detailed construction drawings to be issued to the successful tenderer.

375

Page 376: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 20 of 21

SUPPLY FABRICATION AND ERECTION OF STEEL STRUCTURE 1.0 This Specification shall apply to supply, fabrication and erection of steel structures in

building and general structural work. The steel structures shall consist of but not limited to columns, column bracing, portals, platforms, walkways, stairs, ladders, handrails, chequered Plate/Grating for platforms, chain link fencing and fencing gate etc.

This Specification covers the structural steel work mainly mentioned below. The structural work shall not be limited to the following description but shall be guided by technical/ technological aspects for the total scope of work.

Brief description of major works under the item is as follows:

1.1 Supply, Fabrication and Erection of Mild Steel Gate Brief description of major items shall be as follows :

a) Supply, Fabrication and erection of mild steel gate 3.0 m high and 4.0m wide. b) Painting of MS Gate as per specification and drawing

c) Gate shall be fabricated and erected as per detailed construction drawing to

be issued to the successful tenderer. 1.2 Supply, Fabrication and Erection of Miscellaneous steel structural works.

Brief description of major items shall be as follows

a) Supply, Fabrication and erection of crossovers, platform, Structure for maintenance shed, etc. fabrication from rolled Steel section and built up section conforming to IS:2062 Grade-A and pipes conforming to IS:1161,as per requirement.

b) Painting of steel structure as per specification and drawing c) Crossover, Platform, Pipe and Valve Supports structure shall be fabricated

and erected as per detailed construction drawing to be issued to the successful tenderer

1.3 Supply, Fabrication and Erection of Chain Link Fencing and Gate.

Brief description of major items shall be as follows

a) Supply, Fabrication and erection of 2 m high chain link with 500 mm at top barbed wire supported on steel posts with other accessories all work as per specification and drawing.

b) Painting of steel structure as per specification and drawing c) Gate of suitable width shall be provided in the direction of chain link fencing. the

mesh and barbed wire used for the fabrication of gate shall be identical in all respects to that of chain link fencing .the door may be single leaf or double leaf depending on the width of the gate.

d) The gate frame shall be an angle frame with stiffeners at mid height and mid width. The mesh shall be welded to the gate frame/stiffeners. all work as per specification and drawing.

e) Painting of steel structure as per specification and drawing

376

Page 377: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 21 of 21

Note: All works shall be considered for payment on MT basis.

The cost of MS bolts (permanent and service), washers, electrodes, putty, gases, cost of straightening the raw materials, cutting of flats from plates and providing splices, paints, tools, plants, electric power, water. other consumables, as required for the work shall be deemed to be included in the quoted rates

All handling and transport charges of raw materials and fabricated structures including double handling, as required, for completion of work in accordance with time schedule, are deemed be included in the quoted rates.

377

Page 378: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure-IV to

Particular Job Specification (ELECTRICAL WORKS)

378

Page 379: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BASIC ENGINEERING DESIGN BASIS (Electrical)

FOR SPUR LINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

24”NB X84Km- LUDHIANA-JALLANDHAR P/L

16”NB x 64 KM- SAHARANPUR-ROORKEE-HARIDWAR- P/L

8”NB x 16km CONSUMERS NET WORK

DOCUMENT NO. - MEC/23M9/05/E9/E/000/0001, R-0

(ELECTRICAL SECTION) MECON LIMITED DELHI 110 092

379

Page 380: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

DESIGN BASIS FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 1 of 9 TITLE BASIC ENGINEERING DESIGN BASIS (ELECTRICAL)

MEC/23M9/05/E9/E/000/0001 REVISION 0

C O N T E N T S SL. NO. DESCRIPTION 1.0 INTRODUCTION 2.0 CODES AND STANDARD 3.0 OPERATING REQUIRMENT 4.0 LIGHTING SYSTEM 5.0 SITE CONDITIONS 6.0 AREA CLASSIFICATION & EQUIPMENT SELECTION 7.0 ENCLOSERE PROTECTION OF EQUIPMENT 8.0 EARTHING AND LIGHTNING PROTECTION SYSTEM 9.0 CABLES 10.0 AC SYSTEM 11.0 SWITCH SOCKET

PREPARED BY:

(Vinay Nagvanshi)

CHECKED BY:

(Quasim Ahmad)

APPROVED BY:

(D.K. Pande)

ISSUE DATE :

JUN, 2010

380

Page 381: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

DESIGN BASIS FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 2 of 9 TITLE BASIC ENGINEERING DESIGN BASIS (ELECTRICAL)

MEC/23M9/05/E9/E/000/0001 REVISION 0

1.0 INTRODUCTION

M/s GAIL (INDIA) LIMITED has awarded MECON Limited as project management & consultancy services for laying 16”NB 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 (IP-4 at Ch.295Km.) Ludhiana to Jalandhar & 8”NBX16Km(Appx) Pipe Line for connecting consumers in that Region on Bawana-Nangal pipeline . The project boundary covers to lay 24”NB X84Km(Appx.) long Spur line from IP-4 at Ludhiana to Jalandhar, 16”NBx64 km.(Apprx.) long spurline from SV-3 future Tap-off at Saharanpur& 8”NB x90Km (Appx.) pipeline for Consumer Connectivity. This document presents design criteria for electrical system for the dispatch terminal, SV stations, intermediate pigging & receiving stations. It indicates minimum requirements for detailed design of electrical system and equipments.

1.1 The following electrical equipments / systems are envisaged:-

I) 415 V, 3 Phase power supply shall be considered available from Grid power at dispatch terminal, Receiving Terminal & various consumer terminals.

II) Hybrid Solar power system is considered at SV station (with control room building) for

supplying critical loads PCP, Instrumentation, SCADA and telecom. III) Pole Mounted HT Substation with 11/0.433 kV, 3 Ph ONAN type, step down transformer

for receiving grid power from SEB (State Electricity Board) at SV station (with control room building).

IV) HT cables with heat shrinkable termination kit. (Stringing between State Electricity board

& GAIL terminal, if required) V) LT Power and control cable.

VI) Solar based stand alone Street lighting system for outdoor emergency lights at all SVs

stations.

VII) Indoor & outdoor lighting including other electrical installations in building & sheds.

VIII) Inverter system for emergency lighting.

IX) Earthing and Lightning protection system.

X) Structural steel, cable tray, erection accessories etc as required.

XI) Split AC system with stabilizer.

XII) Main Electrical Power Distribution Board (PDB) for receiving normal power and Lighting Distribution boards.

381

Page 382: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

DESIGN BASIS FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 3 of 9 TITLE BASIC ENGINEERING DESIGN BASIS (ELECTRICAL)

MEC/23M9/05/E9/E/000/0001 REVISION 0

2.0 CODES AND STANDARDS

Electrical equipment and system design, manufacture, testing, installation and commissioning will comply with all the latest applicable standards, regulations and codes as mentioned below: BIS - Bureau of Indian Standards CMRI - Central Mines Research institute DGM - Director General Mines Safety OISD - Oil Industrial Safety Directives IEEE - Institute of Electrical & Electronics Engineer IER - The Indian Electricity Rules ANSI - American National Standards Institute BEE - Bureau of Energy Efficiency, India IEC - International Electro technical Commission

3.0 OPERATING REQUIRMENT (i) A.C. Power Supply a) 11kV Power Supply

a) Voltage - 11kV +/- (Variation as per SEB*) b) Frequency - 50 Hz +/- 5 % c) Phases and Wire - 3 Ph

d) Fault Level - 26.2 kA (500 MVA) for 3 Sec or As per SEB regulation

*SEB-State electricity board b) 415V Power Supply

a) Voltage - 415 V +/- 10 % b) Frequency - 50 Hz +/- 5 % c) Phases and Wire - 3 Ph & N (4W) 1 Ph & N (3W) d) Fault level - 17.5 kA for 1 Sec for 3 Ph ckt

382

Page 383: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

DESIGN BASIS FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 4 of 9 TITLE BASIC ENGINEERING DESIGN BASIS (ELECTRICAL)

MEC/23M9/05/E9/E/000/0001 REVISION 0

10 kA for 1 Sec for 1 Ph ckt e) Neutral Earthing - Solidly Earth

(ii) UPS output Power supply

a) Voltage (i) 230 V AC +/-1% : Gas Chromatograph, SCADA & Telecom servers, Instrument, F

& A system, PCP & other critical loads (ii) -48 V DC+/- 1% : Telecom (iii) 24 V DC+/- 1% : SCADA & Instrument

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 INSTRUMENTATION 24 V DC 2 TELECOM SYSTEM -48 V DC (Conversion by others)

3 SCADA 24 V DC 4 CP SYSTEM 24 V DC 5 FA & CO2 Flooding system 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 - 300 lux I/C Room Process area - 50 lux Battery room - 200 lux Periphery of building - 20 lux Utilization factor - As per manufacturer catalogues. Maintenance factor - 0.6 for Outdoor / 0.7 for Indoor

Type of lighting fixture

383

Page 384: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

DESIGN BASIS FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 5 of 9 TITLE BASIC ENGINEERING DESIGN BASIS (ELECTRICAL)

MEC/23M9/05/E9/E/000/0001 REVISION 0

Control room, Office - 2x 11 W or 2x 18 W Recess/ Surface mounted & SCADA Room CFL fixture

Electrical room - 2x 36 W or 2x 40 W FTL Industrial fixtures with

Reflector (Surface/Suspended mounting) Battery room - 2x28/36 W water / vapor proof FTL lighting fixture Process area (Hazardous area) - 250 W HPMV/MH FLP Well Glass fixture Road/Outside the building - 150/250 W HPMV/MH street light fixture (Safe area) and stand alone solar street light

5.0 SITE CONDITIONS

a) Max / Min Temperature : 50 / 2 ˚C b) Relative Humidity : 98 % c) Altitude above sea level : Less than1000 M above mean sea level. d) Atmospheric condition : To withstand site condition

(Humid & Heavy Rainfall during Monsoon) e) Hazardous area Classification : Zone-1, Gas group IIA & IIB, Temp. Class T3 f) Control Room/Electrical : Safe Area HT Switch Yard/battery room /D.G Area/Transformers Yard

6.0 AREA CLASIFFICATION AND EQUIPMENT SELECTION

Classification of hazardous area will be in accordance with BIS and IS: 5572. Following selection will be considered for proper selection of electrical equipment for use in hazardous area: a) Area Classification : Zone-1 b) Gas Group : IIA and IIB c) Temperature Classification : T3 All electrical equipment installed in hazardous area will be selected as per IS: 5571. All electrical equipment for hazardous area will have CMRI certification

7.0 ENCLOSURE PROTECTION OF EQUIPMENT 7.1 Enclosure Protection:-

384

Page 385: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

DESIGN BASIS FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 6 of 9 TITLE BASIC ENGINEERING DESIGN BASIS (ELECTRICAL)

MEC/23M9/05/E9/E/000/0001 REVISION 0

Outdoor Panels/Equipments - IP 55 Indoor Panels- PDB/LDB & Other Panels etc - IP 52 UPS panels etc. - IP 31 The above enclosure protection will be in accordance with Indian standard.

7.2 Enclosure Protection in hazardous areas:-

The type of enclosure in the plant / process area shall be Flame proof (Ex-d) type.

8.0 EARTHING AND LIGHTNING PROTECTION SYSTEM

8.1 No. of earth pit will be provided as per construction drawings and IS: 3043. 8.2 All equipment earthing to be carried out as per IS: 3043, minimum size of GI/Copper earth

conductor to be used will be as given below. Equipments Earthing Conductor size

Grid & equipment such as: 50 x 6 mm GI Flat Main Electrical Distribution Board Silent D. G. Set Utility building PDB, MLDB, 25 x 5 mm GI/16 sq. mm GI rope Switch Socket DB, UPSDB, Lighting DB etc FLP – WP lights/control station 25 x 5 mm GI/16 sq. mm GI rope Product pipe line 16 sq mm flexible copper wires Mechanical equipment / Vessels, 50 x 6 mm GI Flat Tanks, Pipe/cable racks, structure, fencing RTU, Telecom, UPS 25 x 5 mm copper Field Instruments 2.5 sq mm PVC Cu Wire Jumper for flanges 50 x 2 mm Copper Strip

8.3 Earthing Electrode will be GI pipe for electrical system & Copper plate for instrument/ SCADA

&Telecom system. 8.4 Minimum 2 Nos. Copper Plate Electrodes will be provided for RTU / Control Panel at each

station. 8.5 Minimum 2 Nos. Copper Plate Electrodes will be provided for Telecommunication System at

385

Page 386: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

DESIGN BASIS FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 7 of 9 TITLE BASIC ENGINEERING DESIGN BASIS (ELECTRICAL)

MEC/23M9/05/E9/E/000/0001 REVISION 0

each station. 8.6 Minimum 2 Nos. Copper Plate Electrodes will be provided for UPS system at each station. 8.7 Minimum 4 Nos. of electrodes (2pipe+2Plate) will be provided for grounding of transformer body

& neutral. 8.8 Minimum 4 Nos. of pipe electrodes will be provided for grounding of DP/FP structure. 8.9 Minimum 2 Nos. of pipe electrodes will be provided for grounding of High Mast. 8.10 Lightning protection system shall be provided as per IS-2309.

9.0 CABLES

Power & Control cables shall be according to MECON’s Standard specification but not limited to following:

9.1 Power Cable (11kV Grade)

Screened Stranded Aluminium/copper Conductor as per SOR. Conductor screening (with non-metallic semi conducting tape or by extrusion of semi-

conducting compound)

XLPE insulation by extrusion

Insulation screening (Extruded semi Conducting layer followed by copper tape)

Core with suitable filler material (For three core cables)

PVC inner sheath ST2 by extrusion or wrapping

Galvanized flat steel strip armour/Round wire Armour (For three core cables)

Hard drawn Aluminium Round wire armour (For single core cables)

Outer sheath of cable will be FRLS PVC, ST2 type by extrusion

9.2 Power Cable (1.1 KV grade) Stranded Annealed Copper Conductor up to 16 mm2

Stranded Aluminum Conductor from 25 mm2 and above

XLPE/PVC insulation

PVC inner sheath ST2 by extrusion

Inner and outer sheath will be extruded

386

Page 387: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

DESIGN BASIS FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 8 of 9 TITLE BASIC ENGINEERING DESIGN BASIS (ELECTRICAL)

MEC/23M9/05/E9/E/000/0001 REVISION 0

Galvanized flat steel strip armour/Round wire armour

Hard drawn Aluminium Round wire armour (For single core cables)

Outer sheath of cable will be FRLS PVC, ST2 by extrusion Voltage grade – 1100 V

Applicable standard: IS-1554

9.3 Control Cable (1.1kV grade)

Stranded Annealed Copper Conductor 2.5 sq mm

PVC insulation type A by extrusion

Inner sheath will be PVC ST2 by extrusion

Steel strip/wire armored

Outer sheath of cable will be FRLS PVC, ST2 type by extrusion

Voltage grade – 1100 V

Applicable Standard: IS-1554

9.4 Lighting Cable / Wire in conduit

2.5 mm2 stranded Copper PVC insulated wire in concealed PVC conduit will be used for

point wiring. 4Cx2.5 mm2 stranded Cu cable (YWY) shall be used for flameproof fixtures.

4Cx2.5 mm2 stranded copper cable (YWY) shall be used from outdoor lighting DB to

junction box on the lighting poles.

4Cx6 mm2 stranded Cu cable (YWY) shall be used for High mast. 3 core 2.5 mm2 stranded copper cable (YWY) will be used from junction box on the

lighting poles to lighting fixture.

4mm2 stranded Copper PVC insulated wire in concealed PVC conduit for 5/15 amp switch socket & 20A Industrial switch socket.

10.0 SPLIT A.C. SYSTEM

10.1 All A.C. will be 230V, 50 Hz, 1 Ph & N split type with 4kVA stabilizer. 10.2 Control room temperature will be maintained at 22˚ C±2˚C.

387

Page 388: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

DESIGN BASIS FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 9 of 9 TITLE BASIC ENGINEERING DESIGN BASIS (ELECTRICAL)

MEC/23M9/05/E9/E/000/0001 REVISION 0

11.0 SWITCH SOCKET

11.1 5/15A, 5 pin, Switch Socket (PNE)-

• Control Room - 4 Nos. • Telecom & SCADA Room - 2 Nos. • Electrical Room - 2 Nos. • Battery Room - 2 Nos. • Kitchen - 2 Nos. • Canteen - 2 Nos. • Engineers Hall - 2 Nos. • In charge Room - 2 Nos. • Toilet - 1 Nos. • Guard Room - 1 Nos. • Store Room - 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

Page 389: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI-BAWANA-NANGALPIPELINE (DBNPL)

PROJECT

MECON LTD, DELHI

DOCUMENT NO. TITLE

Scope of work

389

Page 390: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SCOPE OF WORKS

FOR

ELECTRICAL WORKS

FOR SPUR LINES OF DADRI-BAWANA-NANGAL

PIPELINE (DBNPL) PROJECT

DOCUMENT NO. - MEC/23M9/05/E9/E/000/0002, R-0

(ELECTRICAL SECTION) MECON LIMITED DELHI 110 092

Prepared By Checked By Approved By

VINAY NAGVANSHI QUASIM AHMED D K PANDE

390

Page 391: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SCOPE OF WORK FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 1 of 10 TITLE SCOPE OF WORK (ELECTRICAL)

MEC/23M9/05/E9/E/000/0002 REVISION 0

CONTENT

Sl. No. Description

1 GENERAL

2 SCOPE

3 OTHER MISCELLANEOUS WORK

4 AREA CLASSIFICATION

5 JOB SPECIFICATION

6 STATUTORY APPROVAL OF WORKS

7 MAKES OF EQUIPMENTS AND MATERIALS

8 QUALITY ASSURANCE, INSPECTION AND TESTING

9 TESTING & COMMISSIONING

10 DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION STANDARDS

391

Page 392: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SCOPE OF WORK FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 2 of 10 TITLE SCOPE OF WORK (ELECTRICAL)

MEC/23M9/05/E9/E/000/0002 REVISION 0

1.0 GENERAL 1.1 Introduction

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

Page 393: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SCOPE OF WORK FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 3 of 10 TITLE SCOPE OF WORK (ELECTRICAL)

MEC/23M9/05/E9/E/000/0002 REVISION 0

following site conditions. Max. / Min temperature : 50˚C/ 2˚C Max. Relative humidity : 98 % Altitude : Less than1000 M above mean sea level. Atmosphere : To withstand site conditions

1.5 Power Supply Parameters

i) For D/T, SVs, R/T at Sec-I, Sec-II & Various consumer Terminal.

NORMAL POWER 415V AC, 3 Phase & Neutral

LIGHTING DISTRIBUTION (Normal) 230 V AC, Single Phase

230 V AC, Single Phase INSTRUMENTATION (UPS)

24 V DC

TELECOM SYSTEM (UPS) -48 V DC

SCADA (UPS) 24 V DC

CP SYSTEM (UPS) 230 V AC

FIRE DETECTION & ALARM SYSTEM (UPS)

230 V AC, Single Phase

Gas Chromatograph 230 V AC, Single Phase

ii) For ALL SV (solar powered) Stations:

NORMAL POWER 415V AC, 3 Phase & Neutral

LIGHTING DISTRIBUTION (Normal) 230 V AC, 1 Phase

INSTRUMENTATION (Solar) 24 V DC

TELECOM SYSTEM (Solar) -48 V DC (Conversion by others)

SCADA (Solar) 24 V DC

CP SYSTEM (Solar) 24 V DC

FA & CO2 Flooding system (Solar) 24 V DC

• 11kV Power supply is considered available at SV, IP and Receiving station. • For rest of the station 415V, 3Ph supply shall be taken through existing consumer terminal

through cables. • Details of solar power supply is provided in particular job specification.

393

Page 394: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SCOPE OF WORK FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 4 of 10 TITLE SCOPE OF WORK (ELECTRICAL)

MEC/23M9/05/E9/E/000/0002 REVISION 0

2.0 SCOPE 2.1 SCOPE OF DESIGN & ENGINEERING

2.1.1 Submission of electrical equipments selection criteria & respective design calculations,

inspection & test plan, installation & commissioning procedures, drawings for Review/Approval, preparation of site engineering drawings and details for installation works wherever applicable or required by the Engineer-in-charge & final commissioning reports, submit to the Engineer-in-charge for Review/Approval.

2.1.2 Selection & design of all electrical equipment shall be as per relevant Indian & International

standards. 2.1.3 Correction, updating and submission of all Owner’s/Tender’s 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 contractor’s 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 MECON’s standard specification & SOR with heat

394

Page 395: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SCOPE OF WORK FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 5 of 10 TITLE SCOPE OF WORK (ELECTRICAL)

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 like-

Cable 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 (PDB’s & LDB’s) as per specifications & Drawings. 2.2.6 Lighting system including lighting fixtures for indoor & outdoor lighting, point wiring,

octagonal/RCC poles, lighting and power panels, switches, sockets, fans, exhaust fans, PVC conduit to be laid in the concrete slab / other civil construction etc in safe area. Piano reed type sockets complete with MDF Board & 10 pair cable etc. for indoor Telephones & LAN network as per drawing & SOR.

2.2.7 Outdoor lighting system at SV stations (without control room building) will be supplied by solar

photovoltaic power module system of system voltage 12 V incorporates VRLA (SMF) Battery for one day autonomy. Details of the system were provided in its Particular job specification.

2.2.8 Split Air Conditioners with stabilizer & 230V AC (PNE) Industrial Switch Socket unit fully

interlocked with 20 A SP type C MCB for Air Conditioners. 2.2.9 Flameproof type welding receptacles etc. 2.2.10 Inverter for emergency power. 2.2.11 GI pipes, GI Cable-trays and accessories, cable markers, identifier tags, GI saddles and all

other associated accessories for cable-laying. 2.2.12 Flame proof, outdoor type 63 Amp. & 32 Amp. Welding socket, AC-23 duty, interlocked with

heavy duty switch. 2.2.13 Earthing and lightning protection system, including supply of earthing pits, Cu earth plates

electrodes, Pipe electrodes, earthing strips, grounding conductor of various sizes and Cu strip for flange jumper etc as per specification & drawing.

2.2.14 Safety equipment in the stations/terminals, like shock treatment charts, caution boards, first

aid equipment, rubber mats, portable fire extinguishers, sand bucket etc.

395

Page 396: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SCOPE OF WORK FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 6 of 10 TITLE SCOPE OF WORK (ELECTRICAL)

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) Slide wrench – 2No. ( 12” & 8”) b) Ring Spanner – 1 set(up to no-32) c) DE spanner – 1 set(up to no-32) d) pipe wrench – 1 no. (14”) e) Screw Driver – 1 set f) Electrician screw Driver – 1 set g) Multimeter – 1 No. h) Alenkey – 2 sets i) Drilling Machine (600watt) with multipurpose Toolkit – 1 set

2.3 SCOPE OF INSTALLATION, TESTING & COMMISSIONING 2.3.1 Installation, earthing, testing & commissioning of Outdoor type Pole/Plinth mounted copper

wound 63 and 100 KVA, 3 Ph, 11/0.433 kV Distribution Transformer. 2.3.2 Installation, earthing, testing & commissioning of Double pole structure with Gang operated

AB Switch, Lightning arrestors, Horn gap fuse, and copper wire jumpers upto transformer HT terminals.

2.3.3 Installation, earthing, testing & commissioning of ACSR conductor, 11m MS joist/RCC pole,

11kV pin insulator and GI hardware etc as required for stinging between state electricity board battery limit to double pole structure inside GAIL Terminal including all civil, mechanical & earthing work.

OR

Installation, testing & commissioning of 3CX 11kV A2XFY HT cables including its termination (Heat shrinkable termination kit) for stringing between State Electricity Board Double pole and consumer double pole structures including all civil, mechanical & earthing work.

2.3.4 Installation, laying, termination, testing & commissioning of Cables between LT terminals of

transformer/ Distribution Board of Consumer terminal to load break fuse switch unit/ Distribution Board at GAIL terminal including supply/making & installation of Cable tray/UG cable trenches, cable supports, double compression cable glands, cable marker, tags, lugs etc as required for cable laying.

2.3.5 Installation, testing & commissioning of 250 A,200 A & 63 A TPN, AC-23 duty fuse switch unit

in outdoor type dust & weather proof steel enclosure (2 mm thick) as per drawing. 2.3.6 Laying & termination of all LV power and control cables laid in concrete-lined trenches, buried

cable trenches, cable trays, pipes, road crossings, pipe-racks etc. 2.3.7 Installation testing & commissioning of 415 V switch boards/PDBs/MLDBs/LDBs.

396

Page 397: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SCOPE OF WORK FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 7 of 10 TITLE SCOPE OF WORK (ELECTRICAL)

MEC/23M9/05/E9/E/000/0002 REVISION 0

2.3.8 Installation, testing & commissioning of Air conditioning system for the buildings. 2.3.9 Installation, testing and commissioning of stand alone dusk-dawn solar photovoltaic street

lighting system at SV station for outdoor emergency lighting (This should be in the scope of Solar street light contractor/vendor) & shall be as per enclosed SOR, PJS (Solar system) and specification.

2.3.10 Installation, testing and commissioning of lighting (Indoor & Outdoor) system in the

buildings/Terminal including wiring as per construction drawing, specifications & instruction of engineer In-charge.

2.3.11 Installation, testing & commissioning of complete earthing & lightning protection system for the

terminals as per specification, construction drawings & direction of engineer In-charge. 2.3.12 Installation testing & commissioning of Inverter for emergency power including inverter wiring

in Control room, SCADA & Telecom room & Electrical room etc. 2.3.13 Installation, testing & commissioning of GI pipes, GI Cable-trays and accessories, cable

markers, identifier tags, GI saddles and all other associated accessories for cable-laying. 2.3.14 Installation testing & commissioning of Flame proof, outdoor type 63 Amp. & 32 Amp. Welding

socket, AC-23 duty, interlocked with heavy duty switch. 2.3.15 Supply, installation, testing & commissioning of point wiring for telephone socket, LAN sockets

(Piano reed Type) in recess PVC conduit including PVC conduit, telephone socket, 10 pairs, 0.61mm, jelly filled/aerial self supporting armoured Telephone Cable, MDF box, all other accessories etc as required.

2.3.16 Installation, testing and commissioning of the contractor supplied & free issued materials. 2.3.17 All works relating to statutory approvals of the complete installation & commissioning, from

competent authority like CEA, DGMS, State electricity authority/Board etc shall be in the scope of contractor

3.0 OTHER MISCELLANEOUS WORKS

3.1 Preparation of buried cable trenches, including, back filling, compacting providing of brick

protection by second-class bricks, spreading of fine river sand, including all supplies as per drawing, specification & direction of Engineer In-charge.

3.2 The job includes repairing of all civil works damaged during installation of electrical facilities. 3.3 The scope of work under this contract shall be inclusive of breaking of walls, floors and chipping

of concrete foundations necessary for the installation of equipment, materials, and making good of the same.

3.4 Minor modifications wherever required to be done in the owner free supplied equipments /

devices to enable cable entry, termination, etc.

397

Page 398: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SCOPE OF WORK FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 8 of 10 TITLE SCOPE OF WORK (ELECTRICAL)

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 supplier’s instructions and directions of the Engineer-in-charges under supervision by equipment supplier/s. The equipments/materials to be supplied by the contractor shall conform to the requirements of the applicable specifications enclosed in the tender document.

6.0 STATUTORY APPROVAL OF WORKS

All works relating to statutory approvals of the complete installation, from competent authority like CEA, DGMS, State electricity Authority/Board etc, shall be in the scope of contractor. The application on behalf of the owner for submission to Electrical Inspector / DGMS etc. along with copies of required certificates and drawings, complete in all respects, shall be prepared by the contractor and submitted to the Engineer-in-charge for onward transmission well ahead of time so that the actual commissioning of equipment are not delayed for want of inspection by the Electrical Inspector / DGMS. The actual Liaison work shall be arranged by the Contractor and necessary coordination and liaisons work in this respect shall be responsibility of the contractors. However, the Owner on submission of bills along with documentary evidence shall reimburse any fee paid to the statutory Authority in this regards.

7.0 MAKES OF EQUIPMENTS AND MATERIALS All equipments / materials supplied by the contractor shall be as per the list of approved makes enclosed with this document subject to submission of Certification and approvals.

8.0 QUALITY ASSURANCE, INSPECTION AND TESTING 8.1 The equipment shall be inspected by the Owner and/or their inspection agency at the

manufacturer’s works prior to despatch. The equipment will be inspected as per the tests pre-

398

Page 399: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SCOPE OF WORK FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 9 of 10 TITLE SCOPE OF WORK (ELECTRICAL)

MEC/23M9/05/E9/E/000/0002 REVISION 0

identified in the approved QAP to ensure conformity of the same with relevant approved drawings, data sheets, specifications, National/International standards.

8.2 Performance tests of any equipments which cannot be conducted/demonstrated either partially

of wholly at the manufacturer’s work, shall be conducted after erection at site in the presence of Owner & their inspection agency. In all the cases, prior approval of the approval shall be obtained.

8.3 In case of waiver category of items, the same shall be pre identified. For such items, the

contractor shall furnish necessary certificates, test reports etc for Review/Approval to Owner/Inspection agency. The issue of Inspection Certificate/Waiver Certificate for any equipment or component there of does absolve the contractor from his contractual obligations towards subsequent satisfactory performance of the equipment at site. Should any equipment be found defective, In whole or part thereof after receipt at site or during erection/commissioning and testing shall be Rectified/Changed by contractor free of cost.

8.4 Contractor shall submit test plan for the equipments with four week advance notice. 9.0 TESTING & COMMISSIONING 9.1 The successful tenderer shall submit detailed site testing & commission procedure with time

schedules for Review/Approval to Owner/MECON. 9.2 The successful tenderer shall provide adequate supervisory/ skilled personnel and all tools and

tackles, testing equipment and instruments required for complete checking of installations and testing and commissioning of all equipment and accessories.

9.3 All the tests shall be conducted in the presence of Owner/ Engineer-in/charge or his authorized

representative unless he waives this requirement in writing. 9.4 The testing and commissioning of all equipment under the scope of the tenderer shall be carried

out in accordance with the latest edition of relevant Indian Standards, International Standard and IE Rules.

9.5 Test reports shall be submitted in required number of copies duly signed by the TENDERER to

MECON and OWNER. 9.6 All equipment after testing shall be energized only after certification by the qualified testing

engineer that the equipment is ready for energisation and with \ the concurrence of OWNER / MECON.

9.7 After the completion of all tests and rectification of all defects pointed out during final inspection,

plant start-up trials would be commenced. During the start-up trials contractor shall provide skilled / unskilled personnel and supervision round the clock at his cost. The number and category of workmen and duration up to which required, will be decided by the Engineer-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.

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

Page 400: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SCOPE OF WORK FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 10 of 10 TITLE SCOPE OF WORK (ELECTRICAL)

MEC/23M9/05/E9/E/000/0002 REVISION 0

9.9 Any work not conforming to the execution drawings, specifications or codes shall be rejected

forthwith and the contractor shall carry out the rectification at his own cost. 9.10 After the operating conditions are fully achieved in the plant and the other requirements as

stated in the General Conditions of Contract are fulfilled, the contractor would be eligible for applying for a completion certificate.

10.0 DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION STANDARDS

10.1 The equipments / materials to be supplied by the contractor shall conform to the requirements of

the applicable specifications. Also the installation of various material / equipment shall conform to the installation standards /norms.

10.2 The drawings accompanying the tender documents when read with specification shall depict the

electrical system of the Terminal. These are indicative of the nature of work and issued for tendering purposes only. Purpose of these drawings is to enable the tendered to make an offer in line with the requirements of the Owner. Construction shall be as per drawings / specifications issued / approved by the Engineer-in-charge during the course of execution of work.

10.3 Conduit layout drawing in ceiling, wherever required, to be prepared by the contractor and shall

be submitted for approval. 10.4 After the job completion, contractor shall prepare AS-BUILT drawings and documents, submit

catalogues/manuals (O&M) of major brought out items like HT Substation, Transformers, AC, Distribution Boards, Lighting fixture, Inverter etc. Final certified as built drawings, documents and manuals etc shall be submitted by the contractor to owner in bound volume with one set in soft copy (CD) plus five sets of prints.

Training

Contractor shall train the work force of Owner with his technical and supervisory personnel for safe, efficient operation and maintenance of the equipment and system installed by the contractor. The Number of personnel to be trained and the duration and structure of the training shall be mutually discussed and finalized.

400

Page 401: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI-BAWANA-NANGALPIPELINE (DBNPL)

PROJECT

MECON LTD, DELHI

DOCUMENT NO. TITLE

Particular job specification

401

Page 402: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

PARTICULAR JOB SPECIFICATION FOR

11kV HT WORKS

FOR SPUR LINES OF DADRI-BAWANA-NANGAL

PIPELINE (DBNPL) PROJECT

DOCUMENT No. - MEC/23M9/05/E9/E/000/0003, R-0

(ELECTRICAL SECTION) MECON LIMITED DELHI 110 092

402

Page 403: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 1 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

CONTENT

SL. NO. DESCRIPTION

1 GENERAL.

2 SCOPE

3 11KV GANG OPERATED AIR BREAK SWITCH

4 DROP OUT FUSES

5 LIGHTNING ARRESTORS

6 AREA CLASSIFICATION

7 JOB SPECIFICATION

8 STATUTORY APPROVAL OF WORKS

9 MAKES OF EQUIPMENTS AND MATERIALS

10 QUALITY ASSURANCE, INSPECTION & TESTING

11 TESTING AND COMMISSIONING

12 DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION STANDARDS

PREPARED BY:

(Vinay Nagvanshi)

CHECKED BY:

(Quasim Ahmad)

APPROVED BY:

(D.K. Pande)

ISSUE DATE :

JUN, 2010

403

Page 404: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 2 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

1.0 GENERAL 1.1 Introduction

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

Page 405: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 3 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

equipment / cable / fittings/ other material supplied by the contractor.

1.4 Site Conditions

The equipment offered and the installation shall be suitable for continuous operation under the following site conditions. Max. / Min temperature : 50˚C/ 2˚C Max. Relative humidity : 98 % Altitude : Less than1000 M above mean sea level. Atmosphere : To withstand site conditions

(Humid & Heavy Rainfall during Monsoon) 1.5 Power Supply Parameters :

11kV Power supply is considered available at SV Terminal.

NORMAL POWER 11kV, 3Ph

VARIATION As per KSEB

FREQUENCY 50 Hz ± 5%

FAULT LEVEL HT SIDE OF TRANSFORMER

26.2 kA for 3 sec or As per KSEB

FAULT LEVEL LT SIDE OF TRANSFORMER

10kA For Single Phase 17.5kA For Three Phase

2.0 SCOPE 2.1 SCOPE OF DESIGN & ENGINEERING

2.1.1 Submission of electrical equipments selection criteria & respective design calculations,

inspection & test plan, installation & commissioning procedures, drawings for Review/Approval, preparation of site engineering drawings and details for installation works wherever applicable or required by the Engineer-in-charge & final commissioning reports, submit to the Engineer-in-charge for Review/Approval.

2.1.2 Selection & design of all HT electrical equipment shall be as per relevant Indian & International

standards & contractor shall submit installation & commissioning drawings for 2-Pole structure & associated equipments approval.

2.1.3 Correction, updating and submission of all Owner’s/Tender’s drawings for as-built status. 2.1.4 Obtaining clearance for energizing the complete electrical facilities covered under this tender

and approval of installation and drawings from the Chief Electrical Inspector of the State Government/Central Electricity Authority and other statutory authority as required. This includes equipments installed or commissioned by others within the battery limit. This is for the purpose of obtaining a comprehensive approval from competent authority.

3.0 11kV GANG OPERATED AIR BREAK SWITCH

405

Page 406: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 4 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

This section covers Design, manufacturing, testing at manufacturer works and supply of 11 KV, 100 Amps, 50HZ triple pole gang operated, outdoor type, single throw, single break tilting type manually operated AB Switches suitable for vertical mounting. Air Break switches are suitable for operation under off load conditions only and are intended for use on Distribution Sub – stations and tapping sectionalizing points of 11 KV lines.

3.1 Description of the materials

The 11KV A.B. Switch (3 Pin Type) sets shall confirm to the following parameters a. Number of poles 3 b. Number of Post insulator per pole 3 nos. 12KV post insulator. c. Nominal system voltage 11KV d. Highest system voltage 12KV e. Rated frequency 50Hz f. System earthling effectively earthed. g. Rated nominal current 100 amps h. Altitude of installation Not exceeding1000M The post insulators used in the A.B. Switches shall have the following ratings:- a) One minute power frequency withstand voltage between I) Earth & poles 28 KV (rms) II) Across terminal of open switch 32 KV (rms) Rated lightning impulse withstand voltage between b) Poles & Earth 75 KV (Peak) c) Across terminal of open switch 85 KV (Peak) Short time current 26.2 KA for 1 second

3.2 General The 11KV A.B. Switch Set shall be the gang operated rotating single air break type having 3 post insulators per phase. The operating mechanism shall be suitable for manual operation from the ground level and shall be so designed that all the three phases shall open or close simultaneously. The Switches shall be robust in construction, easy in operation and shall be protected against over travel or staining that might adversely affect any of its parts. The required base M.S. Channel (hot dip galvanized) phase coupling rod, operation rod with intermediate guide braided with flexible electrolytic copper, tail piece of required current carrying capacity and operation mechanism with ‘ON’ & ‘OFF’ positions shall be provided. The operation rod shall be medium gage of 32mm diameter nominal bore G.I. pipe single length 6 meters. The phase coupling rod for gang operation shall be of medium gauge 25mm dia nominal bore G.I. pipe. The Rating post insulators shall be provide with suitable bearing mounted on a base channel with 8mm dia thrust collar and 6mm split pin made out of stainless steel. The operating down rod shall be coupled to the spindle (minimum dia – 32mm) for gang operation through another suitable bearing by two numbers 10mm dia stainless steel bolts with double nuts. All the bearings shall be provided with grease nipple. All metal (ferrous) parts shall be galvanized an

406

Page 407: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 5 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 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) Electro dynamic withstand ability during short circuits. II) Thermal withstand-ability during short circuits. III) Constant contact pressure even when the live parts of the insulator stacks are subject to

tensile stresses due to linear expansion of connected bus bar of flexible conductors either because of temperature variation or strong winds.

IV) Self-wiping action during closing and opening. V) Self-alignment assuring closing of the switch without calling for any adjustment.

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

Page 408: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 6 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

the A.B. switches the moving blade shall rotate through 90 o. This shall be exhibited in the drawing.

3.9 Name Plates

The switches shall be provided with a nameplate, which contains the information in accordance with IS-9921 (part I to V). The name plates will be weather & rust proof.

3.10 Completeness of Equipment

All fittings, accessories or apparatus which may not have been specially mentioned in this specification but which are otherwise necessary for satisfactory working of G.O. switches shall be deemed to have been included in the scope of supply.

3.11 Packing & Transportation

The supplier shall be responsible for suitable packing of all the material and marking on the consignment to ensure correct dispatch to the destination. All G.O. Switches shall be packed suitably capable of withstanding rough handling for transportation to the various consignees so as to avoid any shortage and damage occurring during transit. Separators shall be fixed between the post insulators and other breakable parts of GO Switch and also between individual GO Switches so as to prevent relative movement to avoid damage. All the labels used on each packing shall be of tin securely bounded with wire and shall have the descriptive marking stamped thereon. All GO Switches damaged during transportation shall be to the suppliers account.

3.12 TEST & TEST CERTIFICATE

Type Test Certificate for the following type tests conducted on a prototype set of A.B. Switch in a NABL approved test house/CPRI shall have to be submitted along with offer. Dielectric Test (impulse and one minute were power frequency withstand voltage test.) • Temperature rise test (for contracts and terminals) • Shorts Time current and peak withstand current test. • Mainly active load breaking capacity test. • Transformer off-load breaking capacity test. • Line charging breaking capacity test. • Cable charging breaking test. • Operation and mechanical endurance test. • Mechanical strength test for post insulator, as per IS-2444/1937 shall be furnished. • Test for galvanization of metal (ferrous) parts. Routine /Acceptance Test The following routine tests shall have to be conducted on each set by Owner/Third Party agency of the materials at the works of the manufacturer as per relevant IS/IEC. The supplier shall give fifteen days advance intimation to the Purchaser to enable him to depute his representative for witnessing the tests.

408

Page 409: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 7 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

1. Power frequency voltage dry test. 2. Measurement of resistance of main circuit. 3. Tests to prove satisfactory operation. 4. Dimension Check 5. Galvanization test. 6. Operational test.

4.0 DROP OUT FUSES

The D.O. Fuses are intended for use on Distribution transformers for protection/isolation of the same during overload or fault conditions of lines. The drop out fuse shall conform to IS: 9385 (Part-I to III) as amended from time to time. The drop-out fuses shall be expulsion type. The equipment offered by the tenderer shall be suitable for 11KV, 3 Ph 50 Hz solidly grounded earthed neutral systems. It shall be designed for a normal current rating of 100 Amps. The drop out fuses are required with Post Insulators. These shall be suitable for mounting on the structure. The bracket/channel hardware’s for D.O. Fuses shall be provided with adequate sizes of nuts, bolts and washer for mounting on the structures of the purchaser.

4.1 POST INSULATORS Each 11KV D.O. Fuse shall have two nos. 11 KV Post Insulators. The insulators shall conform to IS: 2544 of 1973 with latest amendments. The porcelain used for manufacture of D.O. Fuse shall be homogeneous, free from flaws or imperfections that might effect the mechanical or dielectric strength adversely. They shall be thoroughly vitrified tough and impervious to moisture. The glazing of the porcelain shall be of uniform brown colour free from blisters, burns and other similar defects. Insulators of the same rating and type shall be interchangeable. The porcelains and metal parts shall be assembled in such a manner that any thermal expansion differential between the metal and porcelain parts through range of temperature variation shall not loosen parts or create undue internal stresses which may affect the electrical or mechanical strength and rigidity. Each cap and base pin shall be made of high grade cast steel or malleable steel casting and they shall be machine faced and smoothly galvanized. The cap and base shall be properly cemented with insulators to give perfect grip. Excess use of cement shall be avoided. Each 11KV Post Insulators should have technical particulars as detailed below:-

11KV (i) Nominal system voltage KV (rms) 11 (ii) Highest system voltage KV (rms) 12 (iii) Dry Power Frequency one KV (rms) minute 35

Withstand voltage (iv) Power Frequency puncture KV (rms) Voltage 1.3 times the actual dry

Flashover voltage (v) Impulse withstand voltage KV (rms) 75 (vi) Visible discharge voltage KV (rms) 9 (vii) Creepage distance in mm (minimum) 320

409

Page 410: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 8 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

(viii) Cantilever strength (KN) 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 75 KV Peak b) Across the isolating distance of fuse base 85 KV Peak Rated one minute power frequency withstand voltage (dry and wet) values for the fuse base-

11KV

a) To earth and between pole 28 KV Peak b) Across the isolating distance of fuse base 32 KV Peak

4.2 RATED BREAKING CAPACITY The rated breaking capacity shall be 8KA (symmetrical). Bidder shall submit type test reports/certificates of DO fuses along with offer.

4.3 MAIN CONTACTS

The main contacts of the D.O. Fuse shall be suitable for heavy duty, properly aligned, made from Brass material. These shall have good finish and smooth surface and shall be silver plated. All the sharp edges shall be rounded off. These contacts shall be so designed to withstand highest short circuit breaking current that may be encountered during service. In nut-shell the contact assembly shall ensure:- i. Electrodynamic withstand ability during short circuit without any risk of repulsion of contact. ii. Thermal withstand ability during short circuits. iii. Constant contact pressure even when the lower parts of the insulator stacks are subjected

to tensile stresses due to linear expansion of connected bus bar or flexible conductors either because of temperature variation or strong winds.

iv. Proper alignment to ensure smooth operation of D.O. Fuse without adjustment.

4.4 CONNECTORS

The connectors shall be made from Brass suitable for ACSR/AAA Squirrel/Weasel & Rabbit, Raccoon & Dog. The connectors should be bolted type having 4 bolts & groove to hold the conductor. All brass parts should be silver plated for corrosion resistance and efficient current flow. All ferrous parts should be hot dip galvanized as per the latest version of IS: 2633. Nuts and bolts shall conform to IS: 1364 and should be hot dip galvanized. Spring washer should be electro galvanized.

4.5 FLY NUTS

These shall be provided at both the ends of Epoxy Resin Fiber Glass (ERFG) tube for tightening the fuse element. The nut shall be provided with one flat washer of 1 mm thickness. The

410

Page 411: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 9 of 15 TITLE 11kV HT WORKS

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 155˚C. 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) Nominal system voltage 11Kv (ii) Highest system voltage 12Kv (iii) System earthing Effectively earthed system (iv) Frequency (Hz) 50 (v) Lightning Impulse withstand Voltage (kVP) 75 (vi) Power frequency withstand Voltage (kv rms) 28 (vii) Arrestors duty

-Connection to system Phase to earth

411

Page 412: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 10 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

-Type of equipment to be protected 11 KV transformers & Switchgear

5.1 Lighting Arrestors (i) Type Gapless Metal oxide – outdoor (ii) Arrestor rating (KV rms) 9 (iii) Continuous Operating voltage (kV rms) 7.65 (iv) Nominal discharge Current: 5 Rating (KA) (v) Long Duration discharge class Distribution Class (vi) Degree of protection IP 55 (vii) Maximum residual voltage at 5 KA (KV peak) 32 (viii) Maximum switching lighting residual 24 Voltage (kVp) at 1Ka (ix) Partial discharge at 1.05 COV not greater than (PC) 50 (x) High current impulse withstand voltage 100 at 65 kA (kVp)

5.2 Insulator Housing

(i) Power frequency withstand test voltage (Wet) (kV rms) 28 (ii) Lighting impulse withstand / tests voltage (kVP) 75 (iii) Creep age distance not less than 320 (iv) Pressure relief class B

5.3 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

Page 413: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 11 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

vii) Lighting arrestors shall have a suitable pressure relief system to avoid damage to the porcelain /

silicon polymeric housing and providing path for flow of rated fault currents in the event of arrestor failure.

viii) The reference current of the arrestor shall be high enough to eliminate the influence of grading

and stray capacitance on the measured reference voltage. ix) The Lighting Arrestor shall be thermally stable and the supplier shall furnish a copy of thermal

stability test along with the bid.

5.4 Arrestor Mounting

The arrestors shall be suitable for mounting on 4 pole/2 pole structure used for pole/ plinth mounted transformer and for incoming and outgoing lines.

5.5 Fittings & Accessories x) The lighting arrestor shall be complete with insulating bases, fasteners for stacking units along

with clamp & terminal connectors and inbuilt disconnector. xi) The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and shall be

so located that incoming and outgoing connections are made with minimum possible bends. The top metal cap and base of lighting arrestor shall be galvanized. The line terminal shall have a built in clamping device, which can be adjusted for both horizontal and vertical take off.

5.6 Drawings, Documents and Design Calculations

Bidder to submit followings along with the bid:

i) Sectional drawings ii) Mounting arrangement

5.7 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 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

Page 414: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 12 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

Test on Lighting Arrestors The lighting Arrestors offered shall be type tested from NABL accredited laboratory. Copies of test certificates shall be furnished by the bidder for scrutiny. Routine and Acceptance tests shall be carried out in accordance with IS: 3070 (Part-3)-1993. The purchaser representative will witness the acceptance test at the works of manufacturer. The suitability of the Lighting Arrestors shall also be established from the following: - Residual voltage test - Reference voltage test - P.D. test - Sealing test - Thermal stability Metal oxide block shall be tested for guaranteed specific energy capability in addition to routine / acceptance test as per IEC / IS.

i) The maximum residual voltages corresponding to nominal discharge current of 5 kA for steep current, impulse residual voltage test, lightning impulse protection level and switching impulse level shall generally conform to relevant IS.

ii) The suppliers shall furnish the copies of the type tests and the characteristics curves between

the residual voltage and nominal discharge current of the offered lighting arrestor and power frequency voltage v/s time characteristic of the lighting arrestor subsequent to impulse energy consumption as per clause 6.6 of IS ; 3070 (Para-3) offered along with the bid.

iii) The lighting arrestor housing shall also be type tested and shall be subjected to routine and

acceptance tests in accordance with IS: 2071.

6.0 AREA CLASSIFICATION Hydrocarbon handling areas have been generally classified as zone 1, gas group IIA/IIB as per IS: 5572, API RP-500, OISD - 113 and IP Rules. All equipments to be installed in these areas shall be suitable for the area classification with temperature class T3 (2000C), CMRI testing and approved by CCOE, DGFAS and having BIS license.

7.0 JOB SPECIFICAITONS

Various electrical works covered under this contract like equipment erection, cabling and grounding works, etc. shall be performed in accordance with specifications attached with this tender. (Certain clauses of specifications, which are applicable to equipments or system not covered under this contract, shall not be applicable). Erection and commissioning of certain special HT equipments shall be performed in accordance with supplier’s instructions and directions of the Engineer-in-charges under supervision by equipment supplier/s.

414

Page 415: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 13 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 REVISION 0

The equipments/materials to be supplied by the contractor shall conform to the requirements of the applicable specifications enclosed in the tender document.

8.0 STATUTORY APPROVAL OF WORKS

All works relating to statutory approvals of the complete installation, from competent authority like CEA, DGMS, State electricity Authority/Board etc, shall be in the scope of contractor. The application on behalf of the owner for submission to Electrical Inspector / DGMS etc. along with copies of required certificates and drawings, complete in all respects, shall be prepared by the contractor and submitted to the Engineer-in-charge for onward transmission well ahead of time so that the actual commissioning of equipment are not delayed for want of inspection by the Electrical Inspector / DGMS. The actual Liaison work shall be arranged by the Contractor and necessary coordination and liaisons work in this respect shall be responsibility of the contractors. However, the Owner on submission of bills along with documentary evidence shall reimburse any fee paid to the statutory Authority in this regards.

9.0 MAKES OF EQUIPMENTS AND MATERIALS All equipments / materials supplied by the contractor shall be as per the list of approved makes enclosed with this document subject to submission of Certification and approvals.

10.0 QUALITY ASSURANCE, INSPECTION AND TESTING 10.1 The equipment shall be inspected by the Owner and/or their inspection agency at the

manufacturer’s 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.

10.2 Performance tests of any equipments which cannot be conducted/demonstrated either partially

of wholly at the manufacturer’s work, shall be conducted after erection at site in the presence of Owner & their inspection agency. In all the cases, prior approval of the approval shall be obtained.

10.3 In case of waiver category of items, the same shall be pre identified. For such items, the

contractor shall furnish necessary certificates, test reports etc for Review/Approval to Owner/Inspection agency. The issue of Inspection Certificate/Waiver Certificate for any equipment or component there of does absolve the contractor from his contractual obligations towards subsequent satisfactory performance of the equipment at site. Should any equipment be found defective, In whole or part thereof after receipt at site or during erection/commissioning and testing shall be Rectified/Changed by contractor free of cost.

10.4 Contractor shall submit test plan for the equipments with four week advance notice. 11.0 TESTING & COMMISSIONING 11.1 The successful tenderer shall submit detailed site testing & commission procedure with time

schedules for Review/Approval to Owner/MECON.

415

Page 416: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 14 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 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-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.

11.8 On successful completion of erection of each item /equipment, a final inspection will be carried

out at site by Owner / MECON, for correctness and completeness of erection. 11.9 Any work not conforming to the execution drawings, specifications or codes shall be rejected

forthwith and the contractor shall carry out the rectification at his own cost. 11.10 After the operating conditions are fully achieved in the plant and the other requirements as

stated in the General Conditions of Contract are fulfilled, the contractor would be eligible for applying for a completion certificate.

12.0 DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION STANDARDS 12.1 Following minimum information shall be furnished with bid:

a) Type test reports of GOAB, DO Fuse, Lightning arrestors, Insulators etc.

12.2 Following Drawings & Documents shall be submitted after award of contract for approval:

a) Filled-Up Data sheet b) GA of Double pole structure with equipment mounting arrangement with dimensions. c) Earthing schedule of DP structure.

12.3 The equipments / materials to be supplied by the contractor shall conform to the requirements of

the applicable specifications. Also the installation of various material / equipment shall conform to the installation standards /norms.

416

Page 417: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

PARTICULAR JOB SPECIFICATION FOR SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

DOCUMENT NO. Page 15 of 15 TITLE 11kV HT WORKS

MEC/23M9/05/E9/E/000/0003 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

Page 418: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

PARTICULAR JOB SPECIFICATION

FOR SPV POWER SUPPLY SYSTEM

FOR SPUR LINES OF DADRI-BAWANA-NANGAL

PIPELINE (DBNPL) PROJECT

DOCUMENT NO. - MEC/23M9/05/E9/E/000/0004, R-0

(ELECTRICAL SECTION) MECON LIMITED DELHI 110 092

418

Page 419: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

GAIL (India) Ltd ELECTRICAL SECTION, DELHI

MECON LIMITED

DOCUMENT NO. Page 1 of 8 TITLE

PARTICULAR JOB SPECIFICATION FOR (SPV)

POWER SUPPLY SYSTEM MEC/23M9/05/E9/E/000/0004

REVISION: 0

TABLE OF CONTENT

Sl. No. Description Page No

1 General.

2 Scope

3 Other Miscellaneous Work.

4 Area Classification.

5 Job Specification.

6 Guaranty

7 Makes of equipments and materials.

8 Inspection, testing and commissioning.

9 Drawings and data sheet.

Annexure - I Stationwise solar system details

Annexure - II List of Two Year Operation & maintenance Spares

Prepared By Checked By Approved By

VINAY NAGVANSHI AASHISH MOYAL D K PANDE

419

Page 420: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

GAIL (India) Ltd ELECTRICAL SECTION, DELHI

MECON LIMITED

DOCUMENT NO. Page 2 of 8 TITLE

PARTICULAR JOB SPECIFICATION FOR (SPV)

POWER SUPPLY SYSTEM MEC/23M9/05/E9/E/000/0004

REVISION: 0

1.0 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 : 500C/20C Max. Relative humidity : 98 % Altitude : Less than 1000 m above MSL Atmosphere : To withstand site conditions

(Humid & Heavy Rainfall during Monsoon)

1.3 Power Supply Parameters:

1 INSTRUMENTATION 24 V DC 2 TELECOM SYSTEM -48 V DC (Conversion by

others) 3 SCADA 24 V DC 4 CP SYSTEM 24 V DC 5 FA & CO2 Flooding system 24 V DC

2.0 SCOPE 2.1 SCOPE OF DESIGN & ENGINEERING 2.1.1 Submission of solar array sizing calculations, charge controller size calculations, battery size

calculations and 415V 3 Ph charger size calculation for approval Preparation of site engineering drawings and details for installation works wherever applicable or required by the Engineer-in-charge, and submits to the Engineer-in-charge for review.

420

Page 421: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

GAIL (India) Ltd ELECTRICAL SECTION, DELHI

MECON LIMITED

DOCUMENT NO. Page 3 of 8 TITLE

PARTICULAR JOB SPECIFICATION FOR (SPV)

POWER SUPPLY SYSTEM 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 Owner’s drawings for as-built status. 2.2 SCOPE OF SUPPLY

Following electrical equipment and material are in the contractor’s 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

manufacturer’s plant/unit of the suppliers. 2.2.3 A stand alone dusk-dawn solar photovoltaic street lighting system for outdoor emergency

lighting as per enclosed specification and SOR. 2.2.4 MV power and control cable (Cu-Conductor, PVC – insulated, PVC sheathed, armoured,

FRLS cables as required). 2.2.5 GI pipes, GI Cable-trays and accessories, cable markers, identifier tags, GI saddles and all

other associated accessories as required for cable laying. 2.2.6 FLP type double-compression nickel-plated brass cable glands, tinned-copper lugs,

clamping material etc. for cable termination. 2.2.7 Earthing including earthing pits, earth electrodes, earthing strips, grounding conductor of

various sizes, Cu strip for flange jumper and Cu earth plates etc as per specification/standard drawing.

2.2.8 Lightning surge protection must be provided for the SPV array and other solar system

components. 2.2.9 Fabrication and supply of MS frames, supports, canopies and brackets for miscellaneous

electrical equipments, including welding, supply of bolts, nuts etc for mounting and other necessary supplies, all inclusive of painting etc as required.

2.2.10 Two years operational spares as per list provided by the vendor. 2.2.11 Offered cell/module shall be manufactured from regular manufacturing unit of the suppliers.

421

Page 422: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

GAIL (India) Ltd ELECTRICAL SECTION, DELHI

MECON LIMITED

DOCUMENT NO. Page 4 of 8 TITLE

PARTICULAR JOB SPECIFICATION FOR (SPV)

POWER SUPPLY SYSTEM MEC/23M9/05/E9/E/000/0004

REVISION: 0

2.3 INSTALLATION, TESTING & COMMISSIONING 2.3.1 Delivery to site, storage, Transportation from storage to site, Installation, earthing, testing,

commissioning and performance test at site (full load test) of the complete Solar system with solar array, charge controller, 3Ph Grid Charger, battery banks, DC-DC Converters, Distribution boards, junction boxes, interconnecting cables etc as per enclosed specification, data sheets and SOR. Tenderer shall submit the sizing calculations for SPV array, charge controller, battery bank and 415V 3Ph charger. However the rating of each subsystem shall not be less than as indicated in SOR.

2.3.2 Installation, earthing, testing & commissioning of the stand alone dusk-dawn solar

photovoltaic street lighting system including all civil work etc as required for outdoor emergency lighting as per enclosed specification and SOR.

2.3.3 Installation of earthing material and lightning system, testing and commissioning of complete

earthing and lightning system as per specification and requirement. 2.3.4 Laying, Termination, Glanding, Ferruling of all interconnecting cables between sub array

JBs, Main JBs, Charge controller, 3Ph charger, Battery Bank and DCDB. 2.3.5 Suitable trench/route/cable-tray shall be made by the solar power system contractor for laying

of cables from solar array JBs to Charge controller. 3.0 OTHER MISCELLANEOUS WORKS 3.1 Preparation of buried cable trenches, including, back filling, compacting providing of brick

protection by second-class bricks, spreading of fine river sand, including all supplies. 3.2 The job includes repairing of all civil works damaged during installation of electrical facilities

and complete solar system. 3.3 The scope of work under this contract shall be inclusive of breaking of walls, floors and

chipping of concrete foundations necessary for the installation of equipment, materials, and making good of the same.

3.4 Minor modifications wherever required to be done in the owner free supplied equipments /

devices to enable cable entry, termination etc. 3.5 Sealing of opening made in the walls / floors for cables trays, cables, bus ducts, etc. using

acceptable practice and standards. 3.6 Supply and installation of all other accessories not specifically mentioned herein, but never

the less necessary for completion of the job. 4.0 AREA CLASSIFICATION

Hydrocarbon handling areas have been generally classified as zone 1, gas group IIA/IIB as

422

Page 423: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

GAIL (India) Ltd ELECTRICAL SECTION, DELHI

MECON LIMITED

DOCUMENT NO. Page 5 of 8 TITLE

PARTICULAR JOB SPECIFICATION FOR (SPV)

POWER SUPPLY SYSTEM 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 (200˚C), CMRI testing and approved by CCOE, DGFAS and having BIS license.

5.0 JOB SPECIFICAITONS 5.1 Various electrical works covered under this contract like equipment erection, cabling,

outdoor lighting (Solar) and grounding works, etc shall be performed in accordance with specifications attached with this tender. (Certain clauses of specifications, which are applicable to equipments or system not covered under this contract, shall not be applicable).

5.2 Erection and commissioning of certain special equipments shall be performed in accordance

with supplier’s instructions and directions of the Engineer-in-charges under supervision by equipment supplier/s.

5.3 The equipments/materials to be supplied by the contractor shall conform to the requirements

of the applicable specifications enclosed in the tender document. 5.4 Price of erection & commissioning spares and special tools shall be included in the quoted

price by the bidder. 6.0 Guarantee

The contractor shall guarantee the installation against any defects of workmanship for a period of 18 months and materials (supplied by the contractor) for a period of 18 months from the date of commissioning. The module performance degradation shall not be more than 10% of the designed Wp at the end of fifth year, the degradation of solar module shall be measured by MNRE or govt approved test for which contractor will arrange logistics and fee. The fee shall be reimbursed by GAIL on production of documentary evidence. Any damage or defects connected with the supply, erection & commissioning of materials, equipments or fittings supplied by the contractor that may be undiscovered at the time of issue of the completion certificate, or may arise or come to light thereafter, shall be rectified or replaced by the contractor at his own expense as deemed necessary and as per the instruction of the Engineer-in-charge within the time limit specified by the Engineer-in-charge. The above guarantee (18 months) shall be applicable for the quality of work executed as well as for the equipment/ cable /solar charger/ grid charger/ fittings/ Batteries other material/equipments supplied by the contractor except solar module.

7.0 MAKES OF EQUIPMENTS AND MATERIALS

All equipments / materials supplied by the contractor shall be as per the list of approved makes enclosed with this document.

8.0 INSPECTION, TESTING & COMMISSIONING

423

Page 424: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

GAIL (India) Ltd ELECTRICAL SECTION, DELHI

MECON LIMITED

DOCUMENT NO. Page 6 of 8 TITLE

PARTICULAR JOB SPECIFICATION FOR (SPV)

POWER SUPPLY SYSTEM MEC/23M9/05/E9/E/000/0004

REVISION: 0

The contractor shall carry out all the tests as enumerated in the technical specifications and as per applicable codes and standards and QAP.

9.0 DRAWINGS AND DATA SHEET

9.1 Contractor shall submit drawings and data sheet as enumerated in the technical

specification of the equipments / materials to be supplied. 9.2 After the job completion, contractor shall prepare AS-BUILT drawings and documents,

submit catalogues/manuals (O&M) of major brought out items like solar system, charge controller, DCDB, battery bank, DC-DC Converter, junction boxes, 3Ph charger etc. Final certified as built drawings, documents and manuals etc shall be submitted by the contractor to owner in bound volume with one set in soft copy (CD) plus five sets of prints.

424

Page 425: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

GAIL (India) Ltd ELECTRICAL SECTION, DELHI

MECON LIMITED

DOCUMENT NO. Page 7 of 8 TITLE

PARTICULAR JOB SPECIFICATION FOR (SPV)

POWER SUPPLY SYSTEM MEC/23M9/05/E9/E/000/0004

REVISION: 0

Annexure – I

STATIONWISE SOALR SYSTEM DETAILS

S. No.

STATION DESCRIPTION

LOCATION LOAD REQUIRED NO. OF SOALR SYSTEM

24” Pipeline Section-I, IP Station 4 Ludhiana to R/T Terminal at Jalandhar

1 SV-4 - 800W 1 No. 16” Pipeline Section-II, Despatch Terminal at Saharanpur to Receiving

terminal at Haridwar 3 SV-1 - 800 W 1 No. 4 SV-5 - 800 W 1 No.

STATIONWISE SOALR STREET LIGHT SYSTEM DETAILS AT All STATION

S. No.

STATION DESCRIPTION

LOCATION LOAD

REQUIRED NO. OF SOALR STREET LIGHT AT EACH STATION

Total

24” Pipeline Section-I, IP Station 4 Ludhiana to R/T Terminal at Jalandhar

1 SV-2 to SV-5 - - 1 No. 4 Nos 16” Pipeline Section-II, Despatch Terminal at Saharanpur to Receiving

terminal at Haridwar

3 SV-1 to SV-5 - - 1 No. 5 Nos. 8” Pipeline Section-II, Receiving terminal at Haridwar to Receiving

terminal at BHEL & Sidkul

4 SV-1 to SV-3 - - 1No. 4 Nos.

425

Page 426: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

GAIL (India) Ltd ELECTRICAL SECTION, DELHI

MECON LIMITED

DOCUMENT NO. Page 8 of 8 TITLE

PARTICULAR JOB SPECIFICATION FOR (SPV)

POWER SUPPLY SYSTEM MEC/23M9/05/E9/E/000/0004

REVISION: 0

Annexure – II

LIST OF TWO YEAR OPERATION & MAINTENANCE SPARES FOR EACH SECTION

1 Solar Module Nos. 1

2 DC-DC Converter card Sets 1

3 Set of Meters Sets 1

4 MCB's & MCCB's Sets 1

5 Fuse of all ratings Sets 1

6 Battery Cells Nos. 10

7 Solar Charge Controller

Nos. 1

-x-x-x-

426

Page 427: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI-BAWANA-NANGALPIPELINE (DBNPL)

PROJECT

MECON LTD, DELHI

DOCUMENT NO. TITLE

DATA SHEET

427

Page 428: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DATA SHEET FOR

POWER & LIGHTING DISTRIBUTION BOARD

DATA SHEET NO. - MEC/DS/05/E9/076A, R-1

(ELECTRICAL SECTION)

MECON LIMITED DELHI 110 092

Rev.: 1

Edition: 1

428

Page 429: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE - III

Switch Board

1.0 Rated voltage and frequency 415V, 3phase, 4 wire, 50Hz ± 5% 2.0 Maximum voltage 660V 3.0 Continuous current rating at design ambient

temperature As per approved SLD

4.0 Type of enclosure as per IS 2147 IP 52 4.1 Minimum thickness of sheet steel 2mm for load bearing & 1.6mm for

non load bearing part

5.0 Applicable standards IS 2147, 8623, 13947 6.0 Design ambient temperature 45˚C 7.0 One second short time rating of switch board kA

(RMS) As per SLD

8.0 Dynamic through fault current with complete busbars, kA (peak)

9.0 Maximum No. of cable terminations in each type of cubicle

9.1 Size and no. As per SLD 10.0 Incoming termination of LT switch board As per SLD 11.0 Incoming termination top/bottom Bottom for cable

Top for bus-duct

12.0 Outgoing feeder cable entry top/bottom Bottom 13.0 Minimum clearances at front and back of board 1.5m/1m 14.0 Min. clearances in air in mm 14.1 Between phases 26mm 14.2 Between live parts and ground 19mm 15.0 One minute PF withstand voltage 2.5kV 16.0 Paint shade 631 of IS-5 Busbars

1.0 Busbar material & cross section

1.1 Main busbars E91E aluminium/ electrolytic

copper Max. current density

0.6A/mm2 1.2 Bus connections to circuit breakers As per SLD 2.0 Continuous rating at design ambient temperature

429

Page 430: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2.1 Main busbars As per SLD

2.2 Bus connections to circuit breakers As per rated current of breakers 3.0 Temperature rise at rated continuous current of

the busbar in the busbar chamber 40deg.C over 45deg.C

4.0 Type of busbar insulators SMC/epoxy Breakers/SFU 1.0 Type of breakers As per SLD 2.0 Standards applicable IS 13947-2/IEC947 – part-II 3.0 Rated service voltage 415V, 3ph., 50Hz 3.1 Highest system voltage 660V, 3ph., 50Hz. 4.0 Rated current at design ambient for breakers As per SLD 4.1 Rated with breaker in IP 52 enclosure in two tier

formation in the LT switch board As per SLD

5.0 Symmetrical breaking capacity in kA (RMS) SFU 80 kA RMS 6.0 MCCB 6.1 Rated current at design ambient for breakers As per SLD 6.2 Symmetrical breaking capacity in kA (RMS) As per SLD 6.3 Thermal release setting ranges (temperature

compensated) As per SLD

6.4 Short circuit release ranges As per SLD 6.5 Short circuit release timer setting range 0.1 to 0.6 sec. mechanical Note All the releases O/L, S/C and E/F shall be

Thermal release type

430

Page 431: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE – IV

PREFERRED MAKES

LIST OF EQUIPMENTS

PREFFERED MAKES

SFU SIEMENS/ABB/L&T/ C&S/GEC ALSTOM

ACB SIEMENS/ABB/C&S/GEC ALSTOM/ L&T MCCB GECALSTOM/C&S/ L&T/ SIEMENS CONTROL VOLTAGE TRANSFORMER SIEMENS/SOUTHERN

ELECTRIC/KAPPA/SWAMY TRADERS LT BUS DUCT C&S/ BEST&CROMPTON / STARDRIVE

CONTACTORS SIEMENS/TELE-MECHANIQUE BCH/ABB/ L&T

OVERLOAD RELAYS WITH SPP SIEMENS/L&T/TELE-MECHANIQUE BCH/ABB

MINIATURE CIRCUIT BREAKERS SIEMENS/MDS/INDO KOPP/ HAVELLS AMMETER AE/IMP/MECO/ RISHAB VOLTMETER AE/IMP/MECO/ RISHAB PUSH BUTTONS, INDICATION LAMPS VAISHNO/CONCORD/SIEMENS/L&T/TT

TEKNIC/SALZER CT’S SIEMENS/AE/INDCOIL/KAPPA/

INTRANS TERMINAL BLOCKS ELMEX/ESSEN/ CONNECT WELL/

WAGO/ PHOENIX CABLES INCAB/RPGCABLES/UNIVERSAL/CCI/NI

CCO/ SPECIAL CABLES / POLYCAB SELECTOR SWITCHES SIEMENS/EE/KAYCEE/SALZER CABLE LUGS DOWELLS FLAMEPROOF EQUIPMENT Baliga/ CEAG/ FCG/ Sudhir / Flamepack PROTECTIVE RELAYS Alstom / ABB / GE Multiline / Easun

Reyrolle / Siemens

431

Page 432: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DATA SHEET FOR

DISTRIBUTION TRANSFORMER (UPTO AND INCLUDING 100 KVA, 11 KV)

DATA SHEET NO. - MEC/DS/05/E9/80, R-1

(ELECTRICAL SECTION)

MECON LIMITED DELHI 110 092

Rev.: 1

Edition: 1

432

Page 433: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE – I

PURCHASER'S DATA DISTRIBUTION TRANSFORMER

GENERAL DATA

1 Type of Transformer Outdoor /Indoor Type or as per SOR, 3-Phase, Oil filled, Core Type, Non sealed

2 Quantity As per SOR

4 Continuous Rating As per SOR

5 Type of cooling ONAN

6 Oil type Mineral and comply the requirements of IS: 335.

7 Climate Humid & Heavy Rainfall during Monsoon

8 Altitude As per design basis

9 System earthing Solidly earthed

10 Ambient temperature Max. As per design basis

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 As per IS: 1180

15 Oil Included

16 Duty Continuous

17 No of Phases 3

Electrical data

18 Frequency 50 (± 3%)

19 Phase Three

20 Winding Conductor Copper

433

Page 434: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

21 Voltage ratio 11/ 0.433KV

22 Winding Connection Δ/ λ

23 Vector group DYN 11

25 % impedance 4.5 % (Tolerance as per IS:1180)

27 Insulation class Type E

28 Neutral Grounding Solidly Earthed/ As per SOR

29 Maximum System Voltage 3.6 kV (For 3.3 kV incoming)

7.2 kV (For 6.6 kV incoming)

12 kV (For 11 kV Incoming)

30 Tap Changer on primary side N/A

31 One minute dry & wet power frequency withstand voltage

HV side 10kV for 3.3 kV incoming supply

20kV for 6.6 kV incoming supply

28 kV for 11kV incoming supply

LV side 3kV

32

Impulse Withstand voltage 45kV for 3.3 kV incoming supply

60kV for 6.6 kV incoming supply

75 kV for 11kV incoming supply

33 Withstand time without injury for 3 Phase Short circuit in transformer

3 Sec

34 Short circuit levels on HV terminal

Min 26.2 kA for 3 sec or As per SEB regulation

35 Short circuit levels on LV terminal of transformer

25 kA for 3 Sec

37 Auxiliary Supply Voltage 230V AC

38 Over load capacity As per IS: 1180 and 2026

39 Max. Permissible Flux density

As per IS: 1180

40 Magnetizing Currents As per IS: 1180

41 Winding insulation Uniform

434

Page 435: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

42 Neutral CT rating As per manufacturer standard

43 Radiators Detachable type on tank as applicable

44 Marshalling box Shall be provided with OTI & WTI

45 HV Termination, LV Termination details

Primary Cable box/Suitable

Connector Provided for

connection of ACSR

conductor.

Cable size/ Conductor

Size/ Type: Decided

During detail Engg.

Secondary Cable box

Cable size / Type:

Decided During detail

Engg.

Neutral Termination Through NCT to Neutral Bushing at Cable Box

46 Primary fault level 500 MVA

435

Page 436: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure-II

TECHNICAL DATA TO FURNISH BY CONTRACTOR

1. % Reactance at rated current &

frequency

2. % Resistance at rated current &

frequency

3. Total loss at rated voltage &

frequency

4.

Component Loss

a) No load loss at rated voltage

& frequency

b) Load loss at rated current at

75˚C

5.

No load current

At 10 % V

At 110 % V

6.

Efficiency at 75˚C and unity pf

At full load

At 3⁄4 load

At 1⁄2 load

7. Efficiency at 75˚C and 0.8 pf lag

At full load

At 3⁄4 load

At 1⁄2 load

8. % Regulation at full load at 75˚C

At unity pf

At 0.8 pf lag

9. Efficiency at 0.9 pf @ 40% load

Mechanical data

A) Weights in kg

436

Page 437: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1. Core & Winding

2. Tank, fittings & accessories

3. Radiator with out oil

4. oil

5. Total Mass

6. Oil quantity required for first fill ltrs.

B) Overall Dimension (mm)

1. Length

2. Breadth

3. Height

4. Paint

5. Paint Shade

6. Roller

437

Page 438: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure – III LIST OF SPARES — FOR 2 YEARS OPERATION & MAINTENANCE

1. Set of gasket 1 Set 2. Bushing HV 1 Set LV 1 Set LV Neutral 1 Set 3. Breather 1 Set 4. Oil temperature Thermometer 1 Set

438

Page 439: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure-IV

CHECK LIST (To be filled up by Tenderer)

Sl.No Description Remarks

1 Deviation from specification

Offer may be rejected if there is any deviation.

2 Filled-Up Data sheet 3 Transformer Mounting Arrangement

4 List of bought out items

5 General arrangement Drawing showing overall transformer dimensions with radiator & conservator

6 Unpriced item wise break up for two years operation & maintenance spares for transformers.

7 Unpriced schedule of rate (SOR) enclosed.

439

Page 440: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DATA SHEET FOR

HIGH MAST

DATA SHEET NO. - MEC/DS/05/E9/077A, R-0

(ELECTRICAL SECTION)

MECON LIMITED DELHI 110 092

Rev.: 0

Edition: 1

440

Page 441: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure-I PURCHASER’S DATA FOR HIGH MAST

1. HIGH MAST SYSTEM a) Height of mast Min 20 m OR As per SOR

b) Make Bajaj or equivalent

c) No. of Sections As per manufacturer standard

d) Material construction BS-EN10 025, grade S-355

e) Thickness As per manufacturer standard

f) No. of longitudinal welds /section One

g) No. of circumferential welds/ section None

h) Length of individual sections

(approx.)

As per manufacturer standard

i) Cross section of Mast Polygonal

j) Base dia and top diameter (A/F) As per manufacturer standard

k) Type of joints Stress slip fit joints

l) Length of overlap 700 mm

m) Metal protection treatment for Mast Section

Hot Dipped Galvanized As per BS 729 or Equivalent

n) Method of hot dipping Single Dipping

o) Average thickness of galvanization (As per BS EN ISO 1461)

Bottom : 85 Micron Top : 70 Micron

p) Size of opening door at base Min. 1000 x 300 mm

q) Type of locking arrangement Vandal resistant with pad locking/Allen key locking

suitable reinforcement to avoid bucking at base of

Mast

r) Details of slack board inside the base compartment (approx.)

PVC Board – 305mm x 500mm x 10mm

s) Provision for cable termination MCB

t) Diameter of base plate As per manufacturer standard u) Thickness of base plate As per manufacturer standard v) Size of anchor plate and thickness As per manufacturer standard w) Details of template As per manufacturer standard

441

Page 442: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

x) Weight of Mast (c/w accessories) As per manufacturer standard

y) Lightning protection G.I single spike of length 1200 mm

2 DYNAMIC LOADING AS PREVAILING AT SITE

a) Max. wind speed As per IS 875 part 3

b) Max. gust speed time 3 seconds.

c) Height above ground level these two factors are measured

10 Mt.

d) Factor of safety for wind load 1.25

e) Factor of safety for other load 1.15

3. FOUNDATION DETAILS a) Type of foundation Open raft shallow footing

b) Size of foundation As per Design

c) Soil bearing capacity at site To be confirmed by Owner

d) Design safety factor As per IS-456

e) Considered wind pressure (Kg/Mt2) As per IS-875-1987

f) Depth of foundation Min. 1.5 m below FGL

g) Number of foundation bolts As per manufacturer standard h) PCD of foundation bolts As per manufacturer standard i) Type of foundation bolts As per manufacturer standard j) Bolt diameter As per manufacturer standard

4. LANTERN CARRIAGE a) Material of construction M. S. IS 2062

b) Diameter of carriage ring (mm) As per manufacturer standard c) Construction As per manufacturer standard d) Number of joints As per manufacturer standard e) Buffer between carriage & mast Rubber Padded guide ring provided

f) Load carrying capacity As per manufacturer standard

g) Total weight of assembly with fittings As per qty of luminaries

h) Number of fittings Suitable for up to 12 nos.

i) No. of fittings As per SOR

i) Type of fittings/fixture 400W HPMV/HPSV as per SOR

5. CABLE

442

Page 443: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

a) Type Trailing Cable

b) Material Copper conductor, EPR insulated & PCP sheathed

c) Current carrying capacity Min 22 Amp

d) Conductor size 2.5 sq. mm

e) No. of cores 5 nos.

f) No. of circuits One

6. WINCH

a) Make of winch Bajaj or equivalent

b) Number of drums/winch Double drum type

c) Gear Ratio 53 : 1

d) Capacity As per manufacturer standard

e) Method of operation Manual/ Electrical

f) Lubrication arrangement Permanent oil bath

g) Type of lubricant SAE 90 /SAE 140

7. STAINLESS STEEL WIRE ROPE a) Make B.W.LTD/SAFELIFT ENGG.

b) Grade AISI 316 (non corrosive marine grade)Stainless Steel

c) Number of ropes 2 continuous ropes

d) Construction 7/19

e) Centre core material Stainless steel core

f) Diameter (mm) 6 mm

g) Thimbles & Talurit SS Thimble

h) Braking load capacity Minimum. 2400kgs. X 2

i) Factor of safety >5 for system at full load

8. POWER TOOL a) Model Integral

b) Input supply 3 Ph 415V AC

c) Wattage/HP As per manufacturer standard

d) Number of speeds Single speed

e) Operating speed.(Average) 2 M/minute

9. TORQUE LIMITER

443

Page 444: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

a) Lifting capacity As per manufacturer standard

b) Adjustable/ Non-adjustable Adjustable

c) Tripping device Mechanical

444

Page 445: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Rev. :1

Edition : 1

DATA SHEET FOR

UN-INTERRUPTED POWER SUPPLY (UPS) SYSTEM

SPECIFICATION NO.- MEC/DS/05/E9/071

(ELECTRICAL SECTION)

MECON LIMITED DELHI 110 092

445

Page 446: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE - I PURCHASER'S DATA FOR UPS

1.0 INPUT POWER SUPPLY

1.1 Voltage/freq./ phase 415 V (+) 10% & (-) 15% TPN, 50 Hz ± 5% or 230V AC single phase (voltage range-160V AC to 270V AC) As per SOR.

1.2 System fault level 10 kA for 1 Sec

2.0 SITE CONDITION

2.1 Design Ambient/ Minimum ambient

As per design Basis/48˚C

2.2 Max. Relative humidity 95%

2.3 Altitude 0.0 M MSL

3.0 OUT PUT REQUIREMENT

3.1 Voltage/ Phase 230V ± 1% AC, Single phase 2 wire

3.2 Output waveform & frequency Pure Sinusoidal Wave

50 Hz ± 0.1%

Voltage distortion (THD): Less than 3% for linear loads & Less than 5% for non linear loads.

4.0 SYSTEM REQUIREMENTS

4.1 Rating (KVA at 0.8 pf.) As per SOR

4.2 Type of inverter

The inverter circuit should be IGBT based, fully microprocessor controlled with PWM Technology or Latest proven technology

4.3 Overload capacity 125% of the rated output for 10 minutes & 150% for 1 minute.

4.4 Mode of operation

Dual/Parallel Redundant with static bypass & Dual Redundant rectifier as specified in SOR/Design basis/Block diagram

4.5 Inverter efficiency >90% for normal load and not below 85% for 25% of load

4.6 Installation Floor Mounted

4.7 Type of enclosure Minimum IP-31

4.8 External Cable Connection From Bottom

4.9 Internal protection All live parts shrouded

4.10 Earthing Doubly Earthed (Two distinct terminals to be made available)

446

Page 447: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

4.11 Cooling Forced ventilation with fans

4.12 Noise Level <65 dB at full Load from 1 mtr distance

4.13 Crest Factor ≥3:1

4.14 Input Power Factor >0.9

4.15 Load Power Factor 0.8 (with variation between 0.7 to 1.0)

4.16 Overall efficiency >85%

5.0 Rectifier/Charger

5.1 Input voltage 415 V (+) 10% & (-) 15%, TPN, 50 Hz ± 5% or 230V AC single phase (voltage range-160V AC to 270V AC) or 230V ± 1% AC from UPS (As per SOR).

5.2 Automatic phase selection device As per SOR

5.3 Output DC voltage/Load As per Manufacturer Design

5.4 Input Power factor >0.9 (minimum) at rated load

5.5 Input current THD (Total Harmonic Distortion) at nominal load

<= 12%

5.6 Overload Capability 125% minimum for 10 min. 150% minimum for 1 min.

5.7 Inrush current Limited by soft-start circuit

5.8 Output voltage tolerance +/- 1%

5.9 DC voltage ripple <1% with battery connected <2 % Without battery connected

6.0 Bypass

6.1 Automatic Bypass Static bypass to provide an un interruptible transfer of load in case of failure of any system component or malfunctioning or overload & the load shall return on the UPS when the malfunctioning or overload is cleared.

6.2 Input connection Separate for each UPS

6.3 The switching time from inverter to bypass & vice versa

No break type

6.4 Manual/Maintenance Bypass Shall be provided

6.5 Overload on bypass 150% (minimum) for 1 minutes, 125% (minimum) for 10 min.

6.6 Connectivity Serial port RS232.

447

Page 448: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

7.0 Battery Bank

7.1 Type of Battery As per SOR

7.2 i) Battery end cell voltage

ii) Battery stand formation

iii) Battery back up time iv) De-rating factor

As per specification (clause no. 3.5) As per battery manufacturer As per SOR (i) Ageing -- 0.8 (ii) State of Charge -- 0.88 (iii) Temp. Correction -- As per min. site temp. (Ref. 2.1 above) The rectifier/charger output current & voltage shall be limited to the battery supplier’s recommendation.

8.0 Alarms, Indications and LCD Display 8.1 Single line Power Flow Diagram (Mimic diagram) with LED indications of UPS

status (i.e. Mains present, Battery charging & discharging, Low battery Voltage and unit on bypass).

8.2

Digital panel Meter with LCD display shall be provided for monitoring viz.

a) Input AC Voltage, current, frequency b) Output AC Voltage, current, frequency. c) Battery current and voltage d) Total run time e) Mains ON/OFF, Mains Over/Under voltage,

Phase fail f) Inverter ON/OFF, Inverter Over/Under

voltage, inverter overload, over heat & load in % on inverter.

g) Battery voltage low, battery level in % & battery fault

h) Battery Operation Boost Charge, Float Charge with of status - "in charge" or "discharge"

i) Load on bypass or inverter.

Detailed UPS Status with Operation/faults history

8.3 Audible Alarms With LCD Display-

a) Mains Failure b) Battery Low c) UPS fault (Continuous) d) Inverter Under-voltage e) Over Temperature (Continuous) f) Inverter Overload (Continuous)

9.0 Protective Features

9.1 Input Mains Over voltage, under voltage, phase failure 448

Page 449: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

9.2 Inverter Over voltage, short circuit, overload, over

temperature

9.3 Battery

Under voltage at battery terminal, Battery over charge, Battery Over current

9.4 Rectifier & Battery charger Maximum current limiting Over temp. Trip Boost charging and float charging current limiting with back up protection against over charging.

10.0 Distribution boxes

10.1 Distribution Board Details (As per tender drawings/SOR)

(1) ACDB 230 V, Single Phase (1 No.) :

Incomer : DP MCB

Outgoing : 8 Nos., DP MCB’s

(2) DCDB : 24 V DC (1 No.)

Incomer : DP MCB

Outgoing : 6 Nos., DP MCB

(3) DCDB – 48 V DC (1 No.)

Incomer : DP MCB,

Outgoing ; 6 Nos., DP MCB

449

Page 450: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE-II (A) TECHNICAL DATA FROM MANUFACTURER (To be filled up by the Tendered)

1.0 INVERTER

1.1 Manufacturer’s Model No. (Enclose catalogue)

1.2 Rating (at specified ambient) / no. of phases

1.3 Applicable codes/standards

1.4 Steady state output volt/freq (230 V + 1%)

(50 Hz + 0.1%)

1.5 Input voltage - DC

1.6 Synchronization (inv. phase locked with main) in percentage

1.7 Synchronization manually adjustable in steps of

1.8 Allowable unbalance between phases (for 3 Phases only)

1.9 Harmonics distortion for linear & non-linear loads

1.10 Mode of operation Dual/Parallel Redundant with static bypass as specified in SOR/Design basis/Block diagram

1.11 Dynamic Responses at following conditions a) ± 50% step load (for parallel redundant

UPS) b) ± 100% step load (for hot standby and

single UPS system). c) Power supply interruption and restoration. d) Load Transferred to bypass line e) When one inv. gets faulty and load

transferred to healthy inv. (for parallel redundant UPS)

1.12 Recovery time to reach steady state after above disturbance (not more than 100m Sec)

1.13 Overload capacity (125% minimum for 10 min. 150% minimum for 1 min.)

1.14 Short circuit capacity and duration (in % and m sec.)

1.15 Noise Level (dB at 1 m)

450

Page 451: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

(Not more than 65 dB)

1.16 Efficiency at 100%/75%/50% loads (not less than 90% at 100% load)

1.17 Type of control circuit

1.18 Out put voltage & phase angle (for 3 Phase only) a) For 30% unbalance load b) For 40% unbalance load c) For 50% unbalance load d) For 100% unbalance load

1.19 Crest Factors

2.0 STATIC SWITCHES

2.1 Nos. of static switches in each set

2.2 Current rating at specified ambient

2.3 Transfer time (m sec.) a) Synchronized mode (not more than 4msec)

b) Unsynchronized mode (not more than 20msec)

3.0 BATTERY CHARGER

3.1 Rating (Amp.) / MAKE (Enclose back up calculation).

3.2 Type of charger (Basic configuration)

3.3 Output volt under float/boost charging condition

3.4 Volt. Accuracy under specified input (± 1%)

3.5 Max. Ripple content on DC side (% RMS) (not more than 2% without battery & 1% with battery connected)

3.6 Efficiency at 100%/75%/50 % of load

3.7 Mode of Change over from float to boost and vice-versa

4.0 BATTERY

4.1 Make

4.2 Type (Enclose catalogue)

4.3 AH rating (Enclose back up calculation)

4.4 End cell voltage at specified discharge rate (V/ cell)

4.5 Output (Nominal) volts 451

Page 452: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

4.6 No. of battery banks

4.7 No. of cells in each bank

4.8 Battery charging requirements (V/ cell) a) Volts/Cell/Nominal b) Float c) Boost

4.9 Voltage variation from fully charged battery to discharged battery (volts)

4.10 Charging time (Hrs.)

4.11 Max. Permissible ripple content (% RMS)

4.12 Overall dimension (L*W*H)

4.13 Container type

4.14 Accessories for battery as per specification included

Cell testing Voltmeter, Pair of Gloves, Insulated Spanner, Extra Electrolyte, Hydrometer, Thermometer etc.

4.15 Type/Formation of battery stand

5.0 MANUAL TRANSFER DEVICES

5.1 Rating (Amp.) .

5.2 Make/Type

6.0 STEP DOWN BYPASS TRANSFORMER WITH SOLID STATE VOLTAGE STABILISER

6.1 Make/type

6.2 Rating and Voltage ratio

6.3 Accuracy of stabilizer (not more than ± 2%)

6.4 Type of control (Solid state)

6.5 Type of cooling Natural

7.0 AC DISTRIBUTION BOARD

7.1 Nos. of feeder/rating

7.2 Cable entry from (Bottom)

7.3 Max. Rating of outgoing feeders possible for fault clearance by UPS with and without supply back up (as percentage of UPS rating) not less than 25%. a) With fast acting semi conducting fuses

9.0 Indications and Alarm 452

Page 453: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

10.0 Metering

11.0 UPS Dimension (L x W x H) except Battery

(Including inverter, charger, rectifier, bypass stabilizer, ACDB etc.)

12.0 OVERALL EFFICIENCY OF UPS SYSTEM

12.1

Ratio of output load to input drawn from mains when inverters are on and synchronized with bypass.

a) At 100% load b) At 75% load c) At 50% load

13.0

RELIABILITY

a) Safety factor used for selecting electronic components/ other electrical components (not less than 200%/ 125% respectively)

b) MTBF / MTFR c) Availability factor

14.0 DEGREE OF PROTECTION OF THE PANEL

(Minimum IP – 31)

15.0 Heat loss for total system (W)

16.0 Potential free contracts (for duplicating of fault status in remote panel).

17.0 Fault status shall be compatible to hook-up with Owner’s PC through RS 232/ RS 485 interface.

453

Page 454: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE- II (B) TECHNICAL DATA FROM MANUFACTURER

1.0 2x100% RECTIFIER UNITS

1.1 Mains Input

a) Voltage & Frequency

415 V (+) 10% & (-) 15%, TPN, 50 Hz ± 5% or 230V AC single phase (voltage range-160V AC to 270V AC) or 230V ± 1% AC from UPS. (Rectifier may be fed from UPS output. However it shall also be suitable for these variations if operated independent of UPS).

b) Input harmonics (max.) at full load.

5% RMS (Voltage)

1.2 Out put details

1.2.1 Rectifier

a) Voltage / Wattage 24 V DC , Watt as per SOR

(-) 48 V DC, Watt as per SOR

b) Method of Voltage /Current Control

1.2.2 Load Bus

a) Voltage Regulation from Full load to no load (for mains variation of ±10%) + 5%

b) Ripple Content (<30 mV)

c) Rating of Double pole MCB and fuses for DCDB

(DP MCB’s with semiconductor fuses and DC bus for 4 outgoing feeders)

1.3 Efficiency of Rectifier (at 50%, 75%, 100% load)

1.4 Power Factor of Rectifier (at all load) 0.6 to 0.7 (lag)

1.5 Annunciator details

a) Audio – Visual DC over voltage

Rectifier Failure Load C.B. Trip

454

Page 455: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

b) Push buttons Acknowledge, reset

c) Remote One no. potential free common alarm annunciation contact.

1.6 Indication Lamps

AC Power ON, Rectifier ON

1.7 Meters A.C. input ammeter and voltmeter. Output ammeter and voltmeter.

1.8 MTBF (Hrs.) 60,000 Hrs.

1.9 MTTR (Hrs.) 4 Hrs. (Approx.)

1.10 PTRV (Peak Transient reverse voltage)

600 V on AC side 200 V on DC side

1.11 Construction Details

a) Type of Cooling Natural b) Cable entry Same as UPS Panel

c) Access Same as UPS Panel d) Painting Same as UPS Panel e) Degree of Protection

Same as UPS Panel

1.12 Safety Factor 2 455

Page 456: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE – III

PREFERRED MAKES

UPS System and Inverter 1. EMERSON 2. DB POWER 3. APLAB 4. KELTRON 5. HI-REL

Batteries (Lead Acid) 1. Amco Batteries Ltd. 2. Exide Industries Ltd. 3. HBLNIFE Power System Ltd. 4. Amara Raja Batteries Ltd.

Batteries (Nickel Cadmium) 1. Amco Batteries Ltd. 2. HBLNIFE Power Systems Ltd.

456

Page 457: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE - IV CHECK LIST (To be filled up by tenderer)

Sl. No Description REMARKS

1 Deviation from specification

2 Charger sizing calculation enclosed

3 Battery sizing calculation enclosed

4 Battery catalogue enclosed

5 UPS Catalogue enclosed

6 Confirm compliance to Block diagram

7 Confirm Inspection for UPS and battery as per specification.

8 Dimension for UPS Panel, rectifier and Battery Bank enclosed.

9 Break up for two years operation & maintenance spares enclosed for UPS & Rectifier

457

Page 458: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DATA SHEET

FOR

SOLAR PHOTO VOLTAIC (SPV)

POWER SUPPLY SYSTEM

DATA SHEET NO. - MEC/DS/05/E9/078

(ELECTRICAL SECTION)

MECON LIMITED DELHI 110 092

Rev.: 1

Edition: 1

458

Page 459: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

STANDARD TECHNICAL DATA SHEET MECON LIMITED REGD. OFF: RANCHI 834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 1 of 10

REVISION: 1 TITLE SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM MEC/DS/05/E9/078

EDITION: 1

ANNEXURE - I PURCHASER’S DATA FOR SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM 1.0 SOLAR SYSTEM

1.1 Type Solar Photovoltaic (SPV)

1.2 System/Application Cathodic Protection (24 V DC), Instrumentation (24 V DC), SCADA (24 V DC) & Telecom (-48 V DC), Fire & Alarm system (24 V DC)

1.3 Daily load demand of system 800W at 24V DC continuous load

1.4 System rating (KWp) Minimum as per SOR.

1.5 Earthing system To be provided by vendor

1.6 Battery Back up 72 Hrs (3 Days Autonomy)

1.7 Location Saharanpur-Roorkee-Haridwar-

Dehradun/lRrishikesh & Ludhiyana- Jalandhar

Spur lines of BNPL project

1.8 Wind Velocity 170 Km/Hr

1.9 Ambient Temperature Max. 50 deg C, Min 0 deg C

2.0 SOLAR PANEL

2.1 Module output Watts (Wp) Not less than 80Wp

2.2 Insolation data As per site condition, However average insolation value shall not be higher than 5.2 kWH/Sq.M/Day

2.3 Number of no sun days 03 days

2.4 Nominal voltage of solar array 96V DC

2.5 PV Array mounting Structure mounting on roof/ground

2.6 De-rating Factors to be considered

a) Solar array-

(Module deterioration x dust deposit x Module mismatch x line resistance of cable x Array wiring x panel orientation x Rise in temp. x Charge controller eff.)

c) Ageing factor

b) DC-DC converter efficiency

c) Battery Efficiency

0.7

0.80

0.80

459

Page 460: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

STANDARD TECHNICAL DATA SHEET MECON LIMITED REGD. OFF: RANCHI 834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 2 of 10

REVISION: 1 TITLE SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM MEC/DS/05/E9/078

EDITION: 1

0.9

2.7 Solar module framing material Withstand up to 170 Km/Hr wind velocity and Temp Range as specified.

2.8 Material of bird spikes SS-304

2.9 Degree of protection of Solar Array and junction box

IP65

2.10 Supporting structure Anodized AL/Hot dipped Galvanized MS

2.11 Expected life span 25 years @ 80% of initial power rating

3.0 SOLAR CHARGE CONTROLLER

3.1 Type of charge Controller Parallel Redundant (2x100%), Automatic changeover through static switch, Low loss series type (PWM), FCBC (Automatic Float cum Boost Charging) type

3.2 Enclosure degree of protection IP 31

3.3 Mounting Wall / floor

3.4 Cable entry From Bottom

3.5 Rating (Amp)/KW As per design calculation

3.6 Charger I/O a) Transducer for telemetering battery voltage & current, load Voltage & current, solar array Voltage & current (4-20 mA Output) Compatible I/o for SCADA system

b) Potential free contact & static switch-

For deep discharge of battery bank (up to 70%) for annunciation through SCADA

For status of charging of battery bank from Solar charge controller or grid charger through SCADA

Alarm for bank voltage becomes 88V DC.

c) Interlocking logic between solar charger controller & Grid charger to enable automatic changeover.

4.0 415V 3Ph CHARGER

4.1 Type of charger Low loss series (PWM), FCBC (Automatic Float cum Boost Charging) type

4.2 Rating As per design calculation @ C5 rating

4.3 Arrangement In 2X50%, Each shall be connected to separate battery bank.

460

Page 461: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

STANDARD TECHNICAL DATA SHEET MECON LIMITED REGD. OFF: RANCHI 834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 3 of 10

REVISION: 1 TITLE SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM MEC/DS/05/E9/078

EDITION: 1

4.3 Charger I/O Potential free contact for charger ‘ON’ Feedback for SCADA system

4.4 Output Voltage 96V DC/ As per design

4.5 Enclosure protection IP 31

4.6 Mounting Floor/Wall

4.7 Cable entry From Bottom

4.8 Efficiency >80%

5.0 BATTERY BANK

5.1 Make As per approved vendor

5.2 Type Ni-Cd type battery bank

5.3 Mode of arrangement 2x50% (Provision made to isolate individual bank from Charge controller/grid charger for preventive maintenance)

5.4 AH Rating As per design calculation (Min as per SOR)

5.5 Self discharge of battery <3% per month at 20 deg C

<6% per month at 30 deg C

5.6 Battery Sizing:

i) Battery end cell voltage (Min)

ii) Battery De-rating factor to be considered:

Battery state of charge

Aging

Temp. Correction

DOD (Depth of discharge)

DC-DC conversion efficiency

iii) Battery stand formation

1.16 V/Cell

0.88

0.8

As per min. site temp (0 deg C)

70%

80%

Battery stands in double row/ double tier formation

5.7 Charge efficiency >95% up to 70% state of charge

6.0 DCDB

6.1 Type Non draw-out type, Front operation & maintenance type with Voltmeter and

461

Page 462: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

STANDARD TECHNICAL DATA SHEET MECON LIMITED REGD. OFF: RANCHI 834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 4 of 10

REVISION: 1 TITLE SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM MEC/DS/05/E9/078

EDITION: 1

Ammeter.

6.2 Degree of protection IP 41

6.3 Mounting Wall mounted

6.4 Cable entry From bottom

6.5 (a)

DCDB (With suitable fuses)

1) No. of I/C feeder (DC MCB –DP 63A) - 2 No.

2) No. of O/G feeders (DC MCB –DP 20A) - 3 No.

(DC MCB –DP 16A) - 6 No.

(DC MCB –DP 6A) - 4 No.

7.0 JUNCTION BOXES

7.1 Type FRP/Thermo Plastic, Dust vermin and water proof

7.2 Degree of protection IP65

7.3 Mode of arrangement Sub array JBs than Main JB with facility for test point for quick fault location

8.0 DC-DC CONVERTER

8.1 Type Parallel redundant (2x100%)

8.2 Input Voltage 96V DC (As per design)

8.3 Output voltage 24V DC

8.4 Accuracy +/-1%

8.5 Efficiency >80%

9.0 SOLAR STREET LIGHTING SYSTEM

9.1 Type Stand alone, Dusk-Dawn type

9.2 PV Module 150 KWp

9.3 Lamp 2X11 W CFL

9.4 Voltage 60-80 V AC

9.5 Battery Rating 150 Ah (3 Day Autonomy)

9.6 Battery Type Tubular Low maintenance type lead acid

9.7 Indications Green LED-Charging in progress

Red LED- For deep discharge

462

Page 463: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

STANDARD TECHNICAL DATA SHEET MECON LIMITED REGD. OFF: RANCHI 834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 5 of 10

REVISION: 1 TITLE SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM MEC/DS/05/E9/078

EDITION: 1

10.0 CABLE AND ACCESSORIES

10.1 Interconnecting Cables Type Cu- conductor PVC Insulated, PVC sheathed, armoured FRLS type

10.2 Cable gland type Double compression type

10.3 Lugs-type Tinned Cu

10.4 Other accessories As required

11.0 SPACE AVAILABLE FOR MOUNTING OF SOLAR ARRAY IN EACH EXISTING

TERMINAL

11.1 On Building top -----------

11.2 On ground -----------

11.2 Total plot size (As per enclosed drawings)

463

Page 464: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

STANDARD TECHNICAL DATA SHEET MECON LIMITED REGD. OFF: RANCHI 834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 6 of 10

REVISION: 1 TITLE SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM MEC/DS/05/E9/078

EDITION: 1

ANNEXURE – IITECHNICAL DATA FOR SPV POWER SUPPLY SYSTEM

(To be filled up by the Tenderer along with offer)

1.0 SOLAR ARRAY

1.1 Manufacturer’s Ref. No./ Model No.

1.2 Size of solar system Submit sizing calculation

1.3 No. of Solar panel/array Submit sizing calculation

1.4 Applicable codes/standards

1.5 Steady state output volt

1.6 Mode of Arrangement

1.7 Peak power output of each module (Pmax, Watts)

1.8 Current at Pmax (Imax)

1.9 Voltage at Pmax (Vmax)

1.10 Short circuit current (Isc)

1.11 Open circuit voltage (Voc)

1.12 Dimensions (in mm)

1.13 Degree of protection of the panel.

1.10 Tilt factor

1.11 Loss factor

1.12 Efficiency at 100% load

1.13 Type of control circuit

1.14 No. of days autonomy 72 Hrs (3 Days autonomy)

2.0 CHARGE CONTROLLER

2.1 Rating (Amp.) / kW Submit sizing calculation

2.2 Output voltage under float/boost charging condition

2.3 Type / Mode

Refer Block Diag. No. MEC/SD/05/E9/E/078/01

PWM / (2 x 100 %) as per data sheet

3.0 GRID CHARGER (415V, 3Ph)

3.1 Rating (Amp.)/KW Submit sizing calculation

464

Page 465: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

STANDARD TECHNICAL DATA SHEET MECON LIMITED REGD. OFF: RANCHI 834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 7 of 10

REVISION: 1 TITLE SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM MEC/DS/05/E9/078

EDITION: 1

3.2 Output volt under float/boost charging condition

3.3 Type/Mode

3.4 Interlocking with SPV charge controller

4.0 BATTERY

4.1 Make

4.2 Type (Enclose catalogue) Ni-Cd

4.3 Type of construction

4.4 AH rating Submit sizing calculation

4.5 Battery charge eff.

4.6 Mode of arrangement 2X50%

4.7 Nominal cell voltage 1.2 V / Cell

4.8 End cell volt. At specified discharge rate (V/ cell)

4.9 No. of cells

4.10 Recommended Float charging voltage per cell

4.11 Maximum Float charging voltage per cell

4.12 Recommended Boost charging voltage per cell

4.13 Maximum Boost charging voltage per cell

4.14 Accessories for battery Included.

4.15 Dimension of battery bank stand (WXDXH)

5.0 INDICATIONS AND ALARM

5.1 METERING & INDICATION–

i) Voltage and Current from Solar Array.

ii) Load Voltage and current

iii) Battery current and voltage with indication of status - "in charge" or "discharge".

iv) Solar array Voltage and Current.

v) Annunciation for battery deep discharge of battery.

vi) Indication for charging of battery from solar charge controller or grid charger

465

Page 466: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

STANDARD TECHNICAL DATA SHEET MECON LIMITED REGD. OFF: RANCHI 834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 8 of 10

REVISION: 1 TITLE SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM MEC/DS/05/E9/078

EDITION: 1

5.2

Remote Monitoring of battery voltage & current, load Voltage & current, solar array Voltage & current, fault status and charging of battery from Solar charger controller or grid charger hook up with Owner’s SCADA system through RS232/485.

6.0 DIMENSIONS FOR EACH SYSTEM

6.1 Solar Array

6.2 Battery Bank

6.3 Charge Controller

6.4 3Ph Grid Charger

4.0 DIMENSIONS: (Enclose Catalogue)

466

Page 467: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

STANDARD TECHNICAL DATA SHEET MECON LIMITED REGD. OFF: RANCHI 834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 9 of 10

REVISION: 1 TITLE SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM MEC/DS/05/E9/078

EDITION: 1

ANNEXURE – III TECHNICAL DATA FOR SOLAR STREET LIGHITING SYSTEM

(To be filled up by the Tenderer along with offer)

1.0 SOLAR MODULE

1.1 Peak Power (Wp)

1.2 Peak Voltage

1.3 Peak Current

1.4 Open Circuit Voltage

1.5 Short Circuit Current

1.6 Nominal Voltage

2.0 BATTERY

2.1 Make

2.2 Type

2.3 Ah rating

2.4 System Autonomy

2.5 Nominal Voltage

2.6 Depth of discharge

3.0 LUMINARY ASSEMBLY

3.1 Type of lamp

3.2 Luminous Efficiency

4.0 DIMENSIONS: (Enclose Catalogue)

467

Page 468: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

STANDARD TECHNICAL DATA SHEET MECON LIMITED REGD. OFF: RANCHI 834002 ELECTRICAL SECTION, DELHI

DOCUMENT NO. Page 10 of 10

REVISION: 1 TITLE SOLAR PHOTO VOLTAIC (SPV) POWER SUPPLY SYSTEM MEC/DS/05/E9/078

EDITION: 1

ANNEXURE – IV

CHECK LIST (To be filled up by Tenderer)

Sl.No Description Remarks

1 Deviation from specification

Offer may be rejected if there is any deviation

2 Solar Array sizing calculation enclosed

3 Charger sizing calculation enclosed (both solar and grid charger)

4 Battery sizing calculation enclosed

5 Solar Array, Battery catalogue enclosed

6

Confirmation for Inspection of Solar Array, charge controller and battery as per Specification/QAP.

7 Confirmation for Remote monitoring of the parameters through SCADA system (Hook-up with Owner’s SCADA system through RS232/485) and automatic changeover between grid charger & solar Charger.

8 Confirmation that Solar System Offered can be accommodated in plot area (Refer enclosed plot plan).

9 Dimension for Solar Array, Charge Controller, 3Ph Charger and Battery Bank is enclosed.

10 Unpriced schedule of rate (SOR) enclosed. 11 Unpriced item wise break up for two years

operation & maintenance spares enclosed for 800W Solar system, Street lighting and 415V 3Ph charger.

468

Page 469: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI-BAWANA-NANGALPIPELINE (DBNPL)

PROJECT

MECON LTD, DELHI

DOCUMENT NO. TITLE

QUALITY ASSURANCE PLAN

469

Page 470: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CONTRACTOR CLIENT: PROJECT:

GAIL(India) Limited SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

ORDER NO. & DATE PACKAGE NO. SUB-CONTRACTOR ORDER NO. & DATE

QUALITY ASSURANCE PLAN

FOR ELECTRICAL EQUIPMENT

PACKAGE NAME ELECTRICAL WORKS

INSTRUCTIONS FOR FILLING UP: 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 �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

CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS: Code Description Code Description Code Description DOCUMENTS:

1. Visual 12. Routine test as per relevant IS 23. Short time rating D1. Approved GA drawings 2. Dimensional other standard 24. Operational & functional D2. Approved single line/ 3. Fitment & Alignment 13. Type test as per relevant IS/ check schematic diagram 4. Physical Test (Sample) other standard 25. Over Speed Test D3. Approved 5. Chemical Test (Sample) 14. Impulse Test 26. Flame Proof Test data sheet 6. Ultrasonic Test 15. Partial Discharge Test 27. Clearance and creepage D4. Approved bill of materials 7. Magnetic Particle Test (MPT) 16. Heat run testtemp rise test Distance D5. Unpriced P.O. copy 8. Radiography Test 17. Enclosure Protection Test 28. Acceptance Test D6. Calibration Certificate 9. Dye Penetration Test 18. Calibration 29. Harmonic content of all measuring 10. Measurement of IR Value 19. Noise & Vibration instruments and gauges

a) Before HV Test 20. Test certificates for bought 30.Test on tap changer/ M. Box b) After HV Test out components 31. Oil leakage test 11. High Voltage test/Dielectric 21. Tank Pressure Test 32. BDV of Oil

test 22. Paint shade verification 33.Thermal performance test

E Q U I P M E N T D E T A I L S I N S P E C T I O N A N D T E S T S Quantity Raw Material and inprocess stage

inspection Final Inspection/Test by Sl.

No. Description (With equipment

heading, place of use, and Breif Specifications)

Indentificatuin No.

No/M T

Manufacturer’s Name and Address

Expected schedule of Final Inspection

MFR CONTR MECON MFR CONTR MECON

Test Certificates & documents to be submitted to

MECON

Acceptance Criteria

Standards /IS/ BS/ASME/ Norms and Documents

REMARKS / SAMPLING

PLAN

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1. Lighting and Power

Distribution Board Set Approved 1,2,3,4,

24, 27 - - 1,2,3,12,

22 24,27 1,2,3,10, 11, 12,22, 24,27

1,2,3, 10, 11, 12, 22, 24,27

D1, D2, D3, D4, D5, D6, 20,

12,13

I.S., Data Sheet, Specifications & Approved Drgs.

13* for similar rating

2. Distribution Transformer upto 100 KVA.

No. Approved 1,2,3,4, 21,27

- - 1,2,10,11, 12

1,2,10,11, 12,22,27

1,2,10,11, 12,22,27

12,13,20 D3, D5, D6

I.S., Data Sheet, Specifications & Test Certificate

13* for similar rating

3.

LT Power and Control Cable

Mt. Approved - - - 1,10,11, 12,13, 28

1,2,10,11, 12, 28

1,2,10,11, 12, 28

12,13,28 D3, D5, D6,

I.S., Data Sheet, Specifications & Test Certificate

13* for similar rating

2. Battery Set Set Approved 1,2,3,4, 24,27

- - 1,2,3,12, 13,28

1,2 - D1, D3, D4, D5, D6, 12,13

Tech. Specification,

Approved Drawings & Data Sheets

Test certificates

12, 13 Document to be

reviewed by MECON

5. UPS – System Set Approved 1,2,3,4, 24, 27,28

- - 1,2,3,12, 16,22,23 24,27,28

1,2,3,12, 16*, 22, 23,24,27,

28

1,2,3,12, 16*, 22, 23,24,27,

28

D1, D2, D3, D4, D5, D6, 20,

12,13

Tech. Specification,

Approved Drawings & Data Sheets

( * ) 12 hour heat run test

6. HT Cable Mt. Approved 1,2,3,4 1,2,3,4,10.12

D3,D6 -

Q.A.P. NO. MEC/05/E9/QAP/23M9/001

For MECON (Stamp & Signature) for CONTRACTOR SUB-CONTRACTOR (Stamp & Signature) SHEET 1 OF 2

REV. 0

470

Page 471: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Form No.11.20 (4.4) F-10

CONTRACTOR CLIENT: PROJECT:

GAIL

SPURLINES OF DADRI-BAWANA-NANGAL PIPELINE (DBNPL) PROJECT

ORDER NO. & DATE PACKAGE NO. SUB-CONTRACTOR

ORDER NO. & DATE

QUALITY ASSURANCE PLAN

FOR ELECTRICAL EQUIPMENT

PACKAGE NAME ELECTRICAL WORKS

INSTRUCTIONS FOR FILLING UP : 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 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

CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS: Code Description Code Description Code Description DOCUMENTS:

1. Visual 12. Routine test as per relevant IS 23. Short time rating D1. Approved GA drawings 2. Dimensional other standard 24. Operational & functional D2. Approved single line/ 3. Fitment & Alignment 13. Type test as per relevant IS/ check schematic diagram 4. Physical Test (Sample) other standard 25. Over Speed Test D3. Approved 5. Chemical Test (Sample) 14. Impulse Test 26. Flame Proof Test data sheet 6. Ultrasonic Test 15. Partial Discharge Test 27. Clearance and creepage D4. Approved bill of materials 7. Magnetic Particle Test (MPT) 16. Heat run test Distance D5. Unpriced P.O. copy 8. Radiography Test 17. Enclosure Protection Test 28. Acceptance Test D6. Calibration Certificate 9. Dye Penetration Test 18. Calibration of all measuring 10. Measurement of IR Value 19. Noise & Vibration instruments and gauges a) Before HV Test 20. Test certificates for bought out b) After HV Test components 11. High Voltage test/Dielectric 21. Tank Pressure Test

test 22. Paint shade verification

E Q U I P M E N T D E T A I L S I N S P E C T I O N A N D T E S T S Quantity Raw Material and inprocess stage

inspection Final Inspection/Test by Sl.

No. Description (With equipment

heading, place of use, and Breif Specifications)

Indentificatuin No.

No/M T

Manufacturer’s Name and Address

Expected schedule of Final Inspection

MFR CONTR MECON MFR CONTR MECON

Test Certificates & documents to be submitted to

MECON / GAIL

Acceptance Criteria

Standards /IS/ BS/ASME/ Norms and Documents

REMARKS / SAMPLING

PLAN

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16Solar Array with coplete hardware (JBs, Mounting Structure, cables etc)

Set

7.

1,2,3,4,24, 27

- - 1,2,3,12, 1,2,3,12, 13 28

1,2,3,12, 28

D1, D2, D3, D4, D5, D6, 20,

12,13,17

Tech. Specification,

Approved Drawings & Data Sheets

13 Document to be reviewed by

MECON

8. Solae charge controller/Grid Charger

Set 1,2,3,4,24, 27

1,2,3,12,16, 22,

23,24,27

1,2,3,12, 16, 22,

23,24,27

1,2,3,12, 16, 22,

23,24,27,

D1, D2, D3, D4, D5, D6, 20, 12,13

Tech. Specification,

Approved Drawings & Data Sheets

12, 13 Document to be

reviewed by MECON

Battery Set Set

9.

1,2,3,4,24,27

- - 1,2,3,12,13

1,2,28 1.2,28 D1, D3, D4, D5, D6, 12,13,20

Tech. Specification,

Approved Drawings & Data Sheets

Test certificates

12, 13 Document to be

reviewed by MECON

10. Integrated test of complete system

- - At site (Test Format to be

submitted by vendor for approval)

Q.A.P. NO. MEC/05/E9/QAP/23M9/001

For Manufacturer For CONTR For MECON (Stamp & Signature) (Stamp & Signature) (Stamp & Signature) SHEET 2 OF 2

REV. 0

471

Page 472: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (India) Ltd

OIL & GAS SBU

SPURLINES OF DADRI-BAWANA-NANGALPIPELINE (DBNPL)

PROJECT

MECON LTD, DELHI

DOCUMENT NO. TITLE

CHECK LIST

472

Page 473: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (INDIA) LIMITED

OIL & GAS SBU

SPURLINES OF DADRI-BAWANA-NANGAL-PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

Tender No.:. Page 1 of 3 TITLE ELECTRICAL CHECK LIST

MEC/05/51/23M9/GAIL/--- REVISION 0

TO BE FILLED-UP BY TENDERER Sl. No.

Description Remarks

1. No deviation from the Electrical Specification/ SOR

2. Solar Array sizing calculation enclosed

3. Charger sizing calculation enclosed (both solar and grid charger)

4. Battery sizing calculation enclosed

5. Solar Array, Battery catalogue enclosed

6. Confirmation for Inspection of Solar Array, charge controller and battery as per Specification/QAP.

473

Page 474: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (INDIA) LIMITED

OIL & GAS SBU

SPURLINES OF DADRI-BAWANA-NANGAL-PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

Tender No.:. Page 2 of 3 TITLE ELECTRICAL CHECK LIST

MEC/05/51/23M9/GAIL/--- REVISION 0

7.

Confirmation for Remote monitoring of the parameters through SCADA system (Hook-up with Owner’s SCADA system through RS232/485) and automatic changeover between grid charger & solar Charger.

8. Confirmation that Solar System Offered can be accommodated in plot area (Refer enclosed plot plan).

9. Dimension for Solar Array, Charge Controller, 3Ph Charger and Battery Bank is enclosed.

10. Unpriced schedule of rate (SOR) enclosed.

11 Unpriced item wise break up for two years operation & maintenance spares enclosed for 800W Solar system, Street lighting and 415V 3Ph charger.

12. Unpriced SOR enclosed with offer

13. List of similar electrical job undertaken during last three years has been enclosed with the offer.

14. List of electrical personnel employed, with their qualification & experience, has been enclosed with the offer.

474

Page 475: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

GAIL (INDIA) LIMITED

OIL & GAS SBU

SPURLINES OF DADRI-BAWANA-NANGAL-PIPELINE

(DBNPL) PROJECT

MECON LTD, DELHI

Tender No.:. Page 3 of 3 TITLE ELECTRICAL CHECK LIST

MEC/05/51/23M9/GAIL/--- REVISION 0

15. Credential of electrical sub-contractor, enclosed with the offer.

16. Photocopy of Electrical Contractor’s license – grade A has been enclosed with the offer.

475

Page 476: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure-V to

Particular Job Specification (INSTRUMENTATION WORKS)

476

Page 477: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

INDEX

Sl. No. DESCRIPTION 1.0.0 INTENT OF THE SPECIFICATION 2.0.0 SCOPE OF WORK 3.0.0 PROCESS DESCRIPTION AND ENVIRONMENTAL CONDITIONS 4.0.0 CODES AND STANDARDS 5.0.0 BATTERY LIMIT AND EXCLUSIONS 6.0.0 VENDOR DATA REQUIREMENT 7.0.0 DESIGN CRITERIA 8.0.0 INSPECTION AND TESTING 9.0.0 SPARES 10.0.0 AS BUILT DRAWINGS AND DOCUMENTS 11.0.0 DEVIATIONS 12.0.0 DATA SHEET FOR SECTIONS I , II

477

Page 478: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

1.0.0 INTENT OF THE SPECIFICATION

M/s GAIL (India) Limited intend to lay 24”/16”/8”/4”x 164 (Appx.) Km pipeline for 16”NB X 64 Km (Appx.) long spur line,Tap-off from Saharanpur SV-Station (SV-3 Ch.115 Km) and 24”NB X 84 Km(Appx.) long spur line from (IP-4 at Ch. 295 Km.) Ludhiana to Jalandhar & 8”NB X 16 Km.(Appx.) from Haridwar to Rishikesh to Sidcul & Bhel.

2.0.0 SCOPE OF WORK: The scope of work pertaining to Instrumentation is indicated below for each Section

separately: SECTION - I (24"NB X 84 KM):-

The scope of work shall include but not limited to the following: a) Design , engineering, manufacture , supply, erection, testing & commissioning of

completely wired Wall Mounted type Control Panel along with all accessories for Despatch terminal at Ludhiana and Receiving terminal at Jalandhar as per the specification indicated in the Technical Specification (Data Sheet No. MEC/23M9/05/E5/DS/WMCP-A)

b) Design , engineering, manufacture , supply, erection, testing & commissioning of

completely wired Wall Mounted type Control Panel along with all accessories for all SV stations (SV-1, SV-4) as per the specification indicated in the Technical Specification (Data Sheet No. MEC/23M9/05/E5/DS/WMCP-A)

c) Design, engineering, procurement, supply, installation, testing & commissioning of all

the Field-mounted Instruments & Control Panel mounted Instruments viz. various Sensors, Transmitters, Gauges, Indicators, Barriers, Signal Multipliers (SDC) etc. as per attached Instrument Data Sheets.

d) Handling, loading & unloading, transportation, installation testing & commissioning

of Metering Panel for IP-4 cum Despatch terminal at Ludhiana (02 nos.) and Receiving terminal at Jalandhar (01 nos.) to be mounted in control room including transportation from GAIL Store to Project site. However supply of Panel is not included in the Scope.

e) Installation, Testing & Commissioning of free issue items like UFM ,Turbine Meters

Metering Skids, GC panels etc. excluding supply of items.

f) Supply and laying of control, signal, triad cables on main cable trays, perforated trays, trenches including supply of all required cable glands (explosion proof double compression type) and consumables like ferrules, clamps, PVC tubes, Aluminium / SS tag plates etc., clamping, ferruling, glanding of the cables, termination at both ends, including shield/ drain/ communication wire, providing/fixing of identifying tags and megger testing and loop testing.

478

Page 479: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

g) Supply, installation of Junction Boxes including plugs for unused entries, supply, fabrication and installation of supports, plugging of unused entries and painting (explosion proof electrical junction boxes for 6 pair/ 6 triad cable entry and for 12 pair/ 12 core cable entry).

h) Handling, transportation, installation, removal and remounting, electrical termination,

testing, calibration of Actuated Valves, Actuator for Gas Actuated Ball Valves / Gas Over Oil Valves along with mounting of Valves and their respective accessories, supply and erection of supports for impulse lines wherever required, supply, fabrication & installation of manifolds/ impulse lines & fittings with supports, hydraulic testing, painting of supports as per std., but exclusive of supply of Valves.

i) Installation , Testing , Commissioning of Metering skid , Gas chromatograph ,Panel

mounted flow computer and accessories of Metering skid and GC excluding supply of GC , Metering skid, Flow Computer.

j) Installation , testing & Commissioning of Metering skid Panel , GC Panel excluding

supply of panels

k) Supply of Canopies fabricated out of Powder coated MS for electronic transmitters including supply, fabrication of support and installation of Canopy with support and reflective painting.

l) Supply, laying and termination of both ends from earth grid to field instruments/ JBs/

Control Panel by 8 SWG G.I. Wire / Strip in tray and conduits as required excluding Earth-Pit preparation.

m) Supply, laying and termination of both ends of 4 sq. mm. PVC insulated armoured

copper cable from earth pit to the barrier earth bus bar in trays/conduits/trenches as required.

n) Start up & commissioning of complete terminal instruments, including all labour, test

equipments and other auxiliaries as required, etc., complete in all respects as per specifications/ drawings/ directions of Engineer-in-Charge. All necessary Testing and Commissioning Reports, As-built Drawings etc., shall also be prepared and to be submitted to the GAIL/MECON

o) The scope of work shall also include

- Arrangement of the inspection of all the items to be supplied as mentioned above

at the Manufacture’s works by GAIL/MECON as per approved QAP. - Submission of all drawings and documents as listed elsewhere in this Bid

document.

The scope of work shall also comply with the Instrumentation General Specifications as described elsewhere in the Bid document.

479

Page 480: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

SECTION - II (16”x 64 KM & 8”x 16 KM):-

The scope of work shall include but not limited to the following:

a) Design , engineering, manufacture, supply, erection, testing & commissioning of completely wired Wall mounted type Control Panel along with all accessories for 16” SV stations (SV-1, SV-5) from Saharanpur to Haridwar as per the specification indicated in the Technical Specification (Data Sheet No. MEC/23M9/05/E5/DS/WMCP-B)

b) Design, engineering, manufacture, supply, erection, testing & commissioning of

completely wired Wall mounted type Control Panel along with all accessories for Receiving cum Distribution terminal at Haridwar as per the specification indicated in the Technical Specification (Data Sheet No. MEC/23M9/05/E5/DS/WMCP-B)

c) Design, engineering, procurement, supply, installation, testing & commissioning

of all the Field-mounted Instruments & Control Panel mounted Instruments viz. various Sensors, Transmitters, Gauges, Indicators, Barriers, Signal Multipliers (SDC) etc. as per attached Instrument Data Sheets.

d) Handling, loading & unloading, transportation, installation testing &

commissioning of Metering Panel for SV-3 cum Despatch terminal at Saharanpur (01 no.),Receiving terminal at Haridwar (01 no.) & Roorkee (01 no.) to be mounted in control room including transportation from GAIL Store to Project site. However supply of Panel is not included in the Scope.

e) Installation, Testing & Commissioning of free issue items like PCV/SDV, UFM,

Turbine meters, Filtration and Metering Unit, Metering Skids & other accessories etc. excluding supply of items.

f) Supply and laying of control, signal, triad cables on main cable trays, perforated

trays, trenches including supply of all required cable glands (explosion proof double compression type) and consumables like ferrules, clamps, PVC tubes, Aluminium / SS tag plates etc., clamping, ferruling, glanding of the cables, termination at both ends, including shield/ drain/ communication wire, providing/fixing of identifying tags and megger testing and loop testing.

g) Supply, installation of Junction Boxes including plugs for unused entries, supply,

fabrication and installation of supports, plugging of unused entries and painting (explosion proof electrical junction boxes for 6 pair/ 6 triad cable entry and for 12 pair/ 12 core cable entry).

h) Handling, transportation, installation, removal and remounting, electrical

termination, testing, calibration of Actuated Valves, Actuator for Gas Actuated Ball Valves / Gas Over Oil Valves along with mounting of Valves and their respective accessories, supply and erection of supports for impulse lines wherever required, supply, fabrication & installation of manifolds/ impulse lines & fittings

480

Page 481: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

with supports, hydraulic testing, painting of supports as per std., but exclusive of supply of Valves.

i) Supply of Canopies fabricated out of Powder coated MS for electronic

transmitters including supply, fabrication of support and installation of Canopy with support and reflective painting.

j) Supply, laying and termination of both ends from earth grid to field instruments/

JBs/ Control Panel by 8 SWG G.I. Wire / Strip in tray and conduits as required excluding Earth-Pit preparation.

k) Supply, laying and termination of both ends of 4 sq. mm. PVC insulated armoured

copper cable from earth pit to the barrier earth bus bar in trays/conduits/trenches as required.

l) Start up & commissioning of complete terminal instruments, including all labour,

test equipments and other auxiliaries as required, etc., complete in all respects as per specifications/ drawings/ directions of Engineer-in-Charge. All necessary Testing and Commissioning Reports, As-built Drawings etc., shall also be prepared and to be submitted to the GAIL/MECON.

m) The scope of work shall also include

- Arrangement of the inspection of all the items to be supplied as mentioned above

at the Manufacture’s works by GAIL/MECON as per approved QAP. - Submission of all drawings and documents as listed elsewhere in this Bid

document.

The scope of work shall also comply with the Instrumentation General Specifications as described elsewhere in the Bid document.

3.0.0 PROCESS DESCRIPTION AND ENVIRONMENTAL CONDITIONS

3.0.1 Receiving terminal

Natural gas flow through the pipeline will be measured and monitored at IP-4 cum Despatch Terminal at Ludhiana & Receiving terminal at Jalandhar of Ludhiana-Jalandhar spur line & SV-3 cum Despatch terminal at Saharanpur & Receiving terminal at Haridwar of Saharanpur-Roorkee-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

481

Page 482: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

without change in architecture or addition of hardware. A dedicated Terminal Block shall be provided for SCADA Parameters.

3.2.0 ENVIRONMENTAL CONDITIONS The environmental condition to be considered for selection, design, derating of

Instrumentation equipment shall be as follows: Ambient Temperature : 65 0C (Max.)

Relative Humidity : 90 % RH 4.0.0 CODES AND STANDARDS

The following codes and standards (versions/revision valid in the date of order) shall be referred to and made part of this specification. ISA, AGA, API-RP, BIS, ANSI, ASTM, NEMA, DIN. Indian Explosive act. Specification and recommendations of IEC. All other relevant standards and norms.

5.0.0. BATTERY LIMIT AND EXCLUSIONS 5.1.1 POWER SUPPLY

Uninterrupted power supplies (230 VAC UPS) battery back up will be provided by GAIL However conversion of 230V AC to 24 V DC with dual redundant power supply shall be in Vendor’s 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, PCV’s (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.

482

Page 483: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

6.0 VENDOR DATA REQUIREMENTS

CERTIFIED INFORMATION REQUIRED AFTER PURCHASE ORDER REVISION / DATE

SL No.

DESCRIPTION PRINTS WITH QUOTE

TRANSPARENCY( no. of copies )

PRINTED MATTER (no. of copies)

DATE NEEDED (see legend)

DATE PROMISED

A) Control Panel & Field Mounted Instruments

*01 Bill of Material with Qty, Make & Model no. 4 8 2 W

02 Installation, operations and maintenance instructions 8 W/S

03 Test Certificates & Calibration Reports 4 8 A/C 04 Certificate from Statutory Bodies 4 8 2 W

*05 Instruments Data Sheets duly filled with Make and Model No.

8 2 W

06 Manufacturer's Technical Catalogue for all the Items. 4

07 List of Commissioning Spares and Consumables 8 2 W

B) Control Panel

*01 GA Dwg including Panel Layout & Cutout Details. 8 2 W

*02 Dimension , structural and Foundation details 8 2 W 03 Panel Wiring and Terminal detail Diagrams 8 2 W *04 Power Supply Distribution Diagram 8 2 W 05 Power Requirement 8 2 W 06 Test certificate and Calibration report. 4 8 2 W 07 Loop Diagram 8 2 W

08 Operating Instruction for Instruments / equipment in Vender ‘s Scope.

4 8 2 W

LEGEND : W – Week ; W/S - With Shipment ; A/C – Along with Inspection Call CATEGORIES PRECEDDED BY ASTERICK (*) WILL BE APPROVED FOR FABRICATION BY MECON LIMITED. THE REMAINING DRAWING ARE REQUIRED FOR INFORMATION ONLY. NOTES : 1. FOLD ALL PRINTS TO 216MM X 279 MM SIZE AND ROLL TRANSPARENCIES. 2. VENDOR TO COVER ALL TRANPARENCIES AND PRINTED MATTER TO MECON LTD.

483

Page 484: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

7.0.0. DESIGN CRITERIA 7.1.0. CONTROL PHILOSOPHY

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 (PCV’s and SDV’s), inlet pressure and temperature, outlet pressure and temperature, flow parameters, percent opening of FCV’s 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: For Incoming to Control Panel : 230V AC For Interlocks and Shutdown Scheme and Electronic Instruments : 24 VDC 8.0.0 INSPECTION & TESTING

Vendor shall submit Quality Assurance Plan (QAP) for all items of Instrumentation equipment for GAIL/MECON approval. Enclosed Vendor list shall be followed.

484

Page 485: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

Vendor shall be responsible for all Tests for perfect Integrated Control Panel. Vendor shall arrange all necessary Instruments/accessories assistance required for these tests.

8.1 ACCEPTANCE CERTIFICATE (AC)

Acceptance Tests shall be conducted at Manufacturer’s works during inspection after equipment/sub-system is completely ready for inspection. These shall include testing & calibration etc. of equipment/sub-system. Acceptance Certificate (AC) shall be issued after all the materials received at site.

9.0 SPARES 9.1 COMMISSIONING SPARES AND CONSUMABLES Vendor shall include supply of spare parts for commissioning and furnish the complete list.

Any extra commissioning spares and consumables required during commissioning shall be supplied free of cost.

9.2 SPECIAL TOOLS AND TACKLES

Vendor shall provide a set of special tools and tackles required for calibration, erection, testing and commissioning and maintenance of instrumentation equipment.

10.0 AS BUILT DRAWINGS AND DOCUMENTS

Vendor shall incorporate all changes made in the drawings from approval stage to the handing over stage. As-built drawings shall be submitted in requisition of sets (these will be in addition to the sets submitted at the time of approval/ for information and up to commissioning).The drawings to be submitted shall include all the drawings/documents submitted for the approvals, information as also the drawings / documents required for normal operation, trouble shooting, repair, maintenance and testing of equipment /system /installation. Vendor shall submit the following drawings / document/ data in specified number of copies and reproducible prior to submitting the final bill to the GAIL/MECON on handing over the installation to the customer whichever is earlier. i) All drawings / documents submitted to GAIL/ MECON for approval/information. ii) Equipment manufacturing drawings / documents submitted for information

GAIL/MECON. iii) Operation and Maintenance Manuals, Vendor shall submit one preliminary O&M

manual to GAIL/MECON for approval. The final manual in bounded volumes shall be supplied before despatch of equipment in specified no. of copies.

iv) Inspection reports, factory and site calibration test reports in bounded volumes. v) As built drawings/documents incorporating all site modifications. vi) List of spares. vii) All the necessary documents required for final testing and commissioning.

Vendor shall give the drawings and documents as follows:

485

Page 486: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

(i) Six sets of Prints (ii) One set of Transparency

11.0 DEVIATION

The Vendor shall clearly mention in the offer all the deviations from the Technical Specifications, however minor may be. Otherwise, it will be taken for granted that the Vendor includes all the details as mentioned in the Technical Specification though these might not have been specifically mentioned in the offer.

12.0 DATA SHEET FOR SECTION I (24”x 84 Km)

Sl. No.

Data Sheet No. Description

1. MEC/23M9/05/E5/DS-PG-A Pressure Gauges

2. MEC/23M9/05/E5/DS-PT-A Pressure Transmitters

3. MEC/23M9/05/E5/DS-RTD/01-A Resistance Temperature Detectors (01)

4. MEC/23M9/05/E5/DS –TT-A Temperature Transmitters

5. MEC/23M9/05/E5/DS –WMCP-A Wall Mounted Control Panel &

Accessories

6. MEC/23M9/05/E5/DRG –WMCP-A Suggestive Panel Arrangement for Wall Mounted Panel

7. MEC/23M9/05/E5/DS – ZB-A Isolating Barriers

8. MEC/23M9/05/E5/DS – SDC-A Signal Distribution Cards

9. MEC/23M9/05/E5/DS – IND-A Indicators

SECTION-II (16”x 64 Km & 8”x 16 Km)

Sl. No.

Data Sheet No. Description

1. MEC/23L4/05/E5/DS-PG-B Pressure Gauges

2. MEC/23L4/05/E5/DS-PT-B Pressure Transmitters

3. MEC/23L4/05/E5/DS-TG-B Temperature Gauges

4. MEC/23L4/05/E5/DS-RTD/01-B Resistance Temperature Detectors

5. MEC/23L4/05/E5/DS –TT-B Temperature Transmitters

486

Page 487: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI - BAWANA

NANGAL PIPELINE PROJECT (DBNPL)

SCOPE OF WORK FOR INSTRUMENTATION WORK

MECON LIMITED

DELHI

0 21.07.2010 PJ RS PS

Rev. Date By Chkd Appd

Sl. No.

Data Sheet No. Description

6. MEC/23L4/05/E5/DS – WMCP-B Wall Mounted Control Panel & Accessories

7. MEC/23L4/05/E5/DRG – WMCP-

B

Suggestive Panel Arrangement for Wall

Mounted Panel

8. MEC/23L4/05/E5/DS – ZB-B Isolating Barriers

9. MEC/23L4/05/E5/DS – SDC-B Signal Distribution Cards

10. MEC/23L4/05/E5/DS – IND-B Indicators

NOTE - TECHNICAL SPECIFICATIONS AND STANDARD DRGS. ENCLOSED IN OTHER

VOL. OF TENDER DOCUMENT.

487

Page 488: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 1 of 3

LIST OF VENDORS FOR BOUGHT-OUT ITEMS

BAWANA NANGAL SPUR NATURAL GAS PIPELINE

I) L.E. L DETECTION SYSTEM

1) Chemtrols Engineering Ltd., India 2) Crowcon Detection Instruments Ltd 3) Detection Instruments (I) Pvt Ltd 4) Detector Electronics Corporation 5) Drager Safety AG & Co. KGAA 6) General Monitors Ireland Ltd 7) Mine Safety Appliances Company 8) MSA – Mines safety appliances. 9) Oldham France S.A. 10) Riken Keiki Co Ltd 11) Simrad Optronics Icare

II) CONTROL AND SIGNAL CABLES

1) M/s ASSOCIATED CABLES 2) M/s ASSOCIATED FLEXIBLES 3) M/s UNIVERSAL Cables Ltd,India 4) M/s DELTON Cables Ltd, India 5) M/s BROOK 6) M/s KEI Industries Ltd INDIA 7) M/s CMI Limited 8) M/s - Cords Cable Industries Ltd, India 9) M/s Elkay Telelinks (P) Ltd., India 10) M/s Fine Core Cables Pvt Ltd, India 11) M/s Goyolene Fibres (I) Pvt Ltd, India 12) M/s Netco Cable Industries Pvt Ltd, India 13) M/s NICCO Corporation Ltd, India 14) M/s Paramount Communications Ltd, India 15) M/s Polycab Wires Pvt Ltd, India 16) M/s Radiant Cables Pvt Ltd, India 17) M/s Reliance Engineers Ltd., India 18) M/s Suyog Electricals Ltd, India 19) M/s Thermo Cables Ltd 20) M/s Udey Pyrocables Pvt Ltd, India

III) ZENER BARRIERS/ISOLATORS

1) M/s MTL 2) M/s P & F

488

Page 489: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 2 of 3

IV) RTDs

1) M/s General Instruments Ltd., Mumbai 2) M/s Nagman Sensors (Pvt.) Ltd. 3) M/s Pyro Electric, Goa

V) PRESSURE TRANSMITTERS & TEMPERATURE TRANSMITTERS

1) M/s Fisher Rosemount (Emerson) 2) M/s Yokogawa 3) M/s Fuji 4) M/s Honeywell

VI) PRESSURE GAUGES & TEMPERATURES GAUGES

1) M/s AN Instruments Pvt. Ltd., New Delhi 2) M/s General Instruments Ltd., Mumbai 3) M/s WIKA

VII) SS VALVES, SS TUBE & SS TUBE FITTINGS

1) M/s Swagelok (USA) 2) M/s Parker (USA) 3) M/s Sandvik, Sweden

VIII) JUNCTION BOXES AND CABLES GLANDS

1) M/s EX-PROTECTA 2) M/s FLAMEPROOF CONTROL GEARS 3) M/s BALIGA 4) M/s FLEXPRO ELECTRICALS

IX) PUSH BUTTONS/LAMPS:

1) L&T 2) SIEMENS

X) MCB’S:

1) HAVELL’S 2) INDO ASIAN 3) MDS

XI) RELAYS:

1) OEN 2) JYOTI

489

Page 490: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 3 of 3

XII) POWER SUPPLY UNIT:

1) ELNOVA 2) APLAB

XIII) INDICATORS 1) M/s ABB 2 ) M/s EUROTHERN 4) M/s TATA HONEYWELL 5) M/s MASIBUS

XIV) CONTROL ROOM EQUIPMENT CONTROL PANEL & ACCESSORIES

1) M/s Keltron Controls Ltd., Kerala 2) M/s RITTAL 3) M/s Pyrotech 4) M/s Positronics Pvt. Ltd. 5) M/s ABB Instruments Ltd., New Delhi 6) M/s Emerson Process Management (I) Pvt. Ltd. 7) M/s Rockwell Automation (I) Ltd., Ghaziabad 8) M/s Siemens Ltd. 9) M/s Tata Honeywell Ltd.

Note-1 For procuring bought out items from vendors other than those listed above, the same may be acceptable subject to the following: - a) The vendor/ supplier of bought out item(s) is a regular and reputed

manufacturer/ supplier of said item(s) for intended services and the sizes being offered is in their regular manufacturing/ supply range.

b) The vendor/ supplier should not be in the Holiday list of GAIL. c) Should have supplied at least 50% of required quantity or minimum 1 number

whichever is higher of maximum size and rating of item(s) as required for intended services.

The bidder should enclose documentary evidences i.e. PO copies, Inspection Certificate etc. for the above, along with their bids. Note-2 For any other item(s) for which the vendor list is not provided, bidders can supply those item(s) from reputed vendors/ suppliers who have earlier supplied same item(s) for the intended services in earlier projects and the item(s) offered is in their regular manufacturing/ supply range. The bidder is not required to enclose documentary evidences (PO copies, Inspection Certificate etc.) along with their offer, however in case of successful bidder these documents shall be required to be submitted by them within 30 days from date of Placement of Order.

490

Page 491: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

TRANSMIT INDICATE 11 POWER SUPPLY 24 V DC

BLIND

2 TYPE ELECTRONIC (SMART) 12 CONDUIT CONN. 1/2" NP TF

MFR STD. 13 LINEARISATION UPSCALE

DOWNSCALE

DIRECT ON RTD/TC YOKE 14 ACCURACY + / - 0.1% FSD

OTHER

W. PROOF EX. PROOF 15 RFI / EMI REQD.

CLASS : IP - 65 PROTECTION

INTRINISICALLY SAFE 16 LOAD 6000 OH MS AT

DRIVING CAPABILITY

24 V DC

NEC, CLASS-1, DIVL.-1, 17 MAKE *

GROUP C&D

7 INPUT FROM RTD 18 MODEL NO. *

4-20 mA 19 OPTIONS

a) Output Meter WP/INTR SAFE(Note 2)

Mounting For 2" Pipe

Accessories

BURN OUT PROTECTION

SPAN SET

* *

NOTES:

1 ‘*’ INFORMATION TO BE SUPPLIED BY VENDOR/ CONTRACTOR.

2 THE DIGITAL OUTPUT METER SHOULD INDICATE THE TEMPERATURE IN DEG. C.

3 ENVIRONMENTAL COVER TO BE PROVIDED FOR EACH TRANSMITTER (DRAWING ENCLOSED ELSEWHERE IN BID DOC.).

4 *** ' TAG NOS. AND QUANTITIES SHALL BE AS PER P & ID

15.04.2010

DATE CHKD APPD

SS Tag Platec)

b)

OPTION

3

TEMPERATURE TRANSMITTERS

Units:- Flow :Liquid-m3/hr,Gas-MMSCMD, Steam- kg/hr, Pressure-Kg/cm 2 (G),Temperature- °C,Level/Length-mm

1 FUNCTION

CASE

MOUNTING

6AREA CLASSIFICATION

SERVICE

5 ENCLOSURE

RANGETAG NO.

8 OUTPUT

9COLD JUNCTION COMPENSATION

0

REV

MECON LIMITEDDELHI

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-TT-A

BY

CLIENT: GAIL (INDIA) LTD.

4

TT - ***

10

491

Page 492: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-RTD/01-A MECON LIMITED

DELHI

RESISTANCE TEMPERATURE DETECTOR Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2 (G) Temperature- C Level/Length-mm

GENERAL 13 Cable entry ½” NPT (F) 14 No. of entries Single 1 Assembly as per

drg. Drg. enclosed 15 Enclosure type Dual Chamber Weather proof to

IP55 ELEMENT THERMOWELL

3 No. of elements Simplex 16 Material SS 316 4 Calibration As per DIN 43760 17 Construction Drilled bar stock 5 Element material Platinum (Pt 100) 18 Process connection 1 ½” Flanged 6 Resistance at 0C 100 ohms 19 Inst. connection ½” NPT (F) 7 Leads Standard 8 Sheath

20 Thermowell as per drg

Drg. Enclosed

O.D. 8 mm TRANSMITTER Material SS 316 21 Quantity -----

9 Nipple & Union Material

SS 316 22 Input -----

10 No. Of wires 4 Wire 23 Output ----- HEAD 24 Power Supply -----

11 Head Cover type Screwed cap & SS chain 25 Mounting ----- 12 Material Cast Aluminium 26 Enclosure class -----

27 Make & Model No.

-----

Temperature Well Dimensions

Flange

Tag No. Range Nor. Design U T Material

Rating/Face/ Finish

Service Option

TE - *** * 5-55 -29 to 65 * * ASTM A 105

600# RF 125 AARH

Natural gas

NOTES

1) ‘*’ Information to be supplied by the Vendor / Contractor. 2) Make of the RTD shall be from approved vendor list of Mecon /Client. 3) RTD offered shall be of highest accuracy – TYPE – A. 4) ‘ *** ‘ Tag nos.& Quantity shall be as per P & ID

0 15.04.2010

Rev. Date By Chkd Appd

492

Page 493: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-PT-A

MECON LIMITED

DELHI

PRESSURE TRANSMITTERSUnits:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2 (G) Temperature- C Level/Length-mm

GENERAL MEASURING UNIT 1 Function Transmit & Indicate 24 Service Pressure

2 Type Electronic Smart P Based

25 Element Diaphragm

3 Case Mfg. Std. 26 Body Material Carbon Steel 4 Mounting Yoke 27 Element Material 316 SS

5 Enclosure

Weather proof to IS2147 Explosion proof to IS2148

28 Process Connections ½” NPT(F)

Enclosure class NEMA 4 & NEMA 7 Process Conn. Locn.

6 Elec. Area Class. Zone-I, Gr.IIA & IIB, T3

29 Diaphragm Seal:-

7 Intrinsically safe Required Type 8 Air supply Wetted Parts Matl. 9 Power supply 24 VDC Other Material

10 Cable entry ½” NPT(F) Process Conn.:- 11 Accuracy + 0.075% of SPAN Size and Rating 12 Repeatability + 0.05% Facing and Finish

TRANSMITTER Capillary Material:-

13 Output 4 – 20 mA DC, Two wire

Armour Flexible

14 Trans. Power supply 24 V DC Armour Flexible

Matl.

CONTROLLER Capillary length, mm

15 Output Flush / Filling Conn.

with plug

16 A/M switch MISCALLANEOUS

No. of positions 30 Over Range Protection

130% of Range

17 Set Point Adj. 31 Options 18 Manual Regulator a) Output Meter W.P. Intr Safe(note 2)

19 Mode b) Mounting Accessories

For 2” pipe mounting

RECORDER c) 3 -Way Manifold Required

20 Chart d) Zero elevn. & suppression

Required

21 Chart Drive 22 Moving Parts Matl. 32 Make & Model * 23 Chart speed

Range Tag No.

Operating Pressure

Design Press. Design Temp. Span Set

Location Options

PT- *** ** 98 -29 to 65 * * *

NOTES:

1) ‘*’ Information to be supplied by the Vendor / Contractor. 2) Over range protection shall be 130% of maximum static pressure. 3) Local Digital Output meter should indicate the line pressure in Kg/cm2g. 4) Environmental cover to be provided for each transmitter 5) Transmitter shall have zero elevation /suppression for the service specified. 6) Make of the PT shall be from approved vendor list of Mecon /Client. 7) ‘**’ As per P&ID. 8) ‘ *** ‘ Tag nos. and quantities shall be as per P & ID

0 15.04.2010

Rev. Date By Chkd Appd

493

Page 494: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-PG-A

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

with black engraving) Non wetted parts ---

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 1% FSD 16 Over range protection 130% of range 12 Zero adjustment Micrometer pointer (Internal) 17 Blow out protection Required

18 Options 13 Connections ½” 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 Tag No. Range

Operating Design Design Temp. Fluid Location Options

PG – *** ** ** 98 -29 to 65 NATURAL GAS * **

NOTES:

1) ‘*’ Information to be supplied by the Vendor / Contractor.

2) Make of the PG shall be from approved vendor list of Mecon /Client.

3) ‘**’ Range & operating Pressure shall be as per P&ID.

4) ‘ *** ‘ Tag nos. and quantities shall be as per P & ID

0 15.04.2010

Rev. Date By Chkd Appd

494

Page 495: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

495

Page 496: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-ZB-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 1 of 3

ISOLATING BARRIERS

SL.NO. DESCRIPTION DETAILS

1. TYPE SHUNT DIODE SAFETY BARRIER

2. APPLICATION INSTRUMENT TYPE (i) 4-20 mA Analog I/P from 2 wire transmitter

(ii) 4-20 mA Analog O/P to I/P Converter

3. HAZARDOUS AREA CLASSIFICATION ZONE-I, GR. I, IIA & IIB, T3

4. APPROVAL AUTHORITY FM/BASEEFA/CSA/SA/CMRS

5. SUPPLY VOLTAGE 24 V DC

6. FUSE RATING *

7. END TO END RESISTANCE *

8. POLARITY *

9. MOUNTING DIN RAIL (BACK OF THE PANEL)

10. OPERATING TEMP -20 C TO 60 C

11. OPEN CIRCUIT VOLTAGE *

12. SHORT CIRCUIT CURRENT *

14. MAKE MTL/P&F

15. MODEL NO *

NOTES:- * --By Vendor

1. QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID 2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

496

Page 497: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-ZB-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 2 of 3

ISOLATING BARRIERS

SL.NO. DESCRIPTION DETAILS

1. TYPE SHUNT DIODE SAFETY BARRIER

2. APPLICATION INSTRUMENT TYPE (i) Limit switches (SPDT snap action Micro type)

(ii) R/L status of AV-valves

(iii) Push buttons for AV-Valves

(iv) Spares.

3. HAZARDOUS AREA CLASSIFICATION ZONE-I, GR. I, IIA & IIB, T3

4. APPROVAL AUTHORITY FM/BASEEFA/CSA/SA/CMRS

5. SUPPLY VOLTAGE 24 V DC

6. FUSE RATING *

7. END TO END RESISTANCE *

8. POLARITY *

9. MOUNTING DIN RAIL (BACK OF THE PANEL)

10. OPERATING TEMP -20 C TO 60 C

11. OPEN CIRCUIT VOLTAGE *

12. SHORT CIRCUIT CURRENT *

14. MAKE MTL/P&F

15. MODEL NO *

NOTES:- * --By Vendor

1. QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID: MEC/23L4/05/21/M /001/ 0001 REV-2 2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

497

Page 498: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-ZB-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 3 of 3

ISOLATING BARRIERS

SL.NO. DESCRIPTION DETAILS

1. TYPE SHUNT DIODE SAFETY BARRIER

2. APPLICATION INSTRUMENT TYPE 4-20 mA Analog I/P from Temperature Transmitter

3. HAZARDOUS AREA CLASSIFICATION ZONE-I, GR. I, IIA & IIB, T3

4. APPROVAL AUTHORITY FM/BASEEFA/CSA/SA/CMRS

5. SUPPLY VOLTAGE 24 V DC

6. FUSE RATING *

7. END TO END RESISTANCE *

8. POLARITY *

9. MOUNTING DIN RAIL (BACK OF THE PANEL)

10. OPERATING TEMP -20 C TO 60 C

11. OPEN CIRCUIT VOLTAGE *

12. SHORT CIRCUIT CURRENT *

14. MAKE MTL/P&F

15. MODEL NO *

16 Qty. As Reqd.

NOTE:- * --By Vendor

1. QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID: MEC/23L4/05/21/M /001/ 0001 REV-2

2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

498

Page 499: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-IND-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

INDICATORS SL .NO DESCRIPTION TECHNICAL REQUIREMENTS TO BE CONFIRMED BY VENDOR

1.0 Type Microprocessor based dual channel indication 2.0 Mounting Flush Panel 3.0 Enclosure General Purpose

4.0 To be used in intrinsically safe system

With Extl. Zener Barrier/Isolator

5.0 Power for transmitters 24V DC (From Bulk Power Supply/SDC) 6.0 Inputs 4-20mA DC (2 wire) 7.0 Outputs 4-20mA DC

8.0

Capacity No. of Analog inputs Other inputs Other outputs – Retransmission Max. No. of Alarms settings

* * * *

9.0 Facia Details B.ar graph display with 4 digit 7 segment

LCD/LED digital display of PV.

9.1

Indications Continuos Bargraph Digital Required for Process variable

10.0 Scan time 500 msec. Max 11.0 A/D converter Resolution 1500 steps min. 12.0 D/A converter Resolution 1500 steps min. 13.0 Load driving capability 750 ohms 14.0 Configuration From Indicator 15.0 On line diagnostic messages Required

16.0

Memory type If retentive:- Erasive Erasing by If volatile:- Battery backup for min. 72 hrs. Battery type chargeable Continuous. Battery type chargeable Configuration protection time (In case of power failure) Battery drain indication required.

17.0

Indicator functions Arithmatic functions Linearisation

Addition / Subtraction Multiplication Division Square Root Bias Summation (Integration) Sq. Root Extraction Flow computation (Press and Temp. compensation)

18.0 Power supply 24 V DC 19.0 Accuracy +/- 0.5% 20.0 Repeatability + / - 0.5 % 21.0 Qty. & Tag No. As per P& ID 22.0 Make & Model *

Note: Indicators for all Wall Mounted Panels shall be Digital type only.

499

Page 500: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-IND-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

ITEM NO.

TAG NO. SCALE

GRADN. M.F. SERVICE REMARKS

1. TI - *** * * 24 V DC Power Supply

2.

PI – ***

* * 24 V DC Power Supply

* - BY VENDOR ‘ *** ‘ Tag Nos. & Quantities shall be as per P&ID

500

Page 501: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT:GAIL(I)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

D.S.No.:MEC/23M9/05/E5/DS-SDC-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

SIGNAL DISTRIBUTION CARDS

SL.NO. DESCRIPTION DETAILS

1. TYPE DUAL OUTPUT CURRENT ISOLATOR

2. INPUT 4-20 mA D.C

3. OUTPUT TWO NOS. 4-20 mA ISOLATED OUTPUTS AS MINIMUM

4. ISOLATION BETWEEN INPUT & OUTPUT, BETWEEN INPUT & OUTPUT WITH POWER SUPPLY, BETWEEN OUTPUT & OUTPUT

5. ACCURACY ± 0.1%

6. POWER SUPPLY 24 V DC

7. TRANSMITTER POWER SUPPLY 24 V DC

8. OUTPUT LOAD DRIVING CAPACITY 750 Ohms MINIMUM FOR EACH OUTPUT

9. MOUNTING DIN RAIL (BACK OF THE PANEL)

10. MAKE MTL/P&F

11. MODEL NO By Vendor

12. QUANTITY As Reqd.

NOTES:-

1. QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID.

2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

501

Page 502: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 1 of 6

SPECIFICATIONS FOR

WALL MOUNTED CONTROL PANEL & ACCESSORIES

GENERAL

Site of Installation 1. Plant and Location : IP-4 cum dispatch terminal at Ludhiana &

Receiving terminal at Jalandhar. SV stations (SV-1,SV-4)

2. Owner : GAIL (India) Limited 3. Consultant : MECON LIMITED. 4. Location of control panel : Indoor and accessories. 5. Wall : Cemented 6. Air conditioning : Yes

7. Control Panels Quantity : 4 Nos.

502

Page 503: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 2 of 6

CONTROL PANEL CONSTRUCTION

1. Type : Wall Mounted enclosed cubicle and Non-graphic.(Back

Mounted) 2. Lighting : Required for inside panel with door switch. 3. Ventilation : Required with louvers backed by wirefly screen & fan. Fan

Failure alarm required 4. Doors : Front single removable hinged doors with flush pull type

handles & with locking arrangement. 5. Door width : Max. of 450 mm and shall suit width of the panel. Panel

width is indicative only. The sizes shall be sufficient to accommodate the required hardware specified in MR. However the depth and height shall be 350 & 600 respectively.

6. Cable Entry : Bottom, Cable Glands shall be double compression type for

external armoured cables. All unused entries shall be plugged.

7. Receptacles : Required for 24V DC. 8. Painting : The finish shall include sand blasting, grinding, chemical

cleaning, surface finishing by suitable filter and two coats of high grade lacquer with wet sanding between coats.. Two coats of paint in panel colour shall be given for Non-glossy high stain finish. Panel face final colour shall be of the following: a) Light Admiralty Grey (IS-697) b) Panel internal shall have a finish color of pale cream –

IS 352 c) Channel Back shall have a finish color of black

9. Channel Back : 100X50X6 MM, MS material 10. Name Plates : Front of Panel Instrument name plates shall be black

laminated plastic with white core. Nameplate shall be provided on the rear of the panel also.

503

Page 504: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 3 of 6

Dimensions & Material of Construction 1. Panel dimension : 450(W) mm x 600(H) mm x 350(D) mm (Including channel

back) 2. Control Panel : 3.2 mm thick CRCA steel/5.0 mm thick HRCA steel,

Welded to frame 3. Side & Top plates : 2 mm thick CRCA steel, Welded to frame 4. Door panel : 1.6-mm thick CRCA steel. Vendor to decide on Single side

hinged or both sides hinged based on final width. Concealed Hinges and Flush pull chrome-plated handles.

5. Cable gland plate : 3 mm thick CRCA steel 6. Anchor Bolt Size : By vendor 7. Lifting Eye Bolt : Required

504

Page 505: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 4 of 6

WIRING 1. Type : General purpose, Intrinsically safe

2. Wiring details: 24 VDC TEG Wiring External to Cabinet : Min. 3x2.5 mm²/copper conductor PVC insulated

armoured Inside the cabinet : Min. 19 Strands, 16 AWG copper conductor PVC

insulated Low Voltage internal : Min. 19 Strands, 16 AWG copper conductor PVC

insulated to cabinet 3 Signal Wiringp: External to Cabinet : 1.0 mm² twin twisted individual shielded overall shielded with overall drain PVC insulated armoured Inside the cabinet : Multi stranded min. 1.0 mm² copper conductor PVC insulated twin twisted and shielded. 4. Terminal type : Screw clamp type with Pressure Plate 5. Terminal size for signal : Suitable for min. 2.5 mm² size conductor 6. Terminal size for power dist. : Suitable for min. 4.0 mm² size conductor and higher As per actual cable sizes. 7. Terminal block : Clip-on type 8. Wiring colour code: Power Supply : Hot – Red, Neutral - Black, Earth – Green DC Wiring : Positive – Red, Negative – Black Alarm System : White Control & shutdown : Yellow Analog signals (IS) : Light blue

505

Page 506: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 5 of 6

A) POWER SUPPLY DISTRIBUTION BOXES FOR PANELS

1. Function : Distribute power to individual instruments 2. Mounting : Mounted at the panel inside 3. Door : Front single door 4. Painting : As per panel painting specifications. 5. Dimensions and material construction 5.1. Box dimension : By vendor. 5.2 Box plate thickness : 3mm hot rolled steel. 6. Cable entry : By vendor 7. Accessories : 600V Grade DPST toggle switches with glass cartridge fuse for individual consumers or Suitable MCBs

8. Special requirements : Switch fuse unit for incoming feeder.

506

Page 507: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-A

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 6 of 6

SPECIFICATIONS FOR ACCESSORIES

1. Fast acting fuse Make : By vendor Qty. : As required. 2. Lamps

Type : Miniature filament Rating : By vendor Voltage : 24 VDC Make / Model No. : By Vendor Lamps shall be provided with series resistor to increase life of lamp Quantity : As reqd.

3. Push Buttons Type : Spring return Contacts : 2 No. + 2 NC Contact rating : 2A 24V DC Make : ESBEE /Eqv. Color : As per standard Quantity : As reqd. 4. Selector switch

Type : As per functional switches and Internal ladder diagram Specification : Silver alloy gold plated contacts To military specification with SS shaft dust covers with water Proof covering and contact shall Be made before break type Rating : 5A 230V 50Hz / 2A 24V DC Make : KAYCEE/Eqv. Quantity : As reqd.

5. Relays Type : Plug in relays Contact Type : Potential free contact

Contact No. : 3 NO. + 3 NC Rating : 24V DC, 5.0 A Make / Model No. : OEN/Eqv. Quantity : As reqd.

507

Page 508: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

TRANSMIT INDICATE 11 POWER SUPPLY 24 V DC

BLIND

2 TYPE ELECTRONIC (SMART) 12 CONDUIT CONN. 1/2" NP TF

MFR STD. 13 LINEARISATION UPSCALE

DOWNSCALE

DIRECT ON RTD/TC YOKE 14 ACCURACY + / - 0.1% FSD

OTHER

W. PROOF EX. PROOF 15 RFI / EMI REQD.

CLASS : IP - 65 PROTECTION

INTRINISICALLY SAFE 16 LOAD 6000 OH MS AT

DRIVING CAPABILITY

24 V DC

NEC, CLASS-1, DIVL.-1, 17 MAKE *

GROUP C&D

7 INPUT FROM RTD 18 MODEL NO. *

4-20 mA 19 OPTIONS

a) Output Meter WP/INTR SAFE(Note 2)

Mounting For 2" Pipe

Accessories

BURN OUT PROTECTION

SPAN SET

* *

NOTES:

1 ‘*’ INFORMATION TO BE SUPPLIED BY VENDOR/ CONTRACTOR.

2 THE DIGITAL OUTPUT METER SHOULD INDICATE THE TEMPERATURE IN DEG. C.

3 ENVIRONMENTAL COVER TO BE PROVIDED FOR EACH TRANSMITTER (DRAWING ENCLOSED ELSEWHERE IN BID DOC.).

4 *** ' TAG NOS. AND QUANTITIES SHALL BE AS PER P & ID

15.04.2010

DATE CHKD APPD

SS Tag Platec)

b)

SERVICE OPTION

AREA CLASSIFICATION

5 ENCLOSURE

3

TEMPERATURE TRANSMITTERS

Units:- Flow :Liquid-m3/hr,Gas-MMSCMD, Steam- kg/hr, Pressure-Kg/cm 2 (G),Temperature- °C,Level/Length-mm

1 FUNCTION

CASE

MOUNTING

6

RANGETAG NO.

8 OUTPUT

9COLD JUNCTION COMPENSATION

0

REV

MECON LIMITEDDELHI

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-TT-B

BY

CLIENT: GAIL (INDIA) LTD.

4

TT - ***

10

508

Page 509: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-RTD/01-B MECON LIMITED

DELHI

RESISTANCE TEMPERATURE DETECTOR Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2 (G) Temperature- C Level/Length-mm

GENERAL 13 Cable entry ½” NPT (F) 14 No. of entries Single 1 Assembly as per

drg. Drg. enclosed 15 Enclosure type Dual Chamber Weather proof to

IP55 ELEMENT THERMOWELL

3 No. of elements Simplex 16 Material SS 316 4 Calibration As per DIN 43760 17 Construction Drilled bar stock 5 Element material Platinum (Pt 100) 18 Process connection 1 ½” Flanged 6 Resistance at 0C 100 ohms 19 Inst. connection ½” NPT (F) 7 Leads Standard 8 Sheath

20 Thermowell as per drg

Drg. Enclosed

O.D. 8 mm TRANSMITTER Material SS 316 21 Quantity -----

9 Nipple & Union Material

SS 316 22 Input -----

10 No. Of wires 4 Wire 23 Output ----- HEAD 24 Power Supply -----

11 Head Cover type Screwed cap & SS chain 25 Mounting ----- 12 Material Cast Aluminium 26 Enclosure class -----

27 Make & Model No.

-----

Temperature Well Dimensions

Flange

Tag No. Range Nor. Design U T Material

Rating/Face/ Finish

Service Option

TE - *** * 5-55 -29 to 65 * * ASTM A 105

600# RF 125 AARH

Natural gas

NOTES

1) ‘*’ Information to be supplied by the Vendor / Contractor. 2) Make of the RTD shall be from approved vendor list of Mecon /Client. 3) RTD offered shall be of highest accuracy – TYPE – A. 4) ‘ *** ‘ Tag nos.& Quantity shall be as per P & ID

0 15.04.2010

Rev. Date By Chkd Appd

509

Page 510: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL

GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-PT-B

MECON LIMITED

DELHI

PRESSURE TRANSMITTERSUnits:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2 (G) Temperature- C Level/Length-mm

GENERAL MEASURING UNIT 1 Function Transmit & Indicate 24 Service Pressure

2 Type Electronic Smart P Based

25 Element Diaphragm

3 Case Mfg. Std. 26 Body Material Carbon Steel 4 Mounting Yoke 27 Element Material 316 SS

5 Enclosure

Weather proof to IS2147 Explosion proof to IS2148

28 Process Connections ½” NPT(F)

Enclosure class NEMA 4 & NEMA 7 Process Conn. Locn.

6 Elec. Area Class. Zone-I, Gr.IIA & IIB, T3

29 Diaphragm Seal:-

7 Intrinsically safe Required Type 8 Air supply Wetted Parts Matl. 9 Power supply 24 VDC Other Material

10 Cable entry ½” NPT(F) Process Conn.:- 11 Accuracy + 0.075% of SPAN Size and Rating 12 Repeatability + 0.05% Facing and Finish

TRANSMITTER Capillary Material:-

13 Output 4 – 20 mA DC, Two wire

Armour Flexible

14 Trans. Power supply 24 V DC Armour Flexible

Matl.

CONTROLLER Capillary length, mm

15 Output Flush / Filling Conn.

with plug

16 A/M switch MISCALLANEOUS

No. of positions 30 Over Range Protection

130% of Range

17 Set Point Adj. 31 Options 18 Manual Regulator a) Output Meter W.P. Intr Safe(note 2)

19 Mode b) Mounting Accessories

For 2” pipe mounting

RECORDER c) 3 -Way Manifold Required

20 Chart d) Zero elevn. & suppression

Required

21 Chart Drive 22 Moving Parts Matl. 32 Make & Model * 23 Chart speed

Range Tag No.

Operating Pressure

Design Press. Design Temp. Span Set

Location Options

PT- *** ** 98 -29 to 65 * * *

NOTES:

1) ‘*’ Information to be supplied by the Vendor / Contractor. 2) Over range protection shall be 130% of maximum static pressure. 3) Local Digital Output meter should indicate the line pressure in Kg/cm2g. 4) Environmental cover to be provided for each transmitter 5) Transmitter shall have zero elevation /suppression for the service specified. 6) Make of the PT shall be from approved vendor list of Mecon /Client. 7) ‘**’ As per P& ID. 8) ‘ *** ‘ Tag nos. and quantities shall be as per P & ID

0 15.04.2010

Rev. Date By Chkd Appd

510

Page 511: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-PG-B

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

with black engraving) Non wetted parts ---

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 1% FSD 16 Over range protection 130% of range 12 Zero adjustment Micrometer pointer (Internal) 17 Blow out protection Required

18 Options 13 Connections ½” 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 Tag No. Range

Operating Design Design Temp. Fluid Location Options

PG – *** ** ** 98 -29 to 65 NATURAL GAS * *

NOTES:

1) ‘*’ Information to be supplied by the Vendor / Contractor.

2) Make of the PG shall be from approved vendor list of Mecon /Client.

3) ‘**’ As per P & ID.

4) ‘ *** ‘ Tag nos. and quantities shall be as per P & ID

0 15.04.2010

Rev. Date By Chkd Appd

511

Page 512: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

512

Page 513: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-IND-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

INDICATORS SL .NO DESCRIPTION TECHNICAL REQUIREMENTS TO BE CONFIRMED BY VENDOR

1.0 Type Microprocessor based dual channel indication 2.0 Mounting Flush Panel 3.0 Enclosure General Purpose

4.0 To be used in intrinsically safe system

With Extl. Zener Barrier/Isolator

5.0 Power for transmitters 24V DC (From Bulk Power Supply/SDC) 6.0 Inputs 4-20mA DC (2 wire) 7.0 Outputs 4-20mA DC

8.0

Capacity No. of Analog inputs Other inputs Other outputs – Retransmission Max. No. of Alarms settings

* * * *

9.0 Facia Details B.ar graph display with 4 digit 7 segment

LCD/LED digital display of PV.

9.1

Indications Continuos Bargraph Digital Required for Process variable

10.0 Scan time 500 msec. Max 11.0 A/D converter Resolution 1500 steps min. 12.0 D/A converter Resolution 1500 steps min. 13.0 Load driving capability 750 ohms 14.0 Configuration From Indicator 15.0 On line diagnostic messages Required

16.0

Memory type If retentive:- Erasive Erasing by If volatile:- Battery backup for min. 72 hrs. Battery type chargeable Continuous. Battery type chargeable Configuration protection time (In case of power failure) Battery drain indication required.

17.0

Indicator functions Arithmatic functions Linearisation

Addition / Subtraction Multiplication Division Square Root Bias Summation (Integration) Sq. Root Extraction Flow computation (Press and Temp. compensation)

18.0 Power supply 24 V DC 19.0 Accuracy +/- 0.5% 20.0 Repeatability + / - 0.5 % 21.0 Qty. & Tag No. As per P& ID 22.0 Make & Model *

Note: Indicators for all Wall Mounted Panels, shall be Digital type only.

513

Page 514: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-IND-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

ITEM NO.

TAG NO. SCALE

GRADN. M.F. SERVICE REMARKS

1. TI - *** * * 24 V DC Power Supply

2.

PI – ***

* * 24 V DC Power Supply

* - BY VENDOR ‘ *** ‘ Tag Nos. & Quantities shall be as per P&ID

514

Page 515: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 1 of 6

SPECIFICATIONS FOR

WALL MOUNTED CONTROL PANEL & ACCESSORIES

GENERAL

Site of Installation 1. Plant and Location : SV-1, SV-5 & Receiving terminal at Haridwar 2. Owner : GAIL (India) Limited 3. Consultant : MECON LIMITED. 4. Location of control panel : Indoor and accessories. 5. Wall : Cemented 6. Air conditioning : Yes

7. Control Panels Quantity : 03 Nos.

515

Page 516: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 2 of 6

CONTROL PANEL CONSTRUCTION

1. Type : Wall Mounted enclosed cubicle and Non-graphic.(Back

Mounted) 2. Lighting : Required for inside panel with door switch. 3. Ventilation : Required with louvers backed by wirefly screen & fan. Fan

Failure alarm required 4. Doors : Front single removable hinged doors with flush pull type

handles & with locking arrangement. 5. Door width : Max. of 450 mm and shall suit width of the panel. Panel

width is indicative only. The sizes shall be sufficient to accommodate the required hardware specified in MR. However the depth and height shall be 350 & 600 respectively.

6. Cable Entry : Bottom, Cable Glands shall be double compression type for

external armoured cables. All unused entries shall be plugged.

7. Receptacles : Required for 24V DC. 8. Painting : The finish shall include sand blasting, grinding, chemical

cleaning, surface finishing by suitable filter and two coats of high grade lacquer with wet sanding between coats.. Two coats of paint in panel colour shall be given for Non-glossy high stain finish. Panel face final colour shall be of the following: a) Light Admiralty Grey (IS-697) b) Panel internal shall have a finish color of pale cream –

IS 352 c) Channel Back shall have a finish color of black

9. Channel Back : 100X50X6 MM, MS material 10. Name Plates : Front of Panel Instrument name plates shall be black

laminated plastic with white core. Nameplate shall be provided on the rear of the panel also.

516

Page 517: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 3 of 6

Dimensions & Material of Construction 1. Panel dimension : 450(W) mm x 600(H) mm x 350(D) mm (Including channel

back) 2. Control Panel : 3.2 mm thick CRCA steel/5.0 mm thick HRCA steel,

Welded to frame 3. Side & Top plates : 2 mm thick CRCA steel, Welded to frame 4. Door panel : 1.6-mm thick CRCA steel. Vendor to decide on Single side

hinged or both sides hinged based on final width. Concealed Hinges and Flush pull chrome-plated handles.

5. Cable gland plate : 3 mm thick CRCA steel 6. Anchor Bolt Size : By vendor 7. Lifting Eye Bolt : Required

517

Page 518: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 4 of 6

WIRING 1. Type : General purpose, Intrinsically safe

2. Wiring details: 24 VDC TEG Wiring External to Cabinet : Min. 3x2.5 mm²/copper conductor PVC insulated

armoured Inside the cabinet : Min. 19 Strands, 16 AWG copper conductor PVC

insulated Low Voltage internal : Min. 19 Strands, 16 AWG copper conductor PVC

insulated to cabinet 3 Signal Wiringp: External to Cabinet : 1.0 mm² twin twisted individual shielded overall shielded with overall drain PVC insulated armoured Inside the cabinet : Multi stranded min. 1.0 mm² copper conductor PVC insulated twin twisted and shielded. 4. Terminal type : Screw clamp type with Pressure Plate 5. Terminal size for signal : Suitable for min. 2.5 mm² size conductor 6. Terminal size for power dist. : Suitable for min. 4.0 mm² size conductor and higher As per actual cable sizes. 7. Terminal block : Clip-on type 8. Wiring colour code: Power Supply : Hot – Red, Neutral - Black, Earth – Green DC Wiring : Positive – Red, Negative – Black Alarm System : White Control & shutdown : Yellow Analog signals (IS) : Light blue

518

Page 519: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 5 of 6

A) POWER SUPPLY DISTRIBUTION BOXES FOR PANELS

1. Function : Distribute power to individual instruments 2. Mounting : Mounted at the panel inside 3. Door : Front single door 4. Painting : As per panel painting specifications. 5. Dimensions and material construction 5.1. Box dimension : By vendor. 5.2 Box plate thickness : 3mm hot rolled steel. 6. Cable entry : By vendor 7. Accessories : 600V Grade DPST toggle switches with glass cartridge fuse for individual consumers or Suitable MCBs

8. Special requirements : Switch fuse unit for incoming feeder.

519

Page 520: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR

NATURAL GAS PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-WMCP-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 6 of 6

SPECIFICATIONS FOR ACCESSORIES

1. Fast acting fuse Make : By vendor Qty. : As required. 2. Lamps

Type : Miniature filament Rating : By vendor Voltage : 24 VDC Make / Model No. : By Vendor Lamps shall be provided with series resistor to increase life of lamp Quantity : As reqd.

3. Push Buttons Type : Spring return Contacts : 2 No. + 2 NC Contact rating : 2A 24V DC Make : ESBEE /Eqv. Color : As per standard Quantity : As reqd. 4. Selector switch

Type : As per functional switches and Internal ladder diagram Specification : Silver alloy gold plated contacts To military specification with SS shaft dust covers with water Proof covering and contact shall Be made before break type Rating : 5A 230V 50Hz / 2A 24V DC Make : KAYCEE/Eqv. Quantity : As reqd.

5. Relays Type : Plug in relays Contact Type : Potential free contact

Contact No. : 3 NO. + 3 NC Rating : 24V DC, 5.0 A Make / Model No. : OEN/Eqv. Quantity : As reqd.

520

Page 521: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT:GAIL(I)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

D.S.No.:MEC/23M9/05/E5/DS-SDC-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

SIGNAL DISTRIBUTION CARDS

SL.NO. DESCRIPTION DETAILS

1. TYPE DUAL OUTPUT CURRENT ISOLATOR

2. INPUT 4-20 mA D.C

3. OUTPUT TWO NOS. 4-20 mA ISOLATED OUTPUTS AS MINIMUM

4. ISOLATION BETWEEN INPUT & OUTPUT, BETWEEN INPUT & OUTPUT WITH POWER SUPPLY, BETWEEN OUTPUT & OUTPUT

5. ACCURACY ± 0.1%

6. POWER SUPPLY 24 V DC

7. TRANSMITTER POWER SUPPLY 24 V DC

8. OUTPUT LOAD DRIVING CAPACITY 750 Ohms MINIMUM FOR EACH OUTPUT

9. MOUNTING DIN RAIL (BACK OF THE PANEL)

10. MAKE MTL/P&F

11. MODEL NO By Vendor

12. QUANTITY As Reqd.

NOTES:-

1. QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID.

2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

521

Page 522: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-ZB-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 1 of 3

ISOLATING BARRIERS

SL.NO. DESCRIPTION DETAILS

1. TYPE SHUNT DIODE SAFETY BARRIER

2. APPLICATION INSTRUMENT TYPE (i) 4-20 mA Analog I/P from 2 wire transmitter

(ii) 4-20 mA Analog O/P to I/P Converter

3. HAZARDOUS AREA CLASSIFICATION ZONE-I, GR. I, IIA & IIB, T3

4. APPROVAL AUTHORITY FM/BASEEFA/CSA/SA/CMRS

5. SUPPLY VOLTAGE 24 V DC

6. FUSE RATING *

7. END TO END RESISTANCE *

8. POLARITY *

9. MOUNTING DIN RAIL (BACK OF THE PANEL)

10. OPERATING TEMP -20 C TO 60 C

11. OPEN CIRCUIT VOLTAGE *

12. SHORT CIRCUIT CURRENT *

14. MAKE MTL/P&F

15. MODEL NO *

NOTES:- * --By Vendor

1. QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID 2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

522

Page 523: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-ZB-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 2 of 3

ISOLATING BARRIERS

SL.NO. DESCRIPTION DETAILS

1. TYPE SHUNT DIODE SAFETY BARRIER

2. APPLICATION INSTRUMENT TYPE (i) Limit switches (SPDT snap action Micro type)

(ii) R/L status of AV-valves

(iii) Push buttons for AV-Valves

(iv) Spares.

3. HAZARDOUS AREA CLASSIFICATION ZONE-I, GR. I, IIA & IIB, T3

4. APPROVAL AUTHORITY FM/BASEEFA/CSA/SA/CMRS

5. SUPPLY VOLTAGE 24 V DC

6. FUSE RATING *

7. END TO END RESISTANCE *

8. POLARITY *

9. MOUNTING DIN RAIL (BACK OF THE PANEL)

10. OPERATING TEMP -20 C TO 60 C

11. OPEN CIRCUIT VOLTAGE *

12. SHORT CIRCUIT CURRENT *

14. MAKE MTL/P&F

15. MODEL NO *

NOTES:- * --By Vendor

1. QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID: MEC/23L4/05/21/M /001/ 0001 REV-2 2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

523

Page 524: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (INDIA)

LTD.

PROJECT: BAWANA-NANGAL SPUR NATURAL GAS

PIPELINE

Data Sheet No.: MEC/23M9/05/E5/DS-ZB-B

MECON LIMITED

DELHI

0 15.04.2010

Rev. Date By Chkd Appd

Page 3 of 3

ISOLATING BARRIERS

SL.NO. DESCRIPTION DETAILS

1. TYPE SHUNT DIODE SAFETY BARRIER

2. APPLICATION INSTRUMENT TYPE 4-20 mA Analog I/P from Temperature Transmitter

3. HAZARDOUS AREA CLASSIFICATION ZONE-I, GR. I, IIA & IIB, T3

4. APPROVAL AUTHORITY FM/BASEEFA/CSA/SA/CMRS

5. SUPPLY VOLTAGE 24 V DC

6. FUSE RATING *

7. END TO END RESISTANCE *

8. POLARITY *

9. MOUNTING DIN RAIL (BACK OF THE PANEL)

10. OPERATING TEMP -20 C TO 60 C

11. OPEN CIRCUIT VOLTAGE *

12. SHORT CIRCUIT CURRENT *

14. MAKE MTL/P&F

15. MODEL NO *

16 Qty. As Reqd.

NOTE:- * --By Vendor

1. QUANTITY TO BE CONSIDERED AS PER REQUIREMENT OF P & ID: MEC/23L4/05/21/M /001/ 0001 REV-2

2. 20% SPARE FOR EACH TYPE SHALL BE INCLUDED.

524

Page 525: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure-VI to

Particular Job Specification (TELECOMMUNICATION WORKS)

525

Page 526: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI BAWANA

NANGAL (DBNPL) PIPELINE PROJECT

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

Page 1 of 7

GAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT

TELECOMMUNICATION WORKS (FOR ALL SECTIONS)

Prepared & Issued by

MECON LIMITED DELHI

0 21.07.2010 PJ RS PS Rev. Date By Chkd Appd

526

Page 527: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI BAWANA

NANGAL (DBNPL) PIPELINE PROJECT

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

Page 2 of 7

SCOPE OF WORK FOR TELECOMMUNICATION (Applicable for all sections)

1.0 INTRODUCTION

M/s GAIL (India) Limited intend to lay an 24”/16”/8”x 164 (Appx.) Km pipeline for 16”NB X 64 Km (Appx.) long spur line,Tap-off from Saharanpur SV-Station (SV-3 Ch.115 Km) & 8”NB X 16 Km.(Appx.) from Haridwar to Sidcul & Bhel and 24”NB X 84 Km(Appx.) long spur line from (IP-4 at Ch. 295 Km.) Ludhiana to Jalandhar .

2.0 PROJECT SCOPE

1) Laying of Pipeline

24”x 84 km. pipeline from IP – 4 Ludhiana to Jalandhar. 16”x 64 km. pipeline from SV-3 Saharanpur to Haridwar. 8”x 16 km. pipeline from Haridwar to Sidcul & Bhel.

2) PCP & TCP, TCP & impressed current permanent Cathodic Protection System 3) All pipeline and Terminal Instrumentation 4) Electrical facilities, 5) Civil, Structure & Architecture 6) IP Based SCADA System 7) The Internet Protocol - IP based Telecommunication system shall comprise of SDH based

OFC network system. 8) 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.

3.0 EXECUTION METHODOLOGY OF BNPL`s SPURLINE

The entire 24”/16”/ 8” x 164 Km pipeline Scope of work will be distributed in two Sections as:

Section-I:

Laying of 24”NB x ~84 km pipeline from despatch terminal at IP-4 Ludhiana to Receiving Terminal Jalandhar.

Tap-off cum Despatch Terminal with filtration and metering facility at IP-4. Installation of 24” SVs (SV-1, SV-2, SV-3, SV-4, SV-5) at different chainages. Metering with pressure reduction & filtration at Receiving Terminal at Jalandhar (Ch.- 84

Km). Section-II:

Laying of 16”NB x ~64 km pipeline from Despatch Terminal at SV-3 at Saharanpur to Receiving Terminal at Haridwar.

Laying of 8”NB ~16 Km pipeline from Receiving Terminal at Haridwar to BHEL & Sidcul. Tap-off cum Despatch Terminal with Filtration and metering facility at Saharanpur. Installation of 16” SVs (SV-1, SV-2, SV-3, SV-4, SV-5). Installation of 8” SVs (SV-1,SV-2, SV-3 for BHEL and SV-1 for Sidcul) Metering with Pressure Reduction & Filtration at receiving terminal Haridwar.

To facilitate proper operation and management control of Pipeline, a reliable and dedicated Telecommunication System is proposed to be setup in future connecting the various attended and

527

Page 528: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI BAWANA

NANGAL (DBNPL) PIPELINE PROJECT

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

Page 3 of 7

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 Vendor’s Scope of work.

The erection, testing and commissioning of Telecom equipment (SDH) and accessories are in other contractor’s scope.

Detail Scope of Work (But not limited to): HDPE Duct Laying: 1. Supply and Laying of 40 mm diameter self lubricated HDPE Ducts & accessories, making records

of test report of material, estimation of quantity, including Storage, Transportation, and unloading at site, submission of HDPE alignment sheets, planning and schedule preparation for HDPE laying.

2. Erection, testing commissioning and making the work complete in all respect as per specification.

a) Permanently solid Lubricated 40mm diameter HDPE Conduit as per specification

along entire underground pipeline in the same trench including cased crossing for installation of OFC in future.

b) HDPE casing /CS pipe casing for Nallah, River/ Canal, Railways, Major Road

Crossing as directed by Engineer-in-charge wherever required and as directed by Engineer-in-charge in all type of soils and terrain.

3. Supply and erection of cable Blowing & jointing pit, joint of HDPE conduit, scaling of conduit,

HDPE conduit testing after laying at 6 kg/cm2 as define in specification, sealing of HDPE conduit, cased crossing, separate trench & conduit near the terminals, joints locations marking, back filling, sealing of conduit, cable markers, joint markers, Warning mat etc. as per the MECON specification. All the accessories, if required, must be suitable of 8 Kg/cm2 (min.) pressure rating. Testing, commissioning and handing over of system, drawings & documentation as per contract.

528

Page 529: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI BAWANA

NANGAL (DBNPL) PIPELINE PROJECT

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

Page 4 of 7

OFC Laying:

1. Supply and Laying of armored OFC (24 fibre), jointing closures and accessories, Submission of

test reports and documents for supplied material, storage, Transportation, unloading at site, submission of OFC alignment sheets based on the pipeline alignment sheet, planning and OFC laying schedule preparation, Laying of OFC (24 Fibre) testing before and after laying, all cable sealing, padding backfilling etc. using all material including supply and laying of warning mats etc. (at terminal area), termination of cables at FTC with all accessories, cable jointing, commissioning and making the work complete in all respect as per specification Drawings & documentation as per contracts & other relevant work specified by Engineer-in-charge.

2. Supply and installation of 300 mm diameter cable marker mounted on Main pipeline Marker,

Separate OFC joint marker, electronic marker & marker locator etc., as per specification.

3. Supply, Installation, testing and commissioning of “JOINTING CLOSURE” and “FTC” as per standard specification.

4. Supply of jointing pit. Jointing/ splicing of OFC after properly placing it in manholes and

providing protection to surplus OFC loop in the jointing chamber.

5. Supply of FTC and wire mesh for both ends. Installation of FTC & wiremesh, other accessories for termination of OFC-24 fibre in the control room, splicing with street fiber, test of the fiber for smooth operation of system on a wavelength end to end. Test of laid OFC, identification of fault, rectification of fault, Cable Jointing, Continuity test, Earthing, all the termination of OFC at FTC / FDF / DDF and commissioning work complete in all respect.

6. Testing including power testing complete cable section between two stations at 1310 nm &

1550 nm and testing of end sealing.

7. Providing necessary testing tools & power supply at site for end to end splicing and testing etc.

8. Preparations and submission of as-built drawings with soft copy as per define in the specification.

9. All necessary civil works related to erection and cabling.

10. All electrical, Earthing / Grounding works associated with installation and commissioning of

OFC, FTC, RTU, Telecom equipment. The earthing pit for telecom equipments are also in the vendor scope.

11. The Scope of laying contractor for OFC is upto handing over (after successfully testing as per

specification) to the other telecom contractor / GAIL. The final acceptance of laid OFC will be considered after completion of 30 days trail run of telecom equipments on laid OFC (for payment purpose). Any rectification work required related to laid OFC during this period will be in the contractor’s 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.

529

Page 530: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI BAWANA

NANGAL (DBNPL) PIPELINE PROJECT

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

Page 5 of 7

General guideline for OFC based telecommunication system :

1. Vendor must submitted the details of specific experience of the party responsible for OFC,

HDPE Duct laying, jointing, splicing, Testing. Sufficient documentary evidences also to be submitted at the time of submission of bid. The parties having proven experience and track record in respective field shall be allowed to execute the job.

2. After award of work, Contractor shall supply 2 copies of detailed activity Bar chart, manpower

and machinery mobilization plan, QA/ QC plan and inspection formats, execution procedures for different type of activities, for review and approval by the Engineer-in-charge within 15 days from the date of FOI (Fax of Intent) or 7 days of mobilization of work.

3. The payments of supply portion for HDPE Duct and OFC will be done as per contractual

payment terms. The balance 10 % will be link with the erection work and will be paid only completion of all the erection related activity. The payments of the laid HDPE Duct (erection part) and OFC will be as per the payment’s 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

Vendor’s 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.

530

Page 531: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI BAWANA

NANGAL (DBNPL) PIPELINE PROJECT

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

Page 6 of 7

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” SV’s (SV-1, SV-2, SV-3 & SV-1) from Haridwar to BHEL & Sidcul; total 09 nos SV stations but only 16”SV-1 and 16”SV-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 wire-mesh 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:

531

Page 532: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

CLIENT: GAIL (I) LTD.

PROJECT: SPURLINES OF DADRI BAWANA

NANGAL (DBNPL) PIPELINE PROJECT

SCOPE OF WORK FOR TELECOMMUNICATION

MECON LIMITED DELHI

Page 7 of 7

1. LIST OF STANDARDS SPECIFICATIONS 2. LIST OF STANDARDS SPECIFICATIONS 3. LIST OF STANDARD DRAWINGS

LIST OF STANDARDS SPECIFICATIONS

Sl. No. Standard Specification No. Description Remarks

1. MEC/TS/05/E5/T/096 Technical Specification for Optical Fibre Cable

& Accessories Enclosed with Vol-III of IV

2. MEC/TS/05/E5/T/037 Technical Specification PLE HDPE Telecom

Duct and Accessories Enclosed with Vol-III of IV

3. MEC/TS/05/E5/T/042 Technical specification of Warning Mats for

OFC & Telecommunication HDPE Duct Enclosed with Vol-III of IV

LIST OF STANDARDS SPECIFICATIONS

Sl. No. Standard Specification No. Description Remarks

1. MEC/S/05/E5/T/001 Specification for Optical Fibre Cable & HDPE Duct Laying and Associated Work

Enclosed with Vol-III of IV

2. MEC/S/05/E5/T/002 Specification / Procedure for the Testing of Optical Fibre Cable

Enclosed with Vol-III of IV

LIST OF STANDARD DRAWINGS

S. No. Standard Specification No. Description Remarks

1. MEC/05/E5/T/002 Standard Sketch for OFC laying (OFC through

HDPE) (Normal Terrain) Enclosed with Vol-IV of IV

2. MEC/05/E5/T/002A Standard Sketch for OFC laying (OFC through

HDPE) (Rocky Terrain) Enclosed with Vol-IV of IV

3. MEC/05/E5/T/002-WM Standard Sketch for OFC laying (Common

Warning Mat) (Normal Terrain) Enclosed with Vol-IV of IV

4. MEC/05/E5/T/005 Standard Drawing OFC Laying (Separate Trench)

(OFC through HDPE) Enclosed with Vol-IV of IV

5. MEC/05/E5/T/008 OFC Laying (Cassed Crossing) (One HDPE Duct) Enclosed with Vol-IV of IV

6. MEC/05/E5/T/009 Standard Sketch OFC Joining Pit / Blowing Pit Enclosed with Vol-IV of IV

7. MEC/05/E5/T/010 OFC Joint Marker Enclosed with Vol-IV of IV

532

Page 533: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure-VII

to Particular Job Specification

(FIRE PROTECTION SYSTEM WORKS)

533

Page 534: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 1

PARTICULAR JOB SPECIFICATION FOR

FIRE PROTECTION SYSTEM

534

Page 535: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 2

1.0 GENERAL PROJECT INFORMATION 1.1 M/s GAIL (India) Limited proposes to lay a 24” Dia. x 84 km approx. long pipeline from

Ludhiana to Jalandhar and 16” Dia. x 64 km. approx. long pipeline from Saharanpur to Haridwar and consumer lines to M/s BHEL & SIDCUL and pipeline networks in the respective areas with Despatch / Receiving Terminals.

The pipeline is designed to carry 2.7 MMSCMD R-LNG. For Ludhiana Jalandhar spurline designed capacity is 1.47 MMSCMD in which 0.6 MMSCMD will cater to Ludhiana & other 0.87 MMSCMD to Jalandhar. For Saharanpur-Haridwar pipeline section the designed capacity is 1.12 MMSCMD gas. And 0.53 MMSCMD gas will be delivered to Sidcul/ Haridwar Spur line.

Section-I : Despatch terminal at Ludhiana (At existing I.P.- 4 at Ch. 295 Km )

to Receiving terminal at Jalandhar (24” X 84 Km) Tap-off cum Despatch Terminal with filteration & metering facility

at existing I.P.-4 Installation of SV-1 cum Tap- Off Point for Ludhiana, SV-2, SV-3,

SV-4, SV-5 at different Chainages Receiving terminal at Jalandhar.

Section-II: Despatch terminal at Saharanpur to Receiving cum distribution

network terminal at Haridwar (16” x 64 km) and Consumer lines (8” X 16 Km)

Tap-off cum Despatch Terminal with filteration & metering facility at

existing SV-3 at Ch. 115 Km at Saharanpur. Installation of SV-1, SV-2, SV-3 cum tap-off point for Roorkee, SV-4,

& SV-5 at different chainages. Installation of tap-off for Power Plant. Receiving cum distribution network terminal at Haridwar at Ch.60

Km Installation of SV-1, SV-2, SV-3 cum tap-off point on Consumer line

to M/s BHEL. Installation of SV-1 on Consumer line to M/s SIDCUL.

2.0 Intent of Specification 2.1 The intent of the specification is to cover the design, engineering, manufacture /

fabrication, procurement, packing, forwarding to site, unloading at site, receipt, storing, erection, testing, shop painting, commissioning and guaranteed performance of the following and as outlined in various chapters of the technical specification:

a) Automatic Fire detection cum alarm system b) Automatic clean agent fire suppression system for manned control rooms c) Portable Extinguishers

d) Fire Fighting Accessories The area wise details along with the fire protection facilities proposed are listed below:-

535

Page 536: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 3

Sl. No.

Location Fire Protection Facilities Proposed Remarks

SECTION-I 1. Despatch Terminal

at Ludhiana - Clean Agent Based Fire Suppression

System in Control Room (Size: 12m x 6m x 3.5m)

- Fire Alarm system in control room along with hooters

- Portable extinguishers as per OISD: 117

2. SV-1 cum Tap-off for Ludhiana at (CH: 25.00 Km)

- Clean Agent Based Fire Suppression System in Control Room (Size: 29m x 6m x 3.5m)

- Fire Alarm system in control room along with hooters

- Portable extinguishers as per OISD: 117

3. Sv-2 at Ch. 42.0Km - Portable extinguishers as per OISD: 117

4. Sv-3 at Ch. 50.0Km - Portable extinguishers as per OISD: 117

5. Sv-4 at Ch. 57.0Km - Clean Agent Based Fire Suppression System in Control Room (Size: 18m x 6m x 3.5m)

- Fire Alarm system in control room along with hooters

- Portable extinguishers as per OISD: 117

6. Sv-5 at Ch. 72.0Km - Portable extinguishers as per OISD: 117

7. Receiving Terminal at Jalandhar

- Clean Agent Based Fire Suppression System in Control Room (Size: 29m x 6m x 3.5m)

- Fire Alarm system in control room along with hooters

- Portable extinguishers as per OISD: 117

SECTION-II - 1. Despatch Terminal

at Saharanpur - Clean Agent Based Fire Suppression

System in Control Room (Size: 18m x 06m x 3.5m)

- Fire Alarm system in control room along with hooters

- Portable extinguishers as per OISD: 117

2. Sv-1 on line for M/s BHEL at Ch. 3.70Km

- Portable extinguishers as per OISD: 117

3. Sv-1 on line for M/s BHEL at Ch. 4.20Km

- Portable extinguishers as per OISD: 117

536

Page 537: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 4

Sl. No.

Location Fire Protection Facilities Proposed Remarks

4. Sv-1 on line for M/s SIDCUL at Ch. 2.50Km

- Portable extinguishers as per OISD: 117

5. Sv-3 cum tap off for M/s SIDCUL on line for M/s BHEL at Ch. 6.00Km

- Portable extinguishers as per OISD: 117

6. SV-1 at Ch. 24.0Km

- Clean Agent Based Fire Suppression System in Control Room (Size: 18m x 06m x 3.5m)

- Fire Alarm system in control room along with hooters

- Portable extinguishers as per OISD: 117

7. Sv-2 at Ch. 34.00Km

- Portable extinguishers as per OISD: 117

8. Sv-3 cum tap-off for Roorkee at Ch. 39.00Km

- Portable extinguishers as per OISD: 117

9. SV-5 at Ch. 47.0Km

- Clean Agent Based Fire Suppression System in Control Room (Size: 18m x 06m x 3.5m)

- Fire Alarm system in control room along with hooters

- Portable extinguishers as per OISD: 117

10. Receiving Terminal at Haridwar

- Clean Agent Based Fire Suppression System in Control Room (Size: 29m x 6m x 3.5m)

- Fire Alarm system in control room along with hooters

- Portable extinguishers as per OISD: 117

The contractor shall include all supports, inserts etc. required for the above system,

instrumentation & electrics of the system and all necessary operating platforms and ladders, if required, for the safety and maintenance of the equipment and the system as a whole.

2. 2 The delivery of the items shall be made at site of M/s GAIL at various locations of the

project as elaborated elsewhere in the specification. 2.3 Any additional item/ component that are not specifically mentioned in the specification

but are required to make the system/ equipment complete in all respects for safe operation and guaranteed performance shall be under the scope of this specification.

2.4 The contractor shall furnish the names of the sub-suppliers, if any, along with the units /

quantity intended to be procured from them. List of approved makes of materials is enclosed in the tender document. Only those vendors shall be acceptable for whom the names are specified against the items. For any other item not mentioned in the list, the successful party will take prior approval before placement of order.

537

Page 538: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 5

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) Automatic Fire detection cum alarm system b) Automatic clean agent fire suppression system for manned control rooms c) Portable Extinguishers

d) Fire Fighting Accessories 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

Fire Alarm & Detection System

- All control rooms (Above & below false ceiling)

- All UPS rooms, PLC rooms

- Battery- Battery charger room

- All areas protected by fixed extinguishing system AC Duct Mounted detector One in each room / partition area of control room.

Fire Suppression system (Clean Agent based)

Main control room (above and below false ceiling) including annexe rooms.

Manual Call Point

538

Page 539: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 6

S.N Facility Area

- Indoor All the units & areas as per battery limit.

Siren At strategic location

Portable Extinguisher

DCP –

CO2

Water

Foam

Mobile type

All the units & areas as per battery limit.

Process bays / area, MCC rooms, General buildings, office building and oil facilities etc.

All electrical premises.

Office buildings.

Oil facilities.

a) Minimum one number of DCP type for each floor / process bays and as per norms.

b) Minimum one number of CO2 type for each floor of the sub-station, main control room etc. as per norms.

c) Minimum one number of foam type for oil installation and oil storage tanks as per norms.

3.0 Meteorological data of site

The fire protection systems shall be designed taking into account the meteorological data prevailing at the project site as mentioned below.

Temperature Minimum - 5o C Maximum - 55o C Relative Humidity Maximum - 90% Rainfall - 75mm Wind Velocity - Maximum – 100 Km/Hr Environment - Humid & Hot (Sea Condition) 4.0 SCOPE OF WORK AND SERVICES 4.1 General The scope of work of the Tenderer shall include design, engineering, supply,

fabrication/manufacture, assembly, inspection, shop testing, piping, transportation, receipt at site storage, installation, painting, testing and commissioning, obtaining statutory approval and demonstration of integrated performance of all equipment required for fire protection system which broadly includes fire detection cum alarm system, gas based fire suppression system, piping, valves, cylinders, extinguishers, accessories and other hand appliances at various locations for the DT, RT & SV as per the indicative list of items mentioned alongwith tentative quantities.

The tenderer shall furnish the list of commissioning and two (2) years maintenance and operational spares in the offer. Complete details of all spare parts, their relation to the equipment and their itemised prices shall be furnished in the tender. Prices shall be mentioned in the price envelope and item wise list of spares without price shall be furnished in the unpriced bid.

539

Page 540: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 7

4.2 The scope of work and services to be rendered by the Tenderer for installation of fire

fighting system shall include but shall not be limited to the following activities. i/ Design, engineering, manufacture/fabrication, assembly, shop testing and shop

painting, sequential packing, delivery FOR site, unloading, unpacking, storage at site, site handling, preparation of erection drawings, erection as per approved drawings, site testing, painting, commissioning and fulfillment of guarantee of fire protection systems, sub-systems and integrated systems as described above and also covered under this tendering specification.

ii/ Miscellaneous materials and services, if not otherwise specifically asked for, shall

include the following : - Constructing site office, covered store, open storage at designated place including

supply of construction material and removal of the same on completion of work. - Site cleaning, removal and disposal of debris, maintaining clean condition in and around

the working place and as instructed by authorised representative of MECON / Owner. - Distribution of electric power supply for erection work through licensed electrical

contractor / licensed electrician. Construction power shall be made available by Owner at one place.

- Supply, installation, testing, commissioning of electrical & instrumentation work,

accessories, fire fighting appliances, portable extinguishers and all associated facilities. - Owner shall made available incoming power supply at one place. However, termination,

connection, fixing of cable at the panel including supply of panels shall be done by the bidders. The cables (power / control) from panel to respective battery charger etc. including termination shall be considered by the bidders.

- All piping integral to or between any equipment furnished under this specification,

except as otherwise specified. - All necessary isolation valves fitting at the tapping points and branch pipes. - Coupling guards for all exposed shafts and couplings. - Base plates, thrust blocks, matching flanges, supporting materials and shims. - All necessary instruments, power and control wiring integral to any equipment furnished

under this specification. This shall include terminal blocks and integral wiring to these terminal blocks for equipment requiring external connection.

- All erection accessories, consumables and miscellaneous materials, though not

specifically indicated in this specification, but actually required for completing the job in all respects.

- Erection, testing and commissioning of materials and system as a whole. - Initial fill of gas and other fire extinguishing media. - All necessary fixtures, supports.

540

Page 541: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 8

iii/ To obtain No Objection Certificate from the local statutory fire authorities / TAC for the complete system.

5.0 Brief Functional Description

The main intentions of provision of first aid and inbuilt fire fighting systems are to extinguish the fire at its inception or to control its spread and to assist the fire department in taking required action and thereby reducing the loss suffered as a result of fire. The layout drawings of various dispatch terminal, receiving terminal, Ip, SVs are enclosed with this tender document.

The fire protection system envisaged for the plant calls for early detection of fire and quenching the same by various systems envisaged besides giving out an audio visual alarm. The first aid fire fighting arrangements cover the provision of portable fire extinguishers, etc. as per the requirement of OISD: 117 and TAC.

5.1 Automatic Fire Detection-Cum-Alarm System: Manual Push Button Type Fire

Alarm System

Automatic fire detection-cum-alarm system shall be provided for all the electrical premises like switchgear room, control room & administrative building etc. In addition to detection system, manual push button fire alarm system (manual call points) shall be provided for all the premises / bays within the scope of the Tenderer. Provision shall also be kept by the Tenderer in the control panel to repeat the fire signal in the existing fire station. For this repeater panel shall be installed in the fire station. Cablings / connection from main fire alarm panel to repeater panels are included in Tenderer’s scope of work. These areas shall be protected from Fire using State-of-the-art Automatic Smoke/ Heat Detection/ Alarm & Fire Control mechanism using Code of Practices approved by agencies such as Bureau of Indian Standards (BIS), British Standards Institute (BSI) or National Fire Protection Association (NFPA). Relevant certificate of approval shall be enclosed. The alarms need to be monitored on a 24 x 7 basis & logged for providing reports. The Fire system shall deploy High Sensitivity Smoke/ Heat Detectors (HSSD) and/ or Very Early Smoke Detection Appliance (VESDA) to allow swift detection of heat and/or smoke. The fire alarm should be designed to cut power to air-conditioning system. Second alarm should cut all the power supply to the data centre and the fire suppression system should be triggered off after a pre-set time interval. The fire detection & alarm system shall comprise of the following items / equipments: Fire Alarm Panels consisting of:

- Central Fire Alarm Panel with Mimic / Central Processing Unit - Zonal Fire Alarm Panel - Repeat Alarm Panel / Annunciation Panel

Automatic Fire Detectors and Accessories comprising of:

- Heat Detectors - Ionisation Type Smoke Detectors

541

Page 542: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 9

- Photo Electric / Optical Type Smoke Detector - UV Flame Detectors - IR Detectors - Linear Beam Detectors

Heat Sensing Cables Manual Break Glass Boxes / Manual Call Points (MCP) Response Indicators Exit Signs Hooters Flashing Lights Clean Agent / CO2 Release And Inhibit Switches Any other item(s) required for the completeness of the system

Apart from the various signal and control related to fire detection following signal / facilities and control from each of the deluge valve pertaining to medium velocity water spray and high velocity water spray system shall also be required on the main fire alarm control panel.

Following signals are required on the main fire- alarm control panel.

1 Fire alarm signal from each transformer through the actuation of pressure

switch. 2. Low water pressure alarm from each transformer DV trim line/detection line. 3. Alarm from DV to know that it is operated 4. ON/OFF command to solenoid operated valve at water line 5. 24V DC power shall be provided for solenoid valves from the FDA system.

Signal and control shall also be provided on main fire alarm control panel from gas based fire extinguishing system.

In addition to provisions for Unit transformers tenderer to consider similar annunciation/signal provided on the panel for 3 nos. transformers to be provided in separate package.

5.2 Clean Agent Fire Suppression System

Fire in strategically important places like computer rooms, control rooms, switch gear rooms, data storage rooms, server rooms, data storage archives, libraries, laboratories etc. is a serious hazard to highly precious and irretrievable items and properties. Occurrence of fire besides leading to personnel injuries and property damage also leads to loss of productivity and precious time. The primary cause of fire may be due to short circuit / overheating of certain components somewhere in the areas. Since most of the areas are unmanned and completely closed, fire inside is not visible and accessible from outside till it becomes too big, dangerous and unmanageable.

Fire suppression with conventional water-based systems such as hydrant or sprinkler

system can damage the assets permanently. Therefore for these costly & critical areas, the Fire Protection System envisaged calls for early detection of fire and quenching the same by flooding the area with gas based fire suppression system besides giving out an audio visual alarm. The design shall be strictly as per NFPA standard NFPA 2001.

542

Page 543: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 10

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 pre-discharge 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 OEM’s patented and certified software, which shall also be certifiers such as UL / FM/LPCB/ULC.

The Gas shall be stored in seamless storage containers complying with the SMPV Rules set out by Chief Controller of Explosives, Nagpur, India. The Bidder shall be required to produce a NOC for the Chief Controller of Explosives, Nagpur for the storage containers against the cylinder identification numbers punched on them. Welded cylinders for agent storage will not be acceptable

The Gas shall be discharged through the operation of an Electric (solenoid) operated device or pneumatically operated device, which releases the agent through the pneumatic operated pressure valve. Systems that employ explosive or pyrotechnic devices for the discharge shall not be permitted.

The Gas discharge shall be activated by an output directly from the Gas Release control panel, which will activate the solenoid valve. The Gas agent is stored in the container as a liquid.

5.3 Interlocking with A/C & Ventilation system

There will be interlocks to shut off the exhaust fans and simultaneous tripping of A/C and ventilation system. The fire signal from first detector will operate the audio-visual alarm whereas on confirmation of fire signal from the other detector the ventilation/air conditioning system shall be switched off automatically. Appropriate tripping relays and their contacts shall be provided by the tenderer for this purpose considering zone wise operation, partitions in cable gallery/ basement and number of fans/ system operating in the electrical rooms.

Potential free contacts (Relay modules) shall be made available for each zone for

tripping of respective ventilation/air conditioning system. Location of above relay module shall be as finalized during detailed engineering stage. Tenderer to consider all accessories such as cabling/ wiring, contact multiplication etc required to achieve the system requirement. Contact of auxiliary relays shall be made available in relay

543

Page 544: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 11

auxiliary panel of the above mentioned places and shall be suitable to wire directly in MCC/starter panel control circuit.

5.4 Portable Fire Extinguishers

In order to combat any occurrence of fire in any corner of the premises/area, adequate number of first aid portable and heavy-duty trolley mounted fire extinguishers shall be provided. Selection of the fire extinguishers shall be done depending upon the hazard, equipment to be protected, etc. Selection of fire extinguishers shall be done as per latest BIS2190 and as summerised in the table. However, all the computer/automation/PLC/microprocessor rooms shall be provided with CO2 type fire extinguishers (both portable and trolley mounted type). The fire extinguishers selected for each location will be based on the fire hazard class present in that area.

Class Combustible Hazard Extinguisher Type

A Ordinary combustibles such as wood, cloth, paper, rubber, plastics etc.

Water, Dry Powder

B Flammable liquids, oils, greases, oil based paints, lacquers and flammable gases

CO2, Dry Powder

C Electrical equipments where it is dangerous to use a conductive medium.

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.) : IS2878: 1986,Reaffirmed 1996 Dry chemical powder ( 5.0 & 22.5 Kg Cap.) : IS2171: 1985,Reaffirmed 1995 Mechanical foam type- AFFF ( 9.0 & 50.0 Ltr. ): IS10204: 1989,Reaffirmed 1995 Water type (gas cartridge) : IS940: 1989,Reaffirmed 1995 All types of fire extinguishers shall ,as far as possible, have a standard & simple method of operation. Portable fire extinguisher sizes will be selected as small as practical to be effective and for ease of operator deployment.

Co2 extinguisher sizes will be determined to ensure that leakage or accidental discharge will not cause a hazardous CO2 concentration.

Dry powder portable and wheeled fir extinguishers shall use potassium based agents and be compatible with AFFF. Portable extinguishers located in exposed and naturally ventilated locations shall be stored in suitable weather proof cabinets as protection from the effects of wind and rain.

544

Page 545: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 12

Trolley mounted dry powder extinguishers shall be provided in addition to portable extinguishers for protection to all areas where primary risk is from a liquid hydrocarbon fire. 7.0 Design Criteria 7.1 Codes and Standards: STANDARDS 7.1.1 All materials, equipments, piping, valves, fittings etc. dimensional standards, tolerance,

prices of manufacture and testing procedure shall be in accordance with the latest revision of relevant Indian, British, American standards wherever applicable.

7.1.2 The material used and equipment supplied shall be new and the best of their kind and

shall comply with the latest revisions of all relevant standards. The tenderer shall indicate in his tender the relevant standards to which the equipment, piping, fittings, etc. offered by him shall comply with. The latest revisions of applicable standards indicated in the technical specification shall be used for the design, manufacture, inspecting and testing of the items covered in this specification. The following codes and standards shall be considered for design: -

OISD-113: Classification of areas for electrical installations at hydrocarbon

processing and handling facilities. OISD-117 & 226. OISD-118: Layout for oil and gas installation. OISD-163: Process control room safety.

National fire protection association, USA (NFPA) codes Mild steel tubes, tubular and other wrought iron fittings IS:1239, part-1-1990 &

Part-2-1992 Butt welded fittings ANSI B16.9 Circular flanges for pipes, valves and fittings BS1560-latest editions Code for pressure piping ANSI B31.1 Steel pipe flanges ANSI B 16.5 Code of practice for laying of electrically welded steel pipes for water supply

IS:5822-1994 Excavation work-code of safety IS: 3764-1992 Covered electrode for manual metal arc welding of carbon and carbon

manganese steel IS:814-1991 Approved tests for welding procedure IS: 7307 (Part-I)-1974

545

Page 546: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 13

Approved tests for welders working to approved welding procedures

IS:7310(Part-I)-1974 Specification for arc welding of carbon and carbon manganese steels

BS:5135-1984 Ready mixed paint, stoving, red-oxide-zinc chrome priming IS:2074-1992 Code of practice for painting of ferrous metals in building IS:1477-1971 Colours for ready mixed paints and enamels IS:5-1994 Steel for general structural purposes IS:2062-1992

7.6 First Aid Fire Fighting Equipments:

The requirement of these have been estimated and provided at all critical locations by Contractor, as per relevant OISD standards 117. The quantity shall be as per SOR.

8.0 SPECIAL INSTRUCTIONS TO THE TENDERERS 8.1 General 8.1.1 The instruction to Tenderer shall be read in conjunction with the Invitation to Tender,

General Conditions of Contract, Tendering Specifications, Scope of supply and drawing or other supplementary documents detailing the work.

8.1.2 The tenderer shall study the specification and satisfy himself regarding the workability of

the proposed system and shall take full responsibility for the proper system design, best quality of material and workmanship, guaranteed operation and smooth performance of all the equipment and accessories. This technical specification is only guidance to the tenderer and hence all the items necessary for safe and satisfactory operation and guaranteed performance of the proposed equipment / facilities shall be included in his offer though these might not have been specifically mentioned in the technical specification/schedule of quantities.

8.1.3 The Tenderer shall submit a statement of similar plants and equipment

supplied/installed by him during the last five years, which are under successful operation.

8.1.4 The Tenderer shall satisfy the Purchaser that he possesses the necessary technical

experience for design and has at his disposal suitable facilities and crew to ensure that his contract shall be of the best quality and workmanship. Necessary particulars in this regard shall be furnished with the tender.

8.1.5 The Tenderer should satisfy himself by a visit to the site to ascertain the actual site

conditions before submitting his offer. Failure to do so will not absolve him of his responsibilities of proper execution of the job. No claims for extra payment due to any special site conditions will be considered after the submission of the offer.

8.1.6 Any loss of plant and equipment due to imprudence, negligence and unsuitable

treatment and handling shall have to be replaced by the successful tenderer at his cost.

546

Page 547: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 14

8.1.7 The approval of drawings and/or inspection by Purchaser and/or their authorised

representative shall not absolve or relieve the supplier from any of his obligation under this contract and they shall be wholly and solely responsible for the satisfactory operation and guaranteed performance of the systems and equipment forming part of the system.

This specification is issued for procurement from indigenous sources. No foreign

exchange or import license for importing equipment, components, raw materials or spares will be arranged for or provided by the purchaser. In case the equipment offered involves expenditure in foreign exchange, the same shall be arranged by the tenderer.

8.1.8 Any equipment/material which in any way fails to meet the requirements of the

specification will be rejected by the Purchaser and the equipment/material involved shall not be used under the contract. The successful Tenderer will be required to promptly furnish new material at his cost without hampering the overall schedule of commissioning of the project.

8.1.9 Any changes or difficulties which might be encountered during the execution of work or

any other problems due to local working conditions which are not anticipated/included in the tender document shall fall under full obligations of the successful Tenderer. No claim on account of any ambiguity in any respect will be entertained after the acceptance of the quotation by the Purchaser.

8.1.10 All equipment supplied shall allow access to facilitate connecting up, inspection,

maintenance and repair and shall operate satisfactorily under such variations of load, pressure and climatic conditions as may occur during working.

8.1.11 All material, dimensional standards, tolerances, process of manufacture and testing

procedures shall be in accordance with the latest revision of the standard codes specified in this Tendering Specification. In case where such suitable standards are not mentioned, any acceptable Indian/International Standards shall be adopted.

8.1.12 All documents, instructions, name plates etc. shall be written in English language. All

weights, dimensions and units shall be in metric system. 8.1.13 The Tenderer shall take note of the climatic conditions of the project site, which is given,

in the introductory note of the specification. 8.1.14 The Tenderer shall quote, based on the approved makes of equipment/ supplies, as

given in the relevant clauses of this specification. In case of any deviation from the approved list of vendors for bought-out items, prior written approval shall be obtained from the Purchaser/Consultant.

8.1.15 The Purchaser reserves the right to reject all or any of the offers fully or partly without

assigning any reasons, whatsoever. 8.1.16 The Tenderer shall quote for earliest delivery of the equipment/supplies as well as

earliest completion of the entire work. 8.1.17 The Tenderer shall be responsible for completeness of supplies, work and services to

make the system complete, operative and properly hooked up to the Purchaser's network. Any equipment and material not specifically mentioned in this tendering specification, but required for safe, smooth and efficient operation and guaranteed

547

Page 548: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 15

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 manufacturer’s certificates. 8.1.24 If the offer deviates from the standards specified, the Tenderer shall indicate clearly in

his offer the standards he proposes to adopt with details there of. Copies of such standards shall be enclosed with the offer.

8.2 Data, Drawings , Documents & Manuals

Drawings and Documents to be furnished by the tenderer, not limited to the list indicated below

8.2.1 Drawings/documents to be furnished with offer The tenderer shall submit the offer along with the following drawing/documents. a/ Scope of work with general description of the system and equipment offered

specifying the important features. The tenderer has to give a confirmation with respect to the scope of work as detailed in this specification excepting for the deviations, if any, to be listed in the schedule of deviation. The description to be accompanied by single line diagrams, and equipment layout to enable the Purchaser to have a proper appreciation of the equipment offered and its operation.

b/ Complete bill of material for all the system in the working drawing c/ Specific exclusions, if any, from scope of work .

548

Page 549: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 16

e/ Equipment layout drawings for all fire protection system f/ Specification of equipment/material along with their makes/catalogues. Approval

certificate from authorising bodies for various components of the systems. g/ Time Schedule ( Bar Chart L1) for implementation of jobs and number of persons to be

deputed at site along with their experience/ qualification and period of posting at site. h/ Reference list of job executed. i/ Completed proposal exhibit sheets j/ List of mandatory spares as per enclosed list elsewhere in the specification. k/ List of special tools and tackles as per enclosed list elsewhere in the specification and

test jigs and special instruments required for operation and maintenance of all equipments.

l/ Proposal for training of purchaser's personnel (equipmentwise/mandays basis). o/ Type and make of protection relays for each type of feeders along with write up and

catalogues. q/ Amp. hour capacity of DC battery required for MFAP. r/ Construction/Erection plan and Instruction for storage of the equipment at site. s/ Certificate of approval from TAC/UL/FM and similar other authorising body for various

component of scope of work. Manufacturer's standard literature, catalogue, instruction for use and copies of certificate from TAC/ Chief Inspector of Explosives for all portable extinguishers.

w/ Line diagram for FDA system with points indicated along with sensor schedule aa/ Any other information tenderer feels to submit to understand the quotation in complete. ab/ Detector type and Catalogues ac/ Fire alarm panel drawing ae/ List of annunciation in MFAP Note: FAILURE TO COMPLY WITH ABOVE MAY ITSELF BE SUFFICIENT REASON TO

REJECT THE OFFER. 8.2.2 Drawing/documents to be furnished after placement of order For Approval by purchaser/consultant The following design data, drawing & documents shall be submitted by the contractor for approval of the purchaser/ consultant. The contractor shall resubmit the data/drawings/documents incorporating the changes suggested by purchaser/consultant for final approval along with approval by TAC.

549

Page 550: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 17

i/ Overall layout of the plant showing various premises covered under fire detection & alarm system C02 extinguishing system, Inert gas based system etc.

iii/ G.A Drg. for Gas based systems. iv) Piping details for Gas based Systems. viii/ Line diagram for individual fire detection system. xiv/ General arrangement drawings for all electrical equipment, showing dimensional and

mounting details, cable entry and front view details.

xv/ System layout drawings showing in Plan and Sections, location of various equipments such as detectors, junction boxes, panels, manual call points, fire indication panels, response indicators, batteries and battery chargers, etc.

xx/ Front view and GA diagrams for all panels. xxii/ Area wise detector layout with calculation for coverage of area. xxiii/ Control and schematic for fire alarm system xxx/ Sequence of annunciation and list of annunciation points for MFAP and other panels. xxxii/ Fire alarm panel drawings xxxvii/ Performance Guarantee Test procedures. xxxviii/ All drawings required for TAC / OISD approval. xxxix/ Proposal for training of purchaser's personnel (equipment wise/ man days basis). xxxx/ Amp. hour capacity of DC battery required for engine start control & for MFAP. xxxxi/ Construction/Erection plan and Instruction for storage of the equipment at site. xxxxii/ Drawing showing details of fire alarm panel and list of annunciation considered in

MFAP. Xxxxiii/ Block diagram indicating hooking up of LHS, detectors relay module etc. from MFAP

with size and type of connecting cables. 8.2.3 Drawings/documents to be furnished for information Following drawings/documents shall be furnished. a/ Manufacturer's routine test and type test certificates for all equipment and cables. b/ Detailed technical catalogues for all the equipment. c/ Ordering specifications to sub-suppliers. d/ Instruction manuals for erection, maintenance and operation of all the equipments. e/ External interconnection wiring diagram with terminal markings.

550

Page 551: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 18

f/ All scheme drawings along with list of components for various electronic cards used in

the equipments. Necessary guidelines for testing the cards along with test parameters for all such cards.

g/ Spare parts manual containing itemised inventory of equipment supplied. h/ Details of painting for all equipment. i/ Bus wire arrangement for control/signal/annunciation hooter supplies of control panel

and MCC. j/ Cable schedule indicating type of cables, from to via. route, total length, size of each

cable and a final summary sheet indicating total requirement of all types of cables (for control and power both).

k/ Panel wise bill of material indicating type make and brief technical particulars of all

items/ accessories mounted on the panels. l/ Overall GA of all the panels/equipments. m/ Fixing details of all the panels/equipments, supporting structures etc. n/ Conduit layout drawing indicating type, size, length and locations of conduits required

to be placed in RCC wall/floor, brick wall. o/ Certificate of approval from TAC/UL/FM and similar other authorising body for various

component of scope of work. Manufacturer's standard literature, catalogue, instruction for use and copies of certificate from TAC/ Chief Inspector of Explosives for all portable extinguishers.

8.2.4 As built drawings/documents The Contractor shall submit following As Built drawings/documents in five sets. - All approved drawings/documents - All test charts and inspection certificates in bound volume. - 2 set of polyester film reproducible of each of the As built drgs and documents including

design calculations incorporating approved changes, if any, during erection, testing, commissioning ( all drawings even if there are no changes).

- CAD version of drawings in floppies. 9.0 INSPECTION 9.1 General

Manufacturing progress review, inspection & testing of equipment covered under the technical specification shall be carried out by the Purchaser at the manufacturers' works/premises prior to dispatch to ensure that their quality & workmanship are in conformity with the contract specifications and approved drawings.

551

Page 552: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 19

These instructions are in addition to provisions laid down in other contract documents of the Purchaser.

Inspection & testing stages and finalisation of quality assurance plan (QAP)

The quality assurance programme and quality assurance plan will be finalised after mutual discussion after placement of order.

9.2 Responsibility for inspection : Any inspection by the Purchaser does not replace the responsibility of quality assurance

and quality control functions, as expected of the Contractor to be performed by him for supply of plant & equipment as part of the contractual obligations.

As such, any approval which the Inspecting Engineer of the Purchaser may have given

in respect of plant and equipment and other particulars and the work or workmanship involved in the contract (whether with or without test carried out) shall not bind the Purchaser to accept the plant and equipment, should it on further test at site be found not to comply with the requirements of the contract.

The inspection shall be carried out as per the approved drawings and codes. The

equipments shall be dispatched to site only after getting dispatch instructions from Purchaser.

The Contractor is to meet the inspection & testing requirements for the equipment

coming under statutory regulations e.g. weights & measures, safety, IE rules, Tariff Advisory Committee/ UL/ FM etc. and submit certificates and documents from appropriate authority to Inspecting Engineer for the same.

9.3 Extent of inspection: The extent of inspection & testing by the Purchaser shall vary from equipment to

equipment as per design requirements. Extent of inspection to be carried out shall be finalised with the Contractor after award

of the contract on the basis of scope of supply, technical specification and approved GA drawings. However, in case of similar bulk manufactured items, methods of sampling for inspection of different lots shall be governed by relevant Indian or international standards.

In case of critical components, the Purchaser reserves the right to undertake 100%

inspection. Categories of Equipment Extent of Inspection (as applicable from equipment to equipment)

i) Bought-out items Following standard bought-out items shall be

accepted on the basis of manufacturers' test certificates:

-Push button station in manufacturers’ standard

enclosure - LT power and control cables - Battery & battery charger

552

Page 553: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 20

- 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 manufacturer’s 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:

553

Page 554: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 21

a) Response characteristics of heat/smoke detectors. b) Temperature rating test of heat detectors. c) Operation test of alarm valves. d) Calibration test on instruments and tests on control panels 9.5.02 Site Tests And Checks General All the equipments shall be tested at site to know their condition and to prove suitability

for required performance. The test indicated in following pages shall be conducted after installation. All tools,

accessories and required instruments shall have to be arranged by contractor. Any other test which is considered necessary by the manufacturer of the equipment or mentioned in commissioning manual has to be conducted at site.

In addition to tests on individual equipment some tests/ checks are to be

conducted/ observed from overall system point of view. Such checks are highlighted under miscellaneous tests but these shall not be limited to as indicated and shall be finalised with consultation of client before charging of the system.

The contractor shall be responsible for satisfactory working of complete integrated

system and guaranteed performance. All checks and tests shall be conducted in the presence of client's representative and

test results shall be submitted in six copies to client and one copy to statutory/approving authorities for various equipments. Test results shall be filled in proper proforma.

Inspection by TAC / OISD officials for all site tests where ever required shall be

arranged by the contractor at his own cost. The contractor shall be responsible to obtain the necessary approval from time to time

during execution of the contract from TAC / OISD and final approval from TAC / OISD to obtain maximum discount in insurance premium as per rules prevailing with TAC / OISD.

10.0 SAFETY PRECAUTIONS Necessary action is to be taken by the contractor during the execution of the works for

complying with various safety measures in conformity with relevant laws, if any. Special safety arrangements for working at height are to be made, safety belts, helmets, security surveillance/ watching of various site activities at height, checking and obtaining clearance from the complete authority etc. are to be done by the contractor, and necessary certificates for safe and satisfactory working condition of plants/ equipments are to be submitted periodically by the contractor to the OWNER/ MECON.

554

Page 555: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 22

11.0 MANPOWER PLANT & EQUIPMENT In view of the rigid time bound completion period of the project, the contractor shall be

required to deploy suitable and adequate manpower, plant and equipment resources to progressively achieve the time schedule as assessed by the MECON.

12.0 PERFORMANCE GUARANTEE The supplier shall guarantee the equipment/ system supplied, for satisfactory

performance at the specified duty/ site condition for 24 months from the date of FAC. 13.0 SPARE PARTS The contractor shall indicate separately at the time of bidding the list and the price of

spare parts (price part in sealed envelop separately) required for two years of normal operation.

14.0 PROTECTIVE PAINTING All equipment shall be properly cleaned and freed from rust and scale and painted with

a primary coat of red oxide zinc chromate primer as per IS: 2074 prior to shipment from the manufacturer's premises and final painting at site shall be done as per the painting specification.

However, galvanized pipes shall be provided with identification bands at regular

intervals instead of epoxy painting. All other equipment shall be painted with epoxy paint. The entire surface which is not accessible after site assembly including the areas to be thermally insulated shall be given one coat of red lead paint conforming to IS: 102 in addition to one coat of primer applied at shop or manufacturer's premises.

15.0 TIME SCHEDULE The delivery and erection of all equipment/plant shall be so scheduled that it shall be

possible to commission the complete system package in order to match with the overall commissioning schedule of the entire Project.

The delivery date shall be quoted from the date of issue of letter of intent taking into

account the time for approval of design and drawings by the Purchaser. The Successful Tenderer shall guarantee the material delivery and commissioning

dates. The Successful Tenderer shall submit bar chart/PERT network showing the start and

finish time of all activities connected with completion of the entire fire protection system package keeping in mind the overall commissioning schedule of the project.

Progress report shall be submitted by the Successful Tenderer at regular intervals of 2

weeks on a format prescribed by the Purchaser giving the status of design, approval of drawings, ordering position of plant and equipment and other materials ordered, manufactured, fabricated, delivered and erected.

555

Page 556: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 23

16.0 MATERIALS AND WORKMANSHIP 16.1 Materials used for the manufacture/ fabrication of equipment and individual components

shall be new, defect-free and best of its kind. They shall confirm to relevant Indian/ International Standards.

16.2 Only tested materials shall be used for fabrication/ manufacture of the equipment/

components. Necessary test certificates shall be submitted to the purchaser for checking compliance to specified grades of materials.

16. 3 The finish of the equipment and, its components shall be of high quality. 16.4 The equipment shall be fabricated with minimum number of welded joints and the

seams of the weld shall be so arranged that no two seams come in one line. 16.5 All the pipe connections to the equipment shall be truly perpendicular or inclined exactly

at the angle shown in the fabrication drawing. 17.0 STATUTORY REGULATIONS, LICENCES & PERMITS 17.1 The contractor shall adhere to all applicable statutory requirements including TAC,

OISD, Inspectorate of Factories, Indian Electricity Rules and other statutes of Govt. of India and state government. The contractor shall himself ascertain all applicable requisite regulations.

17.2 The contractor shall be solely responsible for obtaining necessary clearances from

various statutory bodies including those of Govt. of India / State Govt. and as applicable during the course of manufacture/ fabrication, testing, transportation and delivery of plant and equipment. The rates quoted in this connection shall be deemed to include any fees payable to Govt./ Fire Authorities/ Statutory bodies for obtaining approval.

17.3 Contractor shall keep constant liaison with the local Fire Authority, Electrical Authority

and all other Statutory Authorities whose approval and permissions/ sanctions before and after execution of the work are required to be obtained.

17.4 It shall be the Contractor's responsibility to obtain the approvals and permissions,

sanctions, No Objection certificates from relevant Fire Authorities for work done by him to enable owner to take up the operation of plant. Contractor shall comply with all requirements of the appropriate authorities, submit documents, test reports and conduct such tests as may be required by the concerned authority to its full satisfaction.

18.0 HANDING OVER THE WORK ON COMPLETION The contractor shall be responsible for handing over the work complete in all respects

and in proper finished condition, on completion of the work. If there is any damage or disfiguration/ stains on the finished surfaces including on wall, floors, ceiling, columns, beams etc. due to contractors use, damage or any other reason during the period of construction, the same shall be rectified suitable by the contractor without any extra payment.

19.0 SCHEDULE OF RATES / BILL OF MATERIALS The quantities of different material, pipes/ fittings, valves, erection, accessories etc.

mentioned in the specification and SOR are approx. quantities and any change in requirements will be as per the finally approved drawings. Any item, instrument which is

556

Page 557: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

FT - 24

not specifically mentioned in the SOR, but required for the completeness of the system, will have to be supplied and erected by the contractor and the financial implication shall be built in the testing and commissioning item.

20.0 General

All the pipe / conduit / equipment supports shall be provided as per standard practice.

Wherever pipes and cables are crossing the pipes and cables shall be laid in hume pipe of NP-4 rating at a minimum depth of one meter.

Civil room for the storage of inert gas cylinders shall be provided.

Subsequent to successful commissioning, the systems shall be accepted after 3

months of trial runs and performance guarantee test.

GUIDE LIST OF MAKES OF MATERIAL Fire Detection & Alarm System & Clean Agent System Sr. No. Product Description Make

1 Mcd Detector Apollo/ Morley IAS/ GST/ Honeywell 2 Flame proof Manual call point PCD/ Agni control 3 Hooter PCD/ Agni control 4 Flasher PCD/ Agni control

5 Panel Control Equipment/ Morley IAS/ GST/ Honeywell

6 Response Indicator Agni/ PCD/ Securico

7 Cable INCAB/ Universal cable/ Asian cable/ KEI or as per tender make

8 Abort Switch system sensor/ Agni/ PCD 9 Cylinders Everest Kanto

557

Page 558: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MECON LIMITED

Delhi

DATA SHEET FOR PORTABLE

EXTINGUISHERS CARBON DI OXIDE TYPE

MEC/05/21/M/002/DS-081D/B MECON LIMITED

DATA SHEET FOR

PORTABLE FIRE EXTINGUISHERS

CARBON DI OXIDE TYPE

558

Page 559: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MECON LIMITED

Delhi

DATA SHEET FOR PORTABLE

EXTINGUISHERS CARBON DI OXIDE TYPE

MEC/05/21/M/002/DS-081D/B MECON LIMITED

DS-PE-CO2-6.8- 1

DATA SHEET FOR CARBON DIOXIDE TYPE PORTABLE FIRE EXTINGUISHERS CAPACITY – 6.8KG

SL DESCRIPTION REQUIRED AS PER TS

AS OFFERD

1.0 GENERAL

1.1 MANUFACTURE's NAME AND ADDRESS

1.2 QUANTITY REQUIRED AS PER SOR

1.3 YEAR OF MANUFACTURER AND DATE OF FILLING

1.4 TYPE UPRIGHT

1.5 IS CODE AS PER IS:2878-1986

2.0 GUARANTEED PERFORMANCE

2.1 CAPACITY, KG, FIRST FILL IN THE SCOPE OF BIDDER

4.5 KG

2.2 MINIMUM PERIOD OF DISCHARGE (IN SEC.) 20

2.4 MAXIMUM PERIOD FOR DISCHARGE OF 95% OF THE CONTENTS IN SECS.

30

2.5 MAXIMUM EFFECTIVE RANGE (m) 2.0

2.6 MINIMUM DISCHARGE AT 27+2`C 95% BY MASS OF THE CONTENTS

3.0 CONSTRUCTION DETAILS

3.1 BODY SEAMLESS MANGANESE STEEL CYLINDER PER IS:7285-1988

3.2 DOME & DISH CONVEX / FLAT BASE

3.3 FILLING RATIO 0.667 (MAX.)

3.4 DISCHARGE CONTROL VALVE PRESSURE RATING

125 KG/CM2

3.5 CYLINDER TEST PRESSURE 240 KG/CM2

559

Page 560: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MECON LIMITED

Delhi

DATA SHEET FOR PORTABLE

EXTINGUISHERS CARBON DI OXIDE TYPE

MEC/05/21/M/002/DS-081D/B MECON LIMITED

DS-PE-CO2-6.8- 2

SL DESCRIPTION REQUIRED AS PER TS

AS OFFERD

3.6 STORED GAS PRESSURE 85 KG/CM2

3.7 HOSE BURST PRESSURE 140 KG/CM2 (MIN.)

3.8 EXPANSION RATIO BETWEEN STORED LIQUID VOLUME AND EXPANDED GAS VOLUME

1:9

3.9 SAFETY RELEASE TO BE PROVIDED YES

3.10 WHETHER HANDLE PROVIDED YES

4.0 MATERIAL OF CONSTRUCTION

4.1 CYLINDER SEAMLESS STEEL TUBE AS PER IS:7285

4.2 CARBON DIOXIDE GAS IS:307-1966

4.3 CONTROL VALVE AS PER IS:3224-1979 ALLOY NO. 2 OF IS: 738-1977

4.4 SYPHON TUBE AL. ALLOY NO.2 AS PER IS: 407-1981

4.5 HOSE PIPE HIGH PRESSURE BREADED WIRE RUBBER HOSE WITH MIN. BURSTING PRESSURE 140 KG/CM2

4.6 DISCHARGE HANDLE POLYETHELENE

4.7 CARRYING HANDLE MS

5.0 DIMENSIONS

5.1 CYLINDER SHELL THICKNESS

5.2 WEIGHT OF CHARGED EXTINGUISHER 25 KG

5.3

EXTERNAL DIAMETER OF EXTINGUISHER

560

Page 561: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MECON LIMITED

Delhi

DATA SHEET FOR PORTABLE

EXTINGUISHERS CARBON DI OXIDE TYPE

MEC/05/21/M/002/DS-081D/B MECON LIMITED

DS-PE-CO2-6.8- 3

SL DESCRIPTION REQUIRED AS PER TS

AS OFFERD

5.4 OVERALL HEIGHT OF EXTINGUISHER

5.5 WHEN RECOMMENDED FOR REFILLING LOSS IN OVERALL WEIGHT BY 10%

6.0 SUPPLIED FIRST CHARGE OF CHEMICAL YES

7.0 LIST OF ACCESSORIES PROVIDED

8.0 PAINTING SHALL BE PAINTED IN FIRE RED COLOUR MATCHING SHADE NO. 536 OF IS: 5-1978. OTHER STANDARDS OF PAINTING TO BE FOLLOWED AS PER IS: 2878-1986

9.0 MARKING AS PER IS: 2878

10.0 WHETHER APPROVED BY TARIFF ADVISORY COMMITTEE OF INDIA OR ANY OTHER INTERNALLY APPROVED AUTHORITY

YES

561

Page 562: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MECON LIMITED

Delhi

DATA SHEET FORPHOTOELECTRIC SMOKE

DETECTOR MEC/23M9/05/21/M/002/DS-081H

MECON LIMITED

1

Data Sheet for Photo Electric Smoke Detector

1.00 1.01

10.2

MATERIAL IDENTIFICATION NAME OF EQUIPMENT

TYPE

PHOTO ELECTRIC SMOKE DETECTOR

ADRESSEBLE

2.00 2.01

2.02

2.03

2.03

MANUFACTURING DETAILS MAKE

DETECTOR MODEL

MANUFACTURING STANDARD

BASE MODEL

BIDDER TO SPECIFY

BIDDER TO SPECIFY

EN 54 PART 7

BIDDER TO SPECIFY

3.00 3.01

PRINCIPLE DETECTION PRINCIPLE

LIGHT SCATTERING

4.00 4.01

4.02

4.03

4.04

OPERATING QUIESCENT CURRENT

ALARM CURRENT

OPERATING VOLTAGE

POWER CONSUMPTION DURING NORMAL CONDITION

120 µ a

50mA

24 V DC (8v – 30v)

3 mW

4.05 POWER CONSUMPTION DURING ALARM CONDITION

1.2 W

5.00 5.01

PROTECTION INGRESS PROTECTION

IP-32

6.00 MATERIAL OF CONSTRUCTION BODY

MOULDED ABS

7.00 7.01

7.02

7.03

7.04

7.05

7.06

7.07

7.08

7.09

7.10

7.11

OTHER FEATURES TYPE OF MOUNTING

DIMENSIONS

COLOUR

WEIGHT

APPLICATION

INDICATION

HUMIDITY RANGE

TEMPERATURE RANGE

ANTI CONDENSATION SYSTEM

PROTECTING COVER & BLOCKING SCREW

SENSITIVITY

SURFACE

102mm(d) X 32.5mm(H)

Pantone, Warm Grey 1C

75g

INDOOR

ALARM RED LED

5 to 95% RH

-30 to 80 degree C

To be provided

To be Provided

Programmable Sensitivity

8.00 APPROVAL & ACCEPTANCE LPCB / NFPA / TAC / OTHER AGENY APPROVAL CERTIFICATE TO BE ATTACHED

562

Page 563: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MECON LIMITED

Delhi

DATA SHEET FORPHOTOELECTRIC SMOKE

DETECTOR MEC/23M9/05/21/M/002/DS-081H

MECON LIMITED

2

Data Sheet for Ionization Smoke Detector

1.00 1.01

10.2

MATERIAL IDENTIFICATION NAME OF EQUIPMENT

TYPE

IONISATION SMOKE DETECTOR ADDRESSIBLE

2.01 2.01

2.02

2.03

MANUFACTURING DETAILS MAKE

DETECTOR MODEL

BASE MODEL

BIDDER TO SPECIFY

BIDDER TO SPECIFY

BIDDER TO SPECIFY

3.00 3.01

3.02

PRINCIPLE DETECTION PRINCIPLE

RADIO ACTIVE ELEMENT

DUAL CHAMBER

AMERICIUM 241 SHIELD

4.00 4.01

4.02

4.03

4.04

OPERATING QUIESCENT CURRENT

ALARM CURRENT

OPERATING VOLTAGE

POWER CONSUMPTION DURING NORMAL CONDITION

50 µ A

50mA

24 V DC (8v – 30v)

1.2 mW

4.05 POWER CONSUMPTION DURING ALARM CONDITION

1.2 W

5.00 5.01

PROTECTION INGRESS PROTECTION

IP-32

6.00 MATERIAL OF CONSTRUCTION BODY

MOULDED ABS

7.00 7.01

7.02

7.03

7.04

7.05

7.06

7.07

7.08

7.09

7.10

OTHER FEATURES TYPE OF MOUNTING

DIMENSIONS

COLOUR

WEIGHT

APPLICATION

INDICATION

HUMIDITY RANGE

TEMPERATURE RANGE

ANTI CONDENSATION SYSTEM

PROTECTING COVER & BLOCKING SCREW

SURFACE

102mm X 43mm

WHITE

102g

INDOOR

ALARM RED LED

10% TO 93% rh

-10 to 60 degree C

To be Provided

To be provided

8.00 APPROVAL & ACCEPTANCE LPCB / NFPA / TAC / OTHER AGENY APPROVAL CERTIFICATE TO BE ATTACHED

563

Page 564: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MECON LIMITED

Delhi

DATA SHEET FORPHOTOELECTRIC SMOKE

DETECTOR MEC/23M9/05/21/M/002/DS-081H

MECON LIMITED

3

Data Sheet for Fire Alarm Control Panel

1.00 1.01

10.2

MATERIAL IDENTIFICATION NAME OF EQUIPMENT

TYPE

FIRE ALARM PANEL

ADDRESSIBLE

2.01 2.01

2.02

2.03

2.04

MANUFACTURING DETAILS MAKE

MODEL

MANUFACTURING STANDARD

NUMBER OF ZONES

BIDDER TO SPECIFY

BIDDER TO SPECIFY

BIS – 2189

AS PER SITE REQUIREMENT

3.00 3.01

3.02

3.03

3.04

OPERATING POWER IN NORMAL MODE

POWER IN ALARM MODE

QUIESCENT CURRENT

OPERATING VOLTAGE

140 mA

220 mA

75 mA

230 VAC, 50 Hz

4.00 4.01

PROTECTION INGRESS PROTECTION

IP : 41

5.00 MATERIAL OF CONSTRUCTION BODY

1.6 MM THICK CRCA SHEET(MIN.)

6.00 6.01

6.02

6.03

6.04

6.05

6.06

6.07

LOTHER FEATURES TYPE OF MOUNTING

DIMENSIONS

COLOUR

WEIGHT

APPLICATION

INDICATION

ACCESSORIES

WALL

400mm(W) *320m(H) *120mm(D)

PASTEL GREY FOR EXTERIOR & INTERIOR

OR ANY MATCHING COLOUR

8 kg approx.

INDOOR

LED TYPE

1) Door Switch 2) Cable Glands 3) MCB 4) Panel Light 5) Cooling Fan 6) Power Supply

24v d.c.

7.00

7.01

7.02

BATTERY BACKUP STANDBY CONDITION ALARM CONDITON

24 HOURS

10 MINUTS

8.00 APPROVAL & ACCEPTANCE LPCB / NFPA / TAC / OTHER AGENY APPROVAL CERTIFICATE TO BE ATTACHED

564

Page 565: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MECON LIMITED

Delhi

DATA SHEET FORPHOTOELECTRIC SMOKE

DETECTOR MEC/23M9/05/21/M/002/DS-081H

MECON LIMITED

4

Data Sheet for Manual Call Point

1.00 1.01

10.2

MATERIAL IDENTIFICATION NAME OF EQUIPMENT

TYPE

MANUAL CALL POINT

CONVENTIONAL / ADDRESSIBLE

2.01 2.01

20.02

MANUFACTURING DETAILS MAKE

MANUFACTURING STANDARD

BIDDER TO SPECIFY

BS-5839, Part-2

3.00 3.01

PRINCIPLE OPERATING PRINCIPLE

BREAK TYPE

4.00 4.01

OPERATING OPERATING VOLTAGE

24 VDC

5.00 5.01

MATERIAL OF CONSTRUCTION BODY

ABS HOUSING

6.00 6.01

6.02

6.03

6.04

6.05

6.06

OTHER FEATURES TYPE OF MOUNTING

DIMENSIONS

COLOUR

WEIGHT

APPLICATION

INDICATION

WALL

85mm X 85mm X 60mm

RED

250g approx.

INDOOR

LED TYPE

7.00 APPROVAL & ACCEPTANCE LPCB / NFPA / TAC / OTHER AGENY APPROVAL CERTIFICATE TO BE ATTACHED

565

Page 566: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

MECON LIMITED

Delhi

DATA SHEET FORPHOTOELECTRIC SMOKE

DETECTOR MEC/23M9/05/21/M/002/DS-081H

MECON LIMITED

5

Data Sheet for Heat Detector

1.00 1.01

10.2

MATERIAL IDENTIFICATION NAME OF EQUIPMENT

TYPE

HEAT DETECTOR

ADDRESIBLE

2.00 2.01

2.02

2.03

2.03

MANUFACTURING DETAILS MAKE

DETECTOR MODEL

MANUFACTURING STANDARD

BASE MODEL

BIDDER TO SPECIFY

BIDDER TO SPECIFY

EN 54 PART 5

BIDDER TO SPECIFY

3.00 3.01

PRINCIPLE DETECTIONPRINCIPLE

THERMISTOR

4.00 4.01

4.02

4.03

4.04

OPERATING QUIESCENT CURRENT

ALARM CURRENT

OPERATING VOLTAGE

POWER CONSUMPTION DURING NORMAL CONDITION

133 µ a

50mA

Nominal 24 V DC (8-30 V DC)

3 mW

4.05 POWER CONSUMPTION DURING ALARM CONDITION

1.2 W

5.00 5.01

MATERIAL OF CONSTRUCTION BODY

Bay blend FR110

6.00 6.01

6.02

6.03

6.04

6.05

6.06

6.07

6.08

6.09

OTHER FEATURES TYPE OF MOUNTING

DIMENSIONS

COLOUR

WEIGHT

APPLICATION

INDICATION

HUMIDITY RANGE

TEMPERATURE RANGE

ANTI CONDENSTION SYSTEM

SURFACE

102mm(d) X 43mm(h)

Pantone, warm grey 1C

75g approx.

INDOOR

ALARM RED LED

5 to 95% RH

-30 to 80 degree C

Available

7.00 APPROVAL & ACCEPTANCE LPCB / NFPA / TAC / OTHER AGENY APPROVAL CERTIFICATE TO BE ATTACHED

566

Page 567: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DS – PEDCP - 1

DATA SHEET FOR

PORTABLE EXTINGUISHERS

567

Page 568: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DS – PEDCP - 2

DATA SHEET FOR DRY CHEMICAL POWER PORTABLE FIRE EXTINGUISHERS

CAPACITY – 10KG

PR DESCRIPTION REQUIRED AS PER TS AS OFFERD

1.0 GENERAL

1.1 MANUFACTURE's NAME AND ADDRESS

1.2 QUANTITY REQUIRED AS PER SOR

1.3 YEAR OF MANUFACTURER AND DATE OF FILLING

1.4 TYPE UPRIGHT

1.5 IS CODE AS PER IS:2171-1985 WITH AMENDMENT NO.-1

2.0 GUARANTEED PERFORMANCE

2.1 CAPACITY, KG, FIRST FILL IN THE SCOPE OF BIDDER

10 KG

2.2 MAXIMUM EFFECTIVE RANGE WHEN TESTED IN STILL AIR CONDITION, (m)

5.0 M

2.3 MINIMUM PERIOD DURING WHICH THE JET SHALL BE MAINTAINED AT A LENGTH OF NOT LESS THAN 4M (IN SEC.)

15

2.4 MAXIMUM PERIOD FOR DISCHARGE OF 85% OF THE SOLUTION, SECS.

20

2.5 MINIMUM DISCHARGE % BY WEIGHT AT 27+5`C AND AT 45` FROM HORIZONTAL

85% BY MASS OF THE CONTENTS

3.0 CONSTRUCTION DETAILS

3.1 BODY CYLINDRICAL

3.2 DOME & DISH CONVEX WITHOUT REVERSE CURVATURE

3.3 NECK RING PARALLEL SCREW THREADED FOR AN EFFECTIVE LENGTH OF 16MM (MIN.)

3.4 CAP THREADED TO MATCH WITH NECK RING THREADS

3.5 CO2 GAS CARTRIDGE AS PER IS:4947 AND SHOULD BE MARKED

3.6 CARTRIDGE HOLDER FITTED INSIDE CAP

3.7 PIERCING MECHANISM SPRING LOADED PIERCER

568

Page 569: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DS – PEDCP - 3

PR DESCRIPTION REQUIRED AS PER TS AS OFFERD

WITH SAFETY CLIP TO PREVENT ACCIDENTAL OPERAIONS

3.8 HOSE 550 MM LONG AND MINIMUM 12MM DIA BRAIDED HOSE BURSTING PRESSURE > 50 KG/ CM2

3.9 SYPHON TUBE FITTED TO TOP DOME WHERE DISCHARGE HOSE NOZZLE IS ATTACHED WITH MIN. 1MM THICKNESS

3.10 WHETHER HANDLE PROVIDED YES

3.11 GAS USED FOR TRANSPORTING THE DRY POWDER

CO2

4.0 MATERIAL OF CONSTRUCTION

4.1 NECK RING LTB FR. 200 - IS:318

4.2 BODY MS IS:513 GR. D

4.3 CAP. GM – IS:318

4.4 NOZZLE BRONZE – IS:318

4.5 WHEEL

4.6 WASHER RUBBER

4.7 HOSE, IF ANY PVC

4.8 APPROXIMATE WEIGHT OF EXTINGUISHER –FILLED

11.5KG. APPROX. for 10Kg

4.9 DRY CHEMICAL POWDER SODIUM BICARBONATE BASED

4.10 PIERCER S.S. IS:6528

4.11 SPRING COROSION RESISTANT TREATED SPRING STEEL IS: 4454 (PART-I)

5.0 DIMENSIONS

5.1 CYLINDER LENGTH

5.2 CYLINDER DIAMETER

5.3 CYLINDER BODY THICKNESS

5.4

EXTERNAL DIAMETER OF EXTINGUISHER 150 MM MIN.

5.5 OVERALL HEIGHT OF EXTINGUISHER 520MM APPROX.

569

Page 570: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

DS – PEDCP - 4

PR DESCRIPTION REQUIRED AS PER TS AS OFFERD

5.7 THROAT DIAMETER OF NOZZLE

5.8 FILLER OPENING 63MM

7.0 SUPPLIED FIRST CHARGE OF CHEMICAL YES

8.0 LIST OF ACCESSORIES PROVIDED

9.0 CONDITION OF REFILLING

10.0 PAINTING SHALL BE PAINTED IN FIRE RED COLOUR MATCHING SHADE NO. 536 OF IS: 5-1978. OTHER STANDARDS OF PAINTING TO BE FOLLOWED AS PER IS: 2171

11.0 ANTI CORROSSIVE TREATMENT LEADED TIN COATING THICKNESS MIN. .012MM AS PER IS: 2171

12.0 MARKING AS PER IS: 2171

13.0 WHETHER APPROVED BY TARIFF ADVISORY COMMITTEE OF INDIA OR ANY OTHER INTERNALLY APPROVED AUTHORITY

YES

570

Page 571: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

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

Page 572: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

SCHEDULE OF RATES FOR

CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR SPURLINES OF DADRI BAWANA NANGAL PIPELINE PROJECT (DBNPL)

C O N T E N T S

FOR SECTION-I SOR Item Description No. of Pages No. 1. SOR FOR MAINLINE WORKS 22 2 (I). SOR FOR TEMPORARY CATHODIC PROTECTION WORKS 02 2 (II). SOR FOR CORROSION MONITORING SYSTEM 03 3. SOR FOR TERMINALS WORKS I) PIPING & MECHANICAL WORKS 14 II) CIVIL WORKS 07

III) STRUCTURAL WORKS 02 IV) ELECTRICAL WORKS 12

V) INSTRUMENTATION WORKS 04 VI) TELECOMMUNICATION WORKS 04 VII) FIRE PROTECTION WORKS 02

4. SUMMARY OF PRICES 02 5. PROFORMA FOR EXTENDED STAY COMPENSATION 01

572

Page 573: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

SCHEDULE OF RATES FOR

1) MAINLINE WORKS [SOR. No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0]

573

Page 574: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency 1.0 PIPELINE LAYING/INSTALLATION

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 suppliedexternally 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 pre-commissioning 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 Engineer-in 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.

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 1 of 22574

Page 575: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

Carrying out repairs of pipe defects/ replacement in case of irreparable defects and repairs of defectsof 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, ifrequired.

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 compatiblewith 3-Layer PE Coating as per tender specifications with prior approval of Engineer-in-charge.

Training and diversions of streams in steep slope areas, wherever required.

Crossing the all-foreign pipeline / HT Line / Cable / etc. with necessary concrete / PVC protectionincluding coordination with all agencies and obtaining NOC.

Coating of all field weld joints, long radius bends, buried fittings, valves etc.;

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 2 of 22575

Page 576: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

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 byContractor with a view that completion of all activity for successful hydrotesting is not inordinatelyextended, which will hamper the overall project schedule. Further, no extra payment claim shall beentertained 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;

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 3 of 22576

Page 577: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

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 Pipemm(NB) (mm)

1.1 609.6 9.5/8.7 API 5L Gr. X-70/X-80 3 Layer PE Double random (approx. Mtr. 35000 PSL-2 Coating 11.5 to 12.5 mtr.) & Bevel End

1.2 609.6 11.1/9.5 API 5L Gr. X-70/X-80 3 Layer PE Double random (approx. Mtr. 31000 PSL-2 Coating 11.5 to 12.5 mtr.) & Bevel End

1.3 609.6 12.7/11.1 API 5L Gr. X-70/X-80 3 Layer PE Double random (approx. Mtr. 11000 PSL-2 Coating 11.5 to 12.5 mtr.) & Bevel End

1.4 609.6 15.9/14.3 API 5L Gr. X-70/X-80 3 Layer PE Double random (approx. Mtr. 8000 PSL-2 Coating 11.5 to 12.5 mtr.) & Bevel End

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 4 of 22577

Page 578: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

Notes : 1. This item rate is applicable for complete work of laying the underground pipeline from DespatchTerminal 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 teeand station approach pipeline but excluding aboveground & underground installation of SV Stationwhich 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 Telecomworks, hence not to be included in Pipeline Laying works. 3. For soft / normal soil and rocky area detailed refer enclosed Alignment Sheets and SoilInvestigation Report alongwith Bid.

2.0 CONTINUOUS CONCRETE COATING

Additional work over and above SOR Sl. No. 1 for supply of all consumables and materialsand application of continuous concrete weight coating on pipes of all wall thicknesses and concrete coating of the field joints thereof, in all areas of work except minor/ major river crossings covered separately, and performing all works as per specifications and instructions of Engineer-in-Charge and other provisions of Contract document.Pipes as per following details :

2.1 Pipe OD - 609.6 mm, WT- X-70 (9.5 mm) / X-80 (8.7 mm), Coating Thickness - 90 mm M 100

3.0 CONCRETE SADDLE WEIGHTS

Additional works over and above SOR Sl. No. 1.0 for supply of all consumables and materialsincluding supply of 3mm, HDPE sheets, fabrication and installation of concrete saddle weights onpipeline and performing all works as per specifications, drawings, and instructions of Engineer-in-charge and other provisions of the Contract document.- Size of Pipe 609.6 mm OD Nos. 50

4.0 GEO TEXTILE BAGS FOR ANTI-BUOYANCY :

Additional works over and above SOR Sl. No. 1.0 for design, manufacture and supply ofNonbiodegradable geo-textile bags (made of polypropylene fabric) materials and installation of geo-textile bags duly filled with gravel / stone ballast on pipelines of all wall thickness for anti buoyancy asper specification, drawing, and instructions of Engineer-in-charge and other provisions of the contractdocument.

M 300

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 5 of 22578

Page 579: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

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 RACK1:2:4 on pipeline of wall thickness of 75 mm thick and size as per specification, standard drawingsand instruction by EIC including supply of consumables materials, equipment, labour, supervision andall associated civil work.

M 1000

6.0 BANK & BED STABILIZATIONAdditional works over and above SOR Sl. No. 1 for supply, fabrication and installation for protectionand stabilization of banks of water crossings including supply of all materials, consumables,manpower and performing works as per drawings, specifications, instructions of Engineer-in-Chargeand provisions of Contract.

M 200

7.0 BACKFILLING WITH SELECT SOIL7.1 BACKFILLING WITH SELECT SOIL (For Station Approach)

Unit rate over and above SOR Sl. No. 1 for supply of specified and approved quality of sand / rock / other types of soil including supply of sand in place of available excavated material and/ or other suitable soil as per applicable standards/ specifications, including backfilling of excavated trench for specified length after laying of pipeline, including transportation of backfill material over all distances and disposal of surplus excavated soil, complete.

M 2000

7.2 BACKFILLING WITH SELECT SOIL (For Seismic Areas)Providing specified and approved quality of backfill material as defined in contract document at seismic zone along pipeline route (wherever applicable) as per standards/ specifications over and above item 1, including supply of select backfill in place of available excavated material and/or other suitable soil including backfilling of excavated trench after laying of pipeline and optical fiber cables/ cable conduit(where applicable) including transportation of such special backfill material over all distances and disposal of surplus excavated soil (Refer Drg. No. MEC/TYP/05/21/01A/004).

M 1000

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 6 of 22579

Page 580: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

8.0 PIPING WORKS FOR SECTIONALISING VALVE STATION CUM TAP-OFF POINT All works for installation of all piping above ground at all elevations and below ground at all depth forSectionalising Valve Station in all type of terrains and soils including transportation and handling of allOwner supplied materials i.e. extended stem full bore 24" (609.6 mm NB) butt welded, actuatedsectionalising Ball valve, all size of ball valves 10" & above, Insulating Joints, line pipes for mainlinefrom Owner's designated places(s) of issue to work site. Supply of all type of valves (8" & belowexcluding only 8" extended stem, butt welded ball valves) and all mechanical items of all sizes i.e.QOEC, assorted pipes, fittings, flanges, weldolets, sockolets, gaskets, studs, nuts, nipples & couplingetc. 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 andabove 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-inof valve assembly, including radiography of tie-in joints, corrosion coating and external painting asrequired, obtaining all statutory clearances, approvals and permissions for the works (whereverrequired), making of valve pit [for detail refer relevant drawings (i.e. P&ID, Plot Plan) for SV Stationpoint 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 andproject records and performing all works as per drawings, specifications, other provisions of Contractdocument and instructions of Engineer-in-charge.

8.1 Sectionalising Valve Station-1 at Ch. 25.000 km Lumpsum 1

8.2 Sectionalising Valve Station-2 at Ch. 42.000 km Lumpsum 1

8.3 Sectionalising Valve Station-3 at Ch. 50.000 km Lumpsum 1

8.4 Sectionalising Valve Station-4 at Ch. 57.000 km Lumpsum 1

8.5 Sectionalising Valve Station-5 at Ch. 72.000 km Lumpsum 1

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 7 of 22580

Page 581: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

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.

(Refer plot plan drawing and P&ID for Sectionalising Valve Stations enclosed with tender documentfor ascertaining quantum of mechanical work associated with SV Station).

9.0 WATERBODY CROSSING (by HDD Method)Complete work of the water crossings (between the limits as defined in tender drawing - detailedconstruction drawings shall be prepared by the contractor duly approved by GAIL/MECON) byHorizontal Directional Drilling (HDD) method including "Receiving and taking over" owner suppliedthree layer PE coated line pipes from owner's designated places of issue/ dump site(s) andtransportation 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 CSconduit of size 150mm NB, 6.4mm thick. as per API - 5L Gr. B or equivalent ERW Pipe duly coaltarepoxy coated of minimum 300 micron for OFC laying works site(s), manpower, equipments, otherresources and acquiring the required land for storage, fabrication,site office access for Contractoretc. and execution of, but not limited to the following works in accordance with specifications scope ofwork 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 ofwaterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its borelog by soil testing; obtaining historical data/ scour depth from concerned authority ascertaining underneath soil & strata, necessary cover required over the carrier pipeline from lowest bed level of thestipulated water crossing including design & calculation and detail engineering and making of crossingdrawing 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 tostart the execution of work.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 8 of 22581

Page 582: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

- Drilling to the required depth on the banks and bed including maintenance of drill hole in all types ofstrata, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of thewater crossings by HDD methods for providing with minimum cover either(i) 1.5m below the scour profile/ duly approved/ accepted by concerned authority ( under whoesjurisdictions the crossing lies)or (ii) 2.5m to 5.0m from the lowest bed level as required by concerned authority or site & technicalrequirement.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 alsoto be fulfilled.

- Laying of the pipeline by the approved HDD method across the water crossing including, stringspreparation of pipes, welding, testing, 100 % radiography, welding repair and retest, coating of fieldjoints with special type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating withspecial PERP-80 repair patch or equivalent material as per specification, pre-hydrotest of completestrings 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 atchainage 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/ 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 - 5LGr. B or equivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

9.2 Detail of Sirhind Canal Crossing (Abohar Branch) alongwith adjacent road, if any, at minimum covermentioned 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/ 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 - 5LGr. B or equivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 9 of 22582

Page 583: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

9.3 Detail of Canal Crossing alongwith adjacent road, if any, at minimum cover mentioned as above atchainage approx. 45.426 km (Ref. X-ing Detail Drawing No. 0871/GA/MS/LJ/CRSN/051, Rev. 0A).

9.3.1 Crossing of Canal Crossing alongwith adjacent road, if any, for carrier pipeline of size 609.6 NB 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 - 5LGr. B or equivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

9.4 Detail of Satlej River Crossing alongwith adjacent road, if any, at minimum cover mentioned as aboveat 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 NBx 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. ofAPI - 5L Gr. B or equivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

Note: (i) Crossings indicated in crossing detail drawing enclosed with the tender document aretentative. Crossing width may vary as per site condition. Tenderer are advised to visit the site foractual assessment of extent of crossing and to access the maximum extent of cover which may haveto be provided. Actual string length for HDD shall be as per design calculations so that pipe is notunder stress as permitted by codes/ specifications. Final length of string shall be decided afterdecision 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 byHDD method are inclusive in the above item rate and no separate payment shall be made under otherclause mentioned elsewhere. (iii) The Contractor has to quote lumpsump for all X-ing alongwith 6" CS conduit. Any extra paymentshall not be made against this item. It is sole descretion of the Contractor to do HDD crossing ofmainline 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 OFClaying at minimum 4m distance apart from centreline of HDD of mainline either side. No separatepayment for HDD for 6" CS conduit shall be paid.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 10 of 22583

Page 584: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

10.0 WATER CROSSING [RIVER, CANAL, NALLAH / DRAIN, IRRIGATION CHANNEL (BY OPEN CUTCONVENTIONAL 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 designatedplaces of issue/ dump site(s) and transportation to Contractor's stock yard/ work shop/ worksiteincluding 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 forContractor etc. and execution of, but not limited to, following works in accordance with specificationsand 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 ofwaterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its borelog by soil testing; obtaining either scour depth from concerned authority, necessary cover requiredover the carrier pipeline from lowest bed level of the stipulated water crossing to be obtained fromconcerned authority including design & detail engineering and making of crossing drawing for gettingtheir approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for watercrossings as well as utility crossings (if any) encountered during water crossing prior to start theexecution 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 ofstrata, all depth to a width to accommodate the pipeline at all conditions of the water crossings byvarious methods for providing with minimum cover over top of the pipe at all point across themaximum possible width of water bed (as per drawing) either 1.5 mtrs. below the predicted scourprofile expected during the life time of the pipeline or 2.5 mtrs. below the available lowest firm bed (ifscour profile/ depth not available) of the water crossing by ascertaining bed level upto 50 mtrs. boththe side from crossing location or the actual depth as decided by concerned Authority/ Engineer-in-charge whichever is more.

- Strings preparation of pipes, welding, testing, radiography, welding repair and retest, coating of fieldjoints with Heat Shrink Sleeve or equivalent and repair of pipeline coating with repair patch orequivalent 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 uptoapproved length as per approved drawing & specification [only with guniting concrete in loweredposition]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 fieldjoints thereof in all areas of work wherever required as per site condition and performing all works asper specification.

- Laying of the pipeline by the approved crossing method across the water crossing in the approvedtrench.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 11 of 22584

Page 585: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

- Backfilling of the trench including supply and padding by select backfill as required: stabilisation ofexcavated banks using embankment mattresses as per drawings/ specifications including supply ofnecessary materials getting NOC from concerned authority after bank protection, restoration ofdisturbed 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 asabove.

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 NBX 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 sitefor crossing at different locations.(ii) Final length of string & cover from top of pipe for each crossing shall be decided and approved byconcerned Authority/ Engineer-in-charge.(iii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit stringmade for crossing laid by open cut conventional method are inclusive in the above item rate and noseparate 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 forBed & Bank Stabilisation as per standards MEC/05/11/Std-015 & 016 shall be executed at no extracost.

11.0 ROAD CROSSING BY HDD

Complete work of the road crossing (between the limits are defined as approved drawings) by HDDmethod including "Receiving and taking over" owner supplied three layer PE coated line pipes fromOwner's designated place to issue/ dump site(s) and transportation to Contractor's stock yard/ workshop/ work site including all handling loading, unloading, aligning etc. supply of all Contractor suppliedmaterial including required length of CS conduit for OFC laying of size 150mm NB; 6.4mm thk. of API5L Gr. B or equivalent ERW pipe to work site(s), manpower, equipment, other resources and aquiringthe 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 coatingwith special repair patch materials as per Specification, pre-testing etc. of complete string made forcrossing access for Contractor etc. and execution of, but not limited to, following works in accordancewith specifications and instruction of Engineer-in-charge and as per all provision of ContractDocument.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 12 of 22585

Page 586: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

Pre-construction survey based on site visit, collection of data (if required) from concerned Authorityincluding design and detail engineering and making of crossing drawings for getting their approvalfrom concerned Authority/ Engineer-in-charge, getting work permit/ NOC for road crossing as well asutility 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, alldepth to accommodate the pipeline and CS conduit for OFC laying at all conditions encounteredduring 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 includingpigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in clause no. 1.0above) required as per specification, approved drawings, calculations, methods and to the satisfactionof Engineer-in-charge and/ or as directed by concerned Authority.

11.1 Details of Road Crossing11.1.1 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 API5L Grade X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERWPipe for HDPE duct and OFC.

Meter 600

Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any singlecrossings. 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 tenderdocument. Crossing width may vary as per site condition. String length for HDD shall vary as perdesign calculations so that pipe is not under stress as permitted by codes/ specifications. Howeverfinal 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 conduitpipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled through thesame drill hole. or making separate HDD for 6" CS conduit for OFC laying at minimum 4m distanceapart from centreline of HDD of mainline either side. No separate payment for HDD for 6" CS conduitshall be paid.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 13 of 22586

Page 587: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

(iv) The rates as quoted for the above crossings shall be applicable for the pipeline laying betweenthe ROW limits of the crossing as defined in respective crossing drawings enclosed with the tenderdocument. Payment for crossing installation as per above rates shall be made for the actualhorizontal width of the crossing between the ROW limit of crossing along the pipeline crossed. Anyadditional 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 orfor any installation convenience shall not be considered as part of crossing on above rates and shallbe paid as per the rates quoted for the normal laying of the pipeline. No additional compensation shallbe 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 Drawingsenclosed with Bid Document) by HDD method including "Receiving and taking over" owner suppliedthree layer PE coated line pipes from Owner's designated place to issue/ dump site(s) andtransportation 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 CSconduit for OFC laying of size 150mm NB; 6.4mm thk. of API 5L Gr. B or equivalent ERW pipe towork 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 fieldjoints with special type Heat Shrink Sleeve and repair of pipeline coating with special repair patchmaterials as per Specification, pre-testing etc. of complete string made for crossing access forContractor etc. and execution of, but not limited to, following works in accordance with specificationsand 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 ofwaterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its borelog by soil testing; obtaining historical data/ scour depth from concerned authority ascertaining underneath soil & strata, necessary cover required over the carrier pipeline from lowest bed level of thestipulated water crossing including design & calculation and detail engineering and making of crossingdrawing 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 tostart the execution of work.

- Drilling to the required depth on the banks and bed including maintenance of drill hole in all types ofstrata, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of thewater 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 & technicalrequirement.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 alsoto fulfilled.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 14 of 22587

Page 588: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

- Laying of the pipeline by the approved HDD method across the water crossing including, stringspreparation of pipes, welding, testing, radiography, welding repair and retest, coating of field jointswith special type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating with specialPERP-80 repair patch or equivalent material as per specification, pre-hydrotest of complete stringsmade for crossing etc.

- Backfilling of the ditch/ trench including restoration and clean-up of area etc. to the satisfaction ofEngineer-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 150NB 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 singlecrossings. 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 tenderdocument. Crossing width may vary as per site condition. String length for HDD shall vary as perdesign calculations so that pipe is not under stress as permitted by codes/ specifications. Howeverfinal 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 conduitpipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled through thesame drill hole. or making separate HDD for 6" CS conduit for OFC laying at minimum 4m distanceapart from centreline of HDD of mainline either side. No separate payment for HDD for 6" CS conduitshall be paid.(iv) The rates as quoted for the above crossings shall be applicable for the pipeline laying betweenthe ROW limits of the crossing as defined in respective crossing drawings enclosed with the tenderdocument. Payment for crossing installation as per above rates shall be made for the actualhorizontal width of the crossing between the ROW limit of crossing along the pipeline crossed. Anyadditional 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 orfor any installation convenience shall not be considered as part of crossing on above rates and shallbe paid as per the rates quoted for the normal laying of the pipeline. No additional compensation shallbe admissible in this regard.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 15 of 22588

Page 589: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

13.0 CASED CROSSING

13.1 Crossing with Casing Pipe by Boring

Complete work of the road (National Highway, State Highway, MDR) Rail crossing (between the limitsas defined in approved drawings) excluding supply of casing pipe bare (for 24" NB Pipeline) includinghandling, 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 approvalfrom 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 adjacentservice road, canal, minor nature of water channel, utility line crossing etc. (if any) wherever requiredfor all depth in all type of soils and terrrain for carrier pipe insertion and for OFC/ HDPE duct. All otherContractor supplied materials like casing insulators, Zinc Ribbon Anodes and casing end seals as perenclosed specification/ drawings materials for casing vents and drain assembly etc. including supplyof all other materials, equipments, consumables, manpower, welding including visual inspection of allweld joints.Preparation of required length of carrier pipeline welded string including all other works as mentionedin SOR Sl. No. 1.0 above and as per specification/ drawings. Pulling of OFC/ HDPE duct through CSconduit & insertion of carrier pipe in casing pipe after above ground pretesting at specified testpressure including installation of casing insulators and Zn ribbon anode as per approved designcalculation, 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 includingpigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in SOR Sl. No. 1.0above) and as per specification, approved procedure, drawing etc. and instruction of Engineer-in-charge and provision of contract document, getting NOC from all concerned Authority of the facilitiescrossed.

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)

M 270

b) By Open Cut of Casing Pipe - 30" NB x 10.0 mm wall thk. (for 24" NB pipeline) M 30

c) By Pipe Jacking with auger Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & theirconduit)

M 270

d) By Open Cut of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 30

e) Supply of CS Conduit 150mm NB, 6.4mm wall thk. API 5L Gr. B or equivalent (for OFC & theirconduit)

M 300

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 16 of 22589

Page 590: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

f) Supply of Casing Pipe of 30" (762.0 mm OD) x 10 mm thk. API 5L Gr. B or equivalent (for 24" CarrierPipe)

M 300

Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any singlecrossings. 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 pipestring may vary depending upon site conditions, crossing methods, approved drawings etc. and/ ordecided by concerned Authority/ Engineer-in-charge.(iii) Exact centreline location of boring of 6" NB CS conduit for HDPE Ducts / OFC as a casing pipeshall be minimum 4.0m either side based on as installed centreline dimension of carrier pipe insidecasing pipe at all cased crossing. The cover to top of casing pipe for HDPE Ducts / OFC shall besame as cover to top of the pipeline/ casing pipe as applicable.

14.0 PERMANENT MARKERSSupply, fabrication and installation of following types of permanent markers along the route includingall 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 andperforming all works as per drawings, specifications and instructions of Engineer-in-charge.

14.1 Pipeline Warning Signs Nos. 60

14.2 Right-of-way boundary markers Nos. 336

14.3 Kilometer Posts Nos. 84

14.4 Direction Markers Nos. 45

14.5 Aerial Markers Nos. 20

14.6 Navigable Waterway Markers Nos. 8

Note : Final quantities of Marker may vary. This may be confirmed by EIC before fabrication.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 17 of 22590

Page 591: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

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 timeof taking delivery by Contractor, including performing all works as per specifications and directions ofEngineer-in-charge.

15.1 Repair of coating defects in 3-Layer PE Coating Line PipeRepair of Holiday in CoatingSupply of all coating repair materials as per specification to be compatible with line pipe coatingmaterial 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 ofcoating 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 accordancewith the relevant specification and instructions of Engineer-in-charge. This rate shall be applicableper sq.cm of the exposed steel area.

cm2 500

15.2 Repair of Defects in Pipesi) Cutting and rebevelling (dents / damage in bevels exceeding 3mm in depth) No. 20

ii) Jack out (dents in bevels ranging between 1mm and 3mm in depth) No. 20

16.0 LEAKS/ BURSTS (Attributable to Owner)16.1 Major Leak/ Bursts (Detected by visual method) : All works for locating & detection of leak/ burst

(occurred during hydrostatic testing) including necessary repairing/ replacing defective pipe lengths,including cutting out and removing the defective pipe, pretesting the replacement pipe, welding intomainline, 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 andinputs other than Owner supplied materials and performing all works as per drawings, specificationsenclosed with the tender/ contract document and directions of Engineer-in-charge

i) Major leak (Detected by visual method) For pipeline size 609.6 mm (24") NB Nos. 1

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 perapproved procedure by Contractor with a view that completion of all activity for successfulhydrotesting is not inordinalely extended which will hamper the overall project schedule.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 18 of 22591

Page 592: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

16.2 Minor Leak (Detected by sectionalizing method) : All works for locating leak by sectionalizing orany 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 thedefective pipe, pretesting the replacement pipe, welding into mainline, and NDT of welds, repair andre-testing of defective welds, coating of welded joints, clean-up, retesting the full test section ofpipeline including providing all labour, materials, consumables and inputs other than Owner suppliedmaterials and performing all works as per drawings, specifications enclosed with the tender/ contractdocument and directions of Engineer-in-charge

i) Minor leak (Detected by sectionalizing method) For pipeline size 609.6 mm (24") NB Nos. 1

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 perapproved procedure by Contractor with a view that completion of all activity for successfulhydrotesting is not inordinalely extended which will hamper the overall project schedule.

17.0 LONG RADIUS BENDSSupply 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 inTender Document (Bare pipe for LR Bends shall be free issue to the contractor).

a) 20° - 30° Nos. 10

b) 31° - 45° Nos. 10

c) 46° - 60° Nos. 10

d) 61° - 90° Nos. 8

Note : The quantities of LR Bends may vary. For final quantity, approval shall be taken by EIC beforeorder.

18.0 VALVE PITSAll 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 pipeat valve pits, providing cover,sand filling etc. and finishing , clean-up and restoration of site, filling andgrading of area around valve station for avoiding any local flooding of area, as per typical drawingenclosed and instructions of Engineer-in-charge.

a) Valve Pit of Size (3.0m x 2.5m x 2.7m) No. 5

b) Valve Pit of Size (2.0m x 1.5m x 2.7m) No. 14

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 19 of 22592

Page 593: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

19.0 Magnetic Cleaning and Electronic Geometry Pigging

Mobilisation/demobilisation of pigging tools, tackles, consumables, accessories and personnel bycontractor at work site including but not limited to magnet pig, electronic geometry pigs and pigtracking device, temporary launcher and receiver as per specification and other provision of the biddocument including supply of material, equipment, manpower, etc. as required for geometryinspection and magnet cleaning of Section-I including calibration of magnetic and caliper tools atworks site, running of adequate no. of magnet pigs and electronic geometry pigs (caliper) includingpig tracking at 5 to 10 Km interval, preparation of site report on pipeline, data analysis at Contractorsfacility as per specification and provisions of the Bid Document.

LS / Km 84

20.0 PRE-COMMISSIONING AND COMMISSIONING ASSISTANCE FOR ENTIRE UNDERGROUNDPIPELINE LENGTH 24" X 84 KM APPROX. AND TERMINALS / STATIONS.

Pre-commissioning activities and pre-commissioning checks to the specified acceptance criteria,making the entire pipeline system ready for commissioning, providing assistance during the completeduration of commissioning operations, supply of all equipment, manpower, consumables (includingpigs and required quantity of nitrogen for valve operations) materials for all temporary works andperforming all associated works, complete as per the relevant specifications, other provisions ofContract document and instructions of Engineer-in-Charge.

20.1 Precommissioning ChecksNote:- Pre-commissioning of pipeline from Despatch Terminal at GAIL's existing IP - 4 Station toReceiving Terminal at Jalandhar including terminals / stations.

LS / Km 84

20.2 Dewatering Note:- Dewatering of pipeline from Despatch Terminal at GAIL's existing IP - 4 Station to ReceivingTerminal at Jalandhar including terminals / stations.

LS / Km 84

20.3 Swabbing Note:- Swabbing of pipeline from Despatch Terminal at GAIL's existing IP - 4 Station to ReceivingTerminal at Jalandhar including terminals / stations.

LS / Km 84

20.4 Drying Note:- Drying of pipeline from Despatch Terminal at GAIL's existing IP - 4 Station to ReceivingTerminal at Jalandhar including terminals / stations.

LS / Km 84

20.5 Commissioning assistance Note:- Commissioning assistance of pipeline from Despatch Terminal at GAIL's existing IP - 4 Stationto Receiving Terminal at Jalandhar including terminals / stations.

LS / Km 84

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 20 of 22593

Page 594: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

21.0 VIDEOGRAPHY

Carried out the videography of the entire pipeline construction activities. The work shall be carry out intwo phases.

LS / Km 84

Videography of the entire route prior to construction activities i.e. pipeline route, location of variousstations, TOP, all crossing like road / railways, river, etc. Videography during construction activities of Mainline Works i.e. String, Welding, Radiography, JointCoating, Lowering, Backfilling, etc. performing all works as per specification of EIC and otherprovision of contract document.

22.0 IDLE TIME PRESERVATION:

22.1 Preservation of complete pipeline including sub sections, associated facilities and terminal facilities (installed by Contractor) for a period of one month and its maintenance by filling and pressurising with nitrogen to a positive pressure of 2 bars (g). Supply and maintenance of nitrogen at required pressure, including supply of all consumables, nitrogen, all equipment, manpower, etc., complete as per requirement of specifications, other provisions of contract document and instruction of Engineer In-charge.

LS/km 84

22.2 All work as defined in Sl No. 23.1 for a period of 3 month. LS/km 84

22.3 All work as defined in Sl No. 23.1 for a period of 6 month. LS/km 84

23.0 PIPELINE INFORMATION MANAGEMENT SYSTEM:

Providing pipeline information management system using web based software as per specification no. MEC/S/05/21/20, Rev. 0 for monitoring pipeline construction progress and providing all "As Built" data & drawings for entire length of pipeline in Section-I.

LS / Km 84

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 21 of 22594

Page 595: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

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 anyGAIL's Dumpyard in Ambala, Haryana and its transportation to contractor's own stock yard near worksite(s) at Ludhiana, which includes handling, inspection of pipes at GAIL's Dumpyard in Haryana inpresence of Owner. Repair of pipes (attributable to either contractor or owner) at Ludhiana, loading ontrucks / trailers, transportation, unloading & stacking on wooden sleepers at contractor's own stockyard 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 pipemm (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 andinstructions / recommendations of Owner. The unit rate shall be operated to work out the finalpayment 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. Noother 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. In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies).In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :Tender No.: _____________________________________________________ Designation :Offer No. & Date : ________________________________________________ Seal :

Total Amount of quoted price (inclusive of all applicable taxes & duties except Service Tax )

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-ISOR.No. 05/21/23M9/Mainline(Section-I)/SOR-01, Rev-0 Page 22 of 22595

Page 596: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

SCHEDULE OF RATES

FOR 2-I) CATHODIC PROTECTION WORKS

[SOR. No. 05/21/23M9/CP(Section-I)/SOR-02(I), Rev-0]

596

Page 597: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2-(I) CATHODIC PROTECTION WORKS FOR SECTION-I Sl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency 1.0 TEMPORARY CATHODIC PROTECTION SYSTEM1.1 Survey, design, detailed engineering, supply, installation, testing and commissioning of the

temporary cathodic protection system using Mg/ Zn galvanic anodes to protect the externalsurface of 24”NB dia. x 84 km long, 3LPE coated pipeline from Despatch Terminal atLUDHIANA to Receving Terminal JALANDHAR in SECTION-I against corrosion for design lifeof minimum 2 years or till the commissioning of PCP system, whichever is later as per standardspecification No. MEC/TS/05/21/016A for temporary cathodic protection system, scope of work.Scope shall also include but not limited to the following for completion of jobs:-

Lumpsum 1

- Measurement of soil resistivity along the right of way of the main pipeline & take soil sample atevery 1.00 kM for its chemical & microbial analysis along the pipeline route as per specificationfor corrosion survey.

- Collection of additional data related to cathodic protection along the right of way of pipeline asper standard specifications.

- Supply, installation, testing & commissioning of one set of spark gap arrestor across eachinsulating joint provided at dispatch terminal, Receiving terminal, tap-off, SV & variousconsumer terminals as per P&ID / specification. The pipeline shall be earthed with GI earthelectrodes with separate earth pit for grounding of un-protected pipeline. The resistance toearth of grounding shall be limited to 5 ohms max.

- Supply, installation, testing & commissioning one set of polarization cell with zinc anode at allhigh 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 ofinstallation. 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 O’clock 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-Iwith 1 no. ER probe reading instrument) utilizing the electrical resistance technique shall beprovided along the pipeline at marshy areas and at vulnerable locations to monitor the externalcorrosion activity on the pipeline. Location of external ER probe shall be decided during detailengineering.

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/CP(Section-I)/SOR-02(I), Rev-0 Page 1 of 2597

Page 598: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2-(I) CATHODIC PROTECTION WORKS FOR SECTION-I Sl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

- 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 atmarshy areas and at vulnerable locations to monitor the external corrosion activity on thepipeline as per enclosed standard specification. Location of external Polarisation coupons shallbe 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. In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties except Service Tax )

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/CP(Section-I)/SOR-02(I), Rev-0 Page 2 of 2598

Page 599: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

SCHEDULE OF RATES

FOR 2-II) CORROSION MONITORING SYSTEM WORKS

[SOR. No. 05/21/23M9/CMS(Section-I)/SOR-02(II), Rev-0]

599

Page 600: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency 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 asper Job specification of Corrosion Monitoring System at Ludiana Despatch terminal & Receivingterminal at Jalandhar.

Nos. 2

2.0 Supply of spare flush mounted ER probes body SS 316, with mild steel element as per pipe materialAPI 5L X -80/70 and the element thickness 10 mils, suitable for measurement of Corrosion rate in therange of 0-10 mpy as per Job specification of Corrosion Monitoring System at Ludiana Despatchterminal & Receiving terminal at Jalandhar.

Nos. 2

3.0 Design, engineering, supply of 2" NB, 5.25" height, flare weld Access fitting assembly ( non-tee), bodycarbon steel, acme thread outlet with hollow plug assembly in AISI-316 along with heavy dutyprotective CS cover, essential spare Rating 6000 psi and sustained design temperature of 65 DEG.Cetc. for ER Probes as per Job specification of Corrosion Monitoring System at Ludiana Despatchterminal & Receiving terminal at Jalandhar.

Nos. 2

4.0 Design, Engineering, supply, testing & commissioning of ER Probe panel mounted transmitters withmounting bracket and receivers (corrosion meter) connecting to UPS and suitable to interfacing withDCS / SCADA along with all accessories for ER Probes as per Job specification of CorrosionMonitoring System at Ludiana Despatch terminal & Receiving terminal at Jalandhar.

Nos. 2

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 Ludiana Despatch terminal & Receiving terminal at Jalandhar.

Nos. 2

6.0 Installation of ER probes, access fitting assemblies, Transmitters and Receivers and interface withDCS / SCADA without hot tapping, but including welding with the pipeline, testing & commissioning atLudiana Despatch terminal & Receiving terminal at Jalandhar.

Nos. 2

7.0 Design, engineering, supply of mild steel flush disc coupons of 1.25" dia & 0.125" thickness as perJob specification of Corrosion Monitoring System at Ludiana Despatch terminal & Receiving terminalat Jalandhar. The coupons shall be of pipe material grade API 5L X-80/70.

Nos. 10

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

SOR.No. 05/21/23M9/Corrsion(Section-I)/SOR-02(II), Rev-0 Page 1 of 3600

Page 601: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

8.0 Design, engineering, supply of retrievable coupon holders of SS 316 for flush disc coupon as per Jobspecification of Corrosion Monitoring System at Ludiana Despatch terminal & Receiving terminal atJalandhar.

Nos. 2

9.0 Design, engineering, supply of 2" NB, 5.25" height, flare weld Access fitting assembly (non-tee) withsolid plug assembly of SS 316 alongwith heavy duty protective CS cover, essential spare etc. as perJob specification of Corrosion Monitoring System at Ludiana Despatch terminal & Receiving terminalat Jalandhar.

Nos. 2

10.0 Installation of coupons with coupon holder and access fitting assembly including hot tapping & weldingwith the pipeline, testing & commissioning at Ludiana Despatch terminal & Receiving terminal atJalandhar.

Nos. 2

11.0 Installation of coupons with coupon holder and access fitting assembly without hot tapping butincluding welding with the pipeline, testing & commissioning at Ludiana Despatch terminal &Receiving terminal at Jalandhar.

Nos. 2

12.0 Supply and installation of all connecting cables from ER Probe location to control room to interfacewith DCS/SCADA at Ludiana Despatch terminal & Receiving terminal at Jalandhar.

Mtr 400

13.0 Supply and installation of retriever kit complete with repair and seal kit with all accessories as per Jobspecification of Corrosion Monitoring System at Ludiana Despatch terminal & Receiving terminal atJalandhar.

Nos. 2

14.0 Supply and installation of service valve kit with all accessories as per Job specification of CorrosionMonitoring System at Ludiana Despatch terminal & Receiving terminal at Jalandhar.

Nos. 2

15.0 If required, construction of concrete pits shall be provided with removable closure with minimum gapof 1.5 meters below the position of pipeline for retrieval of ER probes and coupons at Despatchterminal puthuvypeen & IP-I.

LS 1

SOR.No. 05/21/23M9/Corrsion(Section-I)/SOR-02(II), Rev-0 Page 2 of 3601

Page 602: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-ISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

16.0 Training of client personel. LS 1

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 Guaranteesc)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 shouldbe necessary space of at least 1.5 meters for the retrieval of the ER Probes and coupons. A concretepit 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'sinstructions 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 ofcalibration along with dates/days.8. Vendor shall be quoted separately i.e, with hot tapping & without hot tapping as the any of therequirement 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.In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies).In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Tender No.: _____________________________________________________ Seal :Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes &

duties except Service Tax )

SOR.No. 05/21/23M9/Corrsion(Section-I)/SOR-02(II), Rev-0 Page 3 of 3602

Page 603: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

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

Page 604: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

1.0 PLANT PIPING (ABOVEGROUND) FABRICATION, ERECTION, INSTALLATIONAND TESTING OF PIPING :

Transportation including loading, unloading, handling of all piping items fromOwner's and/ or Contractor's storage point to work at site/ workshop as applicable,complete work of fabrication, erection, painting, testing of pipes, flanges and fittingsand making ready for further Commissioning / Start-up of carbon steel piping of allsizes and ratings including supply of all consumables, equipment, manpower andother resources and execution of, but not limited to, the following works inaccordance with relevant specifications indicated in SCC & scope of work indicatedin SCC, drawings, specification and instructions of Engineer-in-charge and as per allprovisions of the CONTRACT DOCUMENT.

- Fabrication including cutting, edge preparation, inclusive of grinding the edges ofpipes, fittings, flanges etc. to match with the matching edges of uneven/differentthickness wherever required, welding, attachment of all pipe fittings like elbows,tees, reducers. Supply of nipples, coupling etc. as required for completion of job.

- Weldolets, sockolets, flanges, vent and drain point connection etc., includingproviding stub-in connections, fabricated fittings and reinforcement pads etc., asrequired.

- Erection including prior cleaning, lifting, placing on pipe sleepers and supports,overhead on racks, skids and at all elevations including installation and carrying outconnected activities for all types of valves including supply and fixing of gaskets,studs/ bolts, nuts wherever required for all sizes, levelling, aligning, joining offlanges, blind flanges, connecting with equipment, nozzles, strainers, tie-in withexisting 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 toachieve required roughness as per specification and as per instruction of Engineer-in-charge.

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 1 of 14604

Page 605: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

- Painting of entire system (including aboveground all pipes fittings, flanges andaccessories) as per specification MEC/S/05/21/07 suitable for highly corrosive areaenvironment including supply of approved paints and primers, application of primerand paints, indentification lettering/ numbering, colour coding, etc. as specifiedincluding rub down & touch up of shop primer or scrapping of shop primer whereverrequired by COMPANY and providing scaffolding for all heights etc.

- Cleaning and flushing by water/ compressed air, testing of the systems includinghydrostatic, pneumatic and any other type of testing as specified, draining, drying bycompressed air/other methods approved by COMPANY.

- Precommissioning & making operational all piping system and equipments andprovide all necessary assistance in term of supply of man-power, equipment, toolsand tackles required amount of nitrogen for purging of entire terminal piping systemincluding equipments etc.

- Clean-up and restoration of site, preparation of as built drawings, documents andproject records; transportation of surplus free issue material to Owner's designatedplac(s); completing all works in all respects as per the AFC drawing, specifications,standards and other provisions of Contract and instruction of Engineer-in-charge.

- Completion of all such work in all respects as per scope of work and as perdrawings, specifications and instructions of the COMPANY and keeping the systemready in all respects for commissioning and start up.

- Hook-up works (with client/ consumer piping at battery limits) wherever required.

1.1 Complete Carbon Steel Piping Work with painting including all fittings, flanges andsupply of all required gaskets, studs bolts & nuts etc. as described under item 1.0above D1A

1.1.1 API 5L, Gr. X-52, PSL-2, SAW, BE m 24" NB 19.1 84

1.1.2 API 5L, Gr. X-52, PSL-2, Seamless, BE m 12" NB S60 18

1.1.3 API 5L, Gr. B, PSL-2, Seamless, BE m 8" NB 14.3 102

1.1.4 ASTM 106, Gr. B (Charpy), Seamless, BE m 6" NB XS 12

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 2 of 14605

Page 606: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

1.1.5 ASTM A 106 Gr. B (Charpy), Seamless, BE m 4" NB XS 24

1.1.6 ASTM A 106 Gr. B (Charpy), Seamless, BE m 2" NB S80 36

1.1.7 ASTM A 106 Gr. B, Seamless, PE m 1½" NB S80 6

1.1.8 ASTM A 106 Gr. B, Seamless, PE m 1" NB S80 6

1.1.9 ASTM A 106 Gr. B, Seamless, PE m ¾" NB S160 6.

1.1.10 ASTM A 106 Gr. B, Seamless, PE m ½" NB S160 6

D4A1.1.11 ASTM A333 Grade 6 Seamless, BE m 8" NB XS 36

1.1.12 ASTM A333 Grade 6 Seamless, PE m ½" NB S160 6

B1A1.1.13 API 5L, Gr. B, PSL-2, Seamless, BE m 8" NB 7.9 24

1.1.14 ASTM A 106 Gr. B (Charpy), Seamless, BE m 4" NB S40 24

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 wallthickness. However, in case of misalignment, Contractor shall have to do endpreparation without any extra cost. 3) All coupling, nipples etc. as required shall be suplied by contractor but noseparate payments shall be made as it is covered under erection rate.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 3 of 14606

Page 607: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

2.0 SUPPLY OF ASSORTED PIPE, FITTINGS AND FLANGESComplete work of supply of pipes, flanges and fittings including all taxes, duties,transportation and inspection charges but not limited to, the following items inaccordance with relevant specifications indicated in scope of work indicated in SCC,drawings, specification and instructions of Engineer-in-charge and as per allprovisions of the CONTRACT DOCUMENT.

- Handling including lifting, transportation from Contractor Stores to CONTRACTOR'sworkshop for fabrication and/ or to work site for field fabrication and erection for allpiping items supplied by Contractor.

2.1 CARBON STEEL PIPES

D1A2.1.1 API 5L, Gr. X-52, PSL-2, SAW, BE m 24" NB 19.1 84

2.1.2 API 5L, Gr. X-52, PSL-2, Seamless, BE m 12" NB S60 18

2.1.3 API 5L, Gr. B, PSL-2, Seamless, BE m 8" NB 14.3 102

2.1.4 ASTM 106, Gr. B (Charpy), Seamless, BE m 6" NB XS 12

2.1.5 ASTM A 106 Gr. B (Charpy), Seamless, BE m 4" NB XS 24

2.1.6 ASTM A 106 Gr. B (Charpy), Seamless, BE m 2" NB S80 36

2.1.7 ASTM A 106 Gr. B, Seamless, PE m 1½" NB S80 6.

2.1.8 ASTM A 106 Gr. B, Seamless, PE m 1" NB S80 6

2.1.9 ASTM A 106 Gr. B, Seamless, PE m ¾" NB S160 6

2.1.10 ASTM A 106 Gr. B, Seamless, PE m ½" NB S160 6

D4A2.1.11 ASTM A333 Grade 6 Seamless, BE m 8" NB XS 36

2.1.12 ASTM A333 Grade 6 Seamless, PE m ½" NB S160 6

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 4 of 14607

Page 608: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

B1A2.1.13 API 5L, Gr. B, PSL-2, Seamless, BE m 8" NB 7.9 24

2.1.14 ASTM A 106 Gr. B (Charpy), Seamless, BE m 4" NB S40 24

2.2 FLANGES

2.2.1 Weld Neck [B-16.5, ASTM A694, Gr. F-52 (Charpy), 125 AARH, RF] Nos. 24" 600# 5(End Thickness to match pipe thickness)

2.2.2 Nos. 12" 600# 3

2.2.3 Weld Neck [B-16.5, ASTM A105, (Charpy), 125 AARH, RF] Nos. 8" 600# 13(End Thickness to match pipe thickness)

2.2.4 Nos. 8" 300# 5

2.2.5 Nos. 6" 600# 4

2.2.6 Nos. 4" 600# 5

2.2.7 Nos. 4" 300# 20

2.2.8 Nos. 3" 150# 2

2.2.9 Nos. 2" 600# 20

2.2.10 Socket Welded (B-16.5, ASTM A105, 125 AARH, RF) Nos. 1½" 600# 6

2.2.11 Nos. ¾" 600# 2

2.2.12 Socket Welded [B-16.5, ASTM A 350 GR. LF2, Cl.-1, 125 AARH, RF] Nos. ½" 600# 2(End Thickness to match pipe thickness)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 5 of 14608

Page 609: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

2.2.13 Blind Flanges (B-16.5, ASTM A105 (Charpy), 125 AARH, RF] Nos. 24" 600# 1

2.2.14 Nos. 8" 600# 2

2.2.15 Nos. 8" 300# 4

2.2.16 Nos. 4" 600# 4

2.2.17 Nos. 4" 300# 4

2.2.18 Blind Flanges (B-16.5, ASTM A105, 125 AARH, RF] Nos. 1½" 600# 2

2.2.19 Blind Flanges (B-16.5, ASTM A350, Gr. LF-2, Cl.-1, 125 AARH, RF] Nos. ½" 600# 2

2.2.20 Spectacle Blind [B-16.48, ASTM A105 (Charpy), 125 AARH, FF] Nos. 24" 600# 2

2.2.21 Nos. 12" 600# 1

2.2.22 Nos. 8" 600# 5

2.2.23 Nos. 6" 600# 2

2.2.24 Nos. 4" 600# 2

2.2.25 Nos. 4" 300# 8

2.2.26 Nos. 2" 600# 8

2.3 ELBOW

2.3.1 90° Elbow [MSS-SP-75 Gr. WPHY-52, B-16.9, 1.5D, BW] Nos. 24" 19.1 2

2.3.2 Nos. 12" S60 5

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 4

2.3.5 Nos. 2" S80 14

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 6 of 14609

Page 610: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

2.3.6 90° Elbow [ASTM A105, B-16.11, 1.5D, SW] Nos. ¾" 6000# 2

2.3.7 90° Elbow [ASTM A420,Gr. WPL-6, B-16.9, 1.5D, BW] Nos. 8" XS 4

2.3.8 45° Elbow [MSS - SP - 75, Gr. WPHY-52, MSS - SP - 75, 1.5D, BW] Nos. 24" 19.1 4

2.3.9 45° Elbow [ASTM A234, Gr. WPB (Charpy), B-16.9, 1.5D, BW] Nos. 2" S80 4

2.4 TEE

2.4.1 Equal Tee [ASTM A234, Gr. WPB (Charpy), BW] Nos. 8" 14.3 3

2.4.2 Equal Tee [ASTM A105, SW, 6000#] Nos. ¾" S160 2

2.4.3 Unequal Tee [ASTM A234, Gr. WPB (Charpy) BW] Nos. 8" x 8" x 4" 7.9x7.9xS40 10

2.5 WELDOLET 2.5.1 ASTM A694 Gr. F-52 (Charpy), BW Nos. 24" x 8" 19.1 x 14.3 8

2.5.2 Nos. 24" x 6" 19.1 x XS 3

2.5.3 Nos. 24" x 2" 19.1 x S80 12

2.5.4 Nos. 12" x 2" S60 x S80 5

2.6 SOCKOLET 2.6.1 ASTM A105, SW Nos. 24" x1½" 3000# 5

2.6.2 Nos. 24" x ¾" 6000# 8

2.6.3 ASTM A350, Gr. LF-2, SW Nos. 8"x½" 6000# 4

2.7 Transition Fitting 2.7.1 Transition Fitting as per drawing no. MEC/23M9/05/21/M/01 (Sheet 1 of 1) Nos. 24" 600# 2

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 7 of 14610

Page 611: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3.0 ERECTION OF VALVES ( As per P & ID )

Handling including lifting and transportation from COMPANY's warehouse toCONTRACTOR'S Stores and/or work site and installation of all types of valves,insulating joint, flow tee including assembly of valve accessories, (if any) by bolting,threading or welding, supply and insertion of gaskets, nuts & bolts, nipples, etc. at allelevations of pipe sleepers, supports or overhead on racks, equipments nozzle, skid& painting etc. supply of all consumables, manpower, equipment, etc. for completionof all works as per scope of work and as per drawings, specifications andinstructions of Engineer-in-charge including servicing/ cleaning of valve whereverrequried.

3.1 Flanged/ Welded Valves (Full Bore/ Reduced Bore)3.1.1 Ball/ Plug Valves Nos. 12" 600# 2

3.1.2 Nos. 8" 600# 13

3.1.3 Nos. 6" 600# 2

3.1.4 Nos. 4" 600# 5

3.1.5 Nos. 4" 300# 15

3.1.6 Nos. 2" 600# 15

3.2 Socket Welded Valve (Ball / Plug Valves)3.2.1 Nos. ¾" 800# 16

3.2.2 Nos. ½" 800# 4

3.3 Ball Valve (Flanged / Welded End, AV/HOV/GOV)3.3.1 Nos. 24" 600# 6

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 8 of 14611

Page 612: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

4.0 Supply of Valves & QOEC Complete work of supply of Valves & QOEC including all taxes, duties,transportation and inspection charges but not limited to, the following items inaccordance with relevant Specifications & relevant Data Sheets indicated in scopeof work indicated in SCC, drawings, specification and instructions of EIC and asperall provisions of the CONTRACT DOCUMENT.

4.1 Plug Valves D1A

4.1.1 RF Nos. 4" 600# 3

4.1.2 RF Nos. 2" 600# 4

4.1.3 BW Nos. 2" 600# 6

D4A4.1.4 BW Nos. 8" 600# 3

4.1.5 SW Nos. ½" 800# 4

4.2 Ball Valves D1A

4.2.1 RF. RB Nos. 12" 600# 1

4.2.2 RF. RB Nos. 8" 600# 6

4.2.3 BW, RB Nos. 8" 600# 4

4.2.4 RF, RB Nos. 6" 600# 2

4.2.5 RF, RB Nos. 4" 600# 2

4.2.6 BW, RB Nos. 2" 600# 6

4.2.7 RF, RB Nos. 2" 600# 2

4.2.8 SW, RB Nos. ¾" 800# 12

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 9 of 14612

Page 613: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

B1A 4.2.9 RF, RB Nos. 4" 300# 14

4.3 QOEC (D4A) As per data sheet enclosed in the bid document Nos. 8" 600# 2

5.0 SAFETY RELIEF VALVES Supply and Installation of safety relief valve (Tag No. 0603 & 0701) as per DataSheet on scrapper trap alongwith companion flanges and with all accessoriesincluding but not limited to gaskets, nuts, bolts, fixtures, clamps etc. required andproviding high vent for discharge. Installation shall as per API RP 520 final coat ofpainting, set pressure testing & commissioning and as per scope of work

5.1 PSV (on Scrapper Trap) Nos. - 600#/150# 2

6.0 PIPE SUPPORTS & OTHER STRUCTURES

6.1 Supply, fabrication and erection of all types of pipe supports like clamps, saddle,guide stops, cradles, turn buckles, anchors, T-posts; stockade/ trestle and pipebridge for overhead piping; frames for canopy, approach ladders and platforms,crossover, cable tray supports, etc. including painting suitable for highly corrosivearea as per specification labour and supervision & complete work as per drawings,specifications and instruction of Engineer-in-charge. (Bolts, nuts, washers, U-clampsetc. 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 completedin all respect as per scope of work and specification.

M.Ton. - - 5

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 10 of 14613

Page 614: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

7.0 RADIOGRAPHY

7.1

Performance of radiographic inspection by gamma radiation as per scope of workand as per specifications in piping of all types and thickness includingproviding/hiring of all necessary equipments, supply of all consumables, andwhatever else even though not expressely mentioned but required to perform thework as per specifications and instructions of Engineer-in-Charge (full circle re-radiography of the repaired joint and additional radiography necessitated due to poorperformance of contractor's welder shall be carried out by the Contractor at his owncost and shall not be paid extra by Company). Radiographs shall be submitted tothe Engineer-in-Charge for acceptance, whose decision shall be final and binding. Nos. of

Joint 24" 75

7.2 Nos. of Joint 16" 10

7.3 Nos. of Joint 12" 20

7.4 Nos. of Joint 10" 10

7.5 Nos. of Joint 8" 150

7.6 Nos. of Joint 6" 50

7.7 Nos. of Joint 4" 75

7.8 Nos. of Joint 3" 10

7.9 Nos. of Joint 2" 120

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 11 of 14614

Page 615: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

8.0 POTABLE WATER PIPING

8.1 Complete supply, fabrication, erection, testing and commissioning of piping frombattery limit to inside terminal complete in all respects including supply, fabricationand erection of supports and their painting as per standard/ specification andinstruction of Engineer-in-charge. Piping material shall be IS:1239, Heavy,Galvanised pipe, fitting & valves etc.Piping (Rate for piping shall inlcude supply of pipes, fittings, flanges and any othermaterial mentioned above as required for completion of work).

8.1.1 m 1 1/2" Hvy 60

8.1.2 m 1" Hvy 60

8.1.3 m 3/4" Hvy 24

8.1.4 No. 1/2" Hvy 12

8.1.5 Threaded Valve No. 1" 800# 8

8.1.6 No. 3/4" 800# 8

8.1.7 No. 1/2" 800# 8

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 12 of 14615

Page 616: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

9.0 ERECTION OF VESSELS, SKID & EQUIPMENTS9.1 Handling, including lifting, transportation from Company's stores to Contractor's work-

shop for fabrication or/ and to worksite for field fabrication, assembly of parts/ sub-assemblies erection for all vessels, equipments supplied by company above ground/underground at all elevation/ depth, fixing of foundation bolts welding whereverrequired, alinging, grouting, hooking-up, cleaning and flushing by water draining,drying by compressed air providing all mountings, ancilliary, enabling works asrequired and completing in all respect as per drawings, specification and instructionof Engineer-in-charge. Contractor's scope shall include supply of all material andaccessories including but not limited to any fixtures, clamps, gasket, nut bolts, finishcoat of painting including rub down & touch up of shop primer/ paint scrapping ofshop primer/ paint and further their painting after application of primer as perspecification, wherever required by Company.

Approx. erection weight and Details of major equipments are as under(Refer P&ID included with Tender).Details of major equipments are as under Details of Equipment Nos.

9.1.1 Scrapper Trap with Pig Handling Device 2 MT 30" x 24" 2

9.1.2 Chain Pulley Block 2 MT 3

9.1.3 Metering Skid 3 MT 50

10.0 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER) FOR TERMINAL PIPING All works for leak/burst (occurring during hydrostatic testing) including necessaryrepair/replacement of defective pipe length, including cutting and removing outdefective pipes, welding, NDT of welds, repair and re-testing of defective welds,painting of welded joints, clean-up, re hydro testing of the pipe segment includingproviding all necessary equipments, labour, materials, consumables and inputs otherthan Owner supplied materials and performing all works as per drawings,specifications enclosed with the Contract and directions of Engineer-in-Charge.

Inch Mtr.

24

Note : This rate shall be applicable for manufacturing defects in Company suppliedmaterials only.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 13 of 14616

Page 617: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-ISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

11.0 UNLOADING OF FREE ISSUE MATERIAL

Complete work of unloading of Free Issue Materials (Valves, Scrapper Traps,Metering Skids, Insulating Joint etc.) from Goods Carrier (i.e. Truck, Trailer, etc.) atGAIL's Designated Store at Ludhiana / Jalandhar. After unloading of free issuematerial shall be placed / stacked inside the store at all elevations of racks includingsupply of all associated consumables, manpower, equipment, etc. for completion ofall works as per instructions of Engineer-in-charge.

MT 40

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryPlace : _____________ Name :

Designation :Seal :

___________________________________

___________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties except Service Tax )

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/Piping&Mech(Section-I)/SOR-03(I), Rev-0 Page 14 of 14617

Page 618: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

SCHEDULE OF RATES FOR

3-(II) TERMINAL WORKS (CIVIL) [SOR. No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0]

618

Page 619: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-I Item Description of Items Unit Qty. Curr-No. ency Price in Indian Currency

(INR) Price in Foreign

Currency in INR in Foreign

Currency CIV-1 Earth work in excavation/site grading

Earth work in excavation in all kinds of soil except rock in any plan dimension up to 3.0 M depth including disposal of excavated earth up to any lead in all conditions, and disposal of surplus and unserviceable earth. Soil to be leveled and neatly dressed complete in all respect as per scope of work, detailed construction drawings, as per technical specifications and directions of the Engineer-in-charge.

M3 11000

( The Contractor shall take into account in his rate, the provision for excess excavation for necessary working space, slope etc., required for excavation and other allied works and refilling the side slopes and working space)(Rate to include cost of all labour, tools, tackles, equipment, hire charges, shoring,bailing and pumping out water etc. with all bye works and sundry works)

CIV-2 Earth work in filling Earth work in filling with good quality imported earth from approved source in the layers of 150 mm and compacted up to 95% to its MDD up to 3 m depth and any plan dimension including all testing, watering, rolling each layer with 1/2 tonne roller or wooden or steel rammers, and dressing / filling up ground depressions etc. complete in all respect as per scope of work, detailed construction drawings , as per technical specifications and directions of the Engineer-in-charge.

M3 18000

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, cost ofborrow earth by way of royalties, right of way, cess, and backfilling using serviceableearth in all conditions, etc.)

CIV-3 PLAIN CEMENT CONCRETEa) Supplying and laying plain cement concrete of grade M 15 with stone aggregate

20mm down grade (including shuttering if required) in all types of concrete worksincluding levelling courses below foundations, mass concrete works, chambers,cable trench, under floors and any other locations, at all levels and locations as perdrawings, specifications and directions of the Engineer-in-charge.

M3 350

b) Supplying and laying plain cement concrete of grade M 10 with stone aggregate40mm down grade (including shuttering if required) in all types of concrete worksincluding levelling courses below foundations, mass concrete works, chambers,cable trench, under floors and any other locations, at all levels and locations as perdrawings, specifications and directions of the Engineer-in-charge.

M3 75

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0 Pape 1 of 7619

Page 620: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-I Item Description of Items Unit Qty. Curr-No. ency Price in Indian Currency

(INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

c) Supplying and laying plain cement concrete of grade M 7.5 with stone aggregate40mm down grade (including shuttering if required) in all types of concrete worksincluding levelling courses below foundations, mass concrete works, chambers,cable trench, under floors and any other locations, at all levels and locations as perdrawings, specifications and directions of the Engineer-in-charge.

M3 75

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials, shuttering in all conditions etc. with all bye works and sundry works.)

CIV-4 REINFORCED CEMENT CONCRETE IN SUB STRUCTURE WORKSProviding and laying reinforced cement concrete of grade M-20 with 20mm anddown grade crushed stone aggregate in all types of sub-structures like foundations,pedestals, pedestal bases, pipe supports, sleepers cable trench, RCC retaining wallfoundation for boundary wall including construction joints, bitumen painting onsurfaces in contact with soil, shuttering, supplying and fixing MS inserts, finishes etc.at all depths and levels complete as per drawings , specifications and directions ofthe Engineer-in-charge.

M3 300

1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials such as minimum 43 grade cement including sulphate resistant cementfor sub-structures, inserts, bolts, conduits, bitumen, excavation, PCC M-7.5 in mudmat, other minor construction materials, shuttering , staging, testing of concrete,curing etc. with all bye works and sundry works).

CIV-5 REINFORCED CEMENT CONCRETE IN SUPER STRUCTURE WORKSProviding and laying reinforced cement concrete of grade M-20 with 20 mm anddown grade crushed stone aggregate in all types of super-structures like columns,beams, except building superstructure if not covered elsewhere, pedestals, pipesupports, RCC retaining wall, boundary wall including construction joints, shuttering,supplying & fixing MS inserts, finishes etc. at all heights and levels complete as perdrawings , specifications and directions of the Engineer-in-charge.

M3 25

1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials such as minimum 43 grade cement including sulphate resistant cementfor super structures, inserts, bolts, conduits, other minor construction materials,shuttering , staging, testing of concrete, curing etc. with all bye works and sundryworks).

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0 Pape 2 of 7620

Page 621: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-I Item Description of Items Unit Qty. Curr-No. ency Price in Indian Currency

(INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

CIV-6 Reinforcement steelSupplying 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.

MT 40

[ 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 BRICK WORKProviding 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 anddrawings with all bye-works and direction of the Engineer-in-charge.

M3 3200

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials such as minimum 43 grade cement, bricks, finishes, bitumen, otherminor construction materials, shuttering, staging, masonry work, plastering with 15mm thick cement plaster on exposed faces with 1:4 cement mortar( 1 cement : 4Sand) , painting with bitumen etc.. with all bye-works and sundry works complete asper drawings).

CIV-8 CONCRETE PAVEMENT Providing and laying reinforced cement concrete pavement 150 mm thick in M-20grade with 20 mm and down grade crushed stone aggregate in pavement, includingpreparation of base (i.e. compacted subgrade, 200 thk sand and 50 thk PCC M-10grade), leaving pockets if necessary, making recess, projections, fixing insertsconduit pipes (GI, PVC, HDPE, etc.) laying in alternate panels, filling the gapsbetween the panels with bitumen etc., making slopes, finishing edges, leaving barsfor pedestals & sleepers including providing sand fill isolation , shuttering, providingand fixing reinforcing steel, curing, chipping and modification works etc. as specifiedin any shape, thickness, position and finishing the top surface smooth as perrequirement etc. all complete as per drawings, specifications and directions of theEngineer-in-charge.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0 Pape 3 of 7621

Page 622: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-I Item Description of Items Unit Qty. Curr-No. ency Price in Indian Currency

(INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

a) - 150mm thick in Pavements of Process Area (Type - 1) M2 700

b) - 150mm thick in Approach Roads (Type -2) M2 2800

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials, providing and fixing reinforcement steel, shuttering, earthwork inexcavation and backfilling using serviceable earth in all conditions, preparation ofbase, etc. with all bye works and sundry works. Cost of works towards pipe supports& sleepers being raised from pavement is covered under respective RCC items.)

CIV-9 BUILDING WORKS IN SV STATIONS AND GUARD ROOMS Construction & handing over of office building for Receiving Terminal, Despatch

Terminal and SV Stations & Guard Rooms complete in all respect as per drg. (to besupplied by Owner) and as per technical specification and directions of Engineer-in-charge. (Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials such as minimum 43 grade cement, bricks, R/F steel, inserts, bolts,conduits, finishes, bitumen, other minor construction materials, shuttering, staging,earthwork in excavation and backfilling using serviceable earth in all conditions,shoring/ strutting, bailing and pumping out water, masonry work, plastering, painting,false ceiling, flooring, water proof treatment on roof, plumbing, sanitation, electricsetc. with all bye works and sundry works).

PAYMENT SCHEDULE : The payment schedule for this item shall be as follows:

1. 40% on casting of roof and completion of brickwork upto roof level.2. 50% on completion of all plumbing, sanitation, electrical, false ceiling, flooring,water proof treatment on roof, sewerage & finishing works inside and outside of thebuilding.3. 10% on handing over of the completed building to the owner.

a) Control Room Building/Guard Rooms M2 1400

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0 Pape 4 of 7622

Page 623: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-I Item Description of Items Unit Qty. Curr-No. ency Price in Indian Currency

(INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

CIV-10 Compound wall Providing, constructing and finishing of compound wall in brick masonry 345 thk with 690x460 pillar at interval of 2.0 m or as specified in construction drawings, and height 3 m as per scope of work detail construction drawings, including plastering, coping, painting, whitewash, finishes all complete as per technical specifications and direction of the Engineer-In-Charge.

Rm 2000

[ 1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade cement, bricks (of strength not less than

7.5 N/mm2), finishes, bitumen, other minor construction materials, shuttering, staging, masonry work, DPC, coping, expansion gap filling with "Capcell" armoured board of "Supreme" make and white sealant material, plastering, exterior painting with "Apex" of "Asian paints" or "Weathershield" of "ICI" or " Weather" coat of "Berger Paints" etc. with all by works and sundry works.

2. Foundation / sub-structure to be paid under separate item].CIV-11 EXTERNAL WATER SUPPLY SYSTEM

Supply, laying and commissioning GI water supply piping with all fittings such as garden irrigation fittings, water meter, water connection, and all other fittings including earth cutting, filling, disposal of surplus earth, 2 (two) pumps and valves , bore well 150 dia & 100 m deep ( min) and submersible pumps including all accessories, panel, wiring all complete in all respects as per scope of work, detailed drawings , technical specifications and directions of the Engineer-in-charge.

Nos. 1

[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 PUMPSupply, 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 5

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0 Pape 5 of 7623

Page 624: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-I Item Description of Items Unit Qty. Curr-No. ency Price in Indian Currency

(INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

CIV-13 PAVER BLOCK FLOORING Supply , construction and handing over of CC inter locking paver block 80 mm thick, I shape, rough finish, M-40 strength of approved brand laid over the sand bed of minimum 100 mm thick. The CC interlocking blocks to be of uniform Grey colour or as approved by EIC complete in all respects as per scope of work, detailed construction drawings, technical specifications and directions of the Engineer-in-charge.

M2 1400

[ 1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such paver blocks, cement, sand, earth work in excavation in cutting earth in all conditions, shuttering with all bye works and sundry works. Cable and pipe trench area will be deducted from forecourt area & and paid in SS tube trench in Forecourt ].

CIV-14 KERB STONE FIXINGProviding and fixing precast concrete Kerb stones (250 wide X 300 deep and 125thick) of M-25 grade or equivalent of approved make and shape at or near groundlevel as per approved pattern and setting in position with cement mortar 1:3 (onecement : 3 coarse sand) including the cost of required centering, shuttering andfinishing smooth with 6 mm thick cement plaster 1:3 (1 cement : 3 fine sand)wherever required over 75 mm thick PCC M-10 levelling course, complete in allrespects as per scope of work, detailed construction drawings, technicalspecifications and directions of the Engineer-In-Charge.

Rm 750

[ Rate to include all labour, tools, tackles, factory manufactured & steam cured KerbStones, shuttering, transportation, water charges, earth work if any , PCC etccomplete]

CIV-15 SOAK PIT AND SEPTIC TANK Providing and construction of septic tank and soak pit in brick masonry and base and top slab in RCC M20 complete in all respect as per scope of work, detailed construction drawings , technical specifications and directions of the Engineer-in-charge.

Nos. 7

[1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade cement including chemical resistant paint for sub-structures, bricks, inserts, bolts, covers, aggregates/ sand fill conduits, finishes, bitumen, other minor construction materials, shuttering , staging, earthwork in excavation and backfilling using serviceable/ borrow earth in all conditions, shoring/strutting, bailing and pumping out water, masonry work, plastering, plumbing, sanitation, etc. with all bye works and sundry works.]

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0 Pape 6 of 7624

Page 625: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-I Item Description of Items Unit Qty. Curr-No. ency Price in Indian Currency

(INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

CIV-16 VALVE PIT

a) Construction and handing over of Brick Valve Pit of approx. 2m x 1.5m & 2.7 m deepin 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 withthe tender.

No. 5

b) Construction and handing over of Brick Valve Pit of approx.3.0m x 2.5m & 2.7 mdeep in size (internal dimension) as per technical specification and direction ofengineer-in-charge complete in all respect. Scope of work shall be as per Sketchattached with the tender.

(Rate To Include All Bye Works And Sundry Works for any location) - Refer"PREAMBLE TO SCHEDULE OF QUANTITIES" (Valve Pit)

CIV-17 LAWN DEVELOPMENTPreparing the bed by scarifying existing surface, placing humus earth mixed withmanure/cow dung in the ratio of 8:1 for a depth of 30 cm, rough dressing, finedressing, levelling and flooding with water, planting of selection 1 species of grasswith 5 cm X 5 cm spacing as indicated by site incharge and thereafter maintenanceand watering for 45 days including all labours, tools, tackle, complete.

M2 3400

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 : _____________ Signature of Authorised Signatory

Name :Tender No.: _____________________________________________________ Designation :Offer No. & Date : ________________________________________________ Seal :

Total Amount of quoted price (inclusive of all applicable taxes & duties except Service Tax )

In Figure :

In Word :

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Civil SOR.No. 05/21/23M9/Civil(Section-I)/SOR-03(II), Rev-0 Pape 7 of 7625

Page 626: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

SCHEDULE OF RATES FOR

3-(III) TERMINAL WORKS (STRUCTURAL) [SOR. No. 05/21/23M9/Strl.(Section-I)/SOR-03(III), Rev-0]

626

Page 627: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(III) STRUCTURAL WORKS FOR SECTION-I Item Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency ST-1 Providing and fixing chain link Fencing

Supply, fabrication and erection of structures such as angle iron post, Channel post,Strainer and strut,etc.with necessary holes for fixing the chain link fencing,site assembly and finally erection of structures at appropriate location with painting as per specification,including 2.0m high G.I. Chain link fabric fencing mesh size 50x50x3.15 mm dia, with 0.5 m heigh barbed wire (type-A) as per IS:278-1978 shall be made from two strands of galvanized steel wire of nominal dia 2.5 mm twisted together fixed on angle iron posts with GI staples, turn buckles,all necessary fitting etc, including strengthening with 4 mm dia wire Nuts bolts and washer complete in all respects.All work as per Specification and drawings and as direction of the Engineer-In-Charge(excluding foundation and RCC beams Refer Standard drawing)

R.M 50

ST-2 Providing and fixing Fencing GatesSupplying, fabrication & fixing of fencing Mild steel gate 2.5m high with Chian link fencing mesh upto 2m height and 0.5m barbed wire fencing including all fixtures like MS Pivot,locking arrangement, tower bolt etc.complete in all respects including painting ,all work as per Specification and drawings and as direction of the Engineer-In-Charge (excluding foundations and RCC beams)

a) 2m Wide Gate Nos. 1b) 4m Wide Gate in two panel Nos. 1

ST-3 Steel structure Fabrication & ErectionSupply ,fabrication and erection of all types of pipes supports like clamps saddle,guide stops,cradles,turn buckles,anchors,T-post,stockade/trestle and pipe bridge for over head piping ,approach ladders and platform,crossover,cable tray supports,etc. including painting as per painting specification(Bolts,nuts,washer,U-clamps etc. shall be supplied bthe contractor within the rates quoted.These items will not be measured and paid seperately).The work is to be completed in all respect as per drawings and techanical specification and direction of the Engineer-in-Charge

KG 1500

ST-4 Fabrication & Erection of MS GateSupply, fabrication and fixing in position steel entrance gate (as per the design shown in the tender drawing) supply of raw materials, transportation and delivery at site, unloading, storage and handling at site, site assembly and finally erection at appropriate locations. gates shall be fabricated out of channel and Sq Bar with all fixtures like MS Pivot, M.S sheet boxing ,locking arrangement, MS tower bolts, gate stopper, hold fast, MS wheel wiball bearing , MS tee bend to shape and embedded in the road surface for gate opening track , etc. including painting as per specification. The work is to be completed in all respect as per drawings and techanical specification and direction of the Engineer-in-Charge

a) 4.0m clear opening width of gate in two panels. No. 8

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Strl SOR.No. 05/21/23M9/Strl.(Section-I)/SOR-03(III), Rev-0 Pape 1 of 2627

Page 628: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(III) STRUCTURAL WORKS FOR SECTION-I Item Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

ST-5 Providing and fixing chequered plate coversProviding and fixing chequered plate in approved panel or over steel structure platform,cable and pipe trench including cutting, welding, hoisting, fixing in position,including painting as per specification, complete in all respect as per drawings , technical specifications and directions of the Engineer-In-Charge.

KG 750

Notes:1 The quantities indicated are estimated values and hence are approximate.Final payment

will be made based on actual quantities to be certified by the Purchaser.2 The cost of MS bolts (permanent and service), washers,MS tower bolts, MS Wheel and

plate at bottom for rolling , electrodes, putty, gases, cost of straightening the rawmaterials, cutting of flats from plates and providing splices, paints, tools, plants, electricpower,water.otherconsumables, as required for the work shall be deemed to be includedin the quoted rates.

3 All handling and transport charges of raw materials and fabricated structures includingdouble handling, as required, for completionof work in accordance with time schedule, aredeemed be included in the quoted rates

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 : _____________ Signature of Authorised Signatory

Name :Tender No.: _____________________________________________________ Designation :

Seal :Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusiveof all applicable taxes & duties except

Service Tax )

In Figure :

In Word :

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Strl SOR.No. 05/21/23M9/Strl.(Section-I)/SOR-03(III), Rev-0 Pape 2 of 2628

Page 629: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

SCHEDULE OF RATES FOR

3 - (IV) TERMINAL WORKS (ELECTRICAL) [SOR. No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0]

629

Page 630: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection1 Supply, installation, earthing, testing, commissioning of power distribution board

(PDB) and Lighting Distribution Board (LDB) :1(i) Supply, Installation, connection, earthing, testing, and commissioning of surface

mounted PDB for receiving terminal consisting of bus bar chamber, cable alley, 250Amp incomer TPN MCCB & 2 nos. 160 Amp TPN MCCB, 6 nos. 63 Amp TPNMCCB, 2nos. 45 Amp TPN MCCB, , 2 Nos 16 Amp DP MCB outgoing, completewith wiring, MFM (Multi Function Meter), indication lamp,ON, OFF, TRIP indication,ammeter, voltmeter etc including civil & mechanical work, labour and materials etcas per drawing, specification and the direction of Engineer-in-charge.

Nos. 1

1(ii) Supply, Installation, connection, earthing, testing, and commissioning of surfacemounted PDB for SV's terminal consisting of bus bar chamber, cable alley, 250Amp incomer TPN MCCB & 6 nos. 100 Amp TPN MCCB, 2 nos. 45 Amp TPNMCCB, 4 Nos 32 Amp TPN MCCB and 2 nos. 16 A outgoing, complete with wiring,MFM (Multi Function Meter), indication lamp, ON, OFF, TRIP indication, ammeter,voltmeter etc including civil & mechanical work, labour and materials etc as perdrawing, specification and the direction of Engineer-in-charge.

Nos. 2

1(iii) LIGHTING DISTRIBUTION BOARDSSupply, Installation, connection, earthing, testing, and commissioning of 415V/240Vlighting/power panels, wall mounting type in weather/ flame proof (with hingedcover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit completewith wiring, indication lamp, ammeter etc including all civil & mechanical work,labour and materials etc as per drawing, specification and the direction of Engineer-in-charge.

a) Recess/Surface mounted Lighting Panel (LDB-1) for receiving terminal for Electrical/ Control Room Lighting Points Consisting of 45 Amp (100mA sensitivity) 4 PoleRCCB as incomer and 14 nos. 10 A DP MCBs (Type B & C) & 2 nos. 16 A DPMCBs (Type C) as out goings complete with indication lamp etc.

Nos. 1

b) Recess/Surface mounted Lighting Panel (LDB-2) for receiving terminal for BuildingPower 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 MCBand 4 nos of 16A DP MCB as out goings complete with indication lamp etc.

Nos. 1

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 1 of 12630

Page 631: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

c) Recess/Surface mounted Outdoor Lighting Panel (LDB-3) for receiving terminalconsisting of 32 Amp (100mA sensitivity) 4 Pole RCCB as incomer and 7 nos. 10 ADP MCB and 2 nos. 32 A TPN MCB as out goings complete indication lamp etc.

Nos. 1

1(iv) Supply, Installation, connection, earthing, testing, and commissioning of 415V/240Vlighting/power panels, wall mounting type in weather/ flame proof (with hingedcover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit completewith wiring, indication lamp, ammeter etc including all civil & mechanical work,labour and materials etc as per drawing, specification and the direction of Engineer-in-charge.

a) Recess/Surface mounted Lighting Panel (LDB-1) for SV station for Electrical /Control Room Lighting Points Consisting of 32 Amp (100mA sensitivity) 4 PoleRCCB as incomer and 8 nos. 10 A DP MCBs (Type B & C) as out goings completewith indication lamp etc.

Nos. 2

b) Recess/Surface mounted Lighting Panel (LDB-2) for SV station for Building PowerPoints, AC's etc consisting of 63 Amp (300mA sensitivity) 4 Pole RCCB as incomerand 2 Nos. 63A DP MCBs (Type C) & 4 Nos. 10A DP MCBs (Type C) as out goingscomplete with indication lamp etc.

Nos. 2

c) Recess/Surface mounted Lighting Panel (LDB-3) for SV station for Outdoor Lightingconsisting of 32 Amp (300mA sensitivity) 4 Pole RCCB as incomer and 4 Nos.10 ADP MCBs (Type C) and 2 nos. of 32 A TPN MCB as out goings complete withindication lamp etc.

Nos. 2

d) Recess/Surface mounted Distribution Panel for room building consisting of 16Amp (100mA sensitivity) 4 Pole RCCB as incomer and 3 nos. 6 A DP MCBs as outgoings complete indication lamp etc.

Nos. 1

1(v) Supply, Installation, connection, earthing, testing, and commissioning of 415V/240Vlighting/power panels, wall mounting type in weather/ flame proof (with hingedcover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit completewith wiring, indication lamp, ammeter etc including all civil & mechanical work,labour and materials etc as per drawing, specification and the direction of Engineer-in-charge.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 2 of 12631

Page 632: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

a) Recess/Surface mounted Emergency Lighting Panel (LDB-E1) for receiving,despatch and SV station for IndoorLighting Points Consisting of 32 Amp (100mAsensitivity) 2 Pole RCCB as incomer and 4 nos. 2 A SP & 4 nos. 1 A SP MCBs(Type B & C) as out goings complete with indication lamp etc.

Nos. 3

2 i) Supply, installation, testing & commissioning of 800VA Inverter system with 150AhBattery backup with maintenance free lead-acid battery including wiring etc forEmergency lighting in control room, Telecom & SCADA room, Electrical room, I/Croom, Battery room & canteen (Make Inverter: Su-Kam, Genius, Microtek,Battery: Exide, Amaraja).

Nos. 2

ii) Supply, installation, testing & commissioning of 250VA Inverter system with150Ah Battery backup with maintenance free lead-acid battery including wiring etcfor 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).

Nos. 1

3 Supply, installation, testing, commissioning of the complete earthing and lightningprotection system, earth electrodes/ pit, earth main ring, earthing of electricalequipments, instrument panels, field instruments, process equipments and pipes/flanges including all associated civil & mechanical work with all material and labouras per drawing, specification and the direction of Engineer-in-charge.

a) Earth Pits- GI PIPE Electrode with 6 mm thick chequered plate cover Nos. 90b) Earth Pits- Copper plate Electrode with 6 mm thick chequered plate cover Nos. 30c) GI Strip (50X6) mm Mtr 600d) GI Strip (25X5) mm Mtr 595e) Copper Strip (25X3) mm Mtr 215f) GI Wire, wire rope and all balance earthing material including copper strip (50 mm x

2 mm thick) jumper for flanges etc as per the specification. Lot 1

g) GI lightning rod 25 mm dia. 1800 mm long including supply of all hardware labouretc. complete as per approved drawings, specifications and directions of Engineer-In-Charge.

Set 2

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 3 of 12632

Page 633: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

4 Supply, laying, termination, testing and commissioning of 1.1kV grade PVC LTpower and control cables (conforming to IS:1554 and MECON's specification) offollowing sizes in trenches, excavated under ground trench/trays, pulling throughpipes and its proper sealing, cutting of paved area, roads etc.

a) 3.5x 120 mm2 AYFY Mtr 200b) 3.5x 70 mm2 AYFY Mtr 60c) 3.5x 35 mm2 AYFY Mtr 30d) 3.5x 25 mm2 AYFY Mtr 40e) 4 x 6 mm2 YWY Mtr 400f) 4x4 mm2 YWY Mtr 80g) 4x2.5 mm2 YWY Mtr 2540h) 2 X 10 mm2 YWY Mtr 300i) 2 X 6 mm2 YWY Mtr 150j) 2 X 4 mm2 YWY Mtr 480k) 2 X 2.5 mm2 YWY Mtr 10

5 Supply of Installation/ erection accessories including, cable tags, cable marker,nickle plated lugs, double compressed brass cable glands, brassadaptar/reducers/nipples, fixing of metallic anchor fasteners for supporting of cabletrays and misc. electrical switchgear including all labour and materials complete asrequired and as per directions of Engineer-In-Charge.

Lot 1

6 Wiring for main/ submain with 4 x 6 sq.mm PVC insulated copper conductor singlecore cable/ wire in PVC conduit in recess/ trench as required.

Mtr 190

7 Supply, installation, testing, commissioning of lighting fixtures complete withmounting bracket, flame proof/non flame proof, control gear box as per the type offixture, lamps etc. including civil work with pipe inserts for cables and connectingwork, with all material and labour as per specifications, drawings and instruction ofEngineer-in-charge. Work to be completed in all respects.

a) Street lighting, non integral type flame proof well glass fixture(lighting fixture : TypeFLPW-1245 of M/s Baliga make or equivalent,150 W mercury vapour lamp) on 6mtrGI octagonal pole (Type BOP-6030 of Bajaj make or equivalent) complete withbracket, GI clamps for fixing flame proof control gear box as per standarddrawing(MEC/SD/05/E9/77/04) & specification (MEC/TS/05/E9/077B).

Set 20

b) Bracket mounted single frame proof flood light fixture (for 250W mercury vapourlamp) on building structure , lighting fixture type : FHF300 (AL) of M/s CG make orequivalent.

Set 2

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 4 of 12633

Page 634: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

c) Bracket mounted lighting fixture with lamp (for 250W MH lamp) on building/structure, lighting fixture type : MHSG1525IH/G of M/s CG make or equivalent

Set 12

d) High Mast lighting on a 20 m high pole suitable with 8 Nos. lighting fixtures (400WHPMV lamp) (As per attached data sheet, Make - M/s Bajaj or equivalent).

Set 1

8 POLE MOUNTED 11/0.433kV SUBSTATION WITH TRANSFORMERSupply, installation, Inspection,Transportation to site, erection on pole/pilnth, testingand commissioning of 11/0.433 kV outdoor type, 3Ph, 50Hz, copper wound, Dyn11,ONAN distribution transformer complete with all accessories as per IS 2026/1180 &MECON's specification & first oil filled of following rating as per the tender drawing,PJS, specification and the direction of Engineer-in-charge Termination arrangement for HV side : HT bushing & for LV side: Cable endbox/Terminal box.

(i) a) 100KVA Nos. 1b) 63KVA Nos. 3c) 25KVA Nos. 1Supply, 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 thefencing and gate, spreading of blue granite material, etc as required to complete theHT & LT installation as per the tender.

(ii) Supply, erection and commissioning of double pole Structure with MS joist ISMB200 x 100 mm, 11 m long complete with 100 x 50 mm MS channels of requiredlength 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 & discinsulators, operating rod, handle, locking arrangement, copper wire for jumperconnection, stay set (with 11kV Gay insulator, GI wire etc) complete all accessoriesetc as required inclusive of paint (two coats of primer & two coats of final aluminumpaint), civil, mechanical & earthing work i.e. concrete foundation etc.

Set 3

(iii) Supply, erection, testing and commissioning of MS joist ISMB 200X100mm, 11mlong complete with 100X50 mm MS channel of required length and size as per IErules for mounting of PIN type insulator with GI nut bolt, washer etc. as required forsupport of overhead line conductor, inclusive of painting (two coats of primer&twocoats of final aluminium paint) including civil, earthing & mechanical work i.e.concrete foundation etc.

Set 80

(iv) Supply, erection and commissioning of 11 kV, ACSR weasel conductor as requiredfor stringing between State Electricity Board Double pole and consumer double polestructures including all civil & mechanical work.

Mtr. 2000

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 5 of 12634

Page 635: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

(v) Installation, laying, termination, testing & commissioning of 3CX 11kV A2XFY, 95Sqmm HT cables including its termination kit (Heat shrinkable termination) forstringing between State Electricity Board Double pole and consumer double polestructures in trenches, excavated under ground trench/trays, pulling through pipesand its proper sealing, cutting of paved area, roads etc including all civil, mechanicalearthing work.

Mtr. 2000

(vi) Supply,erection and commissioning of outdoor type dust & weather proof sheet steel(2 mm thick) enclosed fuse switch unit of following rating for mounting on wall orpedestal.250A, 415V, 3 Pole & Neutral AC-23 duty and suitable for termination of 1 nos. (3.5x 95/120 sq.mm) AYFY cable on incomer terminals and 1 nos. (3.5 x 95/120 sq.mm)AYFY cable on outgoing terminals.

Nos. 3

(vii) Supply,erection and commissioning of material for chain link fencing of (height 2.5m) for the sub station area with ISA 50 x 50 x 6 mm angle and 4 mm thick weldedwire mesh and 1 no. gate (2x2 mtr.) complete with all material, lobour & weldingincluding civil & mechanial work.

Mtr. 80

(viii) Supply,erection and commissioning of 40 mm blue granite metal for spreading in thefenced area (approximately 5 m x 5 m)

Sqmtr 100

9 Supply, installation, testing & commissioning of point wiring as per details inconstruction drawing & specification (includes PVC conduits in ceiling, luminaries,sockets, lamps, industrial type heavy duty exhaust fans, ceiling fans, electronicspeed regulator, switches (ANCHOR ROMA make or equivalent) & switch-boards asmentioned below with Multi strand Flexible HR PVC insulated copper conductorwires/cables including wiring between LDBs to switchboards.

a) Light Point (i) Recess/surface mounted mirror type CFL fixture (type TLE211 of CG make or

equivalent).Nos. 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 122/128R of philips make or equivalent)

Nos. 43

b) Exhaust fan (Industrial type 300 mm) with louvers, 950 rpm, 55 watt. Nos. 16

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 6 of 12635

Page 636: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

c) Socket outlet (5/15 Amp combination) of ANCHOR ROMA make or equivalentincluding wiring (3 run of 1x4 Sqmm flexible Cu cord of 7 strand for PNE from LDB).

Nos. 64

d) 20 Amp sheet steel enclosed industrial type socket with 20 Amp DP MCB (Type C)for Air Conditioners including wiring (3 run of 1x4 Sqmm flexible Cu cord of 7 strandfor PNE from LDB).

Nos. 22

e) Ceiling Fan with electronic regulator (Energy Efficient, 50 W, 1200mm sweep) Nos. 39

10 Supply installation,testing and commissioning of latest model (4 stars BEE certified)2T split AC complete with remote, 5 KVA stablizer, MS Stand for outdoor unit etc.

Nos. 22

11 Supply, erection and commissioning of Flame proof, outdoor type 63 Amp. Weldingsocket AC-23 duty, interlocked with heavy duty switch.

Nos. 4

12 Supply & testing of portable type emergency lighting unit (7 W CFL Lamp) fed by aself- 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-In-Charge.(Preferred make Phillips, Bajaj, BPL)

Nos. 9

13 Supply and laying of following sizes of class 'B' G.I.Pipe in required length fixed onsteel, concrete or similar sructure, laid in trenches, ready to be buried in concreteincluding cutting, threading, bending and similar works, supply of clamps, small ironstructures, spacers and installation of seats, plugs, bushings etc. small civil works,including all labour and materials complete as per approved drawings anddirections of Engineer-In-Charge.

a) 50 mm NB Mtr 190b) 80 mm NB Mtr 140c) 100 mm NB Mtr 100

14 Supply and erection of following Hot Dip Galvanized Ladder/Perforated Type cabletrays (as per IS 2629) including bends, tee, crosses, horizontal and vertical splicesetc. as required including supply of all G.I hardwares, all labour and material asrequired as per standard drawings, specification and direction of Engineer-in-charge.

a) Ladder type, made from 50mm height and 2.5 mm thick sheet steel & galvanized(86 microns) of following sizes.

(i) 150 mm wide Mtrs. 270(ii) 300 mm wide Mtrs. 120

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 7 of 12636

Page 637: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

b) Perforated type, made from 50mm height and 2.5 mm thick sheet steel &galvanized (86 microns) of following sizes.

(i) 150mm wide Mtrs. 390(ii) 300mm wide Mtrs. 120

15 Supply, fabrication and errection of MS base frame support for switch gear andbracket for misc. electrical equipment, cable and cable tray support out of roled MSsection, pipes, plates etc including welding, bolting, reveting, supply of necessaryanchor bolts and grouting etc supply of paints applying one coat of anti rust primertwo finish coats of approved synthetic enamel paints including bracking walls, floorsetc for structure as required including supply of all GI hardware materials includingall labour and materials complete as required and the direction of Engineer-in-charge

Lot 1

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 includingall labour and materials complete as per directions of Engineer-In-Charge,applicable standards and Indian Electricity rules.

a) Shock hazard charts complete with frame and glass Nos. 3b) First Aid Boxes Nos. 3c) 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.

Nos. 9

d) Caution boards including supply of necessary clamps, bolts and other hardware. Nos. 2

e) Single Line Diagram complete with frame and glass No. 3

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 includingcutting to required shape in running length and including all labour and materialsetc. complete and as per directions of Engineer-In-Charge as per applicable Indianor International standards and Indian Electricity Rules.

a) 11 KV grade of 2.5 mm thick Mtr. 130

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 8 of 12637

Page 638: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

18 Telephone & LAN Cable & Sockets :Supply, installation, testing & commissioning of point wiring for telephone socket,LAN sockets (Piano reed Type) in recess PVC conduit including PVC conduit,telephone socket, cable, accessories etc as required.

a) Socket for LAN cabling (Piano Reed Type) Nos. 34b) Socket for Telephone (Piano Reed Type) Nos. 27c) supply and laying of 10 pairs, 0.61mm, jelly filled/aerial self supporting armoured

Telephone Cable, including MDF box, accessories etc as required.Mtr. 300

d) UTP cable (CAT 6) , Make : D Link/Amp/Lucent Mtr. 200

19 (i) Design, manufacture, shop testing, inspection, packing , forwarding, delivery,installation, testing and commissioning at site of UPS systems as per specificationand following rating:

Set 1

a) 10KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS systemsuitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,AC with solid statevoltage stablizer for Bypass supply, ACDB and 12.0 hrs. Batterybackup (Ni-Cd, 1.2V) and battery capacity shall not be less than 195.0 KVAh (where KVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Lessthan 61.0 KW.

b) Dual Redundant rectifier system and DCDB as per Specification and following rating: i) 24 V Dc (1000 W), ii) -48V DC(500 W)

c) All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.

(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 1

19 (iii) Design, manufacture, shop testing, inspection, packing , forwarding, delivery,installation, testing and commissioning at site of UPS systems as per specificationand following rating:

Set 1

a) 5KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS systemsuitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,AC with solid statevoltage stablizer for Bypass supply, ACDB and 12.0 hrs. Batterybackup (Ni-Cd, 1.2V) and battery capacity shall not be less than 100.0 KVAh (where KVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Lessthan 30.0 KW.

b) Dual Redundant rectifier system and DCDB as per Specification and following rating: i) 24 V DC (1000 W), ii) -48V DC(500 W)

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 9 of 12638

Page 639: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

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 1

19 (v) Design, manufacture, shop testing, inspection, packing , forwarding, delivery,installation, testing and commissioning at site of UPS systems as per specificationand following rating:

Set 1

a) 3KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS systemsuitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,AC with solid statevoltage stablizer for Bypass supply, ACDB and 12.0 hrs. Batterybackup (Ni-Cd, 1.2V) and battery capacity shall not be less than 60.0 KVAh ( whereKVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Less than18.0 KW.

b) Dual Redundant rectifier system and DCDB as per Specification and following rating: i) 24 V DC (1000 W), ii) -48 V DC(500 W)

c) All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.

(vi) Recommended spares for 2 years operation & maintenance of UPS & Rectifier system( The list of recommended spares along with the item wise price shall be enclosed with the price part . Unpriced list of the recommended spares shall be enclosed with the technical part.)

Set 1

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 10 of 12639

Page 640: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

20 SOLAR SYSTEM FOR CATHODIC PROTECTION (PCP), INSTRUMENTATION ,SCADA, TELECOM, FIRE & ALARM SYSTEMDesign, manufacture, testing at works, supply, storage, Transportation to site,Installation, commissioning and performance test at site of complete SPV basedPower source with three days autonomy for 800W DC load for twenty four hours perday operation as per tender specification, data sheet, Scope of work and blockdiagram enclosed including commissioning spares as required & supply of Two yearoperation & maintenance spares as per Annexure-II of PJS. The system shall include (i) SPV array with junction boxes, Anodized AL/ Hot dipped Galvanized M-Steelstructure (ii) SPV charge controller (output 96V DC)(iii) Ni-Cd (1.2V/Cell) Battery Bank (96V DC) (iv) DC-DC Converter(output 24V DC)(v) DCDBs [24V](vi) Interconnecting cables among arrays, charge controller, battery bank, 3Phcharger, DCDB, junction boxes etc including supply of all accesssories like cableglands, tinned-cu lugs etc as required.vii) Earthing and lightning protection system as required to complete the system.

Set 1

Rating of SPV array and battery bank shall be selected to meet the loadrequirement as specified above. However, each subsystem rating shall not beless then the value given below I) Array Capacity = 9.6 KWpii) Battery Bank [128 KWHr] in 2x50% arrangementiii) DC-DC Converter (96V DC to 24V DC 1000W)

21 SOLAR SYSTEM FOR OUTDOOR EMERGENCY LIGHTINGDesign, manufacture, testing at works, supply, storage, Transportation to siteInstallation, commissioning and performance test at site of complete Solar Streetlighting system complete with GI pole and GI mounting bracket, control gear box,internal cable from fitting to junction box, and 2x11W CFL Lamp, 12 V 150Ahbattery backup with 150Wp solar array, earthing etc including pipe inserts forcables and connecting work and commissioning spares as required, with all materialand labour as per specifications, drawings and instruction of Engineer-in-charge.Nominal height of GI pole shall be 6m. Work to be completed in all respects.

Set 5

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 11 of 12640

Page 641: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except

Price in Indian Currency (INR) Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

22 415V 3Ph CHARGER FOR HYBRID SOLAR SYSTEM Design, manufacture, testing at works, supply, Storage, Transportation to siteInstallation, commissioning and performance test at site of complete 3 PhCHARGER (Automatic FCBC type) to charge the battery bank in sl.no. 20 abovefrom grid supply including commissioning spares as required as per specifications,data sheet and instruction of Engineer-in-charge.

Rating of charger shall be selected such that it can charge fully dischargedbattery at C5 rating.

Set 1

23 All works relating to statutory approvals of the installation from competent authoritylike electrical inspectorate, CEA, DGMS, SEB etc. including carrying out of allrequired modifications in design / Manufacturer / Installation to meet the requirement of Indian Electricity rules and other statutory regulations in force, carrying outnecessary paper work and liasion with the authorities to obtain all necessaryclearances for charging of installation as per relevant national standards. Howeverthe official fees towards the approvals shall be reimbursed by the client.

LS 1

NoteBidder must quote for all items of SOR including sub items.

1) Bidder shall supply of above items at required location as per of Scope of work.

2) Above quantities are only estimated quantities and may change as per sitecondition/detail engineering. Procurement shall be done as per actual site condition,approved construction drawings and instruction of engineer incharge. Successfultenderer shall supply the equipments, at the same rate, as per the changedquantities.

3) Procurement of Air Conditioners shall be after approval of model/make fromEngineer in Charge.

4) 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 : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties except

Service Tax )

In Figure :

In Word :

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Elect SOR.No. 05/21/23M9/Electrical(Section-I)/SOR-03(IV), Rev-0 Sheet 12 of 12641

Page 642: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

SCHEDULE OF RATES FOR

3 - (V) TERMINAL WORKS (INSTRUMENTATION) [SOR. No. 05/21/23M9/Inst(Section-I)/SOR-03(V), Rev-0]

642

Page 643: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(V) INSTRUMENTATION FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR in Foreign

Supply Erection Supply Erection Currency 1.0 FIELD INSTRUMENTS

1.01 Supply, Installation, Calibration, Testing & Commissioning of Pressure Gaugesinclusive of supply of necessary piping materials/tubings alongwith all necessaryvalves & fittings, fabrication and installation of impulse lines/manifolds & hydraulictesting. as per installation standard no. MEC/05/E5/SD/PG/004 A

Nos. 22

1.02 Supply, Installation, Calibration, Testing & Commissioning of Pressure Transmitters including mounting of Instrument on yoke, supply of yoke, supply anderection of supports for impulse lines wherever required, supply, fabrication &installation of SS manifolds/ SS impulse lines & SS valves & fittings with supports,hydraulic testing and painting of supports. as per installation std. no.MEC/05/E5/SD/PT/001A

Nos. 17

1.03 Supply, Installation, Calibration, Testing & Commissioning of Temperature Transmitters including mounting of Instrument on yoke, supply of yoke, supply anderection of supports for impulse lines wherever required, supply, fabrication &installation of SS manifolds/ SS impulse lines & SS valves & fittings with supports,hydraulic testing and painting of supports.

Nos. 7

1.04 Supply , Installation, Calibration, Testing & Commissioning of RTD with flangedthermowell inclusive of installation of thermowell on the nozzle and installation ofinstruments as per installation standard no. MEC/05/E5/SD/TG-RTD/005 &MEC/05/E5/SD/RTD -TW/006

Nos. 7

1.05 Supply,Demonstration of Hart Communicator Universal type for Calibration ofsmart Transmitters

No. 1

2.0 CONTROL PANEL AND PANEL MOUNTED INSTRUMENTS

2.01 Design, Engineering, Procurement, Manufacture, Testing, Inspection,Supply,Transportation, Erection, Calibration / Simulation & Commissioning of WallMounted Panel along with all accessories and Panel Mounted Instruments asindicated below, including supply of commissioning spares with special tools andtackles as required, as per Data Sheets / Specification in the Bid Document.

a) Wall Mounted Panel (DS No. MEC/23M9/05/E5/DS/WMCP-A) Nos. 4b) Indicators (Data Sheet No. MEC/23M9/05/E5/DS-IND-A) Nos. 28c) Signal Distribution Card (Data Sht No.-MEC/23M9/05/E5/DS-SDC-A) Nos. 26d) Barriers (DS No. MEC/23M9/05/E5/DS-ZB-A) Nos. 30

AmountUnit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR) Price in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Inst SOR.No. 05/21/23M9/Inst(Section-I)/SOR-03(V), Rev-0 Sheet 1 of 4643

Page 644: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(V) INSTRUMENTATION FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR in Foreign

Supply Erection Supply Erection Currency

AmountUnit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR) Price in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3.0 FREE ISSUE ITEMS3.01 Handling, transportation, installation, removal and remounting, electrical

termination, testing, calibration of Actuated Valves, Actuator for Gas Actuated BallValves / Gas Over Oil Valves along with mounting of Valves and their respectiveaccessories, supply and erection of supports for impulse lines wherever required,supply, fabrication & installation of manifolds/ impulse lines & fittings with supports,hydraulic testing, painting of supports as per std., but exclusive of supply of Valves.

Sets 7 N.A.

3.02 Installation, Testing and Commissioning of Metering skid ( Filtration & Ultrasonic Meter based Metering streams),Gas Chromatograph System including GC Panel & LEL Detectors for Ludhiana (IPS-4)

No. 1 N.A.

3.03 Installation, Testing and Commissioning of Metering skid (Filtration streams, Pressure Reduction & Turbine Meter based Metering streams) for Ludhiana.

No. 1 N.A.

3.04 Installation, Testing and Commissioning of Metering skid (Filtration streams, Pressure Reduction streams & Turbine Meter based Metering streams) & LEL Detectors for Jalandhar.

No. 1 N.A.

4.0 Installation of Junction Boxes including Supply of Junction Boxes with plugs forunused entries, supply, fabrication and installation of supports, plugging of unusedentries and painting.

a) Explosionproof electrical junction boxes for 6 pair/ 6 triad cable entry Nos. 12b) Explosionproof electrical junction boxes for 12 pair/ 12 core cable entry Nos. 4

4.01 Supply of Canopies fabricated out of powder coated MS for electronic transmittersincluding supply, fabrication of support and installation of canopy with support andreflective painting.

Nos. 28

5.0 CABLING 5.01 Supply and Laying of control, signal, triad cables on main cable trays, perforated

trays, trenches including supply of all required cable glands(Explosion proof doublecompression 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 exclusiveof supply & erection of GI Perforated tray.

i) Signal Cables- 1 P x 1.5 mm² (Type I) Mtrs. 650- 6 P x 0.5 mm² (Type II) Mtrs. 800

ii) RTD Cables- 4C x 1.5 mm² - Quad Cable (Type-I) Mtrs. 400- 6 TRIAD x 1.5 mm² (Type II) Mtrs. 250

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Inst SOR.No. 05/21/23M9/Inst(Section-I)/SOR-03(V), Rev-0 Sheet 2 of 4644

Page 645: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(V) INSTRUMENTATION FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR in Foreign

Supply Erection Supply Erection Currency

AmountUnit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR) Price in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

iii) Control Cables- 12C x 1.5 mm² Mtrs. 2350- 3C x 1.5 mm² Mtrs. 500

iv) RS-232/485 Digital Communication Cable Mtrs. 200

v) 2C x 4 mm² Power Cable (Copper conductor) Mtrs. 500

6.0 STRUCTURAL (Complete in all respects as per Scope of Work , related toInstrumentation)

6.01 Supply and erection of prefabricated perforated GI trays of thickness 2.5mmincluding tees, bends and elbows, supply, fabrication and erection of requiredsupports and painting of supports with one coat of primer as per IS:2074 and 2coats of finished paint including supply of paint as per std. and direction of EngineerIn-Charge.Sizes :a) 60 mm wide X 30 mm high Mtrs. 250b) 100 mm wide X 30 mm high Mtrs. 400c) 200 mm wide X 30 mm high Mtrs. 300c) 300 mm wide X 30 mm high Mtrs. 100

7.0 Idetification of instrument items wherever required including supply of approvedcolor of paint(fluorescent),painting of tag number(approx. 25-50 mm high) oninstruments item like junction boxes,panels,valves,etc as specified by engineer incharge.

Lumpsum

1

8.0 Excavation of trenches for burying the cables, preparation of same for laying ofcable, filling with river sand, laying of brick, back filling and compacting of theexcavated earth as per specifications including supply of sand and bricks andremoval of surplus earth as per instructions of Engineer-in-Charge.Size of Trench:600 mm (Width) X 675 mm ( Depth) Mtrs. 600

9.0 Supply and installation of PVC pipes and sleeves for crossing of electrical cablesas required including supply of sealing compound.

a) 100 mm Mtrs. 20b) 150 mm Mtrs. 20C) 50 mm Mtrs. 20

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Inst SOR.No. 05/21/23M9/Inst(Section-I)/SOR-03(V), Rev-0 Sheet 3 of 4645

Page 646: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(V) INSTRUMENTATION FOR SECTION-I Sl. Description of Items Unit Qty. Curr-No. ency in INR in Foreign

Supply Erection Supply Erection Currency

AmountUnit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR) Price in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

10.0 EARTHING10.01 Supply, laying and termination of both ends from earth grid to Field

instruments/JBs/Control Panel by 8 SWG G.I. Wire in tray and conduits as requiredexcluding earth-pit preparation.

Mtrs. 250

10.02 Supply, Laying and Termination of both ends of 4 sq. mm. PVC insulated armouredcopper cable from earth pit to the barrier earth bus bar in trays/conduits/trenches asrequired.

Mtrs. 50

11.00 Start up & Commissioning of complete terminal instruments, including all labour,test equipments and other auxiliaries as required, etc., complete in all respects asper specifications/ drawings/ directions of Engineer-in-Charge. All necessaryTesting and commissioning reports, as-built drawings etc., shall also be preparedand to be submitted to the purchaser/consultant

Lumpsum

1

Note: A) 1) The quantities given above against individual items are indicative and shall not

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 above4) 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 : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties except Service Tax

)

In Figure :

In Word :

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Inst SOR.No. 05/21/23M9/Inst(Section-I)/SOR-03(V), Rev-0 Sheet 4 of 4646

Page 647: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

SCHEDULE OF RATES FOR

3- (VI) TELECOMMUNICATION WORKS [SOR. No. 05/21/23M9/Telecom(Section-I)/SOR-03(VI), Rev-0]

647

Page 648: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VI) TELECOMMUNICATION WORKS FOR SECTION-IItem Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency Telecommunication Work as define in scope of work in this bid documents has to becarried out by the Bidder and it includes followings :-

TELECOMMUNICATION WORK : The work will be for the section I (IP-4 Ludhianato Receiving Terminal Jalandhar appx. 84 KM pipeline)

A SUPPLY OF OFC AND ACCESSORIES (as per MECON Technical specificationNo. 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 G-652 ) of 4000 M + 5 % cable drums (Qty as per pipeline length with spare)

Meters 88000

2.0 Supply of Jointing Closures including all accessories (approved make ofGAIL/MECON only.) (qty as per approved OFC Cable Alignment sheet) (20 plannedand 4 spares)

Nos. 24

3.0 Supply of Special Tools & Tackles each set consists of all the items as perAnnexure 2 of TS No. MEC/TS/05/E5/T/096

Set 1

C Supply of Permanently Lubricated Telecom HDPE Duct & Accessories as per MECON TECHNICAL SPECIFICATION No. MEC/TS/05/E5/T/037.Design, Manufacturing,factory testing, inspection, packaging, forwarding, transportation, insurance,recept and storage at site etc. as per TS.

1.0 Supply of 40 mm OD 6 Kg/cm2, permanently lubricated HDPE DUCT, Factory Acceptance Testing as per specification.(with spares

Meters 88000

2.0 Supply of HDPE Accessories: Supply of HDPE accessories required includingPlastic Couplers, End Plugs, Cable Scaling Plugs, End Caps, etc suitable & sufficientfor supplied Duct..

Lumpsum 1

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Telecom SOR.No. 05/21/23M9/Telecom(Section-I)/SOR-03(VI), Rev-0 Pape 1 of 4648

Page 649: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VI) TELECOMMUNICATION WORKS FOR SECTION-IItem Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

D SITE WORK (as per scope of work, specification no. MEC/S/05/E5/T/001 & 002 ofBid documents)

1.0 Submission of optical fiber cable & HDPE alignment sheets as per the requirements ofspecification based on the existing pipe line survey (No separate surveyreqd.),estimation of OFC & HDPE duct including all accessories in accordance withthe alignment sheet and specifications.Laying work can not be started withoutapproval of these documents from Client / Consultant / EIC.

Lumpsum 1

2.0 Blowing / Laying of Optical Fiber Cable

All activities pertaining to Blowing / Laying of optical fiber cable in same pipeline trencinside 40 mm HDPE telecom duct (after testing of OFC drum at site) ,through CS/HDPE conduits at crossing, in separate trench inside the terminal upto FTC at telecomroom, testing of OFC after Blowing/laying, cable sealing etc. using all materialsrequired complete as per specifications and drawing provided in the bid document & asper direction of EIC.

Per Meter of Trench

Length

84000

3.0 Erection of HDPE Duct as per specification

Installation of 40mm OD, 6kg/cm2 permanently lubricated HDPE ducts, in samepipeline trench direct buried or cased crossing through CS/ HDPE conduit in all type ofsoil & terrain, excavationas required, padding, backfilling, including supply & laying ofWarning Mats( only where common mat is not provided), cleaning and sealing ofducts at the end of laid drum lengths, preparation & Supply of Cable Blowing Pitincluding sand,( RCC pit as per dwg & at every 1 KM distance, at 1 meter awayfrom the main pipeline), for river crossing additional blowing pit at both end ofthe river bank, jointing of HDPE conduit, erection accessories (suitable for min 8kg/cm2 pressure rating),(Thisduct is for blowing of 24 F OFC for total length of pipelineas per spec. and drawing )

Per Meter of Trench

Length

84000

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Telecom SOR.No. 05/21/23M9/Telecom(Section-I)/SOR-03(VI), Rev-0 Pape 2 of 4649

Page 650: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VI) TELECOMMUNICATION WORKS FOR SECTION-IItem Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

3.0 a Testing of laid permanently lubricated HDPE ducts (on 6 kg/cm2 g pressure),rectification / modification if required, cleaning and sealing of ducts at the end of laiddrum lengths,preparation of report , joint location marking , final acceptance / Handingover of the same to GAIL all complete as per specifications provided in the biddocument & as per direction of EIC. Drawings and documentation as per specification& contract agreement .

Lumpsum 1

4.0 Supply and installation of jointing pits, including sand, etc. all complete as perspec., 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 onsame pipeline marker post as per specifications & drawing provided in the biddocument and direction of consultant

Nos. 82

6.0 Using supplied Jointing closure for Jointing of optical fiber cable (includingsupplyand installation of joint markers, etc.), final Jointing / splicing,Testing of laidOFC 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 approvedmake) & wiremesh (structural size 1.5 Mtr x 1 mtr and mesh size 15 cm x 15 cm) andother accessories for termination of OFC - 24 fibre in the equipment room

Nos 6

8.0 Termination of OFC on FTC/FDF/DDF inside the equipement control room, splicingwith steet fibre, test of the fibre for the smooth operation system on wavelength.PowerTesting of laid OFC,(end to end), Identification of the fault,Rectification, Earthing, final testing & commissioning , preparation of reports etc. work complete in all respectwith all necessary accessories for all location, final acceptance / Handing over of thesame to GAIL and as per the direction of Engineers in charge.Drawings anddocumentation as per specification & contract agreement.

Lumpsum 1

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Telecom SOR.No. 05/21/23M9/Telecom(Section-I)/SOR-03(VI), Rev-0 Pape 3 of 4650

Page 651: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VI) TELECOMMUNICATION WORKS FOR SECTION-IItem Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

9.0 Supply and Installation & Commissioning of Electronic Marker System as perspecification , test certificate and documents etc. consisting of a) Electronic Markers (To be buried underground along with OFC Joints at all jointinglocation)

Sets 20

b) Electronic Marker Locator and accessories (Including probe and locatorelectronics)

Sets 1

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.

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 : _____________ Signature of Authorised Signatory

Name :Tender No.: _____________________________________________________ Designation :

Seal :Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive ofall applicable taxes & duties except Service

Tax )

In Figure :

In Word :

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-I Telecom SOR.No. 05/21/23M9/Telecom(Section-I)/SOR-03(VI), Rev-0 Pape 4 of 4651

Page 652: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\Separators - Summary of Prices-for Section-I.doc

SCHEDULE OF RATES FOR

3- (VII) FIRE PROTECTION SYSTEM [SOR. No. 05/21/23M9/Fire(Section-I)/SOR-03(VII), Rev-0]

652

Page 653: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VII) FIRE PROTECTION SYSTEM FOR SECTION-I Sl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency A HAND APPLIANCES1 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 andconforming to IS: IS: 2878-1976. Extinguisher shall be painted with red enamel paint and fixedto wall with brackets.a) Capacity 4.5 kg.i) At SV-1 cum Tap-off point for Ludhiana at Ch. 25 Km Nos. 2ii)At SV-2 at Ch. 42.0 Km Nos. 1iii)At SV-3 at Ch. 50.0 Km Nos. 1iv)At SV-4 at Ch. 57.0 Km Nos. 2v)At SV-5 at Ch. 72.0 Km Nos. 1vi) At Receiving Terminal at Jalandhar Nos. 2

b) Spare CO2 cartridges for 4.5Kg CO2 extinguisher Nos. 24

2 Providing & fixing dry chemical powder type fire extinguisher suitable for inverted operation withanticorrosive treatment and hydraulically tested to a pressure of 25 kg/ sq.cm as per datasheet 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 withinternal charge and spanner complete (confirming to IS: 2171)

a) 10 Kg Capacity

i) At SV-1 cum Tap-off point for Ludhiana at Ch. 25Km Nos. 1ii) At Receiving Terminal at Jalandhar Nos. 1

b) Spare DCP cartridges for 10Kg DCP extinguisher Nos. 3

3 Providing & fixing clean agent type fire extinguisher suitable for inverted operation withanticorrosive treatment and hydraulically tested as per NFPA. The product should be UL /LPClisted. The gas shall be stored at a pressure of not less than 15 bar and range shall be 2-5meter.a) 2.5Kg Capacity

i) At SV-1 cum Tap-off point for Ludhiana at Ch. 25Km Nos. 2ii)At SV-4 at Ch. 57.0 Km Nos. 2iii) At Receiving Terminal at Jalandhar Nos. 2

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/ Fire(Section-I)/SOR-03(VII), Rev-0 Page 1 of 2653

Page 654: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VII) FIRE PROTECTION SYSTEM FOR SECTION-I Sl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-I FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION - I : DESPATCH TERMINAL AT LUDHIANA TO RECEIVING TERMINAL AT JALANDHAR

4 Providing and fixing galvenised steel fire buckets of 9 ltr. Water capacity as per technicalspecification no. MEC/TS/05/21/081D/D and confirming to IS: 2546-1974. Buckets shall bepainted 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 Nos. 2ii)At SV-2 at Ch. 42.0Km Nos. 1iii)At SV-3 at Ch. 50.0Km Nos. 1iv)At SV-4 at Ch. 57.0Km Nos. 2v)At SV-5 at Ch. 72.0Km Nos. 1vi) At Receiving Terminal at Jalandhar Nos. 2

B CLEAN AGENT FIRE SUPPRESSION SYSTEM

1 Clean Gas Fire Suppression Centralised System complete with required acessories & eachcylinder 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 toprovide the proper flow rate and distribution of Clean Agent to total flood the hazard area: 180deg. / 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.withactivation through intelligent addressible Fire Detection and Alarm Systemas with panels,detectors, response indicators etc. all complete as per approved scheme.Work shall be carriedout as per MECON TS No. MEC/TS/05/21/081L. The area of control rooms to be protected arelisted below:a) Control Room & Telecom & Scada room at SV-1 cum tap-off point for Ludhiana at Ch25.0Km, Size 20m x6m x 3.5m(h)

L.S. 1

b) Control Room, Electrical, battery room & Telecom & Scada room at SV-4 at Ch 57.0 Km,Size 18m x6m x 3.5m(h)

L.S. 1

c) Control Room, Electrical, battery room & Telecom & Scada room at Receiving Terminal,Jalandhar Size 29m x6m x 3.5m(h)

L.S. 1

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryPlace : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties except Service Tax )

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-I\SOR_DBNPL_Laying-all in one-Section-I SOR.No. 05/21/23M9/ Fire(Section-I)/SOR-03(VII), Rev-0 Page 2 of 2654

Page 655: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

Currency (In Figures) (In Words) (In Figures) (In Words)

1 Total amount of quoted price for Mainline Works SOR

2 (I). Total amount of quoted price for Cathodic Protection Works SOR

2(II). Total amount of quoted price for Corrosion Monitoring System Works SOR

3 Terminal Works

I) Total amount of quoted price for Piping & Mechanical Works SOR

II) Total amount of quoted price for Civil Works SOR

III) Total amount of quoted price for Structural Works SOR

IV) Total amount of quoted price for Electrical Works SOR

V) Total amount of quoted price for Instrumentation Works SOR

VI. Total amount of quoted price for Telecommunication Works SOR

VII. Total amount of quoted price for Fire Protection System Works SOR

Sl. No. Price in Foreign Currency Price in Indian Currency (INR)

Page 1 of 3655

Page 656: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SCHEDULE OF RATES

Sl. No. Price in Foreign Currency Price in Indian Currency (INR) Gross Total Amount (inclusive of all applicable taxes & duties excluding ServiceTax)

[1+2(I)+ 2(II)+(3-I)+(3-II)+(3-III)+(3-IV)+(3-V)+(3-VI)+(3-VII)]

5 Rebate (if any) offered on gross total amount (on Sl.No. 4) above. (which will beapplicable on each item of Schedule of Rate)

_________ % of total quoted amount

______________________ Percent of total quoted amount

6 Amount of Rebate as per Sl.No. 5 above

7 NET TOTAL AMOUNT FOR SECTION-I {4-6} (after considering rebateindicated at Sl.No. 6)

8 Service Tax under composite scheme @ 10.3% (Presently Applicable Rate)on the Net Total amount mentioned at Sl. No. 7 above.

9 Service Tax under composite scheme @ 10.3% (Presently ApplicableRate) on free issue material of Rs 123 Crores.

10 Total Amount for Section -I (Sl. No. 7 + 8 + 9)

11 Total Amount of extended stay compensation for Section-I

12 Gross Total Amount for Section-I (Sl. No. 10 + 11)

Notes: 1) The total amount shall also be given by the bidder in the quoted currency(ies).2) The amount of Free Issue Material indicated at Sl. No. 9 above is indicative only. Service Tax on Free Issue Materials shall be reimbursed at actual by the Employer on submission of Cenvatable Invoices as per Service Tax Rules on the actual amount of Free Issue Material. 3) The rate of Service Tax indicated in this format shall be considered for Statutory variation as per the provisions of bidding document.

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: Offer No. & Date : ________________________________________________

4

Page 2 of 3656

Page 657: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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 : _____________ Signature of Authorised Signatory

Name :Designation :

Tender No.: Seal :Offer No. & Date : ________________________________________________

Rate of extended stay compensation beyond the time schedule and grace period mentioned in bidding document for reasons solely attributable to Owner.

In Figure : ________________________________________________ (per month)

In Word : _________________________________________________ (per month)

Page 3 of 3 657

Page 658: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

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

Page 659: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

SCHEDULE OF RATES FOR

CONSTRUCTION OF STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR SPURLINES OF DADRI BAWANA NANGAL PIPELINE PROJECT (DBNPL)

C O N T E N T S

FOR SECTION-II SOR Item Description No. of Pages No. 1. SOR FOR MAINLINE WORKS 28 2 (I). SOR FOR TEMPORARY CATHODIC PROTECTION WORKS 02 2 (II). SOR FOR CORROSION MONITORING SYSTEM 03 3. SOR FOR TERMINALS WORKS I) PIPING & MECHANICAL WORKS 14 II) CIVIL WORKS 07

III) STRUCTURAL WORKS 02 IV) ELECTRICAL WORKS 11

V) INSTRUMENTATION WORKS 04 VI) TELECOMMUNICATION WORKS 04 VII) FIRE PROTECTION WORKS 03

4. SUMMARY OF PRICES 02 5. PROFORMA FOR EXTENDED STAY COMPENSATION 01

659

Page 660: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

SCHEDULE OF RATES FOR

1) MAINLINE WORKS [SOR. No. 05/21/23M9/Mainline(Section-II)/SOR-01, Rev-0]

660

Page 661: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency 1.0 PIPELINE LAYING/INSTALLATION

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 suppliedexternally 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 pre-commissioning 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 Engineer-in 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.

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 1 of 28661

Page 662: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

Carrying out repairs of pipe defects/ replacement in case of irreparable defects and repairs of defectsof 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, ifrequired.

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 compatiblewith 3-Layer PE Coating as per tender specifications with prior approval of Engineer-in-charge.

Training and diversions of streams in steep slope areas, wherever required.

Crossing the all-foreign pipeline / HT Line / Cable / etc. with necessary concrete / PVC protectionincluding coordination with all agencies and obtaining NOC.

Coating of all field weld joints, long radius bends, buried fittings, valves etc.;

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 2 of 28662

Page 663: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

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 byContractor with a view that completion of all activity for successful hydrotesting is not inordinatelyextended, which will hamper the overall project schedule. Further, no extra payment claim shall beentertained 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;

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 3 of 28663

Page 664: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

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 Pipemm(NB) (mm)

1.1 406.4 6.4 API 5L Gr. X-70/X-80 3 Layer PE Double random (approx. Mtr. 20000 PSL-2 Coating 11.5 to 12.5 mtr.) & Bevel End

1.2 406.4 7.1/6.4 API 5L Gr. X-70/X-80 3 Layer PE Double random (approx. Mtr. 20000 PSL-2 Coating 11.5 to 12.5 mtr.) & Bevel End

1.3 406.4 8.7/7.9 API 5L Gr. X-70/X-80 3 Layer PE Double random (approx. Mtr. 20000 PSL-2 Coating 11.5 to 12.5 mtr.) & Bevel End

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 4 of 28664

Page 665: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

1.4 406.4 11.1/9.5 API 5L Gr. X-70/X-80 3 Layer PE Double random (approx. Mtr. 6000 PSL-2 Coating 11.5 to 12.5 mtr.) & Bevel End

1.5 219.1 6.4 API 5L Gr. X-56 3 Layer PE Double random (approx. Mtr. 11000 PSL-2 Coating 11.5 to 12.5 mtr.) & Bevel End

1.6 219.1 7.9 API 5L Gr. X-56 3 Layer PE Double random (approx. Mtr. 5000 PSL-2 Coating 11.5 to 12.5 mtr.) & Bevel End

Notes : 1. This item rate is applicable for complete work of laying the underground pipeline from DespatchTerminal at GAIL's existing SV-3 Station, Saharanpur to Receiving Terminal and consumers lines toBHEL & SIDCUL in Haridwar (Refer Drg. No. : MEC/23M9/05/21/M/001/1021) including installation ofaboveground insulating joint & flow tee and station approach pipeline but excluding aboveground &underground installation of SV Station which are covered separately. The length of pipeline aretentative.2. Rate for laying of OFC & conduit shall be quoted in relevant Schedule of Rates (SOR) of Telecomworks, hence not to be included in Pipeline Laying works. 3. For soft / normal soil and rocky area detailed refer enclosed Alignment Sheets and SoilInvestigation Report alongwith Bid.

2.0 CONTINUOUS CONCRETE COATING

Additional work over and above SOR Sl. No. 1 for supply of all consumables and materialsand application of continuous concrete weight coating on pipes of all wall thicknesses and concrete coating of the field joints thereof, in all areas of work except minor/ major river crossings covered separately, and performing all works as per specifications and instructions of Engineer-in-Charge and other provisions of Contract document.Pipes as per following details :

2.1 Pipe OD - 406.4 mm, WT- X-70 (7.1 mm) / X-80 (6.4 mm), Coating Thickness - 80 mm M 100

2.2 Pipe OD - 219.1 mm, WT- X-56 (7.9 mm), Coating Thickness - 80 mm M 50

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 5 of 28665

Page 666: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3.0 CONCRETE SADDLE WEIGHTS

Additional works over and above SOR Sl. No. 1.0 for supply of all consumables and materialsincluding supply of 3mm, HDPE sheets, fabrication and installation of concrete saddle weights onpipeline and performing all works as per specifications, drawings, and instructions of Engineer-in-charge and other provisions of the Contract document.

3.1 Size of Pipe 406.4 mm OD Nos. 50

3.2 Size of Pipe 219.1 mm OD Nos. 10

4.0 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 RACK1:2:4 on pipeline of wall thickness of 75 mm thick and size as per specification, standard drawingsand instruction by EIC including supply of consumables materials, equipment, labour, supervision andall associated civil work.

M 1200

5.0 BANK & BED STABILIZATIONAdditional works over and above SOR Sl. No. 1 for supply, fabrication and installation for protectionand stabilization of banks of water crossings including supply of all materials, consumables,manpower and performing works as per drawings, specifications, instructions of Engineer-in-Chargeand provisions of Contract.

M 200

6.0 BACKFILLING WITH SELECT SOIL6.1 BACKFILLING WITH SELECT SOIL (For Station Approach)

Unit rate over and above SOR Sl. No. 1 for supply of specified and approved quality of sand / rock / other types of soil including supply of sand in place of available excavated material and/ or other suitable soil as per applicable standards/ specifications, including backfilling of excavated trench for specified length after laying of pipeline, including transportation of backfill material over all distances and disposal of surplus excavated soil, complete.

M 2000

6.2 BACKFILLING WITH SELECT SOIL (For Seismic Areas)Providing specified and approved quality of backfill material as defined in contract document at seismic zone along pipeline route (wherever applicable) as per standards/ specifications over and above item 1, including supply of select backfill in place of available excavated material and/or other suitable soil including backfilling of excavated trench after laying of pipeline and optical fiber cables/ cable conduit(where applicable) including transportation of such special backfill material over all distances and disposal of surplus excavated soil (Refer Drg. No. MEC/TYP/05/21/01A/004).

M 1000

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 6 of 28666

Page 667: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

7.0 PIPING WORKS FOR SECTIONALISING VALVE STATION CUM TAP-OFF POINT All works for installation of all piping above ground at all elevations and below ground at all depth forSectionalising Valve Station in all type of terrains and soils including transportation and handling of allOwner supplied materials i.e. extended stem full bore (406.4 mm NB) butt welded, actuatedsectionalising Ball valve, all sizes of valves 10" & above, unequal flow tees, Insulating Joints of allsizes pipes for mainline and fittings from Owner's designated places(s) of issue to work site. Supplyof all type of valves (excluding only 6" ball valves extended stem, butt welded) and all mechanicalitems i.e. QOEC, assorted pipes, fittings, flanges, weldolets, sockolets, gaskets, studs, nuts, nipples& coupling etc. Installation / Erection of instrumentation items i.e. pressure gauge, pressuretransmitter, temperature transmitter, SS tubing and temperature gauge including tubing works,consumables, manpower, machineries, tools & tackles for carrying out all mechanical works ofunderground 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 (ifrequired), tie-in of valve assembly, including radiography of tie-in joints, corrosion coating andexternal painting as required, obtaining all statutory clearances, approvals and permissions for theworks (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 soilsincluding soft/ hard rock for installation of piping/ pipe supports including all associated civil andstructural 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, otherprovisions of Contract document and instructions of Engineer-in-charge.

7.1 Sectionalising Valve Station-1 at Ch. 24.000 km Lumpsum 1

7.2 Sectionalising Valve Station-2 at Ch. 34.000 km Lumpsum 1

7.3 Sectionalising Valve Station-3 Cum Tap-off for Roorkee at Ch. 39.000 km Lumpsum 1

7.4 Sectionalising Valve Station-4 at Ch. 45.000 km Lumpsum 1

7.5 Sectionalising Valve Station-5 at Ch. 47.000 km Lumpsum 1

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 7 of 28667

Page 668: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

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.

(Refer plot plan drawing and P&ID for Sectionalising Valve Stations enclosed with tender documentfor ascertaining quantum of mechanical work associated with SV Station).

8.0 PIPING WORKS FOR SECTIONALISING VALVE STATION CUM TAP-OFF POINT All works for installation of all piping above ground at all elevations and below ground at all depth forSectionalising Valve Station in all type of terrains and soils including transportation and handling of allOwner supplied materials i.e. extended stem full bore (219.1 mm NB) butt welded, actuatedsectionalising Ball valve from Designated Store place(s) of issue to work site. Supply of all type ofvalves 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 gaugeincluding tubing works, consumables, manpower, machineries, tools & tackles for carrying out allmechanical 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 andbevelling (if required), tie-in of valve assembly, including radiography of tie-in joints, corrosion coatingand external painting as required, obtaining all statutory clearances, approvals and permissions forthe works (wherever required), making of valve pit [for detail refer relevant drawings (i.e. P&ID, PlotPlan) for SV Station point enclosed with tender] filled with sand, excavation and filling in all types ofsoils including soft/ hard rock for installation of piping/ pipe supports including all associated civil andstructural 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, otherprovisions of Contract document and instructions of Engineer-in-charge.

8.2 For Consumer Lines - BHEL 8.2.1 Sectionalising Valve Station-1 at Ch. 3.700 km Lumpsum 1

8.2.2 Sectionalising Valve Station-2 at Ch. 4.200 km Lumpsum 1

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 8 of 28668

Page 669: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

8.2.3 Sectionalising Valve Station-3 at Ch. 6.000 km Lumpsum 1

8.3 For Consumer Lines - SIDCUL 8.3.1 Sectionalising Valve Station-1 at Ch. 2.500 km Lumpsum 1

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.

(Refer plot plan drawing and P&ID for Sectionalising Valve Stations enclosed with tender documentfor ascertaining quantum of mechanical work associated with SV Station).

9.0 PIPING WORKS FOR TAP-OFF POINT All works for installation of all piping above ground at all elevations and below ground at all depth forTap-off Point in all type of terrains and soils including transportation and handling of all Ownersupplied materials i.e. unequal flow tees, insulating joints from Owner's designated places(s) ofissue to work site. Supply of all type of valves (8" & below) and all mechanical items i.e. assortedpipes, 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 andabove 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). Fordetail refer relevant drawings i.e. P&ID, Plot Plan for Tap-off Point enclosed with tender. Forinstallation 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 projectrecords and performing all works as per drawings, specifications, other provisions of Contractdocument and instructions of Engineer-in-charge.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 9 of 28669

Page 670: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

9.1 Tap-off Point for Power Plant at Ch. Approx. 52 km Lumpsum 1

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 ascertainingquantum 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 - detailedconstruction drawings shall be prepared by the contractor duly approved by GAIL/MECON) byHorizontal Directional Drilling (HDD) method including "Receiving and taking over" owner suppliedthree layer PE coated line pipes from owner's designated places of issue/ dump site(s) andtransportation 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 CSconduit of size 150mm NB, 6.4mm thick. as per API - 5L Gr. B or equivalent ERW Pipe duly coaltarepoxy coated of minimum 300 micron for OFC laying works site(s), manpower, equipments, otherresources and acquiring the required land for storage, fabrication,site office access for Contractoretc. and execution of, but not limited to the following works in accordance with specifications scope ofwork 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 ofwaterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its borelog by soil testing; obtaining historical data/ scour depth from concerned authority ascertaining underneath soil & strata, necessary cover required over the carrier pipeline from lowest bed level of thestipulated water crossing including design & calculation and detail engineering and making ofcrossing drawing for getting the approval from concerned Authority/ Engineer-in-charge, getting workpermit/ NOC for water crossings as well as utility crossings (if any) encountered during water crossingprior to start the execution of work.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 10 of 28670

Page 671: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

- Drilling to the required depth on the banks and bed including maintenance of drill hole in all types ofstrata, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of thewater crossings by HDD methods for providing with minimum cover either(i) 1.5m below the scour profile/ duly approved/ accepted by concerned authority ( under whoesjurisdictions the crossing lies)or (ii) 2.5m to 5.0m from the lowest bed level as required by concerned authority or site & technicalrequirement.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 alsoto be fulfilled.

- Laying of the pipeline by the approved HDD method across the water crossing including, stringspreparation of pipes, welding, testing, 100 % radiography, welding repair and retest, coating of fieldjoints with special type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating withspecial PERP-80 repair patch or equivalent material as per specification, pre-hydrotest of completestrings 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 6.109km (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 mmthk. 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 orequivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

10.2 Detail of Stream Crossing (Hindan River ) at minimum cover mentioned as above at chainage 6.375km (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 mmthk. 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 orequivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 11 of 28671

Page 672: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

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 /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 - 5LGr. B or equivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

10.4 Detail of Canal Crossings at minimum cover mentioned as above at chainage 35.825 km (Ref. X-ingDetail 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 5LGrade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERWPipe for HDPE ducts for OFC

Lumpsum 1

10.5 Detail of Canal Crossings at minimum cover mentioned as above at chainage 36.422 km (Ref. X-ingDetail 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 5LGrade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERWPipe for HDPE ducts for OFC

Lumpsum 1

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 /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 - 5LGr. B or equivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

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 /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 - 5LGr. B or equivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

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)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 12 of 28672

Page 673: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

10.8.1 Crossing of Canal Crossings alongwith adjacent road for carrier pipeline of size 406.4 NB x 11.1mm /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 - 5LGr. B or equivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

10.9 Detail of Solani River Crossing at minimum cover mentioned as above at chainage 45.899 km (Ref. X-ing 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 API5L Grade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalentERW Pipe for HDPE ducts for OFC

Lumpsum 1

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.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 orequivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

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.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 orequivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

10.12 Detail of Canal Crossings at minimum cover mentioned as above at chainage 54.502 km (Ref. X-ingDetail 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 5LGrade X-70/X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERWPipe for HDPE ducts for OFC

Lumpsum 1

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 13 of 28673

Page 674: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

Note: (i) Crossings indicated in crossing detail drawing enclosed with the tender document aretentative. Crossing width may vary as per site condition. Tenderer are advised to visit the site foractual assessment of extent of crossing and to access the maximum extent of cover which may haveto be provided. Actual string length for HDD shall be as per design calculations so that pipe is notunder stress as permitted by codes/ specifications. Final length of string shall be decided afterdecision 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 byHDD method are inclusive in the above item rate and no separate payment shall be made under otherclause mentioned elsewhere. (iii) The Contractor has to quote lumpsump for all X-ing alongwith 6" CS conduit. Any extra paymentshall not be made against this item. It is sole descretion of the Contractor to do HDD crossing ofmainline 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 forOFC laying at minimum 4m distance apart from centreline of HDD of mainline either side. Noseparate payment for HDD for 6" CS conduit shall be paid.

11.0 WATER CROSSING [RIVER, CANAL, NALLAH / DRAIN, IRRIGATION CHANNEL (BY OPEN CUTCONVENTIONAL 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 designatedplaces of issue/ dump site(s) and transportation to Contractor's stock yard/ work shop/ worksiteincluding 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 forContractor etc. and execution of, but not limited to, following works in accordance with specificationsand 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 ofwaterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its borelog by soil testing; obtaining either scour depth from concerned authority, necessary cover requiredover the carrier pipeline from lowest bed level of the stipulated water crossing to be obtained fromconcerned authority including design & detail engineering and making of crossing drawing for gettingtheir approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for watercrossings as well as utility crossings (if any) encountered during water crossing prior to start theexecution 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.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 14 of 28674

Page 675: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

- Trenching to the required depth on the banks and bed including maintenance of trench in all types ofstrata, all depth to a width to accommodate the pipeline at all conditions of the water crossings byvarious methods for providing with minimum cover over top of the pipe at all point across themaximum possible width of water bed (as per drawing) either 1.5 mtrs. below the predicted scourprofile expected during the life time of the pipeline or 2.5 mtrs. below the available lowest firm bed (ifscour profile/ depth not available) of the water crossing by ascertaining bed level upto 50 mtrs. boththe side from crossing location or the actual depth as decided by concerned Authority/ Engineer-in-charge whichever is more.

- Strings preparation of pipes, welding, testing, radiography, welding repair and retest, coating of fieldjoints with Heat Shrink Sleeve or equivalent and repair of pipeline coating with repair patch orequivalent 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 uptoapproved length as per approved drawing & specification [only with guniting concrete in loweredposition]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 (nominalmix) and field joints thereof in all areas of work wherever required as per site condition and performingall works as per specification.

- Laying of the pipeline by the approved crossing method across the water crossing in the approvedtrench.

- Backfilling of the trench including supply and padding by select backfill as required: stabilisation ofexcavated banks using embankment mattresses as per drawings/ specifications including supply ofnecessary materials getting NOC from concerned authority after bank protection, restoration ofdisturbed 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 asabove.

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 NBX 6.4 mm thick. of API - 5L Gr. B or equivalent ERW Pipe for HDPE duct and OFC

Meter 300

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 15 of 28675

Page 676: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

11.2 River / Canal / Drain / Nallah / Minor Crossings wherever required at minimum cover mentioned asabove.

11.2.1 Crossing of River / Canal/ Drain/ Nallah / Minor Crossings for carrier pipeline of size 219.1 NB x 7.9 ofAPI 5L Grade X-56 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalentERW 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 sitefor crossing at different locations.(ii) Final length of string & cover from top of pipe for each crossing shall be decided and approved byconcerned Authority/ Engineer-in-charge.(iii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit stringmade for crossing laid by open cut conventional method are inclusive in the above item rate and noseparate 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 forBed & Bank Stabilisation as per standards MEC/05/11/Std-015 & 016 shall be executed at no extracost.

12.0 ROAD CROSSING BY HDD

Complete work of the road crossing (between the limits are defined as approved drawings) by HDDmethod including "Receiving and taking over" owner supplied three layer PE coated line pipes fromOwner's designated place to issue/ dump site(s) and transportation to Contractor's stock yard/ workshop/ work site including all handling loading, unloading, aligning etc. supply of all Contractor suppliedmaterial including required length of CS conduit for OFC laying of size 150mm NB; 6.4mm thk. of API5L Gr. B or equivalent ERW pipe to work site(s), manpower, equipment, other resources and aquiringthe 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 coatingwith special repair patch materials as per Specification, pre-testing etc. of complete string made forcrossing access for Contractor etc. and execution of, but not limited to, following works in accordancewith specifications and instruction of Engineer-in-charge and as per all provision of ContractDocument.

Pre-construction survey based on site visit, collection of data (if required) from concerned Authorityincluding design and detail engineering and making of crossing drawings for getting their approvalfrom concerned Authority/ Engineer-in-charge, getting work permit/ NOC for road crossing as well asutility crossings (if any) encountered during road crossing prior to start the execution of work.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 16 of 28676

Page 677: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

Drilling to required depth from top of road including maintenance of drill hole in all types of strata, alldepth to accommodate the pipeline and CS conduit for OFC laying at all conditions encounteredduring 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 includingpigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in clause no. 1.0above) 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 Crossing12.1.1 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 API5L Grade X-80 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERWPipe for HDPE duct and OFC.

Meter 400

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 ofsize 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) Width of above crossings indicated are tentative. The width indicated are not for any singlecrossings. 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 tenderdocument. Crossing width may vary as per site condition. String length for HDD shall vary as perdesign calculations so that pipe is not under stress as permitted by codes/ specifications. Howeverfinal 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 conduitpipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled through thesame drill hole. or making separate HDD for 6" CS conduit for OFC laying at minimum 4m distanceapart from centreline of HDD of mainline either side. No separate payment for HDD for 6" CS conduitshall be paid.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 17 of 28677

Page 678: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

(iv) The rates as quoted for the above crossings shall be applicable for the pipeline laying betweenthe ROW limits of the crossing as defined in respective crossing drawings enclosed with the tenderdocument. Payment for crossing installation as per above rates shall be made for the actualhorizontal width of the crossing between the ROW limit of crossing along the pipeline crossed. Anyadditional 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 orfor any installation convenience shall not be considered as part of crossing on above rates and shallbe paid as per the rates quoted for the normal laying of the pipeline. No additional compensation shallbe 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 ROWlimits 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 designatedplace to issue/ dump site(s) and transportation to Contractor's stock yard/ work shop/ work siteincluding all handling loading, unloading, aligning etc. supply of all Contractor supplied materialincluding required length of CS conduit for OFC laying of size 150mm NB; 6.4mm thk. of API 5L Gr. Bor equivalent ERW pipe to work site(s), manpower, equipment, other resources and aquiring therequired 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 coatingwith special repair patch materials as per Specification, pre-testing etc. of complete string made forcrossing 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 allprovision of Contract Document.

- In-situ pre-construction survey including auger bore(s) of minimum 6.0 M depth [in the middle third ofwaterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its borelog by soil testing; obtaining historical data/ scour depth from concerned authority ascertaining underneath soil & strata, necessary cover required over the carrier pipeline from lowest bed level of thestipulated water crossing including design & calculation and detail engineering and making ofcrossing drawing for getting the approval from concerned Authority/ Engineer-in-charge, getting workpermit/ NOC for water crossings as well as utility crossings (if any) encountered during water crossingprior to start the execution of work.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 18 of 28678

Page 679: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

- Drilling to the required depth on the banks and bed including maintenance of drill hole in all types ofstrata, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of thewater 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 & technicalrequirement.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 alsoto fulfilled.

- Laying of the pipeline by the approved HDD method across the water crossing including, stringspreparation of pipes, welding, testing, radiography, welding repair and retest, coating of field jointswith special type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating with specialPERP-80 repair patch or equivalent material as per specification, pre-hydrotest of complete stringsmade for crossing etc.

- Backfilling of the ditch/ trench including restoration and clean-up of area etc. to the satisfaction ofEngineer-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 ofsize 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW Pipe for HDPE duct and OFC.

Meter 300

13.1.2 Crossing of River / Unlined Canal / Distributary / Canal / Drain / Nala / Stream Crossings for carrierpipeline 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 500

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 19 of 28679

Page 680: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any singlecrossings. 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 tenderdocument. Crossing width may vary as per site condition. String length for HDD shall vary as perdesign calculations so that pipe is not under stress as permitted by codes/ specifications. Howeverfinal 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 conduitpipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled through thesame drill hole. or making separate HDD for 6" CS conduit for OFC laying at minimum 4m distanceapart from centreline of HDD of mainline either side. No separate payment for HDD for 6" CS conduitshall be paid.(iv) The rates as quoted for the above crossings shall be applicable for the pipeline laying betweenthe ROW limits of the crossing as defined in respective crossing drawings enclosed with the tenderdocument. Payment for crossing installation as per above rates shall be made for the actualhorizontal width of the crossing between the ROW limit of crossing along the pipeline crossed. Anyadditional 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 orfor any installation convenience shall not be considered as part of crossing on above rates and shallbe paid as per the rates quoted for the normal laying of the pipeline. No additional compensation shallbe 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 limitsas defined in approved drawings) excluding supply of casing pipe bare (for 16" NB Pipeline) includinghandling, 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 approvalfrom 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 adjacentservice road, canal, minor nature of water channel, utility line crossing etc. (if any) wherever requiredfor all depth in all type of soils and terrrain for carrier pipe insertion and for OFC/ HDPE duct. All otherContractor supplied materials like casing insulators, Zinc Ribbon Anodes and casing end seals as perenclosed specification/ drawings materials for casing vents and drain assembly etc. including supplyof all other materials, equipments, consumables, manpower, welding including visual inspection of allweld joints.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 20 of 28680

Page 681: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

Preparation of required length of carrier pipeline welded string including all other works as mentionedin SOR Sl. No. 1.0 above and as per specification/ drawings. Pulling of OFC/ HDPE duct through CSconduit & insertion of carrier pipe in casing pipe after above ground pretesting at specified testpressure including installation of casing insulators and Zn ribbon anode as per approved designcalculation, 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 includingpigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in SOR Sl. No. 1.0above) and as per specification, approved procedure, drawing etc. and instruction of Engineer-in-charge and provision of contract document, getting NOC from all concerned Authority of the facilitiescrossed.

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)

M 270

b) By Open Cut of Casing Pipe - 24" NB x 10.0 mm wall thk. (for 16" NB pipeline) M 30

c) By Pipe Jacking with auger Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & theirconduit)

M 350

d) By Open Cut of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 50

e) Supply of CS Conduit 150mm NB, 6.4mm wall thk. API 5L Gr. B or equivalent (for OFC & theirconduit)

M 400

f) Supply of Casing Pipe of 24" (609.4 mm NB), 8.7mm wall thk. API 5L Gr. B or equivalent M 300

g) Installation of Casing Pipe by Jacking with auger Boring of Casing Pipe - 14" NB x 6.4 mm / 7.1 mmwall thk. (for 8" NB pipeline)

M 80

h) By Open Cut of Casing Pipe - 14" NB x 6.4 mm wall thk. (for 8" NB pipeline) M 20

i) Supply of Casing Pipe 355.6 mm NB, 6.4mm wall thk. API 5L Gr. B or equivalent M 100

Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any singlecrossings. 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 pipestring may vary depending upon site conditions, crossing methods, approved drawings etc. and/ ordecided by concerned Authority/ Engineer-in-charge.(iii) Exact centreline location of boring of 6" NB CS conduit for HDPE Ducts / OFC as a casing pipeshall be minimum 4.0m either side based on as installed centreline dimension of carrier pipe insidecasing pipe at all cased crossing. The cover to top of casing pipe for HDPE Ducts / OFC shall besame as cover to top of the pipeline/ casing pipe as applicable.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 21 of 28681

Page 682: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

15.0 PERMANENT MARKERSSupply, fabrication and installation of following types of permanent markers along the route includingall associated civil works such as excavation in all types of soil, construction of pedestals andgrouting with concrete, cleaning, supply and application of approved colour and quality of primer andpaint, stencil letter cutting for numbers, direction, chainage, etc., restoration of area to originalcondition and performing all works as per drawings, specifications and instructions of Engineer-in-charge.

15.1 Pipeline Warning Signs Nos. 50

15.2 Right-of-way boundary markers Nos. 300

15.3 Kilometer Posts Nos. 75

15.4 Direction Markers Nos. 45

15.5 Aerial Markers Nos. 12

15.6 Navigable Waterway Markers Nos. 5

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 timeof taking delivery by Contractor, including performing all works as per specifications and directions ofEngineer-in-charge.

16.1 Repair of coating defects in 3-Layer PE Coating Line PipeRepair of Holiday in CoatingSupply of all coating repair materials as per specification to be compatible with line pipe coatingmaterial 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 ofcoating 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 accordancewith the relevant specification and instructions of Engineer-in-charge. This rate shall be applicableper sq.cm of the exposed steel area.

cm2 400

16.2 Repair of Defects in Pipesi) Cutting and rebevelling (dents / damage in bevels exceeding 3mm in depth) No. 20

ii) Jack out (dents in bevels ranging between 1mm and 3mm in depth) No. 20

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 22 of 28682

Page 683: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

17.0 LEAKS/ BURSTS (Attributable to Owner)17.1 Major Leak/ Bursts (Detected by visual method) : All works for locating & detection of leak/ burst

(occurred during hydrostatic testing) including necessary repairing/ replacing defective pipe lengths,including cutting out and removing the defective pipe, pretesting the replacement pipe, welding intomainline, 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 andinputs other than Owner supplied materials and performing all works as per drawings, specificationsenclosed with the tender/ contract document and directions of Engineer-in-charge

17.1.1 Major leak (Detected by visual method) For pipeline size 406.4 mm (16") NB Nos. 1

17.1.2 Major leak (Detected by visual method) For pipeline size 219.1 mm (8") NB Nos. 1

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 perapproved procedure by Contractor with a view that completion of all activity for successfulhydrotesting 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 orany 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 thedefective pipe, pretesting the replacement pipe, welding into mainline, and NDT of welds, repair andre-testing of defective welds, coating of welded joints, clean-up, retesting the full test section ofpipeline including providing all labour, materials, consumables and inputs other than Owner suppliedmaterials and performing all works as per drawings, specifications enclosed with the tender/ contractdocument and directions of Engineer-in-charge

17.2.1 Minor leak (Detected by sectionalizing method) For pipeline size 406.4 mm (16") NB Nos. 1

17.2.2 Minor leak (Detected by sectionalizing method) For pipeline size 219.1 mm (8") NB Nos. 1

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 perapproved procedure by Contractor with a view that completion of all activity for successfulhydrotesting is not inordinalely extended which will hamper the overall project schedule.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 23 of 28683

Page 684: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

18.0 LONG RADIUS BENDS18.1 Supply of Long Radius Bends (R = 6D) for 16" dia.pipe, X-70 (thk. 11.1 mm) / X-80 ( thk. 9.5 mm) as

per T.S. (No. MEC/TS/05/62/015) & Data Sheet No. MEC/23M9/05/21/M/001/DS-015 enclosed inTender Document (Bare pipe for LR Bends shall be free issue to the contractor).

a) 20° - 30° Nos. 10

b) 31° - 45° Nos. 6

c) 46° - 60° Nos. 5

d) 61° - 90° Nos. 8

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 TenderDocument (Bare pipe for LR Bends shall be free issue to the contractor).

a) 20° - 30° Nos. 5

b) 31° - 45° Nos. 5

c) 46° - 60° Nos. 5

d) 61° - 90° Nos. 10

18.3 Supply of Long Radius Bends (R = 3D) for 8" dia.pipe, X-56 (thk. 7.9mm) (No free issue material willbe supplied).

a) 20° - 30°, MSS-SP-75, Gr. WPHY-56, 7.9 mm thk. Nos. 5

b) 31° - 45°, MSS-SP-75, Gr. WPHY-56, 7.9 mm thk. Nos. 5

c) 46° - 60°, MSS-SP-75, Gr. WPHY-56, 7.9 mm thk. Nos. 5

d) 61° - 90°, MSS-SP-75, Gr. WPHY-56, 7.9 mm thk. Nos. 10

Note : The quantities of LR Bends may vary. For final quantity, approval shall be taken by EIC beforeorder.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 24 of 28684

Page 685: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

19.0 VALVE PITSAll 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 pipeat valve pits, providing cover,sand filling etc. and finishing , clean-up and restoration of site, filling andgrading of area around valve station for avoiding any local flooding of area, as per typical drawingenclosed and instructions of Engineer-in-charge.

a) Valve Pit of Size (2.5m x 2.0m x 2.7m) No. 5

b) Valve Pit of Size (1.5m x 1.5m x 2.7m) No. 20

c) Valve Pit of Size (1.5m x 1.0m x 2.7m) No. 10

d) Valve Pit of Size (2.0m x 1.5m x 2.7m) No. 5

20.0 Magnetic Cleaning and Electronic Geometry Pigging

Mobilisation/demobilisation of pigging tools, tackles, consumables, accessories and personnel bycontractor at work site including but not limited to magnet pig, electronic geometry pigs and pigtracking device, temporary launcher and receiver as per specification and other provision of the biddocument including supply of material, equipment, manpower, etc. as required for geometryinspection and magnet cleaning of Section-II including calibration of magnetic and caliper tools atworks site, running of adequate no. of magnet pigs and electronic geometry pigs (caliper) includingpig tracking at 5 to 10 Km interval, preparation of site report on pipeline, data analysis at Contractorsfacility as per specification and provisions of the Bid Document.

20.1 Pipeline from Despatch Terminal at Saharanpur to Receiving Terminal at Haridwar LS / Km 64

20.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL LS / Km 16

21.0 PRE-COMMISSIONING AND COMMISSIONING ASSISTANCE FOR ENTIRE UNDERGROUNDPIPELINE AND TERMINALS / STATIONS. Pre-commissioning activities and pre-commissioning checks to the specified acceptance criteria,making the entire pipeline system ready for commissioning, providing assistance during the completeduration of commissioning operations, supply of all equipment, manpower, consumables (includingpigs and required quantity of nitrogen for valve operations) materials for all temporary works andperforming all associated works, complete as per the relevant specifications, other provisions ofContract document and instructions of Engineer-in-Charge.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 25 of 28685

Page 686: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

21.1 Precommissioning Checks21.1.1 Note:- Pre-commissioning of pipeline from Despatch Terminal at Saharanpur to Receiving Terminal at

Haridwar including terminals / stations. LS / Km 64

21.1.2 Note:- Pre-commissioning of pipeline from Receiving Terminal at Haridwar to BHEL & SIDCULincluding terminals / stations.

LS / Km 16

21.2 Dewatering 21.2.1 Note:- Dewatering of pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar

including terminals / stations. LS / Km 64

21.2.2 Note:- Dewatering of pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL includingterminals / stations.

LS / Km 16

21.3 Swabbing 21.3.1 Note:- Swabbing of pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar

including terminals / stations. LS / Km 64

21.3.2 Note:- Swabbing of pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL includingterminals / stations.

LS / Km 16

21.4 Drying 21.4.1 Note:- Drying of pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar

including terminals / stations. LS / Km 64

21.4.2 Note:- Drying of pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL including terminals/ stations.

LS / Km 16

21.5 Commissioning assistance 21.5.1 Note:- Commissioning assistance of pipeline from Despatch Terminal Saharanpur to Receiving

Terminal at Haridwar including terminals / stations. LS / Km 64

21.5.2 Note:- Commissioning assistance of pipeline from Receiving Terminal at Haridwar to BHEL &SIDCUL including terminals / stations.

LS / Km 16

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 26 of 28686

Page 687: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

22.0 VIDEOGRAPHY

Carried out the videography of the entire pipeline construction activities. The work shall be carry out intwo phases.Videography of the entire route prior to construction activities i.e. pipeline route, location of variousstations, TOP, all crossing like road / railways, river, etc. Videography during construction activities of Mainline Works i.e. String, Welding, Radiography, JointCoating, Lowering, Backfilling, etc. performing all works as per specification of EIC and otherprovision of contract document.

22.1 Pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar LS / Km 64

22.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL LS / Km 16

23.0 IDLE TIME PRESERVATION:

23.1 Preservation of complete pipeline including sub sections, associated facilities and terminal facilities (installed by Contractor) for a period of one month and its maintenance by filling and pressurising with nitrogen to a positive pressure of 2 bars (g). Supply and maintenance of nitrogen at required pressure, including supply of all consumables, nitrogen, all equipment, manpower, etc., complete as per requirement of specifications, other provisions of contract document and instruction of Engineer In-charge.

23.1.1 Pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar LS / Km 64

23.1.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL LS / Km 16

23.2 All work as defined in Sl No. 23.1 for a period of 3 month.

23.2.1 Pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar LS / Km 64

23.2.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL LS / Km 16

23.3 All work as defined in Sl No. 23.1 for a period of 6 month.

23.3.1 Pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar LS / Km 64

23.3.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL LS / Km 16

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 27 of 28687

Page 688: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1 MAINLINE WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

24.0 PIPELINE INFORMATION MANAGEMENT SYSTEM:Providing pipeline information management system using web based software as per specification no. MEC/S/05/21/20, Rev. 0 for monitoring pipeline construction progress and providing all "As Built" data & drawings for entire length of pipeline in Section-II.

24.1 Pipeline from Despatch Terminal Saharanpur to Receiving Terminal at Haridwar LS / Km 64

24.2 Pipeline from Receiving Terminal at Haridwar to BHEL & SIDCUL LS / Km 16

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 fromGAIL's Dumpyard in Badaur (Punjab) and its transportation to contractor's own stock yard near worksite(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) atLudhiana, loading on trucks / trailers, transportation, unloading & stacking on wooden sleepers atcontractor's own stock yard near work site(s) at Saharanpur. Above work shall be carried out as perstandard drawing, specification, instruction of Owner and other provision of contract document.

Specified OD Thk (mm) Material Coating Type Length of each pipemm (inch)

25.1 609.8 (24") 8.7/9.5 mm API 5L Gr.X-70 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 andinstructions / recommendations of Owner. The unit rate shall be operated to work out the finalpayment 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. Noother 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. In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies).In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :Tender No.: _____________________________________________________ Designation :Offer No. & Date : ________________________________________________ Seal :

Total Amount of quoted price (inclusive of all applicable taxes & duties except Service Tax )

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Mainline(Section-II)/SOR-1, Rev-0 Page 28 of 28688

Page 689: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

SCHEDULE OF RATES

FOR 2-I) CATHODIC PROTECTION WORKS

[SOR. No. 05/21/23M9/CP(Section-II)/SOR-02(I), Rev-0]

689

Page 690: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2-(I) CATHODIC PROTECTION WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency 1.0 TEMPORARY CATHODIC PROTECTION SYSTEM1.1 Survey, design, detailed engineering, supply, installation, testing and commissioning of the

temporary cathodic protection system using Mg/ Zn galvanic anodes to protect the externalsurface of 16” x 64 Km (Approx.) from SV cum Despatch Terminal at Saharanpur to Receivingcum distribution Terminal at Haridwar & 8”x16Km (Approx.) from Receiving cum distributionTerminal at Haridwar to Receiving Terminal at BHEL & SIDCUL in SECTION-II againstcorrosion for design life of minimum 2 years or till the commissioning of PCP system,whichever is later as per standard specification No. MEC/TS/05/21/016A for temporarycathodic protection system, scope of work.Scope shall also include but not limited to the following for completion of jobs:-

Lumpsum 1

- Measurement of soil resistivity along the right of way of the main pipeline & take soil sample atevery 1.00 kM for its chemical & microbial analysis along the pipeline route as per specificationfor corrosion survey.

- Collection of additional data related to cathodic protection along the right of way of pipeline asper standard specifications.

- Supply, installation, testing & commissioning of one set of spark gap arrestor across eachinsulating joint provided at dispatch terminal, receiving terminal, tap-off, SV & variousconsumer terminals as per P&ID / specification. The pipeline shall be earthed through GI earthelectrodes with separate earth pit for grounding of un-protected/above ground pipeline. Theresistance to earth of grounding shall be limited to 5 ohms max.

- Supply, installation, testing & commissioning one set of polarization cell with zinc anode at allhigh 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 locationof 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 O’clock 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 beprovided along the pipeline at marshy areas and at vulnerable locations to monitor the externalcorrosion activity on the pipeline. Location of external ER probe shall be decided during detailengineering.

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II SOR.No. 05/21/23M9/CP(Section-II)/SOR-02(I), Rev-0 Page 1 of 2690

Page 691: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2-(I) CATHODIC PROTECTION WORKS FOR SECTION-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

- 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 atmarshy areas and at vulnerable locations to monitor the external corrosion activity on thepipeline as per enclosed standard specification. Location of external Polarisation coupons shallbe 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. In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties except Service Tax )

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II SOR.No. 05/21/23M9/CP(Section-II)/SOR-02(I), Rev-0 Page 2 of 2691

Page 692: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

SCHEDULE OF RATES

FOR 2-II) CORROSION MONITORING SYSTEM WORKS

[SOR. No. 05/21/23M9/CMS(Section-II)/SOR-02(II), Rev-0]

692

Page 693: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency 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 asper Job specification of Corrosion Monitoring System at Despatch terminal Saharanpur & Receivingterminal at Haridwar.

Nos. 2

2.0 Supply of spare flush mounted ER probes body SS 316, with mild steel element as per pipe materialAPI 5L X -80/70 and the element thickness 10 mils, suitable for measurement of Corrosion rate in therange of 0-10 mpy as per Job specification of Corrosion Monitoring System at Despatch terminalSaharanpur & Receiving terminal at Haridwar.

Nos. 2

3.0 Design, engineering, supply of 2" NB, 5.25" height, flare weld Access fitting assembly ( non-tee), bodycarbon steel, acme thread outlet with hollow plug assembly in AISI-316 along with heavy dutyprotective CS cover, essential spare Rating 6000 psi and sustained design temperature of 65 DEG.Cetc. for ER Probes as per Job specification of Corrosion Monitoring System at Despatch terminalSaharanpur & Receiving terminal at Haridwar.

Nos. 2

4.0 Design, Engineering, supply, testing & commissioning of ER Probe panel mounted transmitters withmounting bracket and receivers (corrosion meter) connecting to UPS and suitable to interfacing withDCS / SCADA along with all accessories for ER Probes as per Job specification of CorrosionMonitoring System at Despatch terminal Saharanpur & Receiving terminal at Haridwar.

Nos. 2

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. 2

6.0 Installation of ER probes, access fitting assemblies, Transmitters and Receivers and interface withDCS / SCADA without hot tapping, but including welding with the pipeline, testing & commissioning atDespatch terminal Saharanpur & Receiving terminal at Haridwar.

Nos. 2

7.0 Design, engineering, supply of mild steel flush disc coupons of 1.25" dia & 0.125" thickness as perJob specification of Corrosion Monitoring System at Despatch terminal Saharanpur & Receivingterminal at Haridwar. The coupons shall be of pipe material grade API 5L X-80/70.

Nos. 10

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

SOR.No. 05/21/23M9/CMS(Section-II)/SOR-02(II), Rev-0 Page 1 of 3693

Page 694: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

8.0 Design, engineering, supply of retrievable coupon holders of SS 316 for flush disc coupon as per Jobspecification of Corrosion Monitoring System at Despatch terminal Saharanpur & Receiving terminalat Haridwar.

Nos. 2

9.0 Design, engineering, supply of 2" NB, 5.25" height, flare weld Access fitting assembly (non-tee) withsolid plug assembly of SS 316 alongwith heavy duty protective CS cover, essential spare etc. as perJob specification of Corrosion Monitoring System at Despatch terminal Saharanpur & Receivingterminal at Haridwar.

Nos. 2

10.0 Installation of coupons with coupon holder and access fitting assembly including hot tapping & weldingwith the pipeline, testing & commissioning at Despatch terminal Saharanpur & Receiving terminal atHaridwar.

Nos. 2

11.0 Installation of coupons with coupon holder and access fitting assembly without hot tapping butincluding welding with the pipeline, testing & commissioning at Despatch terminal Saharanpur &Receiving terminal at Haridwar.

Nos. 2

12.0 Supply and installation of all connecting cables from ER Probe location to control room to interfacewith 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 Jobspecification of Corrosion Monitoring System at Despatch terminal Saharanpur & Receiving terminalat Haridwar.

Nos. 2

14.0 Supply and installation of service valve kit with all accessories as per Job specification of CorrosionMonitoring System at Despatch terminal Saharanpur & Receiving terminal at Haridwar.

Nos. 2

15.0 If required, construction of concrete pits shall be provided with removable closure with minimum gapof 1.5 meters below the position of pipeline for retrieval of ER probes and coupons at Despatchterminal Saharanpur & Receiving terminal at Haridwar.

LS 1

SOR.No. 05/21/23M9/CMS(Section-II)/SOR-02(II), Rev-0 Page 2 of 3694

Page 695: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

2-(II) CORROSION MONITORING SYSTEM FOR SECTON-IISl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

16.0 Training of client personel. LS 1

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 Guaranteesc)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 shouldbe necessary space of at least 1.5 meters for the retrieval of the ER Probes and coupons. A concretepit 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'sinstructions 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 ofcalibration along with dates/days.8. Vendor shall be quoted separately i.e, with hot tapping & without hot tapping as the any of therequirement 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.In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies).In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Tender No.: _____________________________________________________ Seal :Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties except Service

Tax )

SOR.No. 05/21/23M9/CMS(Section-II)/SOR-02(II), Rev-0 Page 3 of 3695

Page 696: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

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

Page 697: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency 1.0 PLANT PIPING (ABOVEGROUND) FABRICATION, ERECTION, INSTALLATION

AND TESTING OF PIPING :

Transportation including loading, unloading, handling of all piping items fromOwner's and/ or Contractor's storage point to work at site/ workshop as applicable,complete work of fabrication, erection, painting, testing of pipes, flanges and fittingsand making ready for further Commissioning / Start-up of carbon steel piping of allsizes and ratings including supply of all consumables, equipment, manpower andother resources and execution of, but not limited to, the following works inaccordance with relevant specifications indicated in SCC & scope of work indicatedin SCC, drawings, specification and instructions of Engineer-in-charge and as perall provisions of the CONTRACT DOCUMENT.

- Fabrication including cutting, edge preparation, inclusive of grinding the edges ofpipes, fittings, flanges etc. to match with the matching edges of uneven/differentthickness wherever required, welding, attachment of all pipe fittings like elbows,tees, reducers. Supply of nipples, coupling etc. as required for completion of job.

- Weldolets, sockolets, flanges, vent and drain point connection etc., includingproviding stub-in connections, fabricated fittings and reinforcement pads etc., asrequired.

- Erection including prior cleaning, lifting, placing on pipe sleepers and supports,overhead on racks, skids and at all elevations including installation and carrying outconnected activities for all types of valves including supply and fixing of gaskets,studs/ bolts, nuts wherever required for all sizes, levelling, aligning, joining offlanges, blind flanges, connecting with equipment, nozzles, strainers, tie-in withexisting 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 ofEngineer-in-charge.

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 1 of 14697

Page 698: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

- Painting of entire system (including aboveground all pipes fittings, flanges andaccessories) as per specification MEC/S/05/21/07 suitable for highly corrosive areaenvironment including supply of approved paints and primers, application of primerand paints, indentification lettering/ numbering, colour coding, etc. as specifiedincluding rub down & touch up of shop primer or scrapping of shop primer whereverrequired by COMPANY and providing scaffolding for all heights etc.

- Cleaning and flushing by water/ compressed air, testing of the systems includinghydrostatic, pneumatic and any other type of testing as specified, draining, dryingby compressed air/other methods approved by COMPANY.

- Precommissioning & making operational all piping system and equipments andprovide all necessary assistance in term of supply of man-power, equipment, toolsand tackles required amount of nitrogen for purging of entire terminal piping systemincluding equipments etc.

- Clean-up and restoration of site, preparation of as built drawings, documents andproject records; transportation of surplus free issue material to Owner's designatedplac(s); completing all works in all respects as per the AFC drawing, specifications,standards and other provisions of Contract and instruction of Engineer-in-charge.

- Completion of all such work in all respects as per scope of work and as perdrawings, specifications and instructions of the COMPANY and keeping the systemready in all respects for commissioning and start up.

- Hook-up works (with client/ consumer piping at battery limits) wherever required.

1.1 Complete Carbon Steel Piping Work with painting including all fittings, flanges andsupply of all required gaskets, studs bolts & nuts etc. as described under item 1.0above D1A

1.1.1 API 5L, Gr. X-52, PSL-2, SAW, BE m 16" NB 17.5 36

1.1.2 API 5L, Gr. X-52, PSL-2, Seamless, BE m 12" NB S60 6

1.1.3 API 5L, Gr. B, PSL-2, Seamless, BE m 8" NB 14.3 24

1.1.4 ASTM A 106 Gr. B (Charpy), Seamless, BE m 6" NB XS 78

1.1.5 ASTM A 106 Gr. B (Charpy), Seamless, BE m 4" NB XS 48

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 2 of 14698

Page 699: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

1.1.6 ASTM A 106 Gr. B (Charpy), Seamless, BE m 2" NB S80 24

1.1.7 ASTM A 106 Gr. B, Seamless, PE m 1½" NB S80 6

1.1.8 ASTM A 106 Gr. B, Seamless, PE m 1" NB S80 6

1.1.9 ASTM A 106 Gr. B, Seamless, PE m ¾" NB S160 6

1.1.10 ASTM A 106 Gr. B, Seamless, PE m ½" NB S160 6

D4A1.1.11 ASTM A333 Grade 6 Seamless, BE m 6" NB XS 48

1.1.12 ASTM A 333 Gr. 6, Seamless, BE m 4" NB XS 36

1.1.13 ASTM A333 Grade 6 Seamless, PE m ½" NB S160 6

B1A1.1.4 API 5L, Gr. B, PSL-2, Seamless, BE m 10" NB STD 6

1.1.15 API 5L, Gr. B, PSL-2, Seamless, BE m 8" NB 7.9 6

1.1.16 ASTM A 106 Gr. B (Charpy), Seamless, BE m 4" NB S40 12

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 wallthickness. However, in case of misalignment, Contractor shall have to do endpreparation without any extra cost. 3) All coupling, nipples etc. as required shall be suplied by contractor but noseparate payments shall be made as it is covered under erection rate.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 3 of 14699

Page 700: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2.0 SUPPLY OF ASSORTED PIPE, FITTINGS AND FLANGESComplete work of supply of pipes, flanges and fittings including all taxes, duties,transportation and inspection charges but not limited to, the following items inaccordance with relevant specifications indicated in scope of work indicated inSCC, drawings, specification and instructions of Engineer-in-charge and as per allprovisions of the CONTRACT DOCUMENT.

- Handling including lifting, transportation from Contractor Stores to CONTRACTOR'sworkshop for fabrication and/ or to work site for field fabrication and erection for allpiping items supplied by Contractor.

2.1 CARBON STEEL PIPES

D1A2.1.1 API 5L, Gr. X-52, PSL-2, SAW, BE m 16" NB 17.5 36

2.1.2 API 5L, Gr. X-52, PSL-2, Seamless, BE m 12" NB S60 6

2.1.3 API 5L, Gr. B, PSL-2, Seamless, BE m 8" NB 14.3 24

2.1.4 ASTM A 106 Gr. B (Charpy), Seamless, BE m 6" NB XS 78

2.1.5 ASTM A 106 Gr. B (Charpy), Seamless, BE m 4" NB XS 48

2.1.6 ASTM A 106 Gr. B (Charpy), Seamless, BE m 2" NB S80 24

2.1.7 ASTM A 106 Gr. B, Seamless, PE m 1½" NB S80 6

2.1.8 ASTM A 106 Gr. B, Seamless, PE m 1" NB S80 6

2.1.9 ASTM A 106 Gr. B, Seamless, PE m ¾" NB S160 6

2.1.10 ASTM A106 Grade 6 Seamless, PE m ½" NB S160 6

D4A2.1.11 ASTM A333 Grade 6 Seamless, BE m 6" NB XS 48

2.1.12 ASTM A 333 Gr. 6, Seamless, BE m 4" NB XS 36

2.1.13 ASTM A333 Grade 6 Seamless, PE m ½" NB S160 6

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 4 of 14700

Page 701: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

B1A2.1.14 API 5L, Gr. B, PSL-2, Seamless, BE m 10" NB STD 6

2.1.15 API 5L, Gr. B, PSL-2, Seamless, BE m 8" NB 7.9 6

2.1.16 ASTM A 106 Gr. B (Charpy), Seamless, BE m 4" NB S40 12

2.2 FLANGES

2.2.1 Weld Neck [B-16.5, ASTM A694, Gr. F-52 (Charpy), 125 AARH, RF] Nos. 16" 600# 5(End Thickness to match pipe thickness)

2.2.2 Nos. 12" 600# 1

2.2.3 Weld Neck [B-16.5, ASTM A105, (Charpy), 125 AARH, RF] Nos. 10" 300# 2(End Thickness to match pipe thickness)

2.2.4 Nos. 8" 600# 4

2.2.5 Nos. 8" 300# 6

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

2.2.10 Nos. 2" 600# 8

2.2.11 Socket Welded (B-16.5, ASTM A105, 125 AARH, RF) Nos. 1½" 600# 4

2.2.12 Nos. 1½" 300# 6

2.2.13 Nos. 1" 600# 4

2.2.14 Socket Welded [B-16.5, ASTM A 350 GR. LF2, Cl.-1, 125 AARH, RF] Nos. ½" 600# 2(End Thickness to match pipe thickness)

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 5 of 14701

Page 702: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2.2.15 Blind Flanges (B-16.5, ASTM A105 (Charpy), 125 AARH, RF] Nos. 16" 600# 1

2.2.16 Nos. 10" 300# 2

2.2.17 Nos. 8" 600# 2

2.2.18 Nos. 8" 300# 2

2.2.19 Nos. 4" 600# 4

2.2.20 Nos. 4" 300# 4

2.2.21 Nos. 2" 600# 2

2.2.22 Blind Flanges (B-16.5, ASTM A105, 125 AARH, RF] Nos. 1½" 600# 2

2.2.23 Blind Flanges (B-16.5, ASTM A350, Gr. LF-2, Cl.-1, 125 AARH, RF] Nos. ½" 600# 2

2.2.24 Spectacle Blind [B-16.48, ASTM A105 (Charpy), 125 AARH, FF] Nos. 16" 600# 2

2.2.25 Nos. 8" 600# 2

2.2.26 Nos. 8" 300# 2

2.2.27 Nos. 6" 600# 4

2.2.28 Nos. 4" 600# 3

2.2.29 Nos. 4" 300# 3

2.2.30 Nos. 2" 600# 2

2.3 ELBOW

2.3.1 90° Elbow [MSS - SP - 75, Gr. WPHY-52, MSS - SP - 75, 1.5D, BW] Nos. 16" 17.5 6

2.3.2 Nos. 12" S60 3

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 6 of 14702

Page 703: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2.3.3 90° Elbow [ASTM A234, Gr. WPB (Charpy), B-16.9, 1.5D, BW] Nos. 8" 14.3 4

2.3.4 Nos. 6" XS 18

2.3.5 Nos. 4" XS 7

2.3.6 Nos. 2" S80 14

2.3.7 90° Elbow [ASTM A105, B-16.11, 1.5D, SW] Nos. ¾" 6000# 2

2.3.8 90° Elbow [ASTM A420, Gr. WPL-6, B-16.9, 1.5D, BW] Nos. 6" XS 4

2.3.9 45° Elbow [MSS - SP - 75, Gr. WPHY-52, MSS - SP - 75, 1.5D, BW] Nos. 16" 17.5 6

2.3.10 45° Elbow [ASTM A234 Gr. WPB (Charpy), 1.5 D, BW] Nos. 8" 14.3 4

2.4 TEE

2.4.1 Unequal Tee [MSS - SP - 75, Gr. WPHY-52, MSS - SP - 75, BW] Nos. 16" x 16" x 817.5x17.5x14.3 3

2.4.2 Nos. 16" x 16" x 617.5x17.5xXS 5

2.4.3 Unequal Tee [ASTM A234, Gr. WPB (Charpy), BW] Nos. 10" x 10" x 4TD x STD x S4 4

2.4.4 Nos. 10" x 10" x 8TD x STD x 7 2

2.4.5 Equal Tee [ASTM A234, Gr. WPB (Charpy), BW] Nos. 6" XS 3

2.4.6 Equal Tee [ASTM A105, SW, 6000#] Nos. ¾" S80 2

2.5 WELDOLET 2.5.1 ASTM A105 (Charpy), BW Nos. 16" x 4" 17.5 x XS 3

2.5.2 Nos. 16" x 2" 17.5 x S80 10

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 7 of 14703

Page 704: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2.6 SOCKOLET 2.6.1 ASTM A105, SW Nos. 16" x ¾" 6000# 6

2.6.2 Nos. 16" x 1½" 3000# 3

2.6.3 Nos. 8" x 1½" 3000# 4

2.6.4 ASTM A350, Gr. LF-2, SW Nos. 6"x½" 6000# 3

2.7 REDUCER 2.7.1 MSS - SP - 75, Gr. WPHY-52, MSS - SP - 75, BW Nos. 16" x 12" 17.5 x S60 2

2.8 QOEC (As per the data sheets enclosed in bid document)2.8.1 D4A Nos. 6" 600# 2

2.9 Transition Fitting 2.9.1 Transition Fitting as per drawing no. MEC/23M9/05/21/M/01 (Sheet 1 of 2 & Sheet

2 of 2) Nos. 16" 600# 2

3.0 ERECTION OF VALVES ( As per P & ID )

Handling including lifting and transportation from COMPANY's warehouse toCONTRACTOR'S Stores and/or work site and installation of all types of valves,insulating joint, flow tee including assembly of valve accessories, (if any) by bolting,threading or welding, supply and insertion of gaskets, nuts & bolts, nipples, etc. atall elevations of pipe sleepers, supports or overhead on racks, equipments nozzle,skid & painting etc. supply of all consumables, manpower, equipment, etc. forcompletion of all works as per scope of work and as per drawings, specificationsand instructions of Engineer-in-charge including servicing/ cleaning of valvewherever requried.

3.1 Flanged/ Welded Valves (Full Bore/ Reduced Bore)3.1.1 Ball/ Plug Valves Nos. 8" 600# 4

3.1.2 Nos. 8" 300# 4

3.1.3 Nos. 6" 600# 12

3.1.4 Nos. 4" 600# 6

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 8 of 14704

Page 705: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3.1.5 Nos. 4" 300# 8

3.1.6 Nos. 2" 600# 22

3.2 Socket Welded Valve (Ball / Plug Valves)3.2.1 Nos. ¾" 800# 15

3.2.2 Nos. ½" 800# 5

3.3 Ball Valve (Flanged / Welded End, AV/HOV/GOV)3.3.1 Nos. 16" 600# 6

4.0 Supply of ValvesComplete work of supply of valves including all taxes,duties,transportation andinspection charges but not limited to ,the following items in accordance withrelevant Specifications & relevant Data Sheets indicated in scope of work indicatedin SCC, drawings, specification and instructions of EIC and as perall provisions ofthe CONTRACT DOCUMENT.

4.1 Plug Valves D1A

4.1.1 RF Nos. 2" 600# 3

4.1.2 RF Nos. 4" 600# 3

4.1.3 BW Nos. 2" 600# 5

D4A 4.1.4 BW Nos. 6" 600# 2

4.1.5 SW Nos. ½" 800# 2

4.2 Ball Valves D1A

4.2.1 RF, RB Nos. 8" 600# 4

4.2.2 RF, RB Nos. 8" 300# 4

4.2.3 RF, RB Nos. 6" 600# 5

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 9 of 14705

Page 706: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

4.2.4 BW, RB Nos. 6" 600# 5

4.2.5 RF, RB Nos. 4" 600# 4

4.2.6 RF, RB Nos. 4" 300# 6

4.2.7 BW, RB Nos. 4" 600# 2

4.2.8 RF, RB Nos. 2" 600# 2

4.2.9 BW, RB Nos. 2" 600# 6

4.2.10 SW, FB Nos. ¾" 800# 10

5.0 SAFETY RELIEF VALVES Supply and Installation of safety relief valve (Tag No. 0103 & 0201) as per DataSheet on scrapper trap alongwith companion flanges and with all accessoriesincluding but not limited to gaskets, nuts, bolts, fixtures, clamps etc. required andproviding high vent for discharge. Installation shall as per API RP 520 final coat ofpainting, set pressure testing & commissioning and as per scope of work

5.1 PSV (on Scrapper Trap) Nos. - 600#/150# 2

6.0 PIPE SUPPORTS & OTHER STRUCTURES

6.1 Supply, fabrication and erection of all types of pipe supports like clamps, saddle,guide stops, cradles, turn buckles, anchors, T-posts; stockade/ trestle and pipebridge for overhead piping; frames for canopy, approach ladders and platforms,crossover, cable tray supports, etc. including painting suitable for highly corrosivearea 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 ratesquoted. These items will not be measured and paid seperately). The work is to becompleted in all respect as per scope of work and specification.

M.Ton. - - 6

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 10 of 14706

Page 707: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

7.0 RADIOGRAPHY

7.1

Performance of radiographic inspection by gamma radiation as per scope of workand as per specifications in piping of all types and thickness includingproviding/hiring of all necessary equipments, supply of all consumables, andwhatever else even though not expressely mentioned but required to perform thework as per specifications and instructions of Engineer-in-Charge (full circle re-radiography of the repaired joint and additional radiography necessitated due topoor performance of contractor's welder shall be carried out by the Contractor at hisown cost and shall not be paid extra by Company). Radiographs shall be submittedto the Engineer-in-Charge for acceptance, whose decision shall be final andbinding.

Nos. of Joint 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

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 11 of 14707

Page 708: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

8.0 POTABLE WATER PIPING

8.1 Complete supply, fabrication, erection, testing and commissioning of piping frombattery limit to inside terminal complete in all respects including supply, fabricationand erection of supports and their painting as per standard/ specification andinstruction of Engineer-in-charge. Piping material shall be IS:1239, Heavy,Galvanised pipe, fitting & valves etc.Piping (Rate for piping shall inlcude supply of pipes, fittings, flanges and any othermaterial mentioned above as required for completion of work).

8.1.1 m 1½" Hvy 60

8.1.2 m 1" Hvy 60

8.1.3 m ¾" Hvy 24

8.1.4 No. ½" Hvy 12

8.1.5 Threaded Valve No. 1" 800# 8

8.1.6 No. ¾" 800# 8

8.1.7 No. ½" 800# 8

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 12 of 14708

Page 709: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

9.0 ERECTION OF VESSELS, SKID & EQUIPMENTS9.1 Handling, including lifting, transportation from Company's stores to Contractor's

work-shop for fabrication or/ and to worksite for field fabrication, assembly of parts/sub-assemblies erection for all vessels, equipments supplied by company aboveground/ underground at all elevation/ depth, fixing of foundation bolts weldingwherever required, alinging, grouting, hooking-up, cleaning and flushing by waterdraining, drying by compressed air providing all mountings, ancilliary, enablingworks as required and completing in all respect as per drawings, specification andinstruction of Engineer-in-charge. Contractor's scope shall include supply of allmaterial and accessories including but not limited to any fixtures, clamps, gasket,nut bolts, finish coat of painting including rub down & touch up of shop primer/paint scrapping of shop primer/ paint and further their painting after application ofprimer as per specification, wherever required by Company.

Approx. erection weight and Details of major equipments are as under(Refer P&ID included with Tender).Details of major equipments are as under Details of Equipment Nos.

9.1.1 Scrapper Trap with Pig Handling Device 2 MT 24" x 16" 2

9.1.2 Metering Skid 1 MT 16" 25

9.1.3 Metering Skid 1 MT 4" 10

9.1.4 Chain Pulley Block 3 MT 6

10.0 LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER) FOR TERMINAL PIPING All works for leak/burst (occurring during hydrostatic testing) including necessaryrepair/replacement of defective pipe length, including cutting and removing outdefective pipes, welding, NDT of welds, repair and re-testing of defective welds,painting of welded joints, clean-up, re hydro testing of the pipe segment includingproviding all necessary equipments, labour, materials, consumables and inputsother than Owner supplied materials and performing all works as per drawings,specifications enclosed with the Contract and directions of Engineer-in-Charge.

Inch Mtr. 16

Note : This rate shall be applicable for manufacturing defects in Company suppliedmaterials only.

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 13 of 14709

Page 710: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(I) PIPING & MECHANICAL WORKS FOR SECTION-IISl. Description of Item Unit Size Rating/ Qty. CurrNo. Thk./

Sch.ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

11.0 UNLOADING OF FREE ISSUE MATERIAL

Complete work of unloading of Free Issue Materials (Valves, Scrapper Traps,Metering Skids, Insulating Joint, etc.) from Goods Carrier (i.e. Truck, Trailer, etc.)at GAIL's Designated Store near Haridwar. After unloading of free issue materialshall be placed / stacked inside the store at all elevations of racks including supplyof all associated consumables, manpower, equipment, etc. for completion of allworks as per instructions of Engineer-in-charge.

MT 40

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

____________________________________

Total Amount of quoted price (inclusive of allapplicable taxes & duties except Service Tax )

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-IISOR.No. 05/21/23M9/Piping&Mech(Section-II)/SOR-03(I), Rev-0 Page 14 of 14710

Page 711: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

SCHEDULE OF RATES FOR

3-(II) TERMINAL WORKS (CIVIL) [SOR. No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0]

711

Page 712: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-II Item Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency CIV-1 Earth work in excavation/site grading

Earth work in excavation in all kinds of soil except rock in any plan dimension up to 3.0 M depth including disposal of excavated earth up to any lead in all conditions, and disposal of surplus and unserviceable earth. Soil to be leveled and neatly dressed complete in all respect as per scope of work, detailed construction drawings, as per technical specifications and directions of the Engineer-in-charge.

M3 14000

( The Contractor shall take into account in his rate, the provision for excess excavation for necessary working space, slope etc., required for excavation and other allied works and refilling the side slopes and working space)(Rate to include cost of all labour, tools, tackles, equipment, hire charges, shoring,bailing and pumping out water etc. with all bye works and sundry works)

CIV-2 Earth work in filling Earth work in filling with good quality imported earth from approved source in the layers of 150 mm and compacted up to 95% to its MDD up to 3 m depth and any plan dimension including all testing, watering, rolling each layer with 1/2 tonne roller or wooden or steel rammers, and dressing / filling up ground depressions etc. complete in all respect as per scope of work, detailed construction drawings , as per technical specifications and directions of the Engineer-in-charge.

M3 22000

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, cost ofborrow earth by way of royalties, right of way, cess, and backfilling using serviceableearth in all conditions, etc. )

CIV-3 PLAIN CEMENT CONCRETEa) Supplying and laying plain cement concrete of grade M 15 with stone aggregate

20mm down grade (including shuttering if required) in all types of concrete worksincluding levelling courses below foundations, mass concrete works, chambers,cable trench, under floors and any other locations, at all levels and locations as perdrawings, specifications and directions of the Engineer-in-charge.

M3 500

b) Supplying and laying plain cement concrete of grade M 10 with stone aggregate40mm down grade (including shuttering if required) in all types of concrete worksincluding levelling courses below foundations, mass concrete works, chambers,cable trench, under floors and any other locations, at all levels and locations as perdrawings, specifications and directions of the Engineer-in-charge.

M3 75

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0 Pape 1 of 7712

Page 713: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-II Item Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

c) Supplying and laying plain cement concrete of grade M 7.5 with stone aggregate40mm down grade (including shuttering if required) in all types of concrete worksincluding levelling courses below foundations, mass concrete works, chambers,cable trench, under floors and any other locations, at all levels and locations as perdrawings, specifications and directions of the Engineer-in-charge.

M3 75

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials, shuttering in all conditions etc. with all bye works and sundry works.)

CIV-4 REINFORCED CEMENT CONCRETE IN SUB STRUCTURE WORKSProviding and laying reinforced cement concrete of grade M-20 with 20mm anddown grade crushed stone aggregate in all types of sub-structures like foundations,pedestals, pedestal bases, pipe supports, sleepers cable trench, RCC retaining wallfoundation for boundary wall including construction joints, bitumen painting onsurfaces in contact with soil, shuttering, supplying and fixing MS inserts, finishes etc.at all depths and levels complete as per drawings , specifications and directions ofthe Engineer-in-charge.

M3 200

1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials such as minimum 43 grade cement including sulphate resistant cementfor sub-structures, inserts, bolts, conduits, bitumen, excavation, PCC M-7.5 in mudmat, other minor construction materials, shuttering , staging, testing of concrete,curing etc. with all bye works and sundry works).

CIV-5 REINFORCED CEMENT CONCRETE IN SUPER STRUCTURE WORKSProviding and laying reinforced cement concrete of grade M-20 with 20 mm anddown grade crushed stone aggregate in all types of super-structures like columns,beams, except building superstructure if not covered elsewhere, pedestals, pipesupports, RCC retaining wall, boundary wall including construction joints, shuttering,supplying & fixing MS inserts, finishes etc. at all heights and levels complete as perdrawings , specifications and directions of the Engineer-in-charge.

M3 25

1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials such as minimum 43 grade cement including sulphate resistant cementfor super structures, inserts, bolts, conduits, other minor construction materials,shuttering , staging, testing of concrete, curing etc. with all bye works and sundryworks).

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0 Pape 2 of 7713

Page 714: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-II Item Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

CIV-6 Reinforcement steelSupplying 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.

MT 26

[ 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 BRICK WORKProviding 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 anddrawings with all bye-works and direction of the Engineer-in-charge.

M3 3700

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials such as minimum 43 grade cement, bricks, finishes, bitumen, otherminor construction materials, shuttering, staging, masonry work, plastering with 15mm thick cement plaster on exposed faces with 1:4 cement mortar( 1 cement : 4Sand) , painting with bitumen etc.. with all bye-works and sundry works complete asper drawings).

CIV-8 CONCRETE PAVEMENT Providing and laying reinforced cement concrete pavement 150 mm thick in M-20grade with 20 mm and down grade crushed stone aggregate in pavement, includingpreparation of base (i.e. compacted subgrade, 200 thk sand and 50 thk PCC M-10grade), leaving pockets if necessary, making recess, projections, fixing insertsconduit pipes (GI, PVC, HDPE, etc.) laying in alternate panels, filling the gapsbetween the panels with bitumen etc., making slopes, finishing edges, leaving barsfor pedestals & sleepers including providing sand fill isolation , shuttering, providingand fixing reinforcing steel, curing, chipping and modification works etc. as specifiedin any shape, thickness, position and finishing the top surface smooth as perrequirement etc. all complete as per drawings, specifications and directions of theEngineer-in-charge.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0 Pape 3 of 7714

Page 715: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-II Item Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

a) - 150mm thick in Pavements of Process Area (Type - 1) M2 900

b) - 150mm thick in Approach Roads (Type -2) M2 3000

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials, providing and fixing reinforcement steel, shuttering, earthwork inexcavation and backfilling using serviceable earth in all conditions, preparation ofbase, etc. with all bye works and sundry works. Cost of works towards pipe supports& sleepers being raised from pavement is covered under respective RCC items.)

CIV-9 BUILDING WORKS IN SV STATIONS AND GUARD ROOMS Construction & handing over of office building for Receiving Terminal, Despatch

Terminal and SV Stations & Guard Rooms complete in all respect as per drg. (to besupplied by Owner) and as per technical specification and directions of Engineer-in-charge. (Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply ofall materials such as minimum 43 grade cement, bricks, R/F steel, inserts, bolts,conduits, finishes, bitumen, other minor construction materials, shuttering, staging,earthwork in excavation and backfilling using serviceable earth in all conditions,shoring/ strutting, bailing and pumping out water, masonry work, plastering, painting,false ceiling, flooring, water proof treatment on roof, plumbing, sanitation, electricsetc. with all bye works and sundry works).

PAYMENT SCHEDULE : The payment schedule for this item shall be as follows:

1. 40% on casting of roof and completion of brickwork upto roof level.2. 50% on completion of all plumbing, sanitation, electrical, false ceiling, flooring,water proof treatment on roof, sewerage & finishing works inside and outside of thebuilding.3. 10% on handing over of the completed building to the owner.

a) Control Room Building/Guard Rooms M2 1100

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0 Pape 4 of 7715

Page 716: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-II Item Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

CIV-10 Compound wall Providing, constructing and finishing of compound wall in brick masonry 345 thk with 690x460 pillar at interval of 2.0 m or as specified in construction drawings, and height 3 m as per scope of work detail construction drawings, including plastering, coping, painting, whitewash, finishes all complete as per technical specifications and direction of the Engineer-In-Charge.

Rm 2700

[ 1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade cement, bricks (of strength not less than

7.5 N/mm2), finishes, bitumen, other minor construction materials, shuttering, staging, masonry work, DPC, coping, expansion gap filling with "Capcell" armoured board of "Supreme" make and white sealant material, plastering, exterior painting with "Apex" of "Asian paints" or "Weathershield" of "ICI" or " Weather" coat of "Berger Paints" etc. with all by works and sundry works.

2. Foundation / sub-structure to be paid under separate item].CIV-11 EXTERNAL WATER SUPPLY SYSTEM

Supply, laying and commissioning GI water supply piping with all fittings such as garden irrigation fittings, water meter, water connection, and all other fittings including earth cutting, filling, disposal of surplus earth, 2 (two) pumps and valves , bore well 150 dia & 100 m deep ( min) and submersible pumps including all accessories, panel, wiring all complete in all respects as per scope of work, detailed drawings , technical specifications and directions of the Engineer-in-charge.

Nos. 1

[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 PUMPSupply, 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 9

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0 Pape 5 of 7716

Page 717: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-II Item Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

CIV-13 PAVER BLOCK FLOORING Supply , construction and handing over of CC inter locking paver block 80 mm thick, I shape, rough finish, M-40 strength of approved brand laid over the sand bed of minimum 100 mm thick. The CC interlocking blocks to be of uniform Grey colour or as approved by EIC complete in all respects as per scope of work, detailed construction drawings, technical specifications and directions of the Engineer-in-charge.

M2 2100

[ 1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such paver blocks, cement, sand, earth work in excavation in cutting earth in all conditions, shuttering with all bye works and sundry works. Cable and pipe trench area will be deducted from forecourt area & and paid in SS tube trench in Forecourt ].

CIV-14 KERB STONE FIXINGProviding and fixing precast concrete Kerb stones (250 wide X 300 deep and 125thick) of M-25 grade or equivalent of approved make and shape at or near groundlevel as per approved pattern and setting in position with cement mortar 1:3 (onecement : 3 coarse sand) including the cost of required centering, shuttering andfinishing smooth with 6 mm thick cement plaster 1:3 (1 cement : 3 fine sand)wherever required over 75 mm thick PCC M-10 levelling course, complete in allrespects as per scope of work, detailed construction drawings, technicalspecifications and directions of the Engineer-In-Charge.

Rm 1300

[ Rate to include all labour, tools, tackles, factory manufactured & steam cured KerbStones, shuttering, transportation, water charges, earth work if any , PCC etccomplete]

CIV-15 SOAK PIT AND SEPTIC TANK Providing and construction of septic tank and soak pit in brick masonry and base and top slab in RCC M20 complete in all respect as per scope of work, detailed construction drawings , technical specifications and directions of the Engineer-in-charge.

Nos. 10

[1. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade cement including chemical resistant paint for sub-structures, bricks, inserts, bolts, covers, aggregates/ sand fill conduits, finishes, bitumen, other minor construction materials, shuttering , staging, earthwork in excavation and backfilling using serviceable/ borrow earth in all conditions, shoring/strutting, bailing and pumping out water, masonry work, plastering, plumbing, sanitation, etc. with all bye works and sundry works.]

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0 Pape 6 of 7717

Page 718: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(II) CIVIL WORKS FOR SECTION-II Item Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

CIV-16 VALVE PIT

a) Construction and handing over of Brick Valve Pit of approx. 2m x 1.5m & 2.7 m deepin 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 withthe tender.

No. 20

b) Construction and handing over of Brick Valve Pit of approx.3.0m x 2.5m & 2.7 mdeep in size (internal dimension) as per technical specification and direction ofengineer-in-charge complete in all respect. Scope of work shall be as per Sketchattached with the tender.

No. 5

.(Rate To Include All Bye Works And Sundry Works for any location) - Refer"PREAMBLE TO SCHEDULE OF QUANTITIES" (Valve Pit)

CIV-17 LAWN DEVELOPMENTPreparing the bed by scarifying existing surface, placing humus earth mixed withmanure/cow dung in the ratio of 8:1 for a depth of 30 cm, rough dressing, finedressing, levelling and flooding with water, planting of selection 1 species of grasswith 5 cm X 5 cm spacing as indicated by site incharge and thereafter maintenanceand watering for 45 days including all labours, tools, tackle, complete.

M2 5000

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 : _____________ Signature of Authorised Signatory

Name :Tender No.: _____________________________________________________ Designation :

Seal :Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties except

Service Tax )

In Figure :

In Word :

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Civil SOR.No. 05/21/23M9/Civil(Section-II)/SOR-03(II), Rev-0 Pape 7 of 7718

Page 719: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

SCHEDULE OF RATES FOR

3-(III) TERMINAL WORKS (STRUCTURAL) [SOR. No. 05/21/23M9/Strl.(Section-II)/SOR-03(III), Rev-0]

719

Page 720: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(III) STRUCTURAL WORKS FOR SECTION-IIItem Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency ST-1 Providing and fixing chain link Fencing

Supply, fabrication and erection of structures such as angle iron post , Channel post,Strainer and strut,etc.with necessary holes for fixing the chain link fencing,site assembly and finally erection of structures at appropriate location with painting as per specification,including 2.0m high G.I. Chain link fabric fencing mesh size 50x50x3.15 mm dia, with 0.5 m heigh barbed wire (type-A) as per IS:278-1978 shall be made from two strands of galvanized steel wire of nominal dia 2.5 mm twisted together fixed on angle iron posts with GI staples, turn buckles,all necessary fitting etc, including strengthening with 4 mm dia wire Nuts bolts and washer complete in all respects.All work as per Specification and drawings and as direction of the Engineer-In-Charge(excluding foundation and RCC beams Refer Standard drawing)

R.M 600

ST-2 Providing and fixing Fencing GatesSupplying, fabrication & fixing of fencing Mild steel gate 2.5m high with Chian link fencinmesh upto 2m height and 0.5m barbed wire fencing including all fixtures like MS Pivot,locking arrangement, tower bolt etc.complete in all respects including painting ,all work as per Specification and drawings and as direction of the Engineer-In-Charge (excluding foundations and RCC beams)

a) 2m Wide Gate Nos. 1b) 4m Wide Gate in two panel Nos. 5

ST-3 Steel structure Fabrication & ErectionSupply ,fabrication and erection of all types of pipes supports like clamps saddle,guide stops,cradles,turn buckles,anchors,T-post,stockade/trestle and pipe bridge for over head piping ,approach ladders and platform,crossover,cable tray supports,etc. including painting as per painting specification(Bolts,nuts,washer,U-clamps etc. shall be supplied by the contractor within the rates quoted.These items will not be measured and paid seperately).The work is to be completed in all respect as per drawings and techanical specification and direction of the Engineer-in-Charge

KG 1000

ST-4 Fabrication & Erection of MS GateSupply, fabrication and fixing in position steel entrance gate (as per the design shown in ttender drawing) supply of raw materials, transportation and delivery at site, unloading, storage and handling at site, site assembly and finally erection at appropriate locations. gates shall be fabricated out of channel and Sq Bar with all fixtures like MS Pivot, M.S sheet boxing ,locking arrangement, MS tower bolts, gate stopper, hold fast, MS wheel with ball bearing , MS tee bend to shape and embedded in the road surface for gate opening track , etc. including painting as per specification. The work is to be completed in all respect as per drawings and techanical specification and direction of the Engineer-in-Charge

a) 4.0m clear opening width of gate in two panels. No. 13

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Strl SOR.No. 05/21/23M9/Strl.(Section-II)/SOR-03(III), Rev-0 Pape 1 of 2720

Page 721: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(III) STRUCTURAL WORKS FOR SECTION-IIItem Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ST-5 Providing and fixing chequered plate coversProviding and fixing chequered plate in approved panel or over steel structure platform,cable and pipe trench including cutting, welding, hoisting, fixing in position,including painting as per specification, complete in all respect as per drawings , technical specifications and directions of the Engineer-In-Charge.

KG 500

Note:1 The quantities indicated are estimated values and hence are approximate. Final payment

will be made based on actual quantities to be certified by the Purchaser.2 The cost of MS bolts (permanent and service), washers,MS tower bolts, MS Wheel and

plate at bottom for rolling , electrodes,putty, gases, cost of straightening the raw materials,cutting of flats from plates and providing splices, paints, tools, plants, electricpower,water.otherconsumables, as required for the work shall be deemed to be included inthe quoted rates.

3 All handling and transport charges of raw materials and fabricated structures includingdouble handling, as required, for completion of work in accordance with time schedule, aredeemed be included in the quoted rates

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 : _____________ Signature of Authorised Signatory

Name :Tender No.: _____________________________________________________ Designation :

Seal :Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of allapplicable taxes & duties except Service Tax )

In Figure :

In Word :

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Strl SOR.No. 05/21/23M9/Strl.(Section-II)/SOR-03(III), Rev-0 Pape 2 of 2721

Page 722: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

SCHEDULE OF RATES FOR

3 - (IV) TERMINAL WORKS (ELECTRICAL) [SOR. No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0]

722

Page 723: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection1 Supply, installation, earthing, testing, commissioning of power distribution board

(PDB) and Lighting Distribution Board (LDB) :1(i) Supply, Installation, connection, earthing, testing, and commissioning of surface

mounted PDB for receiving terminal consisting of bus bar chamber, cable alley, 250Amp incomer TPN MCCB & 2 nos. 160 Amp TPN MCCB, 6 nos. 63 Amp TPNMCCB, 2nos. 45 Amp TPN MCCB, , 2 Nos 16 Amp DP MCB outgoing, completewith wiring, MFM (Multi Function Meter), indication lamp,ON, OFF, TRIP indication,ammeter, voltmeter etc including civil & mechanical work, labour and materials etcas per drawing, specification and the direction of Engineer-in-charge.

No. 1

1(ii) Supply, Installation, connection, earthing, testing, and commissioning of surfacemounted PDB for SV's terminal consisting of bus bar chamber, cable alley, 250Amp incomer TPN MCCB & 6 nos. 100 Amp TPN MCCB, 2 nos. 45 Amp TPNMCCB, 4 Nos 32 Amp TPN MCCB and 2 nos. 16 A outgoing, complete with wiring,MFM (Multi Function Meter), indication lamp, ON, OFF, TRIP indication, ammeter,voltmeter etc including civil & mechanical work, labour and materials etc as perdrawing, specification and the direction of Engineer-in-charge.

Nos. 2

1(iii) LIGHTING DISTRIBUTION BOARDSSupply, Installation, connection, earthing, testing, and commissioning of 415V/240Vlighting/power panels, wall mounting type in weather/ flame proof (with hingedcover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit completewith wiring, indication lamp, ammeter etc including all civil & mechanical work,labour and materials etc as per drawing, specification and the direction of Engineer-in-charge.

a) Recess/Surface mounted Lighting Panel (LDB-1) for receiving terminal forElectrical / Control Room Lighting Points Consisting of 45 Amp (100mA sensitivity) 4Pole RCCB as incomer and 14 nos. 10 A DP MCBs (Type B & C) & 2 nos. 16 A DPMCBs (Type C) as out goings complete with indication lamp etc.

No. 1

b) Recess/Surface mounted Lighting Panel (LDB-2) for receiving terminal for BuildingPower 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 MCBand 4 nos of 16A DP MCB as out goings complete with indication lamp etc.

No. 1

c) Recess/Surface mounted Outdoor Lighting Panel (LDB-3) for receiving terminalconsisting of 32 Amp (100mA sensitivity) 4 Pole RCCB as incomer and 7 nos. 10 ADP MCB and 2 nos. 32 A TPN MCB as out goings complete indication lamp etc.

No. 1

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 1 of 11723

Page 724: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

1(iv) Supply, Installation, connection, earthing, testing, and commissioning of 240Vlighting/power panels, wall mounting type in weather/ flame proof (with hingedcover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit completewith wiring, indication lamp, ammeter etc including all civil & mechanical work,labour and materials etc as per drawing, specification and the direction of Engineer-in-charge.

a) Recess/Surface mounted Lighting Panel (LDB-1) for SV station for Electrical /Control Room Lighting Points Consisting of 32 Amp (100mA sensitivity) 4 PoleRCCB as incomer and 8 nos. 10 A DP MCBs (Type B & C) as out goings completewith indication lamp etc.

Nos. 2

b) Recess/Surface mounted Lighting Panel (LDB-2) for SV station for Building PowerPoints, AC's etc consisting of 63 Amp (300mA sensitivity) 4 Pole RCCB as incomerand 2 Nos. 63A DP MCBs (Type C) & 4 Nos. 10A DP MCBs (Type C) as out goingscomplete with indication lamp etc.

Nos. 2

c) Recess/Surface mounted Lighting Panel (LDB-3) for SV station for Outdoor Lightingconsisting of 32 Amp (300mA sensitivity) 4 Pole RCCB as incomer and 4 Nos.10 ADP MCBs (Type C) and 2 nos. of 32 A TPN MCB as out goings complete withindication lamp etc.

Nos. 2

1(v) Supply, Installation, connection, earthing, testing, and commissioning of 415V/240Vlighting/power panels, wall mounting type in weather/ flame proof (with hingedcover) sheet steel enclosure of approved make having 4 Pole MCCB/RCCB (MCB +ELCB) as incoming and SP/ DP/TP MCB (10 KA type) for out going circuit completewith wiring, indication lamp, ammeter etc including all civil & mechanical work,labour and materials etc as per drawing, specification and the direction of Engineer-in-charge.

a) Recess/Surface mounted Emergency Lighting Panel (LDB-E2) for receiving,despatch and SV station for IndoorLighting Points Consisting of 32 Amp (100mAsensitivity) 2 Pole RCCB as incomer and 4 nos. 2 A SP & 4 nos. 1 A SPMCBs(Type B & C) as out goings complete with indication lamp etc.

Nos. 3

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 2 of 11724

Page 725: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2 i) Supply, installation, testing & commissioning of 800VA Inverter system with 150AhBattery backup with maintenance free lead-acid battery including wiring etc forEmergency lighting in control room, Telecom & SCADA room, Electrical room, I/Croom, Battery room & canteen (Make Inverter: Su-Kam, Genius, Microtek,Battery: Exide, Amaraja).

No. 1

ii) Supply, installation, testing & commissioning of 250VA Inverter system with150Ah Battery backup with maintenance free lead-acid battery including wiring etcfor 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).

Nos. 2

3 Supply, installation, testing, commissioning of the complete earthing and lightningprotection system, earth electrodes/ pit, earth main ring, earthing of electricalequipments, instrument panels, field instruments, process equipments and pipes/flanges including all associated civil & mechanical work with all material and labouras per drawing, specification and the direction of Engineer-in-charge.

a) Earth Pits- GI PIPE Electrode with 6 mm thick chequered plate cover Nos. 72b) Earth Pits- Copper plate Electrode with 6 mm thick chequered plate cover Nos. 23c) GI Strip (50X6) mm Mtr 500d) GI Strip (25X5) mm Mtr 625e) Copper Strip (25X3) mm Mtr 155f) GI Wire, wire rope and all balance earthing material including copper strip (50 mm x

2 mm thick) jumper for flanges etc as per the specification. Lot 1

g) GI lightning rod 25 mm dia. 1800 mm long including supply of all hardware labouretc. complete as per approved drawings, specifications and directions of Engineer-In-Charge.

Set 8

4 Supply, laying, termination, testing and commissioning of 1.1kV grade PVC LTpower and control cables (conforming to IS:1554 and MECON's specification) offollowing sizes in trenches, excavated under ground trench/trays, pulling throughpipes and its proper sealing, cutting of paved area, roads etc.

a) 3.5x 120 mm2 AYFY Mtr 200b) 3.5x 70 mm2 AYFY Mtr 95c) 3.5x 35 mm2 AYFY Mtr 50d) 3.5x 25 mm2 AYFY Mtr 60e) 4x6 mm2 YWY Mtr 300f) 4x4 mm2 YWY Mtr 40h) 4x2.5 mm2 YWY Mtr 1690i) 2 X 10 mm2 YWY Mtr 250j) 2 X 6 mm2 YWY Mtr 100k) 2 X 4 mm2 YWY Mtr 250l) 2 X 2.5 mm2 YWY Mtr 10

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 3 of 11725

Page 726: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

5 Supply of Installation/ erection accessories including, cable tags, cable marker,nickle plated lugs, double compressed brass cable glands, brassadaptar/reducers/nipples, fixing of metallic anchor fasteners for supporting of cabletrays and misc. electrical switchgear including all labour and materials complete asrequired and as per directions of Engineer-In-Charge.

Lot 1

6 Wiring for main/ submain with 4 x 6 sq.mm PVC insulated copper conductor singlecore cable/ wire in PVC conduit in recess/ trench as required.

Mtr 10

7 Supply, installation, testing, commissioning of lighting fixtures complete withmounting bracket, flame proof/non flame proof, control gear box as per the type offixture, lamps etc. including civil work with pipe inserts for cables and connectingwork, with all material and labour as per specifications, drawings and instruction ofEngineer-in-charge. Work to be completed in all respects.

a) Street lighting, non integral type flame proof well glass fixture(lighting fixture : TypeFLPW-1245 of M/s Baliga make or equivalent,150 W mercury vapour lamp) on 6mtrGI octagonal pole (Type BOP-6030 of Bajaj make or equivalent) complete withbracket, GI clamps for fixing flame proof control gear box as per standarddrawing(MEC/SD/05/E9/77/04) & specification (MEC/TS/05/E9/077B).

Set 18

b) Bracket mounted single frame proof flood light fixture (for 250W mercury vapourlamp) on building structure , lighting fixture type : FHF300 (AL) of M/s CG make orequivalent.

Set 1

c) Bracket mounted lighting fixture with lamp (for 250W MH lamp) on building/structure, lighting fixture type : MHSG1525IH/G of M/s CG make or equivalent

Set 10

d) High Mast lighting on a 20 m high pole suitable with 6 Nos. lighting fixtures (400WHPMV lamp) (As per attached data sheet, Make - M/s Bajaj or equivalent).

Set 1

8 POLE MOUNTED 11/0.433kV SUBSTATION WITH TRANSFORMERSupply, installation, Inspection,Transportation to site, erection on pole/pilnth, testingand commissioning of 11/0.433 kV outdoor type, 3Ph, 50Hz, copper wound, Dyn11,ONAN distribution transformer complete with all accessories as per IS 2026/1180 &MECON's specification & first oil filled of following rating as per the tender drawing,PJS, specification and the direction of Engineer-in-charge Termination arrangement for HV side : HT bushing & for LV side: Cable endbox/Terminal box.

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 4 of 11726

Page 727: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

(i) a) 100KVA Nos. 1b) 63KVA Nos. 3c) 25KVA Nos. 1Supply, 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 thefencing and gate, spreading of blue granite material, etc as required to complete theHT & LT installation as per the tender.

(ii) Supply, erection and commissioning of double pole Structure with MS joist ISMB200 x 100 mm, 11 m long complete with 100 x 50 mm MS channels of requiredlength 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 & discinsulators, operating rod, handle, locking arrangement, copper wire for jumperconnection, stay set (with 11kV Gay insulator, GI wire etc) complete all accessoriesetc as required inclusive of paint (two coats of primer & two coats of final aluminumpaint), civil, mechanical & earthing work i.e. concrete foundation etc.

Set 3

(iii) Supply, erection, testing and commissioning of MS joist ISMB 200X100mm, 11mlong complete with 100X50 mm MS channel of required length and size as per IErules for mounting of PIN type insulator with GI nut bolt, washer etc. as required forsupport of overhead line conductor, inclusive of painting (two coats of primer&twocoats of final aluminium paint) including civil, earthing & mechanical work i.e.concrete foundation etc.

Set 120

(iv) Supply, erection and commissioning of 11 kV, ACSR weasel conductor as requiredfor stringing between State Electricity Board Double pole and consumer double polestructures including all civil & mechanical work.

Mtr. 3000

(v) Installation, laying, termination, testing & commissioning of 3CX 11kV A2XFY, 95Sqmm HT cables including its termination kit (Heat shrinkable termination) forstringing between State Electricity Board Double pole and consumer double polestructures in trenches, excavated under ground trench/trays, pulling through pipesand its proper sealing, cutting of paved area, roads etc including all civil, mechanicalearthing work.

Mtr. 2000

(vi) Supply,erection and commissioning of outdoor type dust & weather proof sheet steel(2 mm thick) enclosed fuse switch unit of following rating for mounting on wall orpedestal.250A, 415V, 3 Pole & Neutral AC-23 duty and suitable for termination of 1 nos. (3.5x 95/120 sq.mm) AYFY cable on incomer terminals and 1 nos. (3.5 x 95/120 sq.mm)AYFY cable on outgoing terminals.

Nos. 3

(vii) Supply,erection and commissioning of material for chain link fencing of (height 2.5m) for the sub station area with ISA 50 x 50 x 6 mm angle and 4 mm thick weldedwire mesh and 1 no. gate (2x2 mtr.) complete with all material, lobour & weldingincluding civil & mechanial work.

Mtr. 80

(viii) Supply,erection and commissioning of 40 mm blue granite metal for spreading in thefenced area (approximately 5 m x 5 m)

Sqmtr 100

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 5 of 11727

Page 728: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

9 Supply, installation, testing & commissioning of point wiring as per details inconstruction drawing & specification (includes PVC conduits in ceiling, luminaries,sockets, lamps, industrial type heavy duty exhaust fans, ceiling fans, electronicspeed regulator, switches (ANCHOR ROMA make or equivalent) & switch-boards asmentioned below with Multi strand Flexible HR PVC insulated copper conductorwires/cables including wiring between LDBs to switchboards.

a) Light Point (i) Recess/surface mounted mirror type CFL fixture (type TLE211 of CG make or

equivalent).Nos. 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 122/128R of philips make or equivalent)

Nos. 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 equivalentincluding wiring (3 run of 1x4 Sqmm flexible Cu cord of 7 strand for PNE from LDB).

Nos. 46

d) 20 Amp sheet steel enclosed industrial type socket with 20 Amp DP MCB (Type C)for Air Conditioners including wiring (3 run of 1x4 Sqmm flexible Cu cord of 7 strandfor PNE from LDB).

Nos. 15

e) Ceiling Fan with electronic regulator (Energy Efficient, 50 W, 1200mm sweep) Nos. 33

10 Supply installation,testing and commissioning of latest model (4 stars BEE certified)2T split AC complete with remote, 5 KVA stablizer, MS Stand for outdoor unit etc.

Nos. 15

11 Supply, erection and commissioning of Flame proof, outdoor type 63 Amp. Weldingsocket AC-23 duty, interlocked with heavy duty switch.

Nos. 4

12 Supply & testing of portable type emergency lighting unit (7 W CFL Lamp) fed by aself- 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-In-Charge.(Preferred make Phillips, Bajaj, BPL)

Nos. 3

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 6 of 11728

Page 729: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

13 Supply and laying of following sizes of class 'B' G.I.Pipe in required length fixed onsteel, concrete or similar sructure, laid in trenches, ready to be buried in concreteincluding cutting, threading, bending and similar works, supply of clamps, small ironstructures, spacers and installation of seats, plugs, bushings etc. small civil works,including all labour and materials complete as per approved drawings anddirections of Engineer-In-Charge.

a) 50 mm NB Mtr 190b) 80 mm NB Mtr 90c) 100 mm NB Mtr 70

14 Supply and erection of following Hot Dip Galvanized Ladder/Perforated Type cabletrays (as per IS 2629) including bends, tee, crosses, horizontal and vertical splicesetc. as required including supply of all G.I hardwares, all labour and material asrequired as per standard drawings, specification and direction of Engineer-in-charge.

a) Ladder type, made from 50mm height and 2.5 mm thick sheet steel & galvanized(86 microns) of following sizes.

(i) 150 mm wide Mtrs. 190(ii) 300 mm wide Mtrs. 80b) Perforated type, made from 50mm height and 2.5 mm thick sheet steel & galvanized

(86 microns) of following sizes.(i) 150mm wide Mtrs. 310(ii) 300mm wide Mtrs. 80

15 Supply, fabrication and errection of MS base frame support for switch gear andbracket for misc. electrical equipment, cable and cable tray support out of roled MSsection, pipes, plates etc including welding, bolting, reveting, supply of necessaryanchor bolts and grouting etc supply of paints applying one coat of anti rust primertwo finish coats of approved synthetic enamel paints including bracking walls, floorsetc for structure as required including supply of all GI hardware materials includingall labour and materials complete as required and the direction of Engineer-in-charge

Lot 1

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 includingall labour and materials complete as per directions of Engineer-In-Charge,applicable standards and Indian Electricity rules.

a) Shock hazard charts complete with frame and glass Nos. 3b) First Aid Boxes Nos. 3c) 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.

Nos. 9

d) Caution boards including supply of necessary clamps, bolts and other hardware. Nos. 3

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 7 of 11729

Page 730: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

e) Single Line Diagram complete with frame and glass No. 3

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 includingcutting to required shape in running length and including all labour and materialsetc. complete and as per directions of Engineer-In-Charge as per applicable Indianor International standards and Indian Electricity Rules.

a) 11 KV grade of 2.5 mm thick Mtr. 120

18 Telephone & LAN Cable & Sockets :Supply, installation, testing & commissioning of point wiring for telephone socket,LAN sockets (Piano reed Type) in recess PVC conduit including PVC conduit,telephone socket, cable, accessories etc as required.

a) Socket for LAN cabling (Piano Reed Type) Nos. 21b) Socket for Telephone (Piano Reed Type) Nos. 19c) supply and laying of 10 pairs, 0.61mm, jelly filled/aerial self supporting armoured

Telephone Cable, including MDF box, accessories etc as required.Mtr. 220

d) UTP cable (CAT 6) , Make : D Link/Amp/Lucent Mtr. 140

19 (i) Design, manufacture, shop testing, inspection, packing , forwarding, delivery,installation, testing and commissioning at site of UPS systems as per specificationand following rating:

Set 1

a) 10KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS systemsuitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,AC with solid statevoltage stablizer for Bypass supply, ACDB and 12.0 hrs. Batterybackup (Ni-Cd, 1.2V) and battery capacity shall not be less than 195.0 KVAh (where KVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Lessthan 61.0 KW.

b) Dual Redundant rectifier system and DCDB as per Specification and following rating: i) 24 V Dc (1000 W), ii) -48V DC(500 W)

c) All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.

(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 1

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 8 of 11730

Page 731: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

19 (iii) Design, manufacture, shop testing, inspection, packing , forwarding, delivery,installation, testing and commissioning at site of UPS systems as per specificationand following rating:

Set 1

a) 5KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS systemsuitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,AC with solid statevoltage stablizer for Bypass supply, ACDB and 12.0 hrs. Batterybackup (Ni-Cd, 1.2V) and battery capacity shall not be less than 100.0 KVAh (where KVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Lessthan 30.0 KW.

b) Dual Redundant rectifier system and DCDB as per Specification and following rating: i) 24 V DC (1000 W), ii) -48V DC(500 W)

c) All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.

(iv) Recommended spares for 2 years operation & maintenance of UPS & Rectifier system( The list of recommended spares along with the item wise price shall be enclosed with the price part . Unpriced list of the recommended spares shall be enclosed with the technical part.)

Set 1

19 (v) Design, manufacture, shop testing, inspection, packing , forwarding, delivery,installation, testing and commissioning at site of UPS systems as per specificationand following rating:

Set 1

a) 3KVA, 230 V Single phase, 50 Hz, dual redundant industrial type, UPS systemsuitable for input Power supplyvoltage of 415 V, TPN, +/- 10%, output 230 V +/- 1%,AC with solid statevoltage stablizer for Bypass supply, ACDB and 4.0 hrs. Batterybackup (Ni-Cd, 1.2V) and battery capacity shall not be less than 24.0 KVAh ( whereKVAH = battery AH x 1.2 V x No. of cells). Charger rating Shall not be Less than 9.0KW.

b) Dual Redundant rectifier system and DCDB as per Specification and following rating: i) 24 V DC (1000 W), ii) -48 V DC(500 W)

c) All Interconnecting cables among UPS, Rectifier, battery Stand, ACDB/DCDB etc.

(vi) Recommended spares for 2 years operation & maintenance of UPS & Rectifier system( The list of recommended spares along with the item wise price shall be enclosed with the price part . Unpriced list of the recommended spares shall be enclosed with the technical part.)

Set 1

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 9 of 11731

Page 732: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

20 SOLAR SYSTEM FOR CATHODIC PROTECTION (PCP), INSTRUMENTATION ,SCADA, TELECOM, FIRE & ALARM SYSTEM

Design, manufacture, testing at works, supply, storage, Transportation to site,Installation, commissioning and performance test at site of complete SPV basedPower source with three days autonomy for 800W DC load for twenty four hours perday operation as per tender specification, data sheet, Scope of work and blockdiagram enclosed including commissioning spares as required & supply of Two yearoperation & maintenance spares as per Annexure-II of PJS. The system shall include (i) SPV array with junction boxes, Anodized AL/ Hot dipped Galvanized M-Steelstructure (ii) SPV charge controller (output 96V DC)(iii) Ni-Cd (1.2V/Cell) Battery Bank (96V DC) (iv) DC-DC Converter(output 24V DC)(v) DCDBs [24V](vi) Interconnecting cables among arrays, charge controller, battery bank, 3Phcharger, DCDB, junction boxes etc including supply of all accesssories like cableglands, tinned-cu lugs etc as required.vii) Earthing and lightning protection system as required to complete the system.

Set 2

Rating of SPV array and battery bank shall be selected to meet the loadrequirement as specified above. However, each subsystem rating shall not beless then the value given below I) Array Capacity = 9.6 KWpii) Battery Bank [128 KWHr] in 2x50% arrangementiii) DC-DC Converter (96V DC to 24V DC 1000W)

21 SOLAR SYSTEM FOR OUTDOOR EMERGENCY LIGHTINGDesign, manufacture, testing at works, supply, storage, Transportation to siteInstallation, commissioning and performance test at site of complete Solar Streetlighting system complete with GI pole and GI mounting bracket, control gear box,internal cable from fitting to junction box, and 2x11W CFL Lamp, 12 V 150Ah batterybackup with 150Wp solar array, earthing etc including pipe inserts for cables andconnecting work and commissioning spares as required, with all material and labouras per specifications, drawings and instruction of Engineer-in-charge. Nominalheight of GI pole shall be 6m. Work to be completed in all respects.

Set 9

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 10 of 11732

Page 733: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(IV) ELECTRICAL WORKS FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR)

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Foreign Currency

Amount

in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

22 415V 3Ph CHARGER FOR HYBRID SOLAR SYSTEM Design, manufacture, testing at works, supply, Storage, Transportation to siteInstallation, commissioning and performance test at site of complete 3 PhCHARGER (Automatic FCBC type) to charge the battery bank in sl.no. 20 abovefrom grid supply including commissioning spares as required as per specifications,data sheet and instruction of Engineer-in-charge.

Rating of charger shall be selected such that it can charge fully dischargedbattery at C5 rating.

Set 2

23 All works relating to statutory approvals of the installation from competent authoritylike electrical inspectorate, CEA, DGMS, SEB etc. including carrying out of allrequired modifications in design / Manufacturer / Installation to meet the requirementof Indian Electricity rules and other statutory regulations in force, carrying outnecessary paper work and liasion with the authorities to obtain all necessaryclearances for charging of installation as per relevant national standards. Howeverthe official fees towards the approvals shall be reimbursed by the client.

LS 1

NoteBidder must quote for all items of SOR including sub items.

1) Bidder shall supply of above items at required location as per of Scope of work.

2) Above quantities are only estimated quantities and may change as per sitecondition/detail engineering. Procurement shall be done as per actual site condition,approved construction drawings and instruction of engineer incharge. Successfultenderer shall supply the equipments, at the same rate, as per the changedquantities.

3) Procurement of Air Conditioners shall be after approval of model/make fromEngineer in Charge.

4) 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 : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of allapplicable taxes & duties except Service Tax )

In Figure :

In Word :

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Elect SOR.No. 05/21/23M9/Electrical(Section-II)/SOR-03(IV), Rev-0 Sheet 11 of 11733

Page 734: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

SCHEDULE OF RATES FOR

3 - (V) TERMINAL WORKS (INSTRUMENTATION) [SOR. No. 05/21/23M9/Inst(Section-II)/SOR-03(V), Rev-0]

734

Page 735: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(V) INSTRUMENTATION FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection1.0 FIELD INSTRUMENTS

1.01 Supply, Installation, Calibration, Testing & Commissioning of Pressure Gaugesinclusive of supply of necessary piping materials/tubings alongwith all necessaryvalves & fittings, fabrication and installation of impulse lines/manifolds & hydraulictesting. as per installation standard no. MEC/05/E5/SD/PG/004 B

Nos. 19

1.02 Supply, Installation, Calibration, Testing & Commissioning of Pressure Transmitters including mounting of Instrument on yoke, supply of yoke, supply anderection of supports for impulse lines wherever required, supply, fabrication &installation of SS manifolds/ SS impulse lines & SS valves & fittings with supports,hydraulic testing and painting of supports. as per installation std. no.MEC/05/E5/SD/PT/001 B

Nos. 14

1.03 Supply, Installation, Calibration, Testing & Commissioning of Temperature Transmitters including mounting of Instrument on yoke, supply of yoke, supply anderection of supports for impulse lines wherever required, supply, fabrication &installation of SS manifolds/ SS impulse lines & SS valves & fittings with supports,hydraulic testing and painting of supports.

Nos. 6

1.04 Supply , Installation, Calibration, Testing & Commissioning of RTD with flangedthermowell inclusive of installation of thermowell on the nozzle and installation ofinstruments as per installation standard no. MEC/05/E5/SD/TG-RTD/005 &MEC/05/E5/SD/RTD -TW/006

Nos. 6

1.05 Supply,Demonstration of Hart Communicator Universal type for Calibration ofsmart Transmitters

No. 1

2.0 CONTROL PANEL AND PANEL MOUNTED INSTRUMENTS

2.01 Design, Engineering, Procurement, Manufacture, Testing, Inspection,Supply,Transportation, Erection, Calibration / Simulation & Commissioning of WallMounted type Control Panel along with all accessories and Panel MountedInstruments as indicated below, including supply of commissioning spares withspecial tools and tackles as required, as per Data Sheets / Specification in the BidDocument.

a) Wall Mounted Panel (DS No. MEC/23M9/05/E5/DS/WMCP-B) Nos. 3b) Indicators (Data Sheet No. MEC/23M9/05/E5/DS-IND-B) Nos. 24c) Signal Distribution Card (Data Sht No.-MEC/23M9/05/E5/DS-SDC-B) Nos. 25d) Barriers (DS No. MEC/23M9/05/E5/DS-ZB-B) Nos. 25

Amount

in Foreign Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR) Price in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Inst SOR.No. 05/21/23M9/Inst(Section-II)/SOR-03(V), Rev-0 Sheet 1 of 4735

Page 736: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(V) INSTRUMENTATION FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Amount

in Foreign Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR) Price in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3.0 FREE ISSUE ITEMS3.01 Handling, transportation, installation, removal and remounting, electrical termination,

testing, calibration of Actuated Valves, Actuator for Gas Actuated Ball Valves / GasOver Oil Valves along with mounting of Valves and their respective accessories,supply and erection of supports for impulse lines wherever required, supply,fabrication & installation of manifolds/ impulse lines & fittings with supports,hydraulic testing, painting of supports as per std., but exclusive of supply of Valves.

Sets 6 N.A

3.02 Testing & Commissioning of Metering skid (Filtration & Ultrasonic Meter based 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.

Nos. 1 N.A

3.03 Testing & Commissioning of Metering skid (Filtration streams, Pressure Reductionstreams & Turbine Meter based Metering streams) with LEL Detections forHaridwar. However supply of Turbine based metering skid is not included in theScope.

Nos. 1 N.A

3.04 Testing & Commissioning of Metering skid (Filtration streams, Pressure Reduction streams & Turbine Meter based Metering streams) with LEL Detections for Roorkee.However supply of Turbine based metering skid is not included in the Scope.

Nos. 1 N.A

4.0 Installation of Junction Boxes including Supply of Junction Boxes with plugs forunused entries, supply, fabrication and installation of supports, plugging of unusedentries and painting.

a) Explosionproof electrical junction boxes for 6 pair/ 6 triad cable entry Nos. 12b) Explosionproof electrical junction boxes for 12 pair/ 12 core cable entry Nos. 3

4.01 Supply of Canopies fabricated out of powder coated MS for electronic transmittersincluding supply, fabrication of support and installation of canopy with support andreflective painting.

Nos. 25

5.0 CABLING 5.01 Supply and Laying of control, signal, triad cables on main cable trays, perforated

trays, trenches including supply of all required cable glands(Explosion proof doublecompression 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/fixingof identifying tags and megger testing and loop testing but exclusive of supply &erection of GI Perforated tray.

i) Signal Cables- 1 P x 1.5 mm² (Type I) Mtr. 650- 6 P x 0.5 mm² (Type II) Mtr. 800

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Inst SOR.No. 05/21/23M9/Inst(Section-II)/SOR-03(V), Rev-0 Sheet 2 of 4736

Page 737: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(V) INSTRUMENTATION FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Amount

in Foreign Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR) Price in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

ii) RTD Cables- 4C x 1.5 mm² - Quad Cable (Type-I) Mtr. 400- 6 TRIAD x 1.5 mm² (Type II) Mtr. 250

iii) Control Cables- 12C x 1.5 mm² Mtr. 2350- 3C x 1.5 mm² Mtr. 500

iv) RS-232/485 Digital Communication Cable Mtr. 200

v) 2C x 4 mm² Power Cable (Copper conductor) Mtr. 500

6.0 STRUCTURAL (Complete in all respects as per Scope of Work , related toInstrumentation)

6.01 Supply and erection of prefabricated perforated GI trays of thickness 2.5mmincluding tees, bends and elbows, supply, fabrication and erection of requiredsupports and painting of supports with one coat of primer as per IS:2074 and 2coats of finished paint including supply of paint as per std. and direction of Engineer-In-Charge.Sizes :a) 60 mm wide X 30 mm high Mtr. 250b) 100 mm wide X 30 mm high Mtr. 400c) 200 mm wide X 30 mm high Mtr. 300c) 300 mm wide X 30 mm high Mtr. 100

7.0 Idetification of instrument items wherever requird including supply of approved colorof paint(fluorescent),painting of tag number(approx. 25-50 mm high) on instrumentsitem like junction boxes,panels,valves,etc as specified by engineer in charge.

Lumpsum

1

8.0 Excavation of trenches for burying the cables, preparation of same for laying ofcable, filling with river sand, laying of brick, back filling and compacting of theexcavated earth as per specifications including supply of sand and bricks andremoval of surplus earth as per instructions of Engineer-in-Charge.Size of Trench:600 mm (Width) X 675 mm ( Depth) Mtrs. 600

9.0 Supply and installation of PVC pipes and sleeves for crossing of electrical cables asrequired including supply of sealing compound.

a) 100 mm Mtrs. 20b) 150 mm Mtrs. 20C) 50 mm Mtrs. 20

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Inst SOR.No. 05/21/23M9/Inst(Section-II)/SOR-03(V), Rev-0 Sheet 3 of 4737

Page 738: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(V) INSTRUMENTATION FOR SECTION-IISl. Description of Items Unit Qty. Curr-No. ency in INR

Supply Erection Supply Erection

Amount

in Foreign Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Price in Indian Currency (INR) Price in Foreign Currency

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

10.0 EARTHING10.01 Supply, laying and termination of both ends from earth grid to Field

instruments/JBs/Control Panel by 8 SWG G.I. Wire in tray and conduits as requiredexcluding earth-pit preparation.

Mtrs. 250

10.02 Supply, Laying and Termination of both ends of 4 sq. mm. PVC insulated armouredcopper cable from earth pit to the barrier earth bus bar in trays/conduits/trenches asrequired.

Mtrs. 50

11.00 Start up & Commissioning of complete terminal instruments, including all labour, testequipments and other auxiliaries as required, etc., complete in all respects as perspecifications/ drawings/ directions of Engineer-in-Charge. All necessary Testingand commissioning reports, as-built drawings etc., shall also be prepared and to besubmitted to the purchaser/consultant

Lumpsum

1

Note: A) 1) The quantities given above against individual items are indicative and shall not 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 above4) 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 : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive ofall applicable taxes & duties except Service

Tax )

In Figure :

In Word :

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Inst SOR.No. 05/21/23M9/Inst(Section-II)/SOR-03(V), Rev-0 Sheet 4 of 4738

Page 739: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

SCHEDULE OF RATES FOR

3- (VI) TELECOMMUNICATION WORKS [SOR. No. 05/21/23M9/Telecom(Section-II)/SOR-03(VI), Rev-0]

739

Page 740: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VI) TELECOMMUNICATION WORKS FOR SECTION-IIItem Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency TelecommunicationWork as define in scope of work in this bid documents has to becarried out by the Bidder and it includes followings :-

TELECOMMUNICATION WORK : The work will be for the section II (SV-3 atSaharanpur to Receiving Terminal Haridwar& then upto BHEL & Sidcul (appx.80 KM pipeline)

A SUPPLY OF OFC AND ACCESSORIES (as per MECON Technical specificationNo. MEC/TS/05/E5/T/096). Design, Manufacturing,factory testing, inspection,packaging, forwarding, transportation, insurance,reciept and storage at siteetc. as per TS.

1.0 Supply of 24 fibre composite Optical fibre cable (6 Fibre of G-655 & 18 Fibre of G-652 ) of 4000 M + 5 % cable drums (Qty as per pipeline length with spare)

meters 84000

2.0 Supply of Jointing Closures including all accessories (approved make ofGAIL/MECON only.) (qty as per approved OFC Cable Alignment sheet) (19 plannedand 3 spares)

Nos. 22

3.0 Supply of special Jointing Closures suitable for 24 fibre OFC including allaccessories of approved make of GAIL/MECON only required at pipeline header endfor consumers. (qty as per approved OFC Cable Alignment sheet) (2 planned and 1spare)

Nos. 3

4.0 Supply of Special Tools & Tackles each set consists of all the items as perAnnexure 2 of TS No. MEC/TS/05/E5/T/096

Set 1

C Supply of Permanently Lubricated Telecom HDPE Duct & Accessories as per MECON TECHNICAL SPECIFICATION No. MEC/TS/05/E5/T/037.Design, Manufacturing,factory testing, inspection, packaging, forwarding, transportation, insurance,recept and storage at site etc. as per TS

1.0 Supply of 40 mm OD 6 Kg/cm2, permanently lubricated HDPE DUCT, Factory Acceptance Testing as per specification.(with spares

meters 84000

Unit Rate inclusive of all applicable taxes &duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Telecom SOR.No. 05/21/23M9/Telecom(Section-II)/SOR-03(VI), Rev-0 Pape 1 of 4740

Page 741: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VI) TELECOMMUNICATION WORKS FOR SECTION-IIItem Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes &duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

2.0 Supply of HDPE Accessories: Supply of HDPE accessories required includingPlastic Couplers, End Plugs, Cable Scaling Plugs, End Caps, etc suitable & sufficientfor supplied Duct..

Lumpsum 1

D SITE WORK (as per scope of work, specification no. MEC/S/05/E5/T/001 & 002of Bid documents)

1.0 Submission of optical fiber cable & HDPE alignment sheets as per the requirementsof specification based on the existing pipe line survey (No separate surveyreqd.),estimation of OFC & HDPE duct including all accessories in accordance withthe alignment sheet and specifications.Laying work can not be started withoutapproval of these documents from Client / Consultant / EIC.

Lumpsum 1

2.0 Blowing / Laying of Optical Fiber Cable

All activities pertaining to Blowing / Laying of optical fiber cable in same pipelinetrench inside 40 mm HDPE telecom duct (after testing of OFC drum at site) ,throughCS/ HDPE conduits at crossing, in separate trench inside the terminal upto FTC attelecom room, testing of OFC after Blowing/laying, cable sealing etc. using allmaterials required complete as per specifications and drawing provided in the biddocument & as per direction of EIC.

Per Meter of Trench Length

80000

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Telecom SOR.No. 05/21/23M9/Telecom(Section-II)/SOR-03(VI), Rev-0 Pape 2 of 4741

Page 742: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VI) TELECOMMUNICATION WORKS FOR SECTION-IIItem Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes &duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3.0 Erection of HDPE Duct as per specification

Installation of 40mm OD, 6kg/cm2 permanently lubricated HDPE ducts, in samepipeline trench direct buried or cased crossing through CS/ HDPE conduit in all typeof soil & terrain, excavation as required, padding, backfilling, including supply &laying of Warning Mats( only where common mat is not provided), cleaning andsealing of ducts at the end of laid drum lengths, preparation & Supply of CableBlowing Pit including sand,( RCC pit as per dwg & at every 1 KM distance, at 1meter away from the main pipeline),for river crossing additional blowing pit atboth end of the river bank, jointing of HDPE conduit, erection accessories (suitablefor min 8 kg/cm2 pressure rating),(This duct is for blowing of 24 F OFC for totallength of pipeline as per spec. and drawing )

Per Meter of Trench Length

80000

3.0 a Testing of laid permanently lubricated HDPE ducts (at 6 kg/cm2 g pressure),rectification / modification if required, cleaning and sealing of ducts at the end of laiddrum lengths,preparationof report , joint location marking , final acceptance / Handingover of the same to GAIL all complete as per specifications provided in the biddocument & as per direction of EIC. Drawings and documentationas per specification& contract agreement .

Lumpsum 1

4.0 Supply and installation of jointing pits, including sand, etc. all complete as perspec., 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 onsame pipeline marker post as per specifications & drawing provided in the biddocument and direction of consultant

Nos. 75

6.0 Using supplied Jointing closure for Jointing of optical fiber cable (includingsupply and installationof joint markers, etc.), final Jointing / splicing,Testingoflaid OFC between intermediate station and end to end, all completed as perspecifications & drawing provided in the bid document and direction of consultant.

Nos. 21

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Telecom SOR.No. 05/21/23M9/Telecom(Section-II)/SOR-03(VI), Rev-0 Pape 3 of 4742

Page 743: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VI) TELECOMMUNICATION WORKS FOR SECTION-IIItem Description of Items Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes &duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

7.0 Supply & Installation and commissioning of FTC (in & out) (as per approvedmake) & 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

Sets. 6

8.0 Termination of OFC on FTC/FDF/DDF inside the equipement control room, splicingwith 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 , preparationof reports etc. work completein all respect with all necessary accessories for all location, final acceptance / Handingover of the same to GAIL and as per the direction of Engineers in charge.Drawingsand documentation as per specification & contract agreement.

Lumpsum 1

9.0 Supply and Installation & Commissioning of Electronic Marker System as perspecification , test certificate and documents etc. consisting of a) Electronic Markers (To be buried underground along with OFC Joints at alljointing location)

Set 21

b) Electronic Marker Locator and accessories (Including probe and locatorelectronics)

Set 1

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.

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 : _____________ Signature of Authorised Signatory

Name :Tender No.: _____________________________________________________ Designation :

Seal :Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of alapplicable taxes & duties except Service Tax )

In Figure :

In Word :

D:\Vijyant\Kandla\Tender\Laying\SOR_DBNPL_Laying-all in one-Section-II Telecom SOR.No. 05/21/23M9/Telecom(Section-II)/SOR-03(VI), Rev-0 Pape 4 of 4743

Page 744: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\Separators - Summary of Prices-for Section-II.doc

SCHEDULE OF RATES FOR

3- (VII) FIRE PROTECTION SYSTEM [SOR. No. 05/21/23M9/Fire(Section-II)/SOR-03(VII), Rev-0]

744

Page 745: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VII) FIRE PROTECTION SYSTEM FOR SECTION-II Sl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency A HAND APPLIANCES1 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 andconforming to IS: IS: 2878-1976. Extinguisher shall be painted with red enamel paint and fixedto wall with brackets.a) Capacity 4.5 kg.i) At Despatch Terminal Saharanpur Nos. 1ii) At SV-1 on line for M/s BHEL at Ch. 3.70Km Nos. 1iii) At SV-1 at Ch. 24.0Km Nos. 2iv)At SV-2 on line for BHEL at Ch. 4.20Km Nos. 1v)At SV-1 on line for M/s SIDCUL at Ch. 2.5Km Nos. 1vi) At SV-3 cum Tap off for SIDCUL on line for BHEL at Ch. 6.0Km Nos. 1vii) At SV-2 at Ch. 34.0Km Nos. 2viii) At SV-3 cum tap off for Roorkee at Ch. 39Km Nos. 1ix) At SV-4 at Ch. 45Km Nos. 1x) At SV-5 at Ch. 47.0Km Nos. 2xi) At Receiving Terminal at haridwar Nos. 2

b) Spare CO2 cartridges for 4.5Kg CO2 extinguisher Nos. 24

2 Providing & fixing dry chemical powder type fire extinguisher suitable for inverted operation withanticorrosive treatment and hydraulically tested to a pressure of 25 kg/ sq.cm as per datasheet 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 withinternal charge and spanner complete (confirming to IS: 2171)

a) 10 Kg Capacity

i) At Despatch Terminal Saharanpur Nos. 1ii) At Receiving Terminal at haridwar Nos. 2

b) Spare DCP cartridges for 10Kg DCP extinguisher Nos. 3

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II SOR.No. 05/21/23M9/ Fire(Section-II)/SOR-03(VII), Rev-0 Page 1 of 3745

Page 746: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VII) FIRE PROTECTION SYSTEM FOR SECTION-II Sl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

3 Providing & fixing clean agent type fire extinguisher suitable for inverted operation withanticorrosive treatment and hydraulically tested as per NFPA. The product should be UL /LPClisted. The gas shall be stored at a pressure of not less than 15 bar and range shall be 2-5meter.a) 2.5Kg Capacity

i) At Despatch Terminal Saharanpur Nos. 2ii) At SV-1 at Ch. 24.0Km Nos. 1iii) At SV-5 at Ch. 47.0Km Nos. 2iv) At Receiving Terminal at haridwar Nos. 2

4 Providing and fixing galvenised steel fire buckets of 9 ltr. Water capacity as per technicalspecification no. MEC/TS/05/21/081D/D and confirming to IS: 2546-1974. Buckets shall bepainted with red enamel paint and fixed to suitable location .

a) Capacity 4.5 kg.i) At Despatch Terminal Saharanpur Nos. 2ii) At SV-1 on line for M/s BHEL at Ch. 3.70Km Nos. 1iii) At SV-1 at Ch. 24.0Km Nos. 2iv)At SV-2 on line for BHEL at Ch. 4.20Km Nos. 1v)At SV-1 on line for M/s SIDCUL at Ch. 2.5Km Nos. 1vi) At SV-3 cum Tap off for SIDCUL on line for BHEL at Ch. 6.0Km Nos. 1vii) At SV-2 at Ch. 34.0Km Nos. 1viii) At SV-3 cum tap off for Roorkee at Ch. 39Km Nos. 1ix) At SV-4 at Ch. 45Km Nos. 1x) At SV-5 at Ch. 47.0Km Nos. 2xi) At Receiving Terminal at haridwar Nos. 2

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II SOR.No. 05/21/23M9/ Fire(Section-II)/SOR-03(VII), Rev-0 Page 2 of 3746

Page 747: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3-(VII) FIRE PROTECTION SYSTEM FOR SECTION-II Sl. Description of Item Unit Qty. Curr-No. ency Price in Indian

Currency (INR) Price in Foreign

Currency in INR in Foreign

Currency

Unit Rate inclusive of all applicable taxes & duties except Service Tax

Amount

GAIL (India) Limited MECON LIMITED

SCHEDULE OF RATES FOR SECTION-II FOR

SPURLINES OF DADRI - BAWANA - NANGAL PIPELINE PROJECT (DBNPL) Bid Doc. No.: 05/51/23M9/GAIL/001(i)

SECTION-II : DESPATCH TERMINAL AT SAHARANPUR TO RECEIVING TERMINAL & CONSUMER LINES IN HARIDWAR

B CLEAN AGENT FIRE SUPPRESSION SYSTEM

1 Clean Gas Fire Suppression Centralised System complete with required acessories & eachcylinder 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 toprovide the proper flow rate and distribution of Clean Agent to total flood the hazard area: 180deg. / 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.withactivation through intelligent addressible Fire Detection and Alarm Systemas with panels,detectors, response indicators etc. all complete as per approved scheme.Work shall be carriedout as per MECON TS No. MEC/TS/05/21/081L. The area of control rooms to be protected arelisted below:a) Control Room, Electrical, battery room & Telecom & Scada room at Despatch Terminal atSaharanpur, Size 18m x6m x 3.5m(h)

L.S. 1

b) Control Room, Electrical, battery room & Telecom & Scada room at SV-1 Ch.-24Km, Size18m x6m x 3.5m(h)

L.S. 1

c) Control Room, Electrical, battery room & Telecom & Scada room at SV-5 Ch.-47Km, Size18m x6m x 3.5m(h)

L.S. 1

d) Control Room, Electrical, battery room & Telecom & Scada room at Receiving Terminal,Haridwar Size 29m x6m x 3.5m(h)

L.S. 1

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties except Service Tax )

D:\old data\Vijyant\Bawana-Nangal\Additional Spurline\Laying\Vol-I of IV\SOR\Final\Section-II\SOR_DBNPL_Laying-all in one-Section-II SOR.No. 05/21/23M9/ Fire(Section-II)/SOR-03(VII), Rev-0 Page 3 of 3747

Page 748: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

Currency (In Figures) (In Words) (In Figures) (In Words)

1 Total amount of quoted price for Mainline Works SOR

2 (I). Total amount of quoted price for Cathodic Protection Works SOR

2(II). Total amount of quoted price for Corrosion Monitoring System Works SOR

3 Terminal Works

I) Total amount of quoted price for Piping & Mechanical Works SOR

II) Total amount of quoted price for Civil Works SOR

III) Total amount of quoted price for Structural Works SOR

IV) Total amount of quoted price for Electrical Works SOR

V) Total amount of quoted price for Instrumentation Works SOR

VI. Total amount of quoted price for Telecommunication Works SOR

VII. Total amount of quoted price for Fire Protection System Works SOR

Sl. No. Price in Foreign Currency Price in Indian Currency (INR)

Page 1 of 3748

Page 749: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SCHEDULE OF RATES

Sl. No. Price in Foreign Currency Price in Indian Currency (INR) Gross Total Amount (inclusive of all applicable taxes & duties excluding ServiceTax)

[1+2(I)+ 2(II)+(3-I)+(3-II)+(3-III)+(3-IV)+(3-V)+(3-VI)+(3-VII)]

5 Rebate (if any) offered on gross total amount (on Sl.No. 4) above. (which will beapplicable on each item of Schedule of Rate)

_________ % of total quoted amount

Percent of total quoted amount

6 Amount of Rebate as per Sl.No. 5 above

7 NET TOTAL AMOUNT FOR SECTION-II {4-6} (after considering rebateindicated at Sl.No. 6)

8 Service Tax under composite scheme @ 4.12% (Presently Applicable Rate)on the Net Total amount mentioned at Sl. No. 7 above.

9 Service Tax under composite scheme @ 4.12% (Presently ApplicableRate) on free issue material of Rs 64 Crores.

10 Total Amount for Section -II (Sl. No. 7 + 8 + 9)

11 Total Amount of extended stay compensation for Section-II

12 Gross Total Amount for Section-II (Sl. No. 10 + 11)

Notes: 1) The total amount shall also be given by the bidder in the quoted currency(ies).2) The amount of Free Issue Material indicated at Sl. No. 9 above is indicative only. Service Tax on Free Issue Materials shall be reimbursed at actual by the Employer on submission of Cenvatable Invoices as per Service Tax Rules on the actual amount of Free Issue Material. 3) The rate of Service Tax indicated in this format shall be considered for Statutory variation as per the provisions of bidding document.

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: Offer No. & Date : ________________________________________________

4

Page 2 of 3749

Page 750: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

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 : _____________ Signature of Authorised Signatory

Name :Designation :

Tender No.: Seal :Offer No. & Date : ________________________________________________

Rate of extended stay compensation beyond the time schedule and grace period mentioned in bidding document for reasons solely attributable to Owner.

In Figure : ________________________________________________ (per month)

In Word : _________________________________________________ (per month)

Page 3 of 3 750

Page 751: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ATTACHMENT I

FORMS AND FORMATS

751

Page 752: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-1 BIDDER’S GENERAL INFORMATION

To GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

1-1 Bidder Name: ________________________________________

1-2 Number of Years in Operation: ________________________________________

1-3 Address of Registered Office: ________________________________________

City________________ District _________

State _______________ PIN/ZIP__________ 1-4 Operation Address if different from above: ________________________________________

________________________________________

City________________ District _________

State _______________ PIN/ZIP__________

1-5 Telephone Number: _______________________________________

(Country Code) (Area Code) (Telephone Number) 1-6 E-mail address: ________________________________________

1-7 Website: ________________________________________

1-8 Fax Number: ________________________________________

(Country Code) (Area Code) (Telephone Number)

1-9 Banker’s Name : _____________________________________

1-10 Branch : _____________________________________

1-11 Branch Code : _____________________________________

1-12 Bank account number : _____________________________________

752

Page 753: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ONLY FOR INDIAN BIDDERS

1-13 Excise Registration number : _____________________________________

1-14 Excise Range : _____________________________________

1-15 Excise Division : _____________________________________

1-16 Excise Collectorate : _____________________________________

1-17 Local ST No. : _____________________________________

1-18 CST No. : _____________________________________

1-19 PAN No. : _____________________________________

1-20 Whether SSI Registrant Or not : _____________________________________

(SIGNATURE OF BIDDER WITH SEAL)

Note : This should be submitted in the Letter Head of the Bidder

753

Page 754: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-2 BID FORM

To

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

After examining/reviewing the Bidding Documents for Pipe Laying, including technical specifications, drawings, General and Special Conditions of Contract and Schedule of rates etc. the receipt of which is hereby duly acknowledged, we, the undersigned, are pleased to e-bid to execute the whole of the Job for the item in conformity with, the said Bidding Documents, including Addenda Nos. ____________.

We confirm that this bid is valid for a period of four (4) months from the date of opening of Techno-Commercial Bid, and it shall remain binding upon us and may be accepted by any time before the expiration of that period.

If our bid is accepted, we will provide the performance guarantee equal to 10% (ten per cent) of the Contract Price, for the due performance with in fifteen days of such award.

Until a final Contract is prepared and executed, the bid together with your written acceptance thereof in your notification of award shall constitute a binding Contract between us.

We understand that Bidding Document is not exhaustive and any action and activity not mentioned in Bidding Documents but may be inferred to be included to meet the intend of the Bid Documents shall be deemed to be mentioned in Bidding Documents unless otherwise specifically excluded and we confirm to perform for fulfilment of Agreement and completeness of the Work in all respects within the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any bid that you may receive.

SEAL AND SIGNATURE

DATE:

Duly authorized to sign bid for and on behalf of ____________________________________

(SIGNATURE OF WITNESS)

WITNESS NAME:

ADDRESS:

Note : This should be submitted in the Letter Head of the Bidder

754

Page 755: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-3 LIST OF ENCLOSURES

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

A. We are enclosing the following documents in Physical form as part of the e-bid:

1. Power of Attorney of the signatory to the Bidding Document in physical form.*

2. Bid Security/EMD *

3. Demad Draft Towards Bid Document fee *

4. Letter of Authority (Form F-5)*

5. Integrity Pact *

* The bidder has the option to submit these documents in physical form on /before the bid due date or within seven days from bid opening date. However, scanned copy of these (same) documents must be submitted on-line as part of e-bid before the bid due date/time.

B. We are enclosing the following documents on line as part of the e-bid:

1. Documentary evidence required for meeting the Bidder Qualification Criteria as per bidding document.

2. Power of Attorney of the signatory to the bid document

3. QA/QC Manuals

4. Health Safety and Environment (HSE) Policy and HSE Manuals

5. Annual Report for the last three years showing details such as annual turn over, profit and loss account, net worth etc.

6. Organisation chart and the structure assigned for execution of the work under this bid.

7. Step by step methodology of execution of work covering manpower and/or construction equipment deployment

8. Execution schedule with interlinking of various activities

9. Copy of bid documents alongwith all addendum/corrigendum no. ……… duly signed and stamped on each page, in token of confirmation that bid documents are considered in full while preparing the bid and in case of award, work will be executed in accordance with the provisions detailed in bid document.

10. Form 3A and 3B as enclosed herewith.

11. All documents as per clause 11 of ITB i.e. “Documents Comprising the Bid” along with addendums/corrigendum.

(SEAL AND SIGNATURE OF BIDDER)

755

Page 756: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-3A

Annual Turnover

Each Bidder must fill in this form Annual Turnover data for the last 3 years:

Year Currency Amount Ex. Rate (*) Amount (INR) (*)

Year 1:

Year 2:

Year 3: Note : 1. In case the tenders having the bid closing date upto 30th September of the relevant financial year, and audited financial results of immediate preceding financial year is not available for turnover criteria specified in Financial BEC, the bidder has an option to submit the audited financial results of the three (03) years immediately prior to that year. Wherever, the bid closing date is after 30th September of the relevant financial year, bidder has to compulsory submit the audited financial results for the immediate three (03) preceding financial years. 2. The information supplied should be the Annual Turnover of the bidder. 3. A brief note should be appended describing thereby details of turnover as per audited results.

SEAL AND SIGNATURE OF BIDDER (*) To be filled by Purchaser/ consultant during evaluation. Bills selling exchange rate published by the State

Bank of India on one day prior to price bid opening date shall be considered.

756

Page 757: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-3B

FINANCIAL SITUATION

Bidder must fill this form

FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR

Description Year

Amount Ex Rate (*) Amount

(INR)(*)

1. Current assets

2. Current Liabilities

3. Working Capital (Current Assets-Current

liabilities)

4. Net Worth

Owners funds (Paid up share capital and Free

Reserves & Surplus) (NW)

Note : 1. In case the tenders having the bid closing date up to 30th September of relevant financial year, and audited financial results of immediate preceding financial year is not available, in such case the audited financial results of the year immediately prior to that year will be considered as last financial year for “Net Worth” and “Working Capital” calculations as specified in Financial BEC. Wherever, the bid closing date is after 30th September of the relevant financial year, bidder has to compulsory submit the audited financial results for the immediate preceding financial year. 2. Attached are copies of the audited balance sheets including all related notes and income statement for the

last Audited Financial year, as indicated above, complying with the following conditions.

2.1 All such documents reflect the financial situation of the bidder

2.2 Historic financial statements must be audited by a certified chartered accountant.

2.3 Historic financial statements must be complete, including all notes to the financial statements.

2.4 Historic financial statements must correspond to accounting periods already completed and audited (no

statement for partial periods shall be requested or accepted)

SEAL AND SIGNATURE OF BIDDER

(*) To be filled by Purchaser/ consultant during evaluation. Bills selling exchange rate published by the State

Bank of India on one day prior to price bid opening date shall be considered.

757

Page 758: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-4 PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY

(To be stamped in accordance with the Stamp Act) Ref............... Bank Guarantee No......... Date...................... To GAIL (India) Ltd., 16, Bhikaiji Cama Place R.K. Puram, NEW DELHI -110066. Dear Sir(s), In accordance with Invitation for e-Bid under your reference No___________ M/s.______________________________ having their Registered / Head Office at _________________________(hereinafter called the Bidder) wish to participate in the said e-bidding for _________________________________________________________________ As an irrevocable Bank Guarantee against Earnest Money for the amount of ______________ is required to be submitted by the Bidder as a condition precedent for participation in the said e-bidding which amount is liable to be forfeited on the happening of any contingencies mentioned in the Bidding Document. We, the ____________________________________ Bank at_____________________________ having our Head Office ________________________________________________________ (Local Address) guarantee and undertake to pay immediately on demand without any recourse to the bidder by GAIL (India) Ltd., the amount________________ ____________________ without any reservation, protest, demur and recourse. Any such demand made by GAIL, shall be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder. This guarantee shall be irrevocable and shall remain valid upto ____________ [this date should be 6 months after the date finally set out for closing of e-bidding]. If any further extension of this guarantee is required, the same shall be extended to such required period on receiving instructions from M/s._________________________________________________________________________ whose behalf this guarantee is issued. In witness whereof the Bank, through its authorised officer, has set its hand and stamp on this ___________day of ____________2010 at____________. WITNESS: (SIGNATURE) (SIGNATURE) (NAME) (NAME) Designation with Bank Stamp (OFFICIAL ADDRESS) Attorney as per Power of Attorney No.________ Date: ________________________

758

Page 759: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

INSTRUCTIONS FOR FURNISHING BANK GUARANTEE FOR EMD/BID SECURITY

1. The Bank Guarantee by bidders will be given on non-judicial stamp paper as per stamp duty

applicable. The non-judicial stamp paper should be in the name of the issuing bank. In case of foreign

bank, the said banks guarantee to be issued by its correspondent bank in India on requisite non-judicial

stamp paper.

2. The expiry date as mentioned in bid document should be arrived at by adding 2 months to the date of

expiry of the bid validity unless otherwise specified in the Bidding Documents.

3. The bank guarantee by bidders will be given from bank as specified in ITB

4. A letter from the issuing bank of the requisite Bank Guarantee confirming that said bank guarantee /all

future communication relating to the Bank Guarantee shall be forwarded to the Employer at its address

as mentioned at ITB under intimation to GAIL.

5. Bidders must indicate the full postal address of the bank along with the bank’s 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

Page 760: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-5 LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT NEGOTIATIONS/CONFERENCES

No. Date:

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

We _____________________________________ hereby authorize following representative(s) to attend Pre Bid Meeting, un-priced bid opening and price bid opening and for any other correspondence and communication against above Bidding Document:

Name & Designation _______________________ Signature _________________

Name & Designation _______________________ Signature _________________

We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.

Yours faithfully,

Signature

Name & Designation

For and on behalf of

Note: This letter of authority should be on the letterhead of the bidder and should be signed by a person competent and having the power of attorney to bind the bidder.

Not more than two persons are permitted to attend techno –commercial un-priced and price bid opening.

Bidder’s 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

Page 761: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-6 NO DEVIATION CONFIRMATION

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

We understand that any deviation/exception in any form may result in rejection of bid. We, therefore, certify that we have not taken any exceptions/deviations anywhere in the bid and we agree that if any deviation/exception is mentioned or noticed, our bid may be rejected.

(SEAL AND SIGNATURE OF BIDDER)

Note : This should be submitted in the Letter Head of the Bidder

761

Page 762: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-7 CERTIFICATE

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

If we become a successful bidder and pursuant to the provisions of the Bidding Documents Fax of Acceptance is issued to us for Pipe Laying, the following certificate shall be automatically enforceable:

“We agree and acknowledge that the Employer is entering into the Agreement solely on its own behalf and not on

behalf of any other person or entity. In particular, it is expressly understood and agreed that the Government of

India is not a party to the Agreement and has no liabilities, obligations or rights there under. It is expressly

understood and agreed that the Employer is authorised to enter into Agreement, solely on its own behalf under the

applicable laws of India. We expressly agree, acknowledge and understand that the Employer is not an agent,

representative or delegate of the Government of India. It is further understood and agreed that the Government of

India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of

the Agreement. Accordingly, we hereby expressly waive, release and forego any and all actions or claims,

including cross claims, VIP claims or counter claims against the Government of India arising out of the

Agreement and covenants not to sue to Government of India as to any manner, claim, cause of action or things

whatsoever arising of or under the Agreement.”

Seal and Signature of Bidder

Note : This should be submitted in the Letter Head of the Bidder

762

Page 763: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-8A DETAILS OF SIMILAR WORK DONE DURING PAST SEVEN YEARS

Sr.

No.

Description of the work

Location of the work

Full Postal Address and phone nos. of Client & Name of Officer-in-Charge

Value of Contract

Date of Commence-

ment 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

Page 764: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-8B PROFORMA FOR SUBMISSION OF DETAILS OF SPECIFIC EXPERIENCE

Bidder shall furnish their experience details with reference to the work, which pre-qualify them in line with Bid Evaluation Criteria (BEC) mentioned in IFB.

SL. NO.

DISCRETION DETAILS

1 Basic of bid submission Individual Consortium

1.1 In case of single bidder

1.1.1 Name of project, location

1.1.2 Description of work

1.1.3 Name of Owner, Postal Address, Phone/Fax no./ Email Address

1.1.4 Name of consultant, Postal Address Phone/Fax no./ Email Address

1.1.5 Section quoted Section – I : Section – II :

1.1.6 Details of work executed - Diameter of Pipeline ………………… - Total Length of Pipeline ………………… - ANSI Rating ………………… - Above Pipeline is buried hydrocarbon gas pipeline

Yes No - The above pipeline project involved the following

:- i) Construction Management Yes No ii) Installation & Testing Yes No

764

Page 765: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1.1.7 Completion Dates - Date of Award : ………………….. - Starting date: ………………….. - Schedule completion date : ………………….. - Actual completion date: ………………….. - Reasons for delay, if any :…………………..

1.1.8 Supporting document - Whether copy of work order/ contract agreement enclosed

Yes No - Whether completion certificate enclosed. Yes No - Annual turnover statement Yes No

1.2 In case of consortium 1.2.1 Consortium details - Name of the Consortium ……………

- Name of Leader ………………. - Name of Member ……………

1.2.2 Description of work

1.2.3 Name of Owner, Postal Address, Phone/Fax no./ Email Address

1.2.4 Name of consultant, Postal Address Phone/Fax no./ Email Address

1.2.5 Section quoted Section – I : Section – II :

1.2.6 Details of work executed by leader - Diameter of Pipeline ………………… - Total Length of Pipeline ………………… - ANSI Rating ………………… - Above Pipeline is buried hydrocarbon gas pipeline

Yes No - The above pipeline project involved the following

:- i) Construction Management Yes No

765

Page 766: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ii) Installation & Testing Yes No

1.2.7 If the job has been executed as a member of consortium / joint venture, bidder shall furnish agreement/ MOU between the consortium members clearly defining the scope & responsibility of each member

- Copy of MOU for supporting division of responsibility (for consortium bidder)

Yes No - Division of responsibility in case of work executed

by consortium Yes No

1.2.8 Completion Dates - Date of Award : ………………….. - Starting date: ………………….. - Schedule completion date : ………………….. - Actual completion date: ………………….. - Reasons for delay, if any :…………………..

Note: Bidder should indicated details of similar experience separately for each work, which they

consider suitable in line with Bid evaluation criteria, stipulated in IFB. Details of more projects may be furnished in the same format. Bidder to note that non-submission of relevant documents may lead to rejection of their bid. Owner reserves the right to evaluate the bids on the details furnished without seeking any subsequent additional information,

Seal and Signature of Bidder

766

Page 767: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-9A PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE

(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE) TO: M/S. GAIL (India) LTD. 16, Bhikaiji Cama Place, NEW DELHI-110066 Dear Sirs, M/s __________________________________________________________________ have been awarded the work of ___________________________________________________________ for GAIL ( INDIA) LTD. , 16, Bhikaiji Cama Place, R.K. Puram, NEW DELHI. The Contracts conditions provide that the CONTRACTOR shall pay a sum of _____________ ( as full Contract Performance Guarantee in the form therein mentioned. The form of payment of Contract Performance Guarantee includes guarantee executed by Nationalised Bank, undertaking full responsibility to indemnify GAIL (INDIA) LTD., in case of default. The said_______________________________________________ has approached us and at their request and in consideration of the premises we having our office at ______________________________ have agreed to give such guarantee as hereinafter mentioned. 1. We ___________________________________________________________________ hereby

undertake and agree with you that if default shall be made by M/s__________________________________ in performing any of the terms and conditions of the tender or in payment of any money payable to GAIL ( INDIA) LTD., we shall on demand pay without any recourse to the contractor to you in such manner as you may direct the said amount of _____________________________ only or such portion thereof not exceeding the said sum as you may from time to time require.

2. You will have the full liberty without reference to us and without affecting this guarantee, postpone

for any time or from time to time the exercise of any of the powers and rights conferred on you under the contract with the said _____________________________________ and to enforce or to forbear from endorsing any powers or rights or by reason of time being given to the said __________________________ which under law relating to the sureties would but for provision have the effect of releasing us.

3. Your right to recover the said sum of ____________________________________

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

4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up

dissolution or changes of constitution or insolvency of the said but shall in all respects and for all purposes be binding and operative until payment of all money due to you in respect of such liabilities is paid.

767

Page 768: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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 Guarantee’s payment of an amount is payable on demand and in any case within 48 hours

of the presentation of the letter of invocation of Bank Guarantee. Should the banker fail to release payment on demand, a penal interest of 18% per annum shall become payable immediately and any dispute arising out of or in relation to the said Bank Guarantee shall be subject to the jurisdiction of Delhi Courts.

7. We have power to issue this guarantee in your favour under Memorandum and Articles of Association

and the undersigned has full power to do under the Power of Attorney dated ___________ granted to him by the Bank.

Yours faithfully,

___________________________Bank By its Constituted Attorney Signature of a person duly authorised to sign on behalf of the Bank.

768

Page 769: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE GUARANTEE

1. The Bank Guarantee by successful bidder(s) will be given on non-judicial stamp paper as per stamp duty applicable. The non-judicial stamp paper should be in name of the issuing bank. In case of foreign bank, the said bank guarantee to be issued by its correspondent bank in India on requisite non-judicial stamp paper and place of bid to be considered as Delhi.

2. The bank guarantee by bidders will be given from bank as specified in ITB.

3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said bank guarantee and all future communication relating to the Bank Guarantee shall be forwarded to Employer

4. If a bank guarantee is issued by a commercial bank, then a letter to Owner confirming its net worth is more than Rs. 1,000,000,000/- (Rupees one hundred Crores). or its equivalent in foreign currency along with a documentary evidence.

769

Page 770: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-9B PROFORMA OF BANK GUARANTEE FOR MOBILISATION ADVANCE

(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE) Ref................ Bank Guarantee No.---------

Date...............

M/s. GAIL (India) Limited, 16, Bhikaiji Cama Place , New Delhi- 110066 India In consideration of the GAIL (India) Limited, hereinafter called the "Owner" which expression shall unless repugnant to the context or meaning thereof include its successors, executors, administrators and assignees, having awarded to M/s............................. having its registered office at ............................... hereinafter referred as the 'CONTRACTOR', which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees, a contract hereinafter referred to as the 'Contract' for related works................ referred to as the 'WORK' on terms and conditions set out, inter-alia 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

Page 771: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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

Page 772: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE GUARANTEE

1. The Bank Guarantee by successful bidder(s) will be given on non-judicial stamp paper as per stamp duty applicable. The non-judicial stamp paper should be in name of the issuing bank. In case of foreign bank, the said bank guarantee to be issued by its correspondent bank in India on requisite non-judicial stamp paper and place of bid to be considered as Delhi.

2. The bank guarantee by bidders will be given from bank as specified in ITB. 3. A letter from the issuing bank of the requisite Bank Guarantee confirming

that said bank guarantee and all future communication relating to the Bank Guarantee shall be forwarded to Employer

4. If a bank guarantee is issued by a commercial bank, then a letter to Owner confirming its net worth is more than Rs. 1,000,000,000/- (Rupees one hundred Crores). or its equivalent in foreign currency along with a documentary evidence.

772

Page 773: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

FORM F-10

DETAILS OF P.F. REGISTRATION

M/s. GAIL (India) Limited, 16, Bhikaiji Cama Place , New Delhi- 110066 India. Dear Sir(s), We confirm that the following PF account is under operation and shall be used for all PF related activities for the labour engaged by us for the work (if awarded to us). PF REGISTRATION NO. : DISTRICT & STATE : SIGNATURE OF THE BIDDER : ________________________________ NAME OF THE BIDDER : ________________________________

773

Page 774: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-11 CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to facilitate the bidder to make sure that the necessary data/information as called for in the bid document has been submitted by them along with their offer. This, however, does not relieve the bidder of his responsibilities to make sure that his offer is otherwise complete in all respects.

Please ensure compliance and tick (√) against following points:

S. NO. DESCRIPTION STATUS

1.0 Digitally Signing and stamping each sheet of offer, original e-bid document including drawings, addendum (if any)

2.0 Confirm that the following details have been submitted in the Un-priced part of e-bid

a) Covering Letter, Letter of Submission

b) Bid Security

c) Digitally Signed and stamped original copy of bidding document along with drawings and addendum (if any)

d) Power of Attorney in the name of person signing the bid, in Physical form.

e) Detailed activity schedule proposed to be adopted for execution of work and completion in the form of Bar Chart

f) QA/QC and HSE Program relevant to this work

g) Time completion in the form of Bar chart separately for each spread quoted

h) Copies of documents defining constitution or legal status, place of registration and principal place of business of the company

i) Bidders declaration that they are not under any liquidation court receivership or similar proceedings and they have not been banned or delisted by any Government or quasi Government agencies of PSU’s

j) Details and documentary proof required against qualification criteria along with complete documents establishing ownership of equipments as per SCC are enclosed

774

Page 775: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

S. NO. DESCRIPTION STATUS

k) Confirm submission of document alongwith techno-commercial bid as per bid requirement.

3.0 Confirm that all forms duly filled in are enclosed with the bid duly signed by authorised person(s)

4.0 Confirm that the price part of e-bid as per Price Schedule format enclosed with Bidding Document has been duly filled in for each item, signed and stamped on each page separately

5.0 Confirm that proper page nos. have been given in sequential way in all the documents submitted along with your offer with Index.

6.0 Confirm that any correction in documents submitted in Physical form alongwith Un-priced part of e-bid has been initialled and stamped by the authorized person.

7.0 Confirm that any correction in the “Price Part” part has been signed in full and stamped

8.0 Confirmation that no deviations are taken against commercial and technical specifications of the bid document.

9.0 Confirm that annual reports for last three financial years & duly filled in Form 3A & 3B are enclosed in the offer for financial assessment.

(Seal and Signature of Bidder)

775

Page 776: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-12

INTEGRITY PACT

INTRODUCTION: GAIL as one of its endeavour to maintain and foster most ethical and corruption free business environment, have decided to adopt the Integrity Pact, a tool developed by the Transparency International, to ensure that all activities and transactions between the Company (GAIL) and its Counterparties (Bidders, Contractors, Vendors, Suppliers, Service Providers/Consultants etc.) are handled in a fair and transparent manner, completely free of corruption. Accordingly, an MOU on Integrity Pact has been signed on 23.07.2007 by GAIL with Transparency International India. Considering the above, the details mentioned at attached Annexure-1 are applicable as stated in Instruction to Bidders of Bid Document in addition to the existing stipulation regarding Corrupt and Fraudulent Practices. The attached copy of the Integrity Pact at Annexure- 2 shall be included in the Bid submitted by the bidder (to be executed by the bidder for all tenders of value Rs. 1 (One) crore and above). In case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.

776

Page 777: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ANNEXURE-1

Bidder is required to sign the Integrity Pact with GAIL as per format & terms and conditions enclosed with tender. In case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection. I COMMITMENTS AND OBLIGATIONS OF THE “COUNTERPARTY”

a) The Counterparty, directly or indirectly (through agent, consultant, advisor, etc.), shall not pay any bribe/ influence or give undue/ unlawful benefit to anyone to gain undue advantage in dealing with GAIL.

b) The Counterparty will not engage in collusion of any kind including price fixation etc. with other Counterparts.

c) The counterparty will not pass GAIL’s confidential information to any third party unless specifically authorized by GAIL in writing.

d) The Counterparties shall promote and observe best ethical practices within their respective organizations.

e) The Counterparty shall inform the Independent External Monitor. i) If it received any demand, directly or indirectly, for a bribe/ favour or any illegal

gratification/ payment / benefit; ii) If it comes to know of any unethical or illegal payment / benefit; iii) If it makes any payment to any GAIL associate.

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

II VIOLATIONS & CONSEQUENCES:

a) If a Counterparty commits a violation of its Commitments and Obligations under the Integrity Pact Programme during bidding process, their entire Earnest Money Deposit/ Bid Security, would be forfeited and in addition, they may be blacklisted from the GAIL business in future.

b) In case of violation of the Integrity pact by Counterparty after award of the Contract, GAIL shall be entitled to terminate the Contract. GAIL would forfeit the security deposits, encash the bank guarantee (s) and other payments payable to Counterparty in such cases,

c) Subject to satisfaction of the Independent External Monitor, GAIL may ban/ blacklist/ put on holiday and exclude the Counterparty from future dealings until GAIL is satisfied that the Counterparty shall not commit any such violation in future.

d) In addition to above, GAIL reserves its right to initiate criminal proceedings against the violating Counterparty, if the allegations by Counterparty are found frivolous, untrue and misleading and may also impose exemplary cost for the same.

e) The Counterparty will be entitled to claim as determined by the Independent External Monitor, if the above (d) is found incorrect.

INDEPENDENT EXTRNAL MONITORS (IEMS)

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

i) Dr. A.K. Kundra, ii) Shri S.C. Tripathi iii) Shri U. Sundarajan

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

777

Page 778: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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 "The Bidder/Contractor").

(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 Non-Governmental 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

Page 779: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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 and

uphold the Principal's absolute rights to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and 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.

779

Page 780: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Section 4 - Forfeiture of EMD / Security Deposits 1. If the Principal has disqualified the Bidder from the tender process prior to the award in terms of

Section 3, and during the execution of the contract, the Principal shall forfeit earnest money deposit / bid security money, encash the bank guarantee including due payments in addition to blacklisting or putting on holiday the bidder and terminating the contract.

2. If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to

terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to Earnest Money Deposit / Security Deposit / Performance Bank Guarantee.

3. The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to

condition that if the Bidder / Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder / Contractor shall compensate the Principal only to the extent of the damage in the amount proved.

Section 5 - Previous transgression

1. The Bidder swears on oath that no previous transgression has occurred during the last three years with

any other Company in any country conforming to the TI approach or including with any other Public Sector Enterprise / Undertaking in India that could justify his exclusion from the tender process.

2. If the Bidder makes incorrect statement on this subject, he shall be disqualified from the tender process

or the contract, if already awarded, could be liable to be terminated on this ground.

Section 6 - Equal treatment to all Bidders / Contractors / Subcontractors 1. The Bidder / Contractor undertakes to demand from all its sub-contractors, if any, an undertaking and

commitment in conformity with this Integrity Pact, and to submit it to the Principal before signing of the contract.

2. The Principal will enter into agreements with similar conditions, as stipulated herein, with all Bidders,

Contractors and Subcontractors. 3. The Principal shall disqualify from the tender process all Bidders who do not sign this Pact or violate

any of its provisions.

Section 7 - Criminal charges against violating Bidders / Contractors / Sub-contractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office / Department for initiating appropriate action for above.

Section 8 -Independent External Monitor / Monitors (Three in number depending on the size of the contract)

(To be decided by the Chairperson of the Principal)

1. The Principal appoints competent and credible external independent Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

2. The Monitor is not subject to any instructions by the representatives of the parties and performs his

functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

780

Page 781: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

3. The Contractor accepts that the Monitor has the right to access without restriction to all Project

documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Sub-contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder / Contractor / Sub-contractor with confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings among the parties

related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement he will so inform

the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the bidder / contractor to present its case before making its recommendations to the Principal.

6. The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to

10 weeks from the date of reference or intimation to him by the 'Principal' and should the occasion arise, submit proposals for taking corrective measures.

7. Monitor shall be entitled to compensation by the Principal on the same terms & conditions as being

extended to/provided to Outside Expert Committee Members of ONGC. 8. If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence

under relevant Anti-Corruption laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.

9. The word 'Monitor' would include both singular and plural. 10. Independent External Monitor shall be required to maintain confidentiality of the information acquired

and gathered during their tenure / role as Independent Monitor. Any breach in this regard would be subject to the legal judicial system of India.

11. The Independent External Monitors - shall be responsible to oversee the implementation of Integrity

Pact Program to prevent corruption, bribes or any other unethical practices in the GAIL. However, Monitor(s) shall be personally and severally be liable for any action or suit brought by Bidder / Contractor / against the Monitor, in case the findings of Independent Monitor is / are found incorrect or biased or prejudiced.

12. Independent External Monitor(s) shall be required to furnish an Undertaking and shall disclose before

taking any assignment that he / she has no interest in the matter or connected with the party (bidder / contractor) in any manner.

Section 9 - Pact Duration

The provisions of this Pact shall come into effect from the date of signing of this Pact by the both parties. It expires for the Contractor 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded.

781

Page 782: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

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) (Name & Designation) For the Principal For the Bidder/Contractor

Place :________________ Witness 1: ____________________________ Date :_________________ Witness 2: ___________________________

782

Page 783: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-13 DETAILS OF PROPSED EQUIPMENTS , TOOLS & TACKLES

The bidder shall submit the details of all construction equipments, tools & tackles etc. in the following format, proposed to be deployed for each section:-.

If owned by Bidder If to be Hired Sr. No.

Equipment Description Nos. Capacity & make Present

Location Expected Date of Availability

If likely to be purchased by

Bidder, expected date of Purchase

Source of Hiring

Reference of Consent Letter

Remark

Note - 1. In case of equipment are to be hired, Bidder shall indicate the source of Hiring and enclose the consent letter from such

sources. 2. Bidder shall clearly indicate the expected date of availability of Owned/ Hired equipment.

SIGNATURE OF BIDDER : _______________________ NAME OF BIDDER : _______________________

783

Page 784: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-14 DETAILS OF PROPOSED ORGANISATION

NAME OF WORK : BIDDING DOCUMENT NO. : The Bidder shall submit herein details of Head Office and Project/Site Organisation proposed to be deployed for execution of the work. Bidder shall also furnish the bio-data of Site-in- Charge and key personnel to be deployed. Bidder understand that the said proposal represents the minimum deployment and the Bidder acknowledges that the said deployment may have to be augmented with additional number and/or categories, if required if directed by Engineer-in-Charge in order to compete the work within the completion schedule and quoted lump sum price. SIGNATURE OF BIDDER : ________________________ NAME OF BIDDER : ________________________

784

Page 785: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-15

DETAILED EXECUTION PHILOSOPHY PROPOSED FOR JOB UNDER CONSIDERATION

NAME OF WORK : TENDER NO :

Sl. No. DESCRIPTION WHETHER TO BE CARRIED OUT IN-HOUSE/OUTSOURCING WITH

NAME OF PROPOSED SUBCONTRACTOR 1. Project Management

2. Fabrication, construction/ installation

3. Testing and commissioning 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. SIGNATURE OF THE BIDDER : ________________________________ NAME OF THE BIDDER : ________________________________

785

Page 786: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-1 6 CERTIFICATE OF NON-INVOLVEMENT OF AGENT

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

This is to certify that we have not engaged involve any Agent /Consultant/Retainer/Associate who is not an employee of _____________________ (name of your company) for payment of any remuneration thereof in India or abroad. Therefore, no Agent’s / Representative’s / consultant’s commission is payable in India or abroad against this Contract.

SIGNATURE AND SEAL OF BIDDER

786

Page 787: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-17 PROFORMA FOR DETAILS OF INDIAN AGENT

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

Following are the details of Indian agent/ consultant/representative

S. No. Description Bidder’s response

1. Name & address of agent / consultant / representative in India.

2. The precise relationship between the bidder and their agent/consultant/representative in India.

3. The mutual interest which the bidder and Agent / Consultant / Representative in India have in the Business of each other.

4. Any payment which the Agent / Consultant / Representative in India or abroad receives from the bidder whether as a commission for the contract or as a general retainer fee.

5. Permanent Income Tax Account number of Agent / Consultant / Representative in India

6. Permanent Income Tax account of bidder in his country and also in India, if applicable

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

SEAL AND SIGNATURE OF BIDDER

Note: Aforementioned information’s need to be supported with necessary documents.

787

Page 788: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

FORM F-18

DECLARATION OF BIDDER’S INDIAN INCOME TAX LIABILITY (FOR FOREIGN BIDDER)

(TO BE GIVEN ON BIDDER’S LETTERHEAD)

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir(s),

We, …………………………………….., hereby declare that we have not outstanding Indian Income tax Liability OR We, ………………………………………., hereby declare that we have an outstanding Indian Income tax liability of Rs. …………………/- (Rupees …………………………….. only) made up as follows:- Assessment Year Amount

-------------------------- Total

-------------------------- The said amount(s) is / are outstanding for the following reasons: (state reasons). We have furnished the following securities to secure payment(s) of the said outstanding: {State securities (f any) and amounts secured}

SEAL AND SIGNATURE OF BIDDER

788

Page 789: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-19

DECLARATION We confirm that we are not under any liquidation, court receivership or similar proceedings. We also confirm that we have not been banned or delisted by any Government or Quasi Government agencies of PSU. We confirm that contents of Bid Document have not been altered or modified by us. Signature & Seal of Bidder Note : This should be submitted in the Letter Head of the Bidder

789

Page 790: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-20

UNDERTAKING

We confirm that we shall deploy the equipments as per MCEDS (Format F-9 to SCC ) during execution of the contract for the sections quoted. We confirm the requirement of key personnel & their experience for the quoted sections shall be as per the stipulation of tender document, addendum & corrigendum if any.

790

Page 791: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

BID DOCUMENT NO. 05/51/23M9/GAIL/001-i) PROJECT: SPURLINES OF DADRI – BAWANA NANGAL PIPELINE (DBNPL) PROJECT

F-21

DOCUMENTS TO BE SUBMITTED BY BIDDER

SL. NO.

VOL. NO.

Section CLAUSE NO.

CLAUSE DOCUMENT REQUIRED

1. I IFB 5.1.1 In Case of a Single Bidder:

I IFB 5.1.11 The bidder should have completed in last 7 (Seven) years reckoned from the due date, at least one Cross Country Hydrocarbon (Buried) Steel Pipeline Project of diameter and length as given below for qualifying for requisite sections.

1A I IFB 5.1.1.1(i) Qualification for Section-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.

• Letter of Award. • Completion certificate issued by Owner /

Consultant.

1B I IFB 5.1.1.1 (ii) Qualification for Section-II: Minimum 32 km of 8” dia. (219.1 mm) or higher in one project out of which minimum 15 km in single stretch, to qualify for Section-II.

• Letter of award. • Completion certificate issued by Owner /

Consultant.

1C I IFB 5.1.1.1(iii) Qualification for both Sections-I & II: Minimum 50 km of 18” dia. (457.2 mm) or higher in one project out of which minimum 25 km in single stretch.

• Letter of award. • Completion certificate issued by Owner /

Consultant.

791

Page 792: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SL. NO.

VOL. NO.

Section CLAUSE NO.

CLAUSE DOCUMENT REQUIRED

2 I IFB 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.

3. I IFB 5.1.2 In Case of Consortium:

3A I IFB 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.

Documents as mentioned at 5.1.1.1 above

3B I IFB 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.

• Shall submit Agreement / MOU along with the bid clearly

defining the scope and responsibility of each member along with the nomination of the Leader.

• The members of Consortium shall assume responsibility

jointly and severally. • This Agreement/ MOU must remain in force at least till the

pendency of this Contract

• Appropriate Document • Agreement / MOU with responsibility

matrix, refer clause no. 10 of SCC. • Validity in above Agreement / MOU to

be kept as required.

4 I IFB 5.2.1.1 Financial criteria in case of single bidder: Annual Turnover as per 5.2.1.1

Audited financial statements of any one of the immediate three preceding financial years

792

Page 793: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SL. NO.

VOL. NO.

Section CLAUSE NO.

CLAUSE DOCUMENT REQUIRED

5. I IFB 5.2.1.2 Net worth of the bidder should be positive as per the immediate preceding year’s audited financial results.

Audited financial statements of the immediate preceding financial year.

6. I IFB 5.2.1.3 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

7. I IFB 5.2.2.1 Financial criteria in case of CONSORTIUM: The Leader of the Consortium shall meet the minimum annual turnover criteria for single bidder as per clause no. 5.2.1.1.

Audited financial statements of any one of the immediate three preceding three financial years

8. I IFB 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 per 5.2.2.2.

Audited financial statements of any one of the immediate three preceding financial years

9. I IFB 5.2.2.3 Net worth of each member of Consortium should be positive as per the immediate preceding year’s audited financial results.

Audited financial statements of the immediate preceding financial year of both Leader and Member.

10. I IFB 5.2.2.4 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 Leader’s 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.

• Audited Profit – Loss Statement of immediate preceding financial year.

• In case of inadequate working capital, letter from the bank

11. I IFB

5.3.1

Single bidder / consortium requirement bidder (Leader and / or member) shall meet the minimum construction equipment requirement for individual section as specified in bidding

• The bidder shall submit either of the following documents to establish that they own the equipment.

793

Page 794: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SL. NO.

VOL. NO.

Section CLAUSE NO.

CLAUSE DOCUMENT REQUIRED

SCC

Annex.- 9A,

Notes 1&2

document as per Annexure 9A to SCC.

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. I SCC Annex. - 9 MCEDS Signed copy of the MCEDS as per Annex. –

9

794

Page 795: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SL. NO.

VOL. NO.

Section CLAUSE NO.

CLAUSE DOCUMENT REQUIRED

Bidder is required to give an undertaking for deploying the equipments as per MCEDS during execution of the contract.

As required

13. I SCC Annex. – 10

Signed copy of manpower deployment as per Annex. - 10

14. I SCC Annex. – 10A

Minimum number of skilled manpower to be deployed per section

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.

15. I IFB 6.0 In case of foreign bidder all the supporting documents pertaining to qualification criteria submitted as evidence shall be certified true copies duly signed, dated and stamped by an official authorized for this purpose in Indian Embassy/ High Commission in Bidder’s country

As required

16. I IFB 13.4 (i) Demand Draft towards Bid Document Fee As required 17. I IFB 13.4 (ii) EMD / Bid Bond As required 18. I IFB 13.4 (iii) Power of Attorney As required 19. I IFB 13.4 (iv) Integrity Pact duly filled in Bidder’s name, name of item and

signed by per person holding Power of Attorney and also signed by both the witness. (As per Format F-12)

As required

20. I IFB 12.1 Bid should be valid for 4 (Four) months from the date of bid submission.

As required

21. I Attachment-I

Forms and Formats

Bidder’s General information Filled in F-1 (stamped and signed)

795

Page 796: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SL. NO.

VOL. NO.

Section CLAUSE NO.

CLAUSE DOCUMENT REQUIRED

22. I Attachment-I

Forms and Formats

Bid Form Filled in F-2 (stamped and signed)

23. I Attachment-I

Forms and Formats

List of Enclosures Filled in F-3 (stamped and signed)

24. I SCC Annexure-6

QA / QC Manual As required

25. I SCC Annexure-7

HSE Policy and HSE Manual As required

26. I Attachment-I

Forms and Formats

Annual Report for the last three years showing details such as Annual Turnover, profit and loss account and net worth etc.

Filled in F-3A and F-3B (stamped and signed)

27. I Attachment-I

Forms and Formats

Copy of bid documents along with all addendum/corrigendum 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.

As required

28. I Attachment-I

All documents as per clause 11 of ITB i.e. “Documents Comprising the Bid” along with addendums / corrigendum.

As required (Refer Clause 11 of ITB)

29. I Attachment-I

Forms and Formats

Proforma for BG for EMD / Bid Security Filled in F-4 (Signed and Stamped)

30. I Attachment-I

Forms and Formats

Letter of authority Filled in F-5 (Signed and Stamped)

31. I Attachment-I

Forms and Formats

No Deviation confirmation Filled in F-6 (Signed and Stamped)

32. I Attachment-I

Forms and Formats

Certificate indemnifying Government of India Filled in F-7 (Signed and Stamped)

33. I Attachment-I

Forms and Formats

Details of similar work done during past 7 years Filled in F-8A (Signed and Stamped)

34. I Attach Forms and Proforma for submission of details of specific experience Filled in F-8B (Signed and Stamped)

796

Page 797: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SL. NO.

VOL. NO.

Section CLAUSE NO.

CLAUSE DOCUMENT REQUIRED

ment-I Formats 35. I Attach

ment-I Forms and Formats

Details of PF registration Filled in F-10 (Signed and Stamped) alongwith copy of PF registration Certificate

36. I Attachment-I

Forms and Formats

Check List Filled in F-11 (Signed and Stamped)

37. I Attachment-I

Forms and Formats

Details of proposed equipment, tools & Tackles Filled in F-13 (Signed and Stamped)

Details of proposed Organization along with Bio Data of Site In-Charge and key personnel

Filled in F-14 (Signed and Stamped) 38. I Attachment-I

Forms and Formats

Organization chart and the structure assigned for execution of the work under this bid.

As required

Details of Execution philosophy proposed for job under consideration

Filled in F-15 (Signed and Stamped) 39. I Attachment-I

Forms and Formats

Step by step methodology of execution of work covering manpower and/or construction equipment deployment

Detailed write-up on all activities.

40. I Attachment-I

Forms and Formats

Certificate of non-involvement of agent Filled in F-16 (Signed and Stamped)

41. I Attachment-I

Forms and Formats

Proforma for details of Indian Agent Filled in F-17 (Signed and Stamped)

42. I Attachment-I

Forms and Formats

Declaration of Bidder’s Indian Income tax liability (applicable for foreign Bidders)

Filled in F-18 (Signed and Stamped)

43. I Attachment-I

Forms and Formats

Declaration Filled in F-19 (Signed and Stamped)

44. I Attachment-I

Forms and Formats

Undertaking Filled in F-20 (Signed and Stamped)

45. I SCC Annex. - 11

Compliance to Hiring / Recovery rate for deployment of manpower

As required

797

Page 798: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

SL. NO.

VOL. NO.

Section CLAUSE NO.

CLAUSE DOCUMENT REQUIRED

46. I SCC Annex. - 12

Compliance to Hiring / Recovery rate for deployment of equipment

As required

47. I SOR Copy of latest SOR As required 48. I ITB 11.2.1.i Covering Letter As required 49. I Attach

ment-I Forms and Formats

Execution schedule with interlinking of various activities

As required

Time Schedule

Annexure-3 (Signed & Stamped) 50. I SCC Annexure-3

Execution Schedule with interlinking of various activities

As required

798

Page 799: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 1 of 4

ATTACHMENT – II

CONTRACT AGREEMENT

799

Page 800: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 2 of 4

PROFORMA FOR CONTRACT AGREEMENT LOA No. GAIL / dated ----------- Contract Agreement for the work of ----------------- of GAIL (INDIA) Ltd. made on ---------- between (Name and Address)------------- , hereinafter called the “CONTRACTOR” (which term shall unless excluded by or repugnant to the subject or context include its successors and permitted assignees) of the one part and GAIL (INDIA) LIMITED hereinafter called the “EMPLOYER” (which term shall, unless excluded by or repugnant to the subject or context include its successors and assignees) of the other part. WHEREAS A. The EMPLOYER being desirous of having provided and executed certain work mentioned,

enumerated or referred to in the Tender Documents including Letter Inviting Tender, General Tender Notice, General Conditions of Contract, Special Conditions of Contract, Specifications, Drawings, Plans, Time Schedule of completion of jobs, Schedule of Rates, Agreed Variations, other documents has called for Tender.

B. The CONTRACTOR has inspected the SITE and surroundings of WORK specified in the

Tender Documents and has satisfied himself by careful examination before submitting his tender as to the nature of the surface, strata, soil, sub-soil and ground, the form and nature of site and local conditions, the quantities, nature and magnitude of the work, the availability of labour and materials necessary for the execution of work, the means of access to SITE, the supply of power and water thereto and the accommodation he may require and has made local and independent enquiries and obtained complete information as to the matters and thing referred to, or implied in the tender documents or having any connection therewith and has considered the nature and extent of all probable and possible situations, delays, hindrances or interferences to or with the execution and completion of the work to be carried out under the CONTRACT, and has examined and considered all other matters, conditions and things and probable and possible contingencies, and generally all matters incidental thereto and ancillary thereof affecting the execution and completion of the WORK and which might have influenced him in making his tender.

C. The Tender Documents including the Notice Letter Inviting Tender, General Conditions of

Contract, Special Conditions of Contract, Schedule of Rates, General Obligations, SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule for completion of Jobs, Letter of Acceptance of Tender and any statement of agreed variations with its enclosures copies of which are hereto annexed form part of this CONTRACT though separately set out herein and are included in the expression “CONTRACT” wherever herein used.

AND WHEREAS The EMPLOYER accepted the Tender of the CONTRACTOR for the provision and the execution of the said WORK at the rates stated in the schedule of quantities of the work and finally approved by EMPLOYER (hereinafter called the "Schedule of Rates") upon the terms and subject to the conditions of CONTRACT.

800

Page 801: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 3 of 4

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND DECLARED AS FOLLOWS:- 1. In consideration of the payment to be made to the CONTRACTOR for the WORK to be

executed by him, the CONTRACTOR hereby covenants with EMPLOYER that the CONTRACTOR shall and will duly provide, execute and complete the said work and shall do and perform all other acts and things in the CONTRACT mentioned or described or which are to be implied there from or may be reasonably necessary for the completion of the said WORK and at the said times and in the manner and subject to the terms and conditions or stipulations mentioned in the contract.

2. In consideration of the due provision execution and completion of the said WORK,

EMPLOYER does hereby agree with the CONTRACTOR that the EMPLOYER will pay to the CONTRACTOR the respective amounts for the WORK actually done by him and approved by the EMPLOYER at the Schedule of Rates and such other sum payable to the CONTRACTOR under provision of CONTRACT, such payment to be made at such time in such manner as provided for in the CONTRACT.

A N D

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.

801

Page 802: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 4 of 4

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 Signed and Delivered for and on behalf of EMPLOYER. on behalf of the CONTRACTORs. GAIL (INDIA) LIMITED (NAME OF THE CONTRACTOR) _______________________________ ____________________________ _______________________________ ____________________________ Date :___________ Date :____________ Place:___________ Place:____________

IN PRESENCE OF TWO WITNESSES

1.___________________________ 1. ________________________ ___________________________ ________________________ ___________________________ ________________________ 2.___________________________ 2. ________________________ ___________________________ ________________________ ___________________________ ________________________

802

Page 803: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 1 of 4

ATTACHMENT – III

INDEMNITY BOND

803

Page 804: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 2 of 4

PROFORMA OF INDEMNITY BOND FOR SUPPLY OF MATERIALS BY EMPLOYER (To be executed on non-judicial stamped paper of appropriate value) WHEREAS GAIL (INDIA) LTD. (hereinafter referred to as GAIL) which expression shall unless repugnant to the context includes their legal representatives, successors and assigns having their registered office at 16, Bhikaiji Cama Place; R.K.Puram New Delhi has entered into a CONTRACT with ______________________ (hereinafter referred to as the CONTRACTOR which expression shall unless repugnant to the context include their legal representatives, successors and assigns) for ____________________on the terms and conditions as set out, inter-alia, in the CONTRACT No................. Dated............. and various documents forming part thereof hereinafter collectively referred to as the "CONTRACT" which expression shall include all amendments, modifications and/or variations thereto. AND WHEREAS i) GAIL has agreed to supply to the CONTRACTOR, equipment, plants and materials

(finished, semi-finished and raw)for the purpose of EXECUTION of the said CONTRACT by the CONTRACTOR (the equipment, plants and materials to be supplied by GAIL to the CONTRACTOR, hereinafter for the sake of brevity referred to as the "said materials") and pending execution by the CONTRACTOR of the CONTRACT incorporating the said materials, the said materials shall be under the custody and charge of the CONTRACTOR and shall be kept, stored, altered, worked upon and/or fabricated at the sole risk and expense of the CONTRACTOR.

ii) As a pre-condition to the supply of the said materials by GAIL to the

CONTRACTOR, GAIL has required the CONTRACTOR to furnish to GAIL an Indemnity Bond in the manner and upon terms and conditions hereinafter indicated.

NOW, THEREFORE, in consideration of the premises aforesaid the

CONTRACTOR hereby irrevocably and unconditionally undertakes to indemnify and keep indemnified GAIL from and against all loss, damage and destruction (inclusive but not limited to any or all loss or damage or destruction to or of the said materials or any item or part thereof by theft, pilferage, fire, flood, storm, tempest, lightning, explosion, storage, chemical or physical action or reaction, binding, warping, exposure, rusting, faulty workmanship, faulty fabrication, or faulty method or technique of fabrication, strike, riot, civil commotion, or other act or omission or commission whatsoever within or beyond the control of the CONTRACTOR, misuse and misappropriation (inclusive but not limited to the misuse or misappropriation by the CONTRACTOR and the Contractor's servants and/or agents) whatsoever to, or of in the said materials or any part of them thereof from the date that the same or relative part of item thereof was supplied to the CONTRACTOR upto and until the date of return to GAIL of the said materials or

804

Page 805: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 3 of 4

relative part of item thereof or completed fabricated works(s) incorporating the said material and undertake to pay to GAIL forthwith on demand in writing without protest or demur the value as specified by GAIL of the said material or item or part thereof, lost, damaged, destroyed, misused and/or misappropriated, as the case may be or, together with GAIL'S costs and expenses (inclusive of but not limited to handling, transportation, cartage, insurance, freight, packing and inspection costs/or expenses upto) and aggregate limit of Rs._________________________________________________ (Rupees ________________________________________________________________ _________________________________).

AND THE CONTRACTOR hereby agrees with GAIL that: i) This Indemnity/Undertaking shall be a continuing Indemnity/ Undertaking

and shall remain valid and irrevocable for all claims of GAIL arising hereunder upto and until the midnight of ________________. However, if the CONTRACT for which this Indemnity/Undertaking is given is not completed by this date, the CONTRACTOR hereby agrees to extend the Indemnity/Undertaking till such time as is required to fulfil the CONTRACT.

ii) This Indemnity/Undertaking shall not be determined by any change in

constitution or upon insolvency of the CONTRACTOR but shall be in all respects and for all purposes be binding and operative until payment of all moneys payable to GAIL in terms of hereof.

iii) The mere statement of allegation made by or on behalf of GAIL in any

notice or demand or other writing addressed to the CONTRACTOR as to any of the said material or item or part thereof having been lost , damaged, destroyed, misused or misappropriated while in the custody of the CONTRACTOR and/or prior to completion of the completed fabricated work(s) and delivery to job site thereof incorporating the said materials shall be conclusive of the factum of the said material or item or part thereof having been supplied to the CONTRACTOR and/or the loss, damage, destruction, misuse or misappropriation thereof, as the case may be, while in the custody of the CONTRACTOR and/or prior to the completion of the completed fabricated work(s) and delivery to job site thereof incorporating the said materials without necessity on the part of GAIL to produce any documentary proof or other evidence whatsoever in support of this.

iv) The amount stated in any notice of demand addressed by GAIL to the

CONTRACTOR as to the value of such said materials lost, damaged, destroyed, misused or misappropriated, inclusive relative to the costs and expenses incurred by GAIL in connection therewith shall be conclusive of

805

Page 806: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Page 4 of 4

the value of such said materials and the said cost and expenses as also of the amount liable to be paid to GAIL to produce any voucher, bill or other documentation or evidence whatsoever in support thereof and such amount shall be paid without any demur and on demand and no dispute shall be raised concerning the same.

The undersigned has full power to execute this Indemnity Bond on behalf of the

CONTRACTOR under the Power of Attorney dated______. (SIGNED BY COMPETENT AUTHORITY) Place: Dated: Official seal of the CONTRACTOR

806

Page 807: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

ATTACHMENT – IV

PERFORMANCE EVALUATION

807

Page 808: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/CONTRACTORS/CONSULTANTS

1.0 GENERAL

A system for evaluation of vendors/contractors and their performance is key process and important to support an effective purchasing & contracting function of an organization. Performance of all participating Vendors/ Contractors/ Consultants need to be closely monitored to ensure timely receipt of supplies from a Vendor, completion of an assignment by a Consultant or complete execution of order by a contractor within scheduled completion period. For timely execution of projects and meeting the operation & maintenance requirement of operation plants, it is necessary to monitor the execution or order or contracts right form the award stage to completion stage and take corrective measures in time.

2.0 OBJECTIVE:

The objective of Evaluation of Performance aims to recognize, and develop reliable Vendors/Contractors/Consultants so that they consistently meet or exceed expectations and requirements. The purpose of this procedure is to put in place a system to monitor performance of Vendors/Contractors/Consultants associated with GAIL in projects and in O&M so as to ensure timely completion of various projects, timely receipt of supplies including completion of works & services for operation and maintenance of operating plants and quality standards in all respects.

3.0 METHODOLOGY:

(i) Preparation of Performance Rating Data-sheet

Performance Rating Data Sheet for each and every Vendor/Contractor or Consultant for all for all order/Contracts with a value of Rs. 1Lakh and above is recommended to be drawn up. These data sheets are to be separately prepared for orders/Contracts related to Projects and O&M. format, Parameter, Process, responsibility for preparation of Performance Rating Data Sheet are separately mentioned.

(ii) Measurement of Performance

Based on the parameters defined in Data Sheet Performance of concerned vendor, Contractor or Consultant would be computed and graded accordingly. The measurement of the performance of the Party would be its ability of achieved the minimum scoring of 60% points in the given parameters individually and collectively. Any Party failing to secure less than the minimum score in any of the parameters shall not be considered to remain in business with GAIL.

(iii) Initiation of Measures:

Depending upon the Grading of Performance, corrective measures would be initiated by taking up the matter with concerned Vendor/Contractor/Consultant. Response of Vendor/Contractor/Consultant would be considered before deciding further course of action.

(iv) Implementation of Corrective Measures:

Based on the response of Vendor/Contractor/Consultant, concerned Engineer – In – Charge for the Projects and/or OIC in case of O&M would recommend for continuation

808

Page 809: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

or discontinuation of such party from the business of GAIL. These recommendations would be submitted to the Competent Authority who would pass a reasoned order for putting the party on Holiday/blacklisting.

(v) Orders/contracts placed on propitiatory/OEM basis for O&M will be evaluated and, if required, corrective action will be taken for improvement in future.

4.0 EXCLUSIONS:

The following would be excluded form the scope of evaluation of performance of Vendors/Contractors/Consultants. (i) Orders/Contracts below the value of Rs. 11 Lakh. (ii) One time vendor/Contractor/Consultant

(iii) Orders of Misc. Administrative items/non stock Non Valuated items.

However, concerned Engineer – In – Charge/OICs will continue to monitor such cases so as to minimize the impact on Projects/O&M plants due to non performance of Vendors/Contractors/Consultants in all such cases.

5.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/CONTRACTORS/

CONSULTANTS 5.1 FOR PROJECTS

(i) Evaluation of performance of Vendors/Contractors/Consultants in case of PROJECTS shall be done immediately with commissioning of any projects.

(ii) On Commission of any Projects, EIC (Engineer-In-Charge)/ Project In-Charge shall

prepare a Performance Rating Date Sheet (Format at Annexure-I) for all Orders and Contracts excluding cased under para 4.0

(iii) Depending upon the Performance Rating, following action need to be initiated by

Engineer-In-Charge/Project-In-Charge:

Sl. No.

Performance Rating

Action

1 POOR Seek explanation for Poor Performance 2 FAIR Seek explanation for Fair Performance

3 GOOD Letter to the concerned for improving performance in future.

4 VERY GOOD No further action

(iv) Reply form concerned Vendor/Contractor/Consultant shall be examined. In case of

satisfactory reply, Performance Rating data Sheet to be closed with a letter to the concerned for improving performance in future.

(v) When no reply is received or reasons indicated are unsatisfactory, the following actions

need to be taken:

(A) Where Performance rating is “POOR”

809

Page 810: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

(i) Recommend such defaulting Vendor/Contractor/Consultant for putting on HOLIDAY for a period of 1 year.

(ii) When his performance has affected overall completion schedule of the

project, recommend such defaulting Vendor/Contractor/ Consultant for putting on HOLIDAY for a period of 2/3 years,

(B) Where Performance rating is “FAIR” Recommend for issuance of warning to such defaulting Vendor/Contractor/

Consultant to improve their performance.

(vi) Irrespective or Performance rating, where Vendor/Contractor/Consultant submit forged documents in respects of experience, turnover and any other condition forming the basis of for the pre-qualifying/eligibility criterion, such Vendor/Contractor/Consultant should be recommended for BLACKLISTING.

(vii) On receipt of consolidated recommendations of Engineer-In-Charge of a Project, the

Project Manager will constitute a Committee of Head of Projects, C&P and Finance to examine the recommendations forwarded by the Engineer-In-Charge.

(viii) In case committee recommends putting a party on holiday or for blacklisting, the Project

Manager will put up the recommendation or committee to the concerned Director through Corporate C&P Deptt. along with a draft show cause notice providing a final opportunity of defend his case. The draft show cause notice should be vetted by Legal Deptt.

(ix) After obtaining approval from the concerned Director, Corporate C&P department will

issue the show cause notice to the concerned party.

(x) On receipt of reply in response to show cause notice, Corporate C&P Deptt. Will forward the same to Project Manager who after taking legal opinion will prepare a proposal for keeping the party on Holiday/for blacklisting and forward the same to Corporate C&P Dept. for obtaining the approval of the concerned Director.

(xi) After obtaining approval from the concerned Director, Corporate C&P Deptt. Will issue a

letter to the party conveying the decision of putting him on holiday for the specific period or blacklisting the party.

(xii) A list of all parties put on holiday or blacklisted will be communicated to all concerned

and will also be maintained at GAIL Intranet.

(xiii) However, Holiday restrictions shall not apply on Vendors for procurement of spares from them on Proprietary basis.

5.2 FOR CONSULTANCY JOBS

Monitoring and Evaluation of Consultancy jobs will be carried out in the same way as described in para 5.1 for Projects except the functions of Projects Manager will be performed by concerned In-Charge of user Depts. Such as Project Development, Business Development, E&P, HR, Finance, HSE etc. The Provision of para 5.1 (xiii) will not be applicable for consultancy jobs.

5.2 FOR OPERATION & MAINTENANCE

(i) Evaluation of performance of Vendors/Contractors/Consultants in case of Operation and Maintenance shall be done immediately after execution of order/contract.

810

Page 811: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

(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. Performance

Rating Action

1 POOR Seek explanation for Poor Performance 2 FAIR Seek explanation for Fair Performance

3 GOOD Letter to the concerned for improving performance in future.

4 VERY GOOD No further action

(iv) Reply form concerned Vendor/Contractor/Consultant shall be examined. In case of satisfactory reply, Performance Rating Date Sheet to be closed with a letter to the concerned for improving performance in future.

(v) When no reply is received or reason indicated are unsatisfactory, the following actions

need to be taken:

(A) Where Performance rating is “POOR”

(i) Recommend such defaulting Vendor/Contractor/Consultant for putting on HOLIDAY for a period of 1 year. .

(ii) When his performance has seriously affected the operation &

maintenance of plant, recommend such defaulting Vendor/Contractor/Consultant for putting on HOLIDAY for a period of 2/3 years.

(B) Where Performance rating is “FAIR”

Recommend for issuance of warning to such defaulting Vendors/Contractors/Consultants to improve their performance.

(vi) Irrespective of Performance rating, where Vendor/Contractor/Consultant submit forged

documents such Vendor/Contractor/Consultant should be recommended for BLACKLISTING.

(vii) A quarterly meeting of HOD (C&P), HOD (F&A) and HOD of respective departments

shall be held at Site to review and examine all cases requiring putting the Vendors/Contractors/Consultants on holiday for final decision.

(viii) On receipt of recommendation of committee for putting a party on Holiday or for

blacklisting, OIC will put up the recommendation of Committee to the concerned Director through Corporate C&P Deptt. along with a draft show cause notice providing a final opportunity of party to defend his case. The show cause notice will be legally vetted.

(ix) After obtaining approval from the concerned Director, Corporate C&P department will

issue the show cause notice to the concerned party.

(x) On receipt of reply in response to show cause notice, Corporate C&P Deptt. Will forward the same to OIC who after taking legal opinion will prepare a proposal for keeping the

811

Page 812: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

party on Holiday/for blacklisting and forward the same to Corporate C&P Deptt. For obtaining the approval of the Concerned Director.

(xi) After obtaining approval from the concerned Director, Corporate C&P Deptt. Will issue a

letter to the party conveying the decision of putting him on holiday for the specific period or blacklisting the party.

(xii) A list of all parties put on holiday or blacklisted will be communicated to all concerned

and will also be maintained at GAIL intranet.

(xiii) However, Holiday restrictions shall not apply on Vendors for procurement of spares from them on proprietary basis.

6.0 REVIEW & RESTORATION OF PARTIES PUT ON HOLIDAY/BLACKLISTED 6.1 After expiry of Holiday period, the vendors/contractors/consultants who have been put on Holiday

due to delay in completion schedule will be automatically resorted to participate in business with GAIL. However, parties who have been put on Holiday due to quality problems will be resorted only after a review by the committee, which had earlier recommended the party to be put on Holiday.

6.2 The period of Holiday will be form one year to three year depending upon the seriousness of

failure. It can be three years in extreme cases and may be one year or two years depending upon the nature of failure in performance.

812

Page 813: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure – I

GAIL (India) Limited

PERFORMANCE RATING DATA SHEET (FOR PROJECTS/ CONSULTANCY JOBS)

i) Project/ Work Center : ii) Order/ Contract No. & Date : iii) Brief Description of Items Works/ : Assignment iv) Order/ Contract Value (Rs.) : v) Name of Vendor/ Contractor/ Consultant : vi) Contracted delivery/ completion schedule : vii) Actual Delivery/ Completion date :

Performance Parameter

Delivery/ Completion Performance

Quality Performance

Reliability Performance

Total

Maximum Marks 40 40 20 100 Marks Allocated (*)

Remarks (If any) PERFORMANCE RATING (**) Note : (*) Allocation of marks would be as per enclosed instructions (**) Performance rating shall be classified as under :-

Sl. No. Range (Marks)

Rating

1. 60 & below Poor 2. 61 – 75 Fair 3. 76 – 90 Good 4. More than 980 Very Good

Signature of Authorized Signatory Name: Designation

Instructions for Allocation of Marks

813

Page 814: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

1) Marks are to be allocated as under 1.1 Delivery / Completion Performance 40 Marks

Delivery Period/ Completion Schedule

Delay in Week Marks

a) Ùpto 3 months Before CDD 40 Delay up to 4 weeks 35 Delay up to 8 weeks 30 Delay up to 10 weeks 25 Delay up to 12 weeks 20 Delay up to 16 weeks 15 More than 16 weeks 0 b) Above 3 months Before CDD 40 Delay up to 4 weeks 35 Delay up to 8 weeks 30 Delay up to 10 weeks 25 Delay up to 16 weeks 20 Delay up to 20 weeks 15 Delay up to 24 weeks 10 More than 24 weeks 0

1.2 Quality Performance 40 Marks

For normal Cases: No Defects/ No Deviation/ No Failure 40 Marks

i. Rejection / Defects Marks to be allocated on prorate basis for acceptable quantity as compared to total quantity for normal cases.

10 Marks

ii. When Quality failure endanger system integration and safety of the system

Failure of severe nature - Moderate Nature - Low serve nature

0 Marks 5 Marks

10-25 Marks ii. Number of Deviations 1. No Deviation 5 Marks 2. No. of Deviations < 2 2 Marks 3. No. of Deviations > 2 0 Marks

1.3 Reliability Performance 20 Marks A. For Works/ Contracts

i. Submission of order acceptance, agreement, PBG, drawings and other documents within time

4 Marks

ii. Mobilization of resource as per contract and in time

4 Marks

iii. Liquidation of Check-list points 4 Marks iv. Compliance to statutory and HS & E requirement

4 Marks

or

Reliable of Estimates/ Design/ Drawings etc. in case of consultancy jobs

v. Timely submission of estimates and other documents for extra, substituted & AHR items

4 Marks

814

Page 815: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

B. For Suppliers

i. Submission of order acceptance, PBG, drawings and other documents within time

5 Marks

ii. Attending complaints and requests for after sales service/ warranty repairs and/ or query/ advice (upto the evaluation period)

5 Marks

iii. Response to various correspondence and conformance to standards like ISO

5 Marks

iv. Submission of all requirement documents including test certificate at the time of supply

5 Marks

815

Page 816: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Annexure – II GAIL (India) Limited

PERFORMANCE RATING DATA SHEET (FOR O&M)

i) Location : ii) Order/ Contract No. & Date : iii) Brief Description of Items Works/ : Assignment iv) Order/ Contract Value (Rs.) : v) Name of Vendor/ Contractor/ Consultant : vi) Contracted delivery/ completion schedule : vii) Actual Delivery/ Completion date :

Performance Parameter

Delivery Performance Quality Performance

Reliability Performance

Total

Maximum Marks 40 40 20 100 Marks Allocated (*)

Remarks (If any) PERFORMANCE RATING (**) Note : (*) Allocation of marks would be as per enclosed instructions (**) Performance rating shall be classified as under :-

Sl. No. Range (Marks)

Rating

1. 60 & below Poor 2. 61 – 75 Fair 3. 76 – 90 Good 4. More than 980 Very Good

Signature of Authorized Signatory Name: Designation

816

Page 817: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

Instructions for Allocation of Marks (For O&M) 1) Marks are to be allocated as under 1.1 Delivery / Completion Performance 40 Marks

Delivery Period/ Completion Schedule

Delay in Week Marks

a) Ùpto 3 months Before CDD 40 Delay up to 4 weeks 35 Delay up to 8 weeks 30 Delay up to 10 weeks 25 Delay up to 12 weeks 20 Delay up to 16 weeks 15 More than 16 weeks 0 b) Above 3 months Before CDD 40 Delay up to 4 weeks 35 Delay up to 8 weeks 30 Delay up to 10 weeks 25 Delay up to 16 weeks 20 Delay up to 20 weeks 15 Delay up to 24 weeks 10 More than 24 weeks 0

1.2 Quality Performance 40 Marks

For normal Cases: No Defects/ No Deviation/ No Failure 40 Marks

i. Rejection / Defects Marks to be allocated on prorate basis for acceptable quantity as compared to total quantity for normal cases.

10 Marks

ii. When Quality failure endanger system integration and safety of the system

Failure of severe nature - Moderate Nature - Low serve nature

0 Marks 5 Marks

10-25 Marks

ii. Number of Deviations 1. No Deviation 5 Marks 2. No. of Deviations < 2 2 Marks 3. No. of Deviations > 2 0 Marks

1.3 Reliability Performance 20 Marks A. For Works/ Contracts

i. Submission of order acceptance, agreement, PBG, drawings and other documents within time

4 Marks

ii. Mobilization of resource as per contract and in time

4 Marks

iii. Liquidation of Check-list points 4 Marks iv. Compliance to statutory and HS & E requirement

4 Marks

or

Reliable of Estimates/ Design/ Drawings etc. in case of consultancy jobs

817

Page 818: GAIL (India) Limiteddocshare01.docshare.tips/files/25564/255642152.pdf · 2016. 12. 10. · gail (india) limited (a govt. of india undertaking) a navratna company new delhi, india

v. Timely submission of estimates and other

documents for extra, substituted & AHR items 4 Marks

B. For Suppliers

i. Submission of order acceptance, PBG, drawings and other documents within time

5 Marks

ii. Attending complaints and requests for after sales service/ warranty repairs and/ or query/ advice (upto the evaluation period)

5 Marks

iii. Response to various correspondence and conformance to standards like ISO

5 Marks

iv. Submission of all requirement documents including test certificate at the time of supply

5 Marks

818


Recommended