+ All Categories
Home > Documents > MECON LIMITED - gailebank.gail.co.in · MECON LIMITED (A Government of India Enterprise) SCOPE...

MECON LIMITED - gailebank.gail.co.in · MECON LIMITED (A Government of India Enterprise) SCOPE...

Date post: 18-Jun-2018
Category:
Upload: phamquynh
View: 231 times
Download: 1 times
Share this document with a friend
92
MECON LIMITED (A Government of India Enterprise) SCOPE MINAR, 15 th Floor, North Tower, Laxmi Nagar District Centre, Delhi – 110 092 Phone No. : 22421329, 22421340 D:\IDPL\Const\FAx- Pre Bid Cover-General.doc ADDENDUM-I Date : 18.08.2006 Page No 1 of 1 Total Pages 1 To : From : A.K. Sharma, DGM I/C (Contracts) MECON, Delhi Fax No. FAX : +91-011-22041214 E-mail : E-mail: [email protected] REF. NO.: 05.51.23JV.GAIL.001 SUB: ADDENDUM- I OF TENDER FOR LAYING & CONSTRUCTION OF 10” X 32 KMS, STEEL PIPELINE, TERMINALS & ASSOCIATES FACILITIES FOR SUPPLYING RLNG FROM IBRAHIMPUR TO M/S RRVUN LTD. AT DHOLPUR, RAJASTHAN PROJECT OF GAIL (INDIA) LIMITED REF: i) MECON Bid Document No. 05/51/23JV/GAIL/001 dated 28.07.2006 Dear Sir, Please find enclosed herewith replies of the bidders query raised during Pre Bid Meeting held on 17.08.2006 at 11:30 Hrs at GAIL office, New Delhi as Annexure-A under Addendum-I enclosed herewith. Annexure-V to Particular Job Specification ( Cathodic Protection Works – Revision-1) is enclosed as Annexure–B as part of Addendum-I Schedule of Rates has been revised and is enclosed as Annexure-C as part of Addendum –I and only this revised SOR shall be filled for price bid and unpriced bid submission. Please submit the signed & stamped copy of Addendum-I along with tender document with your techno- commercial offer as a token of acceptance of terms & conditions mentioned in the Tender Document. All the others terms and conditions of the bid documents are unchanged. With regards, ( A.K. SHARMA )
Transcript

MECON LIMITED (A Government of India Enterprise) SCOPE MINAR, 15th Floor, North Tower, Laxmi Nagar District Centre, Delhi – 110 092 Phone No. : 22421329, 22421340

D:\IDPL\Const\FAx- Pre Bid Cover-General.doc

ADDENDUM-I

Date : 18.08.2006 Page No 1 of 1 Total Pages 1

To :

From : A.K. Sharma, DGM I/C (Contracts) MECON, Delhi

Fax No. FAX : +91-011-22041214

E-mail : E-mail: [email protected]

REF. NO.: 05.51.23JV.GAIL.001 SUB: ADDENDUM- I OF TENDER FOR LAYING & CONSTRUCTION OF 10” X 32 KMS, STEEL

PIPELINE, TERMINALS & ASSOCIATES FACILITIES FOR SUPPLYING RLNG FROM IBRAHIMPUR TO M/S RRVUN LTD. AT DHOLPUR, RAJASTHAN PROJECT OF GAIL (INDIA) LIMITED

REF: i) MECON Bid Document No. 05/51/23JV/GAIL/001 dated 28.07.2006 Dear Sir, Please find enclosed herewith replies of the bidders query raised during Pre Bid Meeting held on 17.08.2006 at 11:30 Hrs at GAIL office, New Delhi as Annexure-A under Addendum-I enclosed herewith. Annexure-V to Particular Job Specification ( Cathodic Protection Works – Revision-1) is enclosed as Annexure–B as part of Addendum-I Schedule of Rates has been revised and is enclosed as Annexure-C as part of Addendum –I and only this revised SOR shall be filled for price bid and unpriced bid submission. Please submit the signed & stamped copy of Addendum-I along with tender document with your techno-commercial offer as a token of acceptance of terms & conditions mentioned in the Tender Document. All the others terms and conditions of the bid documents are unchanged. With regards,

( A.K. SHARMA )

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Addendum-I _ IDPL _ 18.08.06.doc Page 1 of 2

Addendum-I to Tender No. 05/51/23JV/GAIL/001, dated 18.08.2006

A) Reply of clarification sought by the bidders during pre bid meeting held on 17.08.2006 at GAIL, New Delhi is enclosedherewith as Annexure-A (3 Sheets).

B) Refer Part-D of Volume-I of IV of Tender

Following points to be taken care :-

1) Refer Second para of Clause no. 4.1.1 i.e. Line Pipe (Bare/ Coated) of Sl.No. 3.0 Particular Job Specification underPart-D

“Contractor shall receive .......................... coating supplier at their works”

Shall be read as -

“Contractor shall receive and take over the Line Pipes (Bare/ Coated) at designated place of issue (i.e. from Owner’s storage/ dumpyardlocated near Dholpur).”

2) Refer Annexure-V to Particular Job Specification (i.e. Cathodic Protection Works)

Revised Annexure-V to Particular Job Specification (i.e. Cathodic Protection Works – Revision-1) (18 Sheets) is enclosed herewith asAnnexure-B.

C) Refer content of Part “F” i.e. Schedule of Rates enclosed with Vol-I of IV.

Following revised SOR alongwith contents and summary of price etc. which have been enclosed as Annexure-C (65 Sheets) to Addendum-Iare only to be referred in place of earlier Schedule of Rates:-

1. REVISED SOR FOR MAINLINE WORKS 14 Sheets

2. REVISED SOR FOR CATHODIC PROTECTION WORKS 04 Sheets

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Addendum-I _ IDPL _ 18.08.06.doc Page 2 of 2

3. REVISED SOR FOR SCADA & TELECOMMUNICATION WORKS 05 Sheets

4. REVISED SOR FOR TERMINALS WORKSI) PIPING & MECHANICAL WORKS 13 SheetsII) CIVIL WORKS 04 SheetsIII) STRUCTURAL WORKS 02 SheetsIV) ELECTRICAL WORKS 05 SheetsV) INSTRUMENTATION WORKS 05 Sheets

5. REVISED SUMMARY OF PRICES 01 Sheet

6. REVISED STATEMENT OF TAXES & DUTIES 01 Sheet

7. REVISED PROFORMA FOR EXTENDED STAY COMPENSATION 01 Sheet

Enclosure:1) Annexure-A (3 Sheets)2) Annexure-B (18 Sheets)3) Annexure-C (65 Sheets)

Enclosure to Addendum-I Annexure-A of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Cover _ Annexure-A & C.doc

ANNEXURE-A(3 Sheets)

Enclosure to Addendum-I Annexure-A of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\PRE- Bid - laying-Clarification.doc Page 1 of 3

Reply of clarification sought by the bidders during pre bid meeting held on 17.08.2006 at GAIL, NEW DELHI

Subj.:- LAYING & CONSTRUCTION OF 10” X 32 KMS, STEEL PIPELINE, TERMINALS & ASSOCIATES FACILITIES FOR SUPPLYING RLNG FROM IBRAHIMPUR TO M/S RRVUN LTD. AT DHOLPUR, RAJASTHAN PROJECT

Sl.No.

TenderClause No.

Description Queries Reply

1. Vol. I of IV -Part-F, SOR

Instrumentation - Please provide the quantities for item at sr. no. 1.04,1.05, 3.

- Item no. 5.01 & 5.02, please confirm that assistance forcommissioning or commissioning is in the contractorscope for gas chromatograph/Flow mete & flowcomputor.

- In item no. 4.1, we pressume that the items specified as12.02 to 12.06 are 4.2 to 4.1 as these are no item 12.02to 12.06 in the SOR.

- Quantities mentioned inrevised SOR.

- Please refer revised SORfor instrumentation onlycommissioning assistanceto be provided.

- Please refer revisedinstrumentation SOR.

2. Vol. I of IV –Part – F, SOR

Main Pipeline - Sr. no. 4, no item is specified under Alternative-I waterbody crossing by HDD.

- Sr. no. 6.1.1, we pressume casing 400 mm OD x 6.4mm confirming to IS : 3589 ERW is acceptable

- Sr. no. 13.1 Hot tapping, In SOR quantity shown is 2nos. while in P&I’s only one hot tapping shown.

- Sr. no. 15, Long Radius Bends: We request you toconsider additional vendors like Pipefit Eng., SavanEngineers from Vadodara as the vendor mentioned invendor list, only do bending of customer supplied pipesOR we request you to provide free issue pipes for thebends (vendor has regretted to supply of bends).

- Items are common forboth alternatives only oneprice has to be quoted.

- IS : 3589 is acceptable asequivalent

- Only 1 no. hot tappingrequired

- No new vendorsacceptable. Line pipe shallbe free issued tocontractor for making LRBends

Enclosure to Addendum-I Annexure-A of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\PRE- Bid - laying-Clarification.doc Page 2 of 3

Sl.No.

TenderClause No.

Description Queries Reply

3. Vol. I of IV –Part-F, SOR Sr.no. 4.1

Piping & Mechanicalworks

- 4” #600 Plug valves are asked twice #600 / #300 ratingis specified for 2” plug valves. Please confirm the above.

- The size of quick opening end closure is small & wehave received regret from approved vendors, werequest you to kindly consider Indian vendors like VeeKay virkam etc. for the same.

- Refer revised SOR ofmechanical item

- No new vendor isacceptable

4. Vol. I of IV –Vol. III B IFB &CommercialQuestionnaire

Bid Validity In IFB four months offer validity is asked while incommercial questionnaire. One month is specified. Pleaseconfirm the correct period of validity of bid to beconsidered.

- Shall be 4 (four) months from bid due date.

5. Vol. I of IV 23of ITB &CommercialQuestionnaireSr. no.

Copies of Price In ITB one original, four copies of price bid are used while incommercial questionnaire only original is asked. Pleaseconfirm and correct number of copies to be considered.

- One original plus four copies

6. Vol. I of IVAnnexure 3 toSCC

Time Schedule As supply of valves in contractor scope, we request you toconsider time schedule for mechanical completion of at least24 weeks instead of 16 weeks

- As per tender

7. Vol. I of IV PSV data sheet Please confirm if springs of the safety valves in chrome steelwith high temperature aluminum painted acceptable in theplace of –16 material

- PSV material shall be strictly as per data sheet only

Enclosure to Addendum-I Annexure-A of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\PRE- Bid - laying-Clarification.doc Page 3 of 3

Sl.No.

TenderClause No.

Description Queries Reply

8. Vol. I of IV,PTS – no. 4.1Page no. 21 of

56

Free issue material - In para 4.1.1 it is specified that line pipes to be liftedfrom supplies at their works while in para 4.2 it isrectified that line pipes to be issued from dumpsite,near Dholpur. Please confirm the correct place.

- Pig launcher & receiver are not specified in the freeissue materials nor in the SOR.

- Coated Line pipe shall beissued at site nearDholpur.

- Item has to be suppliedby the contractor. Referrevised SOR ofMechanical Items

9. - Site visit We request you to kindly arrange a site visit alongMECON/GAIL representative to enables us to have feel ofthe site. This we requesting pre-tender meeting also. Tilldate inspite of our efforts we could not contact a concernedrepresentative of MECON/GAIL for site visit.

- Bidder has to make site visit of their own.

10. Vol. I of IVAnnexure – 9B

to SCCCategory 1

Sl.no. 5

Side Boom/Pipe LayerOr, Equivalent

- - Hydra will not beconsidered as Equivalent

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Cover _ Annexure-B.doc

ANNEXURE-B(18 Sheets)

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Annexure_B _ CP _ Cover.doc

Annexure-Vto

Particular Job Specification(Cathodic Protection Works – Revision-1)

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Annexure_B _ CP _ Cover.doc

GAIL (India) LimitedB-35 & 36, Sector-I

Noida – 201 301 (U.P.)

10" dia. x 32 km Ibrahimpur to Dholpur Pipeline Project

TECHNICAL INPUTFOR

CATHODIC PROTECTION WORKS - Revision-1

MECON LIMITEDDELHI

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc

CONTENTS

Sl.No. Description

1.0 Scope of Work

2.0 Scope of Supply

3.0 Job Specification

4.0 Statutory Approval

5.0 Inspection Testing & Commissioning

6.0 Documents, Specifications, Standards & Drawings

7.0 Construction

8.0 Make of Material/ Bought Out Items

9.0 Inspection of Supply Items

10.0 Appendix-I (List of Approved Parties for Bought out items)

11.0 Block Diagram for Solar Photo Voltaic Base Power Source No.MEC/23JV/05/E5/E/CP/0001

12.0 Appendix-II : Data Sheet for Cathodic Protection DC-DC Power Supply Module(No. MEC/DS/05/E9/23JV/072A, Rev-1)

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc Page 1 of 10

1.0 SCOPE OF WORK

1.1 Design, detailed engineering, supply, installation, testing and commissioning of thetemporary cathodic protection system using Mg/ Zn galvanic anodes to protect theexternal surface of 10” dia, 3LPE Coated, 32.0 km (approx.) long Ibrahimpur toDholpur Pipeline against corrosion for minimum 1 year or till commissioning ofpermanent CP system whichever is later as per standard specification No.MEC/TS/05/62/016A for temporary cathodic protection system. Scope shall alsoinclude but not limited to the following for completion of jobs:-

a) Measurement of soil resistivity along the right of way of the main pipelineroute as per specification for design & installation of anodes.

b) Collection of additional datas related to cathodic protection along the rightof way of pipeline as per specifications.

c) Supply, installation, testing & commissioning of one set of spark gaparrestor with 2 plate Zinc grounding cell of 20 kg net weight each acrosseach insulating joints provided at despatch terminal (2 nos. approx.) as perspecification.

d) Supply, installation, testing & commissioning of one spark gap arrestoracross insulating joint provided in Receiving Terminal as per specification.

e) Supply, installation, testing & commissioning one set of polarisation cellwith zinc anode at all high tension electrical power transmissionline/Equipment crossing or running parallel the pipelines for groundingpurpose as per specification. The rating shall depend upon anticipatedfault current & ground bed resistance at the location of installation. However, the rating of polarisation cell (krick) shall not be less than 5 KA &number of 20 kg net weight zinc anode shall not be less than two.

f) Supply & installation of Zinc Ribbon Anodes at 4-8 O’Clock position in theinterval of 2 metre (max.) on carrier pipes at all cased crossings i.e.railways/ roads etc. (3 nos. (approx.) having a length of 20 metre each).

g) Monitoring of the protection system till commissioning of the permanentcathodic protection system.

h) All civil/ structural works related to TCP system including supply of bricks,cement & steel etc. required for completion of the system.

1.2 Design, detailed engineering, supply, installation, testing & commissioning of SPVbased Impressed current permanent cathodic protection system at SV-1 terminal(chainage 19.0 km) to protect the external surfaces of 3LPE Coated 10” dia., 32.0km long Ibrahimpur to Dholpur Steel Pipeline Network against corrosion forminimum services life of 35 years using mixed metal oxide coated titanium tubularanodes as per MECON’s Standard Specifications for Permanent CP System no.MEC/TS/05/62/016B.

The scope shall also include but not limited to the following for completion ofjobs:-i) Selection of plot for impressed current anode ground bed near the SV

Station at chainage 19.0 km.

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc Page 2 of 10

ii) Carrying out soil resistivity survey at the selected plot as per specificationfor design of anode ground beds.

iii) Acquisition of land for anode ground bed, junction box & laying of cablesnear SV Station (chainage 19.0 km) and transferring the title of land infavour of GAIL.

iv) Design of anode bed of shallow/ deepwell construction as per national/international standard & specification required for ICCP System.

v) Supply, installation, testing & commissioning of minimum twelve numbersMixed Metal Oxide Coated Titanium Hollow Tubular Anodes of 25mmdia./ 1000mm long size alongwith XLPE insulated/ PVC sheathed, 1100Vunarmoured tail cable. Actual length & size of of tail cable and numbersof anode shall be finalised after the approval of design calculationsubmitted by the Contractor. Total ground bed resistance of PCP Systemshall be as per Specifications.

vi) Providing anode ground beds near SV Station at chainage 19.0 km.vii) Supply, installation, testing & commissioning of ALJB & CJB one each at

SV-1 terminal provided at chainage 19.0 km as per specification &drawing.

viii) Supply, installation, testing & commissioning of 3 Nos. Cu/ CuSo4reference cell above the under ground pipeline as per specification &drawing at SV-1 terminal alongwith supply, laying & termination of 6mm2tail cable of required length to CPPSM Unit installed in the control roomof SV-1 terminal (chainage 19.0 km).

ix) Supply, laying, connection to pipe by thermit welding/ pin brazing andtermination to CP PSM Unit of all XLPE insulated/ PVC sheathed, 1100 Vgrade, single core, armoured copper cables like one no. 35mm2 anodecable, one no. 35mm2 cathode cable, three nos. 6mm2 measurementcable, etc. for completion of PCP system as per specification & drawing atICCP System provided at chainage 19.0 km.

x) Supply, installation, testing & commissioning of 2 nos. Cu/ CuSo4reference cell above the underground pipelines as per specification &drawing at gas receiving terminal, Dholpur alongwith supply, laying &termination of 6mm2 tail cable of required length to test station installedacross insulating joint in gas receiving terminal, Dholpur for feeding PSPreading to SCADA.

xi) Disconnection of temporary cathodic protection system which do notform part of permanent cathodic protection system at site.

xii) Commissioning of PCP system.xiii) Carrying out Close interval potential logging survey of entie length of 10”

dia. 32.0 km (approx.) long Ibrahimpur to Dholpur Pipeline by the CPContractor/ their back up agency at site as per approved procedure.

xiv) Carrying out interference study for the entire length of 10” dia. 32.0 km(approx.) km long Ibrahimpur to Dholpur Pipeline as per specification &it’s mitigation measures depending upon the type of interference.

xv) All civil/ structural works related to PCP system including supply of brickscement & steel etc. required for the completion of system.

xvi) Hooking up/ bonding in between 10” dia. Ibrahimpur to Dholpur Pipeline

R1

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc Page 3 of 10

& 36” dia. GREP pipeline of M/s GAIL in Despatch Terminal at Ibrahimpurthrough 35mm2 XLPE insulated/ PVC sheathed, 1100 V grade, singlecore, armoured copper cables, junction box, shunt & resistors.

1.3 Supply, installation, earthing, testing & commissioning of DC – DC operatedautomatic indoor type CPPSM unit of 20V, 20A output rating with galvanic isolationin the input circuit & in built current interrupter facilities as per specification & datasheet no. MEC/DS/05/E9/23JV/072A, R-1.

1.4 Design, engineering, manufacturing, supply, installation, earthing, testing &commissioning of Solar Photo Voltaic Energy System which include SPV array,charge controller and battery as per the following details, relevant BIS/ MNESspecifications and enclosed block diagram no. MEC/23JV/05/E5/E/CP/0001, R0

1.4.1 2 sets of SPV array comprising of 30 nos., 35 Wp modules, flame proof junctionbox, Al & Steel mounting frame/ structures, supports, inter connecting cables toconnect the cells/ modules in series and parallel, conduit pipes and civilfoundation etc. with each set as per specification.

1.4.2 2 Nos., 24V 40 Amp each automatic indoor type float cum boost chargecontroller for charging battery bank from solar panel as per specification.

1.4.3 24 Volts, 600 AH VRLA, SMF (2 V per cell & 20 year design life) battery bankcomplete with stand, interconnecting cables etc.

1.4.4 All interconnecting cables among SPV modules, charger, battery bank and DC –DC CPPSM etc. as required for completion of the work.

1.4.5 Any other work not specifically mentioned here in, but required for thesatisfactory completion/ operation/ safety/ statutory requirement/ maintenanceof the work in all respect shall also be covered under the scope of work and hasto be completed by the contractor within specified schedule at no extra cost toOwner.

2.0 SCOPE OF SUPPLY OF MATERIALS2.1 Owner’s Supply – NIL2.2 Contractor’s scope of supply shall be as indicated in clause no. 1.0 above.

3.0 JOB SPECIFICATION

3.1 The total supply, erection & testing/ commissioning of SPV System as describedin clause no. 1.4 above shall be executed on LSTK concept by any one of thevendors indicated in Appendix-I enclosed with this Specification.Various electrical works including Cathodic Protection covered under this contractlike equipment erection, cabling and grounding works etc. shall be performed inaccordance with the specifications attached with this tender.

3.2 All electrical equipments are to be doubly earthed by connecting two earth wirefrom the frame of the equipment to be earth grid. The cable armours will beearthed thro’cable glands.The following shall be earthed :

R1

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc Page 4 of 10

a) All non-current carrying metallic parts of electrical equipments such aslighting and power panels, push button stations, cable trays etc.

b) Lighting fixtures shall be earthed through the extra core provided in thelighting cable/ conduit for this purpose.

4.0 STATUTORY APPROVAL OF WORKS

The application on behalf of the Owner for submission to Electrical Inspector/Central Electricity Authority alongwith copies of required certificates complete in allrespects, shall be prepared by the contractor and submitted to the Engineer-in-charge for onward transmission well ahead of time so that the actualcommissioning of equipment are not delayed for want of inspection by theElectrical Inspector/ CEA. The actual inspection of work by the ElectricalInspector/ CEA shall be arranged by the Contractor and necessary coordinationand liaison work in this respect shall be the responsibility of the contractor. However, any fee paid to the electrical inspectorate in this regards shall bereimbursed by the Owner on submission of bills along with documentary evidence.

The Inspection and acceptance of the work as above shall not absolve theContractor from any of this responsibilities under this contract.

5.0 INSPECTION, TESTING AND COMMISSIONING

5.1 All equipment supplied and installed by the contractor shall be inspected byOwner’s/ consultants representative tested and commissioned as required and noseparate payments shall be made unless otherwise specified in the schedule ofrates.

5.2 Any work not conforming to the execution drawings, specifications or codes shallbe rejected forthwith and the contractor shall carry out the rectification at his owncost.

5.3 The contractor shall carry out all tests as enumerated in the technical specificationand as per the applicable Codes and Standards.

5.4 Before the electrical system is made live, the electrical contractor shall carry outsuitable tests to establish to the satisfaction of Engineer-in-charge that theinstallation of equipment wiring and connections have been correctly done and arein good working condition and that it will operate as intended.

5.5 All tests shall be conducted in the presence of Owner/ Engineer-in-charge or hisauthorised representative unless he waives this requirement in writing. All testingequipment necessary to carry out the test shall be arranged by the contractor. The tests shall be recorded on approved proforma and certified records of the testsshall be submitted to Owner/ Engineer-in-charge.

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc Page 5 of 10

5.6 After the completion of all tests and rectification of all defects pointed out duringfinal inspection, plant start-up trails would be commenced. During the start-upcontractor shall provide skilled/ unskilled personnel and supervision round the clockat his cost. The number and category of workmen and duration up to whichrequired will be decided by the Engineer-in-charge. Any defects noticed during thestart-up trial relating to the equipment supplied and work carried out by theContractor, will be rectified by the contract at his own cost.

5.7 Engineer-in-charge shall have the right to get these defects rectified at the risk andcost of the contractor if he fails to attend to these defects immediately as desired.

5.8 After the operating conditions are fully achieved in the plant and the otherrequirements as stated in the General Conditions of Contract are fulfilled, theContractor would be eligible for applying for a completion certificate.

6.0 DRAWINGS, STANDARD SPECIFICATION AND INSTALLATIONSTANDARDS

6.1 Please refer Vol-II of IV for standard specification enclosed with this tenderdocument & for the list of drawings & installation standards refer Vol-IV of IV.

6.2 The equipments/ materials to be supplied by the contractor shall conform to therequirements of the applicable standard specifications. Also the installation ofvarious material/ equipment shall also conform to the standard specification.

6.3 The purpose of the pipeline alignment drawings, P&IDs & Plot Plan drawingsenclosed with the tender document is to enable the tenderer to make an offer inline with the requirements of the Owner. These are indicative of the nature ofwork and issued for tendering purposes only. The bidders, however, shall visitthe site before bidding for proper information of site conditions. Constructionshall be as per drawings/ specifications issued/ approved by the Owner/Consultant during the course of execution of work.

A) SPECIFICATION (Enclosed with Vol-II of IV)

1. Specification for Temporary Cathodic Protection System MEC/TS/05/62/016A

2. Specification for Permanent Cathodic Protection System MEC/TS/05/62/016B

3. Specification for Corrosion Survey MEC/TS/05/62/016C

4. Specification for Cathodic Protection CPPSM Units MEC/05/S/26/072A

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc Page 6 of 10

B) STANDARD DRAWINGS (Enclosed with Vol-IV of IV)

1. PREPACKED ZINC ANODE MEC/SD/05/62/16/01, R0

2. PREPACKED MAGNESIUM ANODE MEC/SD/05/62/16/02, R0

3. MAGNESIUM RIBBON ANODE FOR GROUNDING MEC/SD/05/62/16/03, R0

4. TEST STATION WITH FOUNDATION DETAILS MEC/SD/05/62/16/04, R0

5. TEST STATION CONNECTION SCHEMES MEC/SD/05/62/16/05, R0

6. GALVANIC ANODE INSTALLATION MEC/SD/05/62/16/06, R0

7. ZINC RIBBON ANODE FOR CASED CROSSINGSWITH COATED CASINGS

MEC/SD/05/62/16/07, R0

8. PIPELINE GROUNDING THROUGH POLARISATIONCELL AND GALVANIC ANODES

MEC/SD/05/62/16/08, R0

9. DETAILS OF ZINC GROUNDING CELL MEC/SD/05/62/16/09, R0

10. PERMANENT COPPER – COPPER SULPHATEREFERENCE CELL & INSTALLATION DETAILS

MEC/SD/05/62/16/10, R0

11. SHALLOW ANODE GROUND BED (PCP) MEC/SD/05/62/16/11, R0

12. ANODE LEAD JUNCTION BOX MEC/SD/05/62/16/12, R0

13. CASING PIPE DETAILS MEC/SD/05/62/16/13, R0

14. ELECTRODE FOR EARTHING SYSTEM MEC/SD/05/26/23/01, R0

15. EARTH ELECTRODE IN TEST PIT MEC/SD/05/26/23/02, R0

C) DRAWINGS FOR TENDER PURPOSE (enclosed with Vol-IV of IV)

For list of tender purpose drawings refer Sl.No. 1 to 11 & 11A of Page No. 31 & 32 of56 of Particular Job Specification in Vol-I of IV.

7.0 CONSTRUCTION

OWNER reserves the right to inspect all phases of CONTRACTOR's operations toensure conformity to the SPECIFICATIONS. Owner will have Engineers, Inspectorsor other duly authorised representatives, made known to the CONTRCTOR presentduring progress of the WORK and such representatives shall have free access tothe WORK at all times. The presence or absence of a OWNER's representativedoes not relieve the CONTRACTOR of the responsibility for quality control in allphases of the WORK. In the event that any of the WORK being done by theCONTRACTOR or any SUB-CONTRACTOR is found by OWNER's representatives tobe unsatisfactory or not in accordance with the DRAWINGS, procedures andSPECIFICATIONS, the CONTRACTOR shall, upon verbal notice of such, revise the

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc Page 7 of 10

work in a manner to conform to the relevant DRAWINGS, procedures andSPECIFICATIONS.

7.1 Rules & Regulations

CONTRACTOR shall observe in addition to Codes specified in respectivespecification, all National and Local Laws, Ordinances, Rules and Regulations andrequirements pertaining to the WORK and shall be responsible for extra costsarising from violations of the same.

7.2 Procedures

Various procedures and method statements to be adopted by CONTRACTORduring the construction as required in the respective specifications shall besubmitted to OWNER in due time for APPROVAL. No such construction activityshall commence unless approved by OWNER in writing.

7.3 Field Inspection

CONTRACTOR shall have at all times during the performance of the WORK, aCompetent Superintendent on the premises. Any instruction given to suchsuperintendent shall be construed as having been given to the CONTRACTOR.

7.4 Erection and Installation

The CONTRACTOR shall carry out required supervision and inspection as per quality Assurance plan and furnish all assistance required by theOWNER in carrying out inspection work during this phase. The OWNER will haveengineers, inspectors or other authorised representatives present who are tohave free access to the WORK at all times. If an OWNER's representativenotifies the CONTRACTOR's authorised representative not lower than a Foremanof any deficiency, or recommends action regarding compliance with theSPECIFICATIONS, the CONTRACTOR shall make every effort to carry out suchinstructions to complete the WORK conforming to the SPECIFICATIONS andapproved DRAWINGS in the fullest degree consistent with best industry practice.

7.5 Construction Aids, Equipment, Tools & Tackles

CONTRACTOR shall be solely responsible for making available for executing thework, all requisite Construction Equipments, Special Aids, Cranes, Tools, Tacklesand testing equipments and appliances. Such construction equipments etc. shallbe subject to examination by owner and approval for the same being in first classoperating condition. Any discrepencies pointed out by OWNER shall beimmediately got rectified, repaired or the equipment replaced altogether, byCONTRACTOR. OWNER shall not in any way be responsible for providing any suchequipment, machinery, tools and tackles.

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc Page 8 of 10

The OWNER reserves the right to rearrange such deployment depending upon theprogress and priority of work in various sections.

Tie-end between main line and starting point of terminal is included in the scope ofcontract, as and when main line section is available for Tie-ins.

8.0 MAKE OF MATERIAL/BOUGHT OUT ITEMS

An Appendix-I of approved vendors for various major items is enclosed with thistender specification. The bidder shall consider such names only as indicated in theaforesaid list and clearly indicate in the bid the name(s) as selected against theseitems. For any other item not covered in the list enclosed with this tenderdocument, prior approval shall be obtained by the contractor for its make/supplier’s name.

9.0 INSPECTION OF SUPPLY ITEMS

All inspections and tests shall be made as required by the specifications formingpart of this contract. Contractor shall advise Owner/ Consultant in writing at least10 days in advance of the date of final inspection/tests. Manufactures inspectionor testing certificates for equipment and materials supplied, may be considered foracceptance at the discretion of Owner/ Consultant. All costs towards testing etc.shall be borne by the contractor within their quoted rates. All inspection of variousitems shall be carried out based on Quality Assurance Plan, which will be submittedby the Contractor and duly approved by Owner/ Consultant.

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc Page 9 of 10

APPENDIX-ISheet 1 of 2

10.0 APPENDIX-I (LIST OF APPROVED PARTIES FOR BOUGHT OUT ITEMS)

1) CABLES

i) Brooksii) Niccoiii) Bireniv) CMIv) Deltonvi) KEIvii) Relianceviii) Satellite Cablesix) Evershinex) Torrent Cablesxi) Universalxii) Victorxiii) Indian Aluminimum Cablesxiv) Associated Flexible & Wiresxv) Asainxvi) Fort Glosterxvii) Finolexxviii) Industrialxix) Rediantxx) NITCO

2) JUNCTION BOX

i) Exprotecta, Beroadii) Baligaiii) Flexproiv) FFLP Control Gearsv) Sterlingvi) Sudhirvii) Electrical Equipment Corporation

3) ANODES

i) Scientific Metals Engineers Pvt. Ltd., Karaikudiii) PSL Holding Pvt. Ltd., Mumbaiiii) Cathodic Controls, Bangaloreiv) BHEL, Bhopalv) Electro Protection Services, India

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Particular Job Specification_CP_R1.doc Page 10 of 10

APPENDIX-ISheet 2 of 2

4) Portable Reference Cell : MC Miller (USA)

5) Permanent Reference Cell : Corrtech, Consultech, CCS, CPES, CTSAC/ DC Operated Automatic

6) Transformer Rectifier Unit/ : M/s Raychem RPGCPPSM Unit

7) Thermit Weld : M/s Erico, USA, M/s Cad Weld

8) Digital Multimeter : MOTWANE, MODEL DM-375 or Equivalent

9) Battery (VRLA, Maintenance : Exide/ Amar Raja/ HBLFree, 2V Per Cell, 20 YearDesign Life)

10) Battery Charger : Trace, USA or Equivalent

11) SPV Cells/ Array : 1) REIL2) CEL3) Tata Solar BP

12) Anode (MMO Type) : 1) Titanor Compount Ltd., Goa, India2) Denora Permelic S.P.A (Italy) Oronzio De Nora

S.A. Ingano, Switzerland3) CER Anode Technologies International USA4) ACTEL, UK5) ELTECH System Corporation, Texas – 774786) MAGNETO-CHEMIE, Netherlands

13) Backup Consultancy for : 1) PLE Germanydoing interference survey 2) Vendor Velde

2) Nippon Japan

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\DC-DC ECU FOR IDPL - R1.doc

Appendix-II

1. Type : Floor mounted , Indoor – IP 42DC–DC Operated Power SupplyModule with Galvanic Isolation Unit for SPV based ImpressedCurrent CP System

2. Cooling : Air Cooling

3. Quantity : As per S.O.R

4. Input Power Supply : 24V DC ± 10% from 24V 600Ah BATTERY BANK

5. Input Fault Level : 10 KA (for 1 Second)

6. Number of output circuits : One

7. Modes of Operation : (a) Auto Ref. (b) AVCC (c) Manual mode

8. Rated output Voltage (+ve earthed) : 0 to 20 V DC ± 1%

9. DC Voltage Regulation : ±0.25 V 10. Rated Output Current : 0 to 20 Amp

11. DC Current Regulation : ±0.5 Amp

12. PSP Voltage Regulation : Better than ±15 mV

13. Pipe to soil potential setting range (Vps) : 0 to (-) 2500 mV

14. Minimum set potential range (Vrs) : (-)0.4 V to (-)1 V

15.. Maximum pipeline potential range (Vpm): (-)1.2 V to (-)2.5 V

1 14.08.06 GAIL comments incorporated PANKAJ D.K.PANDEREV NO. DATE ZONE DESCRIPTION BY APPD

REVISION REFERENCES DRG. NO.NAME DATE CHKD DATE

DSGNClient : Gas Authority of India

Limited

DRWN PROJECT : NG PIPELINEPROJECT FROM IBRHIMPUR TODHOLPUR

MECON LIMITED

SCALE : NTS Sheet 1 of 4APPROVED DATA SHEET FOR CATHODICPROTECTION DC-DC POWER

SUPPLY MODULEDATA SHEET NO: MEC/DS/05/ E9/23JV/ 072A

REV1

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\DC-DC ECU FOR IDPL - R1.doc

16. Minimum pipeline potential range (Vpn) : (-)0.7 V to (-)1.0 V

17. Number of reference cells for control : Three

18. Scada Interface facility : Not Required

19. Inbuilt Current Interruption facility : Required

20. Site conditionsAmbient Temperature : 50°C (max.)Relative Humidity : 99% (max.)Altitude above mean sea level : Less than 1000m above MSLSpecific Environment : Tropical Atomosphere

21. Shade for final paint : RAL 7032

22. Commissioning at site : By Vendor

23. Meters : 1.) Digital Meters (Three & Half Digits) fora) DC output voltage and currentb) Reference voltage (P.S.P.)

2.) Analog Meters ( 96 x 96 mm)

a) AC Input Voltage & Currentb) Battery Voltage & Current

24. Alarm & Indication : a) Mains on (visual)b) DC output on (visual)c) DC supply fail (Audio)d) Unit in Auto Ref. Modee) Unit in AVCC modef) Structure/ pipe under protection

(Audio & Visual)g) Structure/ pipe overprotection

(Audio & Visual)h) Reference Fail : Individual and all

(Visual)

1 14.08.06 GAIL comments incorporated PANKAJ D.K.PANDEREV NO. DATE ZONE DESCRIPTION BY APPD

REVISION REFERENCES DRG. NO.NAME DATE CHKD DATE

DSGNCLIENT : Gas Authority of India

Limited

DRWN PROJECT : NG PIPELINEPROJECT FROM IBRHIMPUR TODHOLPUR

MECON LIMITED

SCALE : NTS Sheet 2 of 4APPROVED DATA SHEET FOR CATHODICPROTECTION DC-DC POWER

SUPPLY MODULEDATA SHEET NO: MEC/DS/05/ E9/23JV/ 072A

REV1

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\DC-DC ECU FOR IDPL - R1.doc

i) DC output over current (Visual)j) Battery Voltage load

25. SCADA Monitoring Facility : Not Required

26. Current interruption Facility : To be provided by means of a built-in contactor & microprocessor based synchronisable digital timer with real

time clock & ON/OFF time display. The timer will have facility for adjusting theON time & OFF time from 0-999 sec. bymeans of digital setting facility. Timerwill have START, STOP facility throughlocal key pad or through remotepotential free contacts. The timer willhave facility for Synchronisation toMaster Timer or similar Timer inanother unit.

Facility for interconnection of an external timer A removable bypass link will be provided for bypassing the interrupter contactor contacts.

27. Protection : a) Galvanic isolation unit on input circuit b) Lightning Arrestor on Input & Output circuit c) HRC fuses in input supply lines and in each DC leads d) surge suppressors on input, output and across each diode and SCR. e) Battery deep discharge protection. f) Adjustable current limit, overcurrent and short-circuit protection1 14.08.06 GAIL comments incorporated PANKAJ D.K.PANDEREV NO. DATE ZONE DESCRIPTION BY APPD

REVISION REFERENCES DRG. NO.NAME DATE CHKD DATE

DSGNCLIENT : Gas Authority of India

Limited

DRWN PROJECT : NG PIPELINE PROJECTFROM IBRHIMPUR TO DHOLPUR MECON LIMITED

SCALE : NTS Sheet 3 of 4APPROVED DATA SHEET FOR CATHODICPROTECTION DC-DC POWER

SUPPLY MODULEDATA SHEET NO1 MEC/DS/05/ E9/23JV/ 072A

REv1

Enclosure to Addendum-I Annexure-B of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\DC-DC ECU FOR IDPL - R1.doc

28. Guaranteed Technical Particulars :

28.1 Efficiency (Better than 80% on Full Load): At 10% Load *At 25% Load *At 50% Load *At 75% Load *At 100% Load *

28.2 Voltage regulation (from zero to 100% : (Manual mode) *load variation and throughout the (Auto mode) *output voltage range) Better than ±0.25V

28.3 Output ripple at full load : At 10% output voltage *current (less than 5% RMS): At 100% output voltage *

29. Inspection : 24 hour heat run test & type test shall be witnessed by purchase at manufacturers work

: Integrated load test for the whole

system at site.Note: All pipe to soil potentials (PSP) measured/ set values specified are w.r.t. copper-copper

sulphate half cell.

* To be furnished by Vendors alongwith the offer.1 14.08.06 GAIL comments incorporated PANKAJ D.K.PANDEREV NO. DATE ZONE DESCRIPTION BY APPD

REVISION REFERENCES DRG. NO.NAME DATE CHKD DATE

DSGNCLIENT : Gas Authority of India

Limited

DRWN PROJECT : NG PIPELINEPROJECT FROM IBRHIMPUR TODHOLPUR

MECON LIMITED

SCALE : NTS Sheet 4 of 4APPROVED DATA SHEET FOR CATHODICPROTECTION DC-DC POWER

SUPPLY MODULEDATA SHEET NO.: MEC/DS/05/ E9/23JV/ 072A

REV1

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Cover _ Annexure-C.doc

ANNEXURE-C(65 Sheets)

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

PART – F

SCHEDULE OF RATES

FOR

LAYING AND CONSTRUCTION OF 10” X 32 KM, STEELPIPELINE, TERMINAL AND ASSOCIATES FACILITIES FOR

SUPPLYING RLNG FROM IBRAHIMPUR TO M/s RRVUN LTDAT DHOLPUR, RAJASTHAN

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

SCHEDULE OF RATESFOR

LAYING AND CONSTRUCTION OF 10” X32 KM, STEEL PIPELINE, TERMINAL AND ASSOCIATESFACILITIES FOR SUPPLYING RLNG FROM IBRAHIMPUR TO M/s RRVUN LTD AT DHOLPUR,

RAJASTHAN

C O N T E N T SDescription No. of Pages

1. SOR FOR MAINLINE WORKS 142. SOR FOR CATHODIC PROTECTION WORKS 043. SOR FOR SCADA & TELECOMMUNICATION WORKS 05

4. SOR FOR TERMINALS WORKSI) PIPING & MECHANICAL WORKS 13II) CIVIL WORKS 04III) STRUCTURAL WORKS 02IV) ELECTRICAL WORKS 05V) INSTRUMENTATION WORKS 05

5. SUMMARY OF PRICES 016. STATEMENT OF TAXES & DUTIES 017. PROFORMA FOR EXTENDED STAY COMPENSATION 01

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

SCHEDULE OF RATESFOR

1) MAINLINE WORKS(05/21/23JV/ML/SOR-01, Rev-1)

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 1 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words1.0 PIPELINE LAYING/ INSTALLATION

"Receiving and taking-over" as defined in the specification, handling, loading, transportation andunloading of Owner supplied externally corrosion coated and bare line pipes and other Owner suppliedmaterials from Owner's designated place(s) of issue/ dump site(s) to Contractor's own stock-yard(s)/Work Shop(s)/ work-site(s) including stringing on the pipeline Right-of-Use, laying/ installation ofcoated line pipe, associated fittings and accessories, etc. of following sizes given below, includingexecuting all works; arrangement of all additional land required for Contractor's storage, fabrication,access for construction; supply of all materials (except Owner supplied materials), consumables, labour and other incidental works; taking custody and management with maintenance of coating Contractor'sstock/ dumpyard at sites 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 thesame after return of the surplus pipes to the Owner's designated stockyard(s); carrying out alltemporary, ancillary, auxiliary works required to make the pipeline ready for pre-commissioning as per drawings, specifications, scope of work indicated in SCCand other provisions of Contract document and instructions of Engineer-in-charge, including but notlimited to carrying out the following works:

- Stacking and installation of construction markers, clearing, fencing, grubbing, grading of right of use(ROU)

- Trenching to all depths by excavation in all types of soils including soft/ hard rock, includingblasting, chiselling or otherwise cutting etc. providing required depth of padding in trench bed & aboveand around the pipeline, HDPE Duct and OFC with sand/ graded earth approved by Engineer-in-charge to a width to accommodate the pipeline and optical fiber cable (OFC)/ HDPE Conduit duringlowering & backfilling as per the relevant standards, specifications etc.

- 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.

- Stringing of line pipes along ROU including providing straw/ sand/ soft soil bags, soft padding/ sandpadding.

- Aligning, bending, cutting and bevelling (as required) of pipes for welding and field adjustments,welding, carrying out destructive/ non-destructive testing of welds as required including 100%radiography and providng all requisite equipment, labour, supervision, materials, films, consumables allfacilities and personnel to process, develop, examine and interpret radiographs and other tests, asrequired, carrying out repairs of weld joints found defective by Engineer-in-charge, carrying out re-radiography and other tests such as ultrasonic etc. as required on repaired joints etc. as mentioned inSCC & particular job specification.

- Installation of carrier line pipe at all crossings viz road, cartrack, pathway, drain, nallah, canal & minorwater crossings etc. at designated depth by open cut/ jacking boring (except at crossings by HDDMethod, open cut with conventional method, insertion of casing pipe method, which is coveredseparately elsewhere in this SOR).

Unit Rate

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 2 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

- Supply and installation of saddle weight/ any other suitable means as per specification and drawings oras per instruction of Engineer-in-charge to counter the boyancy effect on pipeline, wherever required.Payment for supply & installation of saddle weight shall be made separately mentioned elsewhere inthe SOR.

- Supply of coating materials for all field joints, Long Radius Bends, Burried Fittings, Valves, etc.including heat shrinkable sleeves and high build liquid epoxy etc. as per specifications compatible with3-Layer PE Coating as per tender specifications with prior approval of Engineer-in-charge.

- Coating of all field weld joints, long radius bends, (R=6D bends), burried fittings, valves etc.

- Lowering the pipelines in trench as per specification & standard drawings, providing padding aroundthe pipeline, OFC & HDPE Duct and backfilling.

- Supply and installation of slope breaker as per specification and drawings in steep slope areas,wherever required.

- Installation of Long Radius Bends (R=6D bends) as per specification wherever required depending onsite condition.

- Training and diversions of streams in steep slope areas, wherever required.

- Carrying out cleaning, pigging and hydrostatic testing of complete pipeline in various test sectionsincluding `pretesting' of designated sections as approved by Engineer-in-charge to specified pressures; providing all equipment, pumps, test headers, fittings, instruments, dead weight tester, pressurerecorder, etc., and services, supervision, labour, consumables, water including supply of corrosioninhibitor, air, etc. as required; detection of leaks, if any occurred during hydrotesting, attributable toContractor, either by further sectionalising or any other suitable standard recommended practice withdue approval of Engineer-in-charge and rectification of defects, re-testing after rectification, successfulcompletion of hydrotesting of pipeline to acceptance criteria defined in the specifications; completedewatering of the pipeline. (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 tieing-in, including the tie-in(s) of the pipeline with the adjacent sections of pipeline including cuttingof test header, rebevelling as required, radiography and other NDT examination, joint coating as perspecification.

- Final clean-up and restoration of right of use/ corridor including obtaining NOC from respective landowners & statutory authorities if required, and disposal of debris and returning surplus material toOwner's designated disposal area(s)/ stockyard(s) as directed by Engineer-in-charge.

- Obtaining work permits/ NOC from various statutory authorities having jurisdiction before execution ofthe work and complying with all stipulations/ conditions/ recommendations of the said authorities.

- Preparation of as-built drawings, pipe-book and other records as specified in the specifications

Line pipe laying and installation with radiography by X-ray

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 3 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

- Line pipe details Size Thk. Material Coating Type Length of each Pipe

mm(NB) (mm)1.1 250 6.4 API 5L Gr. X-60 3 Layer PE Double random (approx. Mtr. 23500

Coating 11.5 to 12.5 mtr.) & Bevel End

1.2 250 7.1 API 5L Gr. X-60 3 Layer PE Double random (approx. Mtr. 7500 Coating 11.5 to 12.5 mtr.) & Bevel End

1.3 250 7.8 API 5L Gr. X-60 3 Layer PE Double random (approx. Mtr. 1000 Coating 11.5 to 12.5 mtr.) & Bevel End

Note : This item rate is applicable for complete work of laying the underground pipeline from Insulating Jointfrom Scrapper Launcher Station at tap-off point (SV-7) in 36" GREP cum Despatch Terminal atIbrahimpur to Scrapper Receiver Station at Dhaulpur including installation of aboveground insulatingjoint and station approach pipeline but excluding aboveground & underground installation of SVStation. Items except above are covered separately. The length of pipeline are tentative.

2.0 SELECT SOIL FOR BACKFILLINGExtra over and above item 1.0 if required for supply of specified and approved quality of backfillmaterial as per specification including supply of graded sand/ rock/ other types of soil in place ofavailable excavated material and/ or other suitable soil, including transportation of such special backfillmaterial over all distances, complete.

M3 200

3.0 CONCRETE SADDLE WEIGHTS

Unit rate for additional works over and above item 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 273mm OD Nos. 30

4.0 MAJOR SPECIFIED WATER BODY (RIVER / CANAL) X INGSThe river / canal crossings shall be done by either Alternative-I or Alternative-II as indicatedbelow. The price quoted on lumpsum basis shall be considered for any of the two alternatives.The choice of selecting either of the two alternatives for below mentioned crossings is being leftto the contractor. However obtaining permission from the concerned authority regardingmethod of crossings shall be sole responsibility of the contractor:

ALTERNATIVE - I WATERBODY CROSSING (by HDD Method)

1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 4 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

Complete work of the water crossings (between the limits as defined in approved drawing) 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 CS conduit of size150mm NB, 6.4mm thick. of API - 5L Gr. B or equivalent ERW Pipe duly coaltar epoxy coated ofminimum 300 micron for OFC laying works site(s), manpower, equipments, other resources andacquiring the required land for storage, fabrication, access for Contractor etc. and execution of, but notlimited to, following works in accordance with specifications scope of work and instructions 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 to 5m from the lowest bed as required by concerned authority or site & technical requirement.and(iii) In addition to point (i) & (ii), In case of multiple combined X-ing i.e. canal alongwith road/ drain,minimum cover requirement as per specification/ concerned authority for each type of x-ing has also tofulfilled.

- 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 joints withspecial type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating with special PERP-80 repair patch or equivalent material as per specification, pre-hydrotest of complete strings made forcrossing 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.

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 5 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

Note: (i) Width of above X-ing mentioned in X-ing drawing enclosed herewith tender document.Crossing width may vary as per site condition. Tenderer are advised to visit the site for actualassessment 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 isnot under stress as permitted by codes/ specifications. Final length of string shall be decidedafter decision of minimum cover requirement by concerned Authority/ Engineer-in-charge.

(ii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit laid 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 each X-ing alongwith 6" CS conduit. No any extrapayment shall 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.ALTERNATIVE - II WATER CROSSING RIVER/ CANAL (BY OPEN CUT CONVENTIONAL METHOD)

Complete work of the water crossings (between the limits as defined in approved drawing) including"Receiving and taking over" owner supplied corrosion coated line pipes from owner's 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) 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 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 the maximumpossible width of water bed (as per drawing) either 1.5 mtrs. below the predicted scour profile expectedduring the life time of the pipeline or 2.5 mtrs. below the available lowest firm bed (if scour profile/depth not available) of the water crossing by ascertaining bed level upto 50 mtrs. both the side fromcrossing location or the actual depth as decided by concerned Authority/ Engineer-in-charge whicheveris more.

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 6 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

- 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 80mm thick continuous concrete weight coating upto approvedlength as per approved drawing & specification [only with guniting concrete in lowered position]or asdecided by Engineer-in-charge depending on site condition, repair of coating damages, concretecoating of field joints, etc. as per respective technical 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.Note: (i) Width of above X-ing mentioned in X-ing drawing enclosed herewith tender document.Crossing width may vary as per site condition. Tenderer are advised to visit the site for actualassessment of extent of crossing and to access the maximum extent of cover which may have to beprovided. Actual string length shall be as per codes/ specifications. Final length of string shall bedecided after decision of minimum cover requirement by concerned Authority/ Engineer-in-charge.

(ii) Final length of string & cover from top of pipe for each crossing shall be decided by concernedAuthority/ 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.

4.1 Details of Crossings4.1.1 Bamini River Crossing at Chainage 0.465km (Size of line pipe 250mm NB x 7.8mm thick API 5L Gr. X-

60 and size of C.S. conduit - 168mm OD x 6.4mm thick of API 5L Gr. B / IS:3589 / or equivalent ERWpipe)

Lumpsum 1

4.1.2 Mendaka River Crossing at Chainage 15.994km (Size of line pipe 250mm NB x 7.8mm thick API 5L Gr.X-60 and size of C.S. conduit - 168mm OD x 6.4mm thick of API 5L Gr. B / IS:3589 / or equivalentERW pipe)

Lumpsum 1

4.1.3 Nebika River Crossing at Chainage 21.348km (Size of line pipe 250mm NB x 7.8mm thick API 5L Gr. X-60 and size of C.S. conduit - 168mm OD x 6.4mm thick of API 5L Gr. B / IS:3589 / or equivalent ERWpipe)

Lumpsum 1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 7 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

5.0 ROAD CROSSING BY HDDComplete 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 approval fromconcerned Authority/ Engineer-in-charge, getting work permit/ NOC for road crossing as well as utilitycrossings (if any) encountered during road crossing prior to start the execution of work.

Drilling to required depth from top of rail/ road including maintenance of drill hole in all types of strataincluding rocky terrain at all depth to accommodate the pipeline and CS conduit for OFC laying at allconditions encountered during rail/ road crossing by approved HDD methods for providing minimumcover specified in code/ specification or the actual depth as decided by concerned authority, whicheveris 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.

5.1 Details of Road Crossing5.1.1 Road Crossings at various locations as decided by EIC at site as per concerned authority requirement.

(Line pipe detail 10" 7.8mm thk API 5L Gr. X-60 pipe, C.S. conduit 6"NB, 6.4mm thk of API 5L Gr. B /IS: 3589 / or equivlent ERW pipe)

Meter 70

Note: (i) Width of crossings are mentioned in survey drawings enclosed herewith the tender document.Crossing width may vary as per site condition. Tenderer are advised to visit site for actual assessmentof extent of crossing. Actual string length for HDD shall be as per design calculations so that pipe is notunder stress as permitted by codes/ specifications. However final length of string & cover from top ofpipe shall be decided by concerned Authority/ Engineer-in-charge.

(ii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit made forcrossing laid by HDD method are inclusive in the above item rate and no separate payment shall bemade under other clause mentioned elsewhere.

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 8 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

(iii) The Contractor has to quote alongwith 6" CS conduit. No any extra payment shall be made againstthis item. It is sole descretion of the Contractor to do HDD crossing of mainline pipe as well as CSconduit pipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled throughthe same 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" CSconduit shall be paid.(iv) Width of above crossings indicated are tentative. The width indicated are not for any singlecrossings. This shall be as per requirement at site for crossings at different locations.

6.0 MAJOR RAIL (CASED)6.1 Crossing with Casing Pipe by Boring

6.1.1 Rail Crossing with Casing Pipe by BoringComplete work of the rail crossing (between the limits as defined in approved drawings) excludingsupply of casing pipe bare/ coated of size 400mm OD x min. 6.4mm thk. (for 10" NB Pipeline) &150mm x 6.4mm thk. C.S. conduit for OFC / HDPE duct confirming to API 5L Gr. B or equivalent ERWpipe duly coal tar epoxy coated of minimum 600& 300 micron for 16" casing pipe& OFC conduit layingincluding handling, loading, transportation, unloading to Contractor's own stock yard/ work site.

Pre-construction survey and making of crossing drawing based on site visit and getting their 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 adjacent serviceroad, canal, minor nature of water channel, utility line crossing etc. (if any) wherever required for alldepth 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 supply ofall 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 clause 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 clause 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. Details of X-ingsType of Crossing

1) Tantipur-Dholpur line of Western Railway At Approx. Chainage of 28.643K m (as per AlignmentSheet & X-ing Detail Drawing are enclosed herewith in tender document

a) By Jacking/ Boring of Casing Pipe - 400mm OD, 6.4mm wall thk. (for 10" NB pipeline) M 18

b) By Open Cut of Casing Pipe - 400mm OD, 6.4mm wall thk. (for 10" NB pipeline) M 6

c) By Jacking/ Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 18

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 9 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

d) By Open Cut of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 6

6.2 Supply of Casing Pipe a) Supply of Casing Pipe - 400mm OD, 6.4mm wall thk. API 5L Gr. B / IS:3589 or equivalent (for 10" NB

pipeline)with coal tar epoxy of minimum 600 microns.M 24

b) Supply of CS Conduit 150mm NB, 6.4mm wall thk. API 5L Gr. B / IS:3589 or equivalent (for OFC &HDPE Duct) with coal tar epoxy of 600 microns.

M 24

Note: (i) Width of the above crossings mentioned in survey/ crossing drawing enclosed herewith intender document. Actual length & cover from top of casing pipe string may vary depending upon siteconditions, crossing methods, approved drawings etc. and/ or decided by concerned Authority/Engineer-in-charge.(ii) Exact centreline location of boring of 6" NB CS conduit as a casing pipe shall be minimum 4.0meither side based on as installed centreline dimension of carrier pipe inside casing pipe at all casedcrossing. The cover to top of casing pipe for cable conduit shall be same as cover to top of thepipeline/ casing pipe as applicable.(iii) Payment for the length of final tied-in carrier pipeline string with mainline laid by insertion in casingpipe and length of CS conduit string made for crossing are inclusive in this above item rate. Noseparate payment shall be made under other clause mentioned elsewere.

7.0 ANY OTHER UNSPECIFIED CROSSINGS BY HDD METHOD( FOR WATER BODY CROSSINGS)Complete work of the water crossings i.e. Canal / Nala / Drain / Pond etc. (between the limits asdefined in approved drawing) by Horizontal Directional Drilling (HDD) method including "Receiving andtaking over" owner supplied three layer PE coated line pipes from owner's designated places of issue/dump site(s) and transportation to Contractor's stock yard/ work shop/ worksite including all handling,loading, unloading, aligning etc. supply of all Contractor supplied material including required length ofCS conduit of size 150mm NB, 6.4mm thick. of 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, access for Contractor etc. andexecution of, but not limited to, following works in accordance with specifications scope of work andinstructions of Engineer-in-charge and as per all provision of Contract Document.

- Pre-construction surveys based on site visit, collection of historical data from irrigation/ concerneddepartment including design & calculation and detail engineering and making of crossing drawing forgetting their approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC forwater crossings/ road crossings as well as utility crossings (if any) encountered during crossing prior tostart the execution of work.

- In case of water crossing, drilling to the required depth on the banks and bed including maintenance ofdrill hole in all types of strata, all depth to accommodate the pipeline and CS conduit for OFC laying atall conditions of the water crossings by HDD methods for providing with minimum cover over top of thepipe at all point across the maximum possible width of water bed (as per drawing) either 1.5 mtrs.below the predicted scour profile expected during the life time of the pipeline or 2.5 mtrs. below theavailable lowest firm bed (if scour profile/ depth not available) of the water crossing by ascertaining bedlevel upto 50 mtrs. both the side from crossing location or the actual depth as decided by concernedAuthority/ Engineer-in-charge whichever is more.

1

1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 10 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

- Laying of the pipeline by the approved HDD method across the crossing including, strings preparationof pipes, welding, testing, radiography, welding repair and retest, coating of field joints with special typeDirax Heat Shrink Sleeve or equivalent and repair of pipeline coating with special PERP-80 repairpatch or equivalent material as per specification, pre-hydrotest of complete strings made for crossingetc.

- 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 (asmentioned in clause no. 1.0 above) required as per specifications, codes, approved drawings,calculations, methods and as directed by Engineer-in-charge.

7.1 Crossing of other water/ canal/ nallah/ drain/ channel crossings by carrier pipeline of size 250 NB x7.8mm thk. of API 5L Grade X-60 and CS conduit of 6" NB x 6.4mm thick. of API 5L Gr. B or equivalentERW Pipe for cable Conduit.

Mtrs. 70

Note: (i) Crossing width may vary as per site condition. Actual 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 by concerned Authority/ Engineer-in-charge.(ii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit made forcrossing laid by HDD method are inclusive in the above item rate and no separate payment shall bemade under other clause mentioned elsewhere. (iii) 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.

8.0 ANY OTHER UNSPECIFIED CROSSING BY BORING (CASED CROSSINGS) for Road CrossingComplete work of the other road crossings (between the limits as defined at site and decided byEngineer-in-charge) including supply of casing bare pipe of size 400mm OD x 6.4mm thk. confirming toAPI 5L Gr. B/ IS:3589 or equivalent and CS conduit (for OFC laying) of size 168mm OD, 6.4mm thk.confirming to API 5L Gr. B/ IS:1239/ IS:3589 or equivalent ERW pipe including handling, loading,transportation, unloading to Contractor's own stock yard/ work site. Pre-construction survey and making of crossing drawing based on site visit and getting their approval from concerned Authority/ Engineer-in-charge prior to start the execution of work. Installation of casing pipe and CS conduit by jacking/ boring/for rail/ road and other unspecified crossings including open cut for adjacent service road, canal, minornature of water channel, utility line crossing etc. (if any) wherever required for all depth in all type ofsoils and terrrain for carrier pipe insertion and pulling of OFC & HDPE conduit. All other Contractor suppliedmaterials like casing insulators and casing end seals as per enclosed specification/ drawings, materialsfor casing vents and drain assembly etc. including supply of all other materials, equipments,consumables, manpower, welding including visual inspection of all weld joints.

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 11 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

Preparation of required length of carrier pipeline welded string including all other works asmentioned in clause no. 1.0 above and specification/ drawings. Insertion of carrier pipeline weldedstring including all other works as mentioned in clause no. 1.0 above and as per specification/drawings. Insertion of carrier pipe in casing pipe after abvoe ground pretesting at specified testpressure and installation of casing insulators as per specification/ drawings. Insatllation of vent anddrain assembly, fixing of end seals, backfilling and restoration as original of the facilities crossed andperforming all other works including pigging, cleaning, final hydrotesting etc. alongwith mainline works(as mentioned in clause no. 1.0 above) and as per specification, approved procedure, drawing etc. andinstruction of Engineer-in-charge and provision of contract document, getting NOC from all concernedAuthority of the facilities crossed.

8.1 400mm OD x 6.4mm Wall thk. Casing Pipe (for 10" NB Pipeline)a) Casing pipe installation by jacking/ boring method Mtr. 24

b) Casing pipe installation by open cut method Mtr. 12

8.2 168mm OD x 6.4mm Wall thk. CS Conduit as a Casing Pipe (for OFC & their conduit)a) Casing pipe installation by jacking/ boring method Mtr. 24

b) Casing pipe installation by open cut method Mtr. 12

Note: (i) Quantity mentioned above in clause no. 11.1(a) & (b) and 11.2(a) & (b) are indicative only fordifferent location of roads. (ii) Width of individual crossing and cover from top of carrier pipe shall be decided at site dependingupon site condition, crossing drawings, specifications or as decided by Engineer-in-charge/ Concerned Authority.(iii) Payment for the length of carrier pipeline string made for crossing laid by insertion method incasing pipe are inclusive in this above item rate. No separate payment shall be made under otherclause mentioned elsewhere.

9.0 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 groutingwith 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. (Numbersof markers are tentative/ exact to be confirmed by Engineer-in-charge).

9.1 Pipeline Warning Signs No. 40

9.2 Right-of-way boundary markers No. 250

9.3 Kilometer Posts No. 31

9.4 Direction Markers No. 40

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 12 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

9.5 Aerial Markers No. 6Note:- Exact nos. of markers shall be calculated by contractor based on site survey drawings and shallbe got approved by RCM prior to order placement.

10.0 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.

10.1 Repair of coating defects in 3-Layer PE Coating/ FBE Coating of Line Pipe

Repair 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 of coatingdefects (resulting in holiday in coating) and testing including all handling, transportation, etc. for linepipes, performing all works necessary for the completion of the works strictly in accordance with therelevant specification and instructions of Engineer-in-charge. This rate shall be applicable per sq.cm ofthe exposed steel area.

cm2 2500

10.2 Repair of Defects in Pipesi) Cutting and rebevelling (dents / damage in bevels exceeding 3mm in depth) No. 100

ii) Jack out (dents in bevels ranging between 1mm and 3mm in depth) No. 100

11.0 LEAKS/ BURSTS (Attributable to Owner)

11.1 Major Leak/ Bursts which can be located by visual observation. All works for locating & detectionof leak/ burst (occurred during hydrostatic testing) including necessary repairing/ replacing defectivepipe lengths, including cutting out and removing the defective pipe, pretesting the replacement pipe,welding into mainline, and NDT of welds, repair and re-testing of defective welds, coating of weldedjoints, clean-up, retesting the full test section of pipeline including providing all labour, materials,consumables and inputs other than Owner supplied materials and performing all works as perdrawings, specifications enclosed with the tender/ contract document and directions of Engineer-in-charge

i) For pipeline size 250mm NB Each 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 successful hydrotestingis not inordinalely extended which will hamper the overall project schedule.

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 13 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

12.0 PRE-COMMISSIONING, COMMISSIONING ASSISTANCE & CALIPER PIGGING (ELECTRONICGEO-METRY PIGGING) FOR ENTIRE UNDERGROUND PIPELINE LENGTH 10" X 32.0 KMAPPROX.

Lumpsum 1

- Swabbing of the entire pipeline section from tap-off cum despatch terminal at (SV-7) in 36" GREP atIbrahimpur to Receiving Terminal at Dholpur and the associated facilities being installed to thespecified acceptance criteria, carrying out pre-commissioning works, providing assistance during thecomplete duration of commissioning operations for entire pipeline and making the entire pipelinesystem ready for commissioning including supply of all equipment, man-power, consumables (includingpigs and nitrogen required for maintaining nitrogen column of minimum 5% of pipeline volume)materials for all temporary works and performing all associated works, complete as per the relevant

- Carrying out caliper pigging of entire pipeline from tap-off cum despatch terminal at (SV-7) in 36"GREP at Ibrahimpur to Receiving Terminal at Dholpur including supply of all pigs, equipment,instruments, manpower, consumables calibration of magnetic & caliper tools at works and site,submission of reports etc. as per specification and as per instruction of Engineer-in-charge.

13.0 HOT TAPPING WORKS Arranging the approved specialised agency such as M/s TDW/ IPSCO alongwith hot tapping machinewith all its accessories, cuting tool etc. for hot tapping works, obtaining all permissions/ clearances/permits from Owner/ concerned authorities, submitting all procedures for approval & obtaining approvalthereon prior to start of works, carrying out hot tapping works including installation of split tee & fullbore ball valve with support on existing 12" by pass line of 36" pipeline, supply of all material (excludingonly full bore ball valve which is being supplied as Free issue), consumables for welding & testingrequirements, tools, tackles, skilled and unskilled manpower, safety and fire fighting system etc.hydrotesting the installed fitting, carryingout radiography & all NDT, providing valve pit at tap-off pointas per drawing, carrying out all works as per the requirements of specification, other provisions ofcontract document and instructions of Engineer-in-charge. Final restoration of area to its original to theentire satisfaction of Engineering-in-charge.Note: All works associated with installation of valve pit and fencing including supply of all materials &manpower as detailed in piping drawings shall be paid as per rates covered elsewhere in the tenderdocument and shall not be included in the lumpsum price quoted herein.Run Pipe x Branch Pipe NB (Inches) x NB (Inches)

13.1 12" x 10" (with Split Tee) No. 1

14.0 PIPING WORKS FOR SECTIONALISING VALVE STATION-CUM-TAP-OFF POINTAll 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 (300mm NB), butt welded, sectionalising gasactuated ball valve, other types of valves, line pipes for mainline, QOEC from Owner's designatedplaces(s) of issue to work site. supply of all consumables, materials, manpower and 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 and bevelling (if required), tie-in of valve assembly, including radiography of tie-in joints, corrosion coating and external painting asrequired, installation of instruments like pressure/ temperature instruments/ gauges, obtaining allstatutory clearances, approvals and permissions for the works (wherever required), making of valve

1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR - DHOLPUR PIPELINE PROJECT

Annexure-C of Addendum-IPage 14 of 14

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures Words

Unit Rate

pit [for detail refer relevant drawings (i.e. P&ID, Plot Plan-cum-piping GAD & Plot Development 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 providing pipe supports including allassociated civil and structural works; painting, finishing, clean-up and restoration of site; preparation ofas-built drawings, documents and project records and performing all works as per drawings,specifications, other provisions of Contract document and instructions of Engineer-in-charge.

i) SV Station-1 at Chainage - 15 to 20 km (approx.) Lumpsum 1

Note: 1) This work is exclusive of all works associated with main pipeline covered under Sl. No. 1.0 above.

2) All civil/ structural works except for piping supports & valve pits will be paid separately as per unitrate provided elsewhere under civil/ structural SOR items of terminal associated work.3) All instrumentation works will be paid separately as per unit rate provided elsewhere underInstrumentation SOR items of terminal associated work.(Refer plot plan drawing and P&ID for Sectionalising Valve Stations enclosed with tender document forascertaining quantum of mechanical work associated with SV Station).

15.0 LONG RADIUS BENDSFabrication & supply of Long Radius Bends (6D) for 10" dia.pipe, thickness 9.5mm as per T.S. (No.MEC/TS/05/62/015) & Data Sheet No. MEC/VD57/05/21/M/001/DS-015 enclosed in Tender Document.However, pipe required for making long Radius Bend shall be Free Issue to the Contractor.

a) 90° Nos. 6

b) 45° Nos. 14

c) 22½° Nos. 4

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 taxes & duties)

1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mainline SOR.No. 05/21/23JV/ML/SOR-01, Rev-1

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

SCHEDULE OF RATESFOR

2) CATHODIC PROTECTION WORKS(05/21/23JV/CP/SOR-02, Rev-1)

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 1 of 4

2 CATHODIC PROTECTION WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures1.0 CATHODIC PROTECTION WORKS1.1 Design, detailed engineering, supply, installation, testing and commissioning of the temporary

cathodic protection system using Mg/ Zn galvanic anodes to protect the external surface of10” dia, 3LPE Coated, 32.0 km (approx.) long Ibrahimpur to Dholpur Pipeline againstcorrosion for minimum 1 year or till commissioning of permanent CP system whichever is lateras per standard specification No. MEC/TS/05/62/016A for temporary cathodic protectionsystem. Scope shall also include but not limited to the following for completion of jobs:-

Lumpsum Lumpsum

- Measurement of soil resistivity along the right of way of the main pipeline route as perspecification for design & installation of anodes.

- Collection of additional datas related to cathodic protection along the right of way of pipeline asper specifications.

- Supply, installation, testing & commissioning of one set of spark gap arrestor with 2 plate Zincgrounding cell of 20 kg net weight each across each insulating joints provided at despatchterminal (2 nos. approx.) as per specification.

- Supply, installation, testing & commissioning of one spark gap arrestor across insulating jointprovided in Receiving Terminal as per specification.

- Supply, installation, testing & commissioning one set of polarisation cell with zinc anode at allhigh tension electrical power transmission line/Equipment crossing or running parallel thepipelines for grounding purpose as per specification. The rating shall depend upon anticipatedfault current & ground bed resistance at the location of installation. However, the rating ofpolarisation cell (krick) shall not be less than 5 KA & number of 20 kg net weight zinc anodeshall not be less than two.

- Supply & installation of Zinc Ribbon Anodes at 4-8 O’Clock position in the interval of 2 metre(max.) on carrier pipes at all cased crossings i.e. railways/ roads etc. (3 nos. (approx.) havinga length of 20 metre each).

- Monitoring of the protection system till commissioning of the permanent cathodic protectionsystem.

- All civil/ structural works related to TCP system including supply of bricks, cement & steel etc.required for completion of the system.

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Unit Rate Words

d:\fateh\idpl_dholpur\sor\final\SOR - IDPL_R1.xls CP SOR.No. 05/21/23JV/CP/SOR-02, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 2 of 4

2 CATHODIC PROTECTION WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Unit Rate Words

1.2 Design, detailed engineering, supply, installation, testing & commissioning of SPV basedImpressed current permanent cathodic protection system at SV-1 terminal (chainage 19.0 km)to protect the external surfaces of 3LPE Coated 10” dia., 32.0 km long Ibrahimpur to DholpurSteel Pipeline Network against corrosion for minimum services life of 35 years using mixedmetal oxide coated titanium tubular anodes as per MECON’s Standard Specifications forPermanent CP System no. MEC/TS/05/62/016B.

Lumpsum Lumpsum

The scope shall also include but not limited to the following for completion of jobs:-

- Selection of plot for impressed current anode ground bed near the SV Station at chainage19.0 km.

- Carrying out soil resistivity survey at the selected plot as per specification for design of anodeground beds.

- Acquisition of land for anode ground bed, junction box & laying of cables near SV Station(chainage 19.0 km) and transferring the title of land in favour of GAIL.

- Design of anode bed of shallow/ deepwell construction as per national/ international standard& specification required for ICCP System.

- Supply, installation, testing & commissioning of minimum twelve numbers Mixed Metal OxideCoated Titanium Hollow Tubular Anodes of 25mm dia./ 1000mm long size alongwith XLPEinsulated/ PVC sheathed, 1100V unarmoured tail cable. Actual length & size of of tail cableand numbers of anode shall be finalised after the approval of design calculation submitted bythe Contractor. Total ground bed resistance of PCP System shall be as per Specifications.

- Providing anode ground beds near SV Station at chainage 19.0 km.

- Supply, installation, testing & commissioning of ALJB & CJB one each at SV-1 terminalprovided at chainage 19.0 km as per specification & drawing.

- Supply, installation, testing & commissioning of 3 Nos. Cu/ CuSo4 reference cell above theunder ground pipeline as per specification & drawing at SV-1 terminal alongwith supply, laying& termination of 6mm2 tail cable of required length to CPPSM Unit installed in the controlroom of SV-1 terminal (chainage 19.0 km).

d:\fateh\idpl_dholpur\sor\final\SOR - IDPL_R1.xls CP SOR.No. 05/21/23JV/CP/SOR-02, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 3 of 4

2 CATHODIC PROTECTION WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Unit Rate Words

- Supply, laying, connection to pipe by thermit welding/ pin brazing and termination to CP PSMUnit of all XLPE insulated/ PVC sheathed, 1100 V grade, single core, armoured coppercables like one no. 35mm2 anode cable, one no. 35mm2 cathode cable, three nos. 6mm2measurement cable, etc. for completion of PCP system as per specification & drawing atICCP System provided at chainage 19.0 km.

- Supply, installation, testing & commissioning of 2 nos. Cu/ CuSo4 reference cell above theunderground pipelines as per specification & drawing at gas receiving terminal, Dholpuralongwith supply, laying & termination of 6mm2 tail cable of required length to test stationinstalled across insulating joint in gas receiving terminal, Dholpur for feeding PSP reading toSCADA.

- Disconnection of temporary cathodic protection system which do not form part of permanentcathodic protection system at site.

- Commissioning of PCP system.

- Carrying out Close interval potential logging survey of entie length of 10” dia. 32.0 km(approx.) long Ibrahimpur to Dholpur Pipeline by the CP Contractor/ their back up agency atsite as per approved procedure.

- Carrying out interference study for the entire length of 10” dia. 32.0 km (approx.) km longIbrahimpur to Dholpur Pipeline as per specification & it’s mitigation measures depending uponthe type of interference.

- All civil/ structural works related to PCP system including supply of bricks cement & steel etc.required for the completion of system.

- Hooking up/ bonding in between 10” dia. Ibrahimpur to Dholpur Pipeline & 36” dia. GREPpipeline of M/s GAIL in Despatch Terminal at Ibrahimpur through 35mm2 XLPE insulated/PVC sheathed, 1100 V grade, single core, armoured copper cables, junction box, shunt &resistors.

2.0 Supply, installation, earthing, testing & commissioning of DC – DC operated automatic indoortype CPPSM unit of 20V, 20A output rating with galvanic isolation in the input circuit & in builtcurrent interrupter facilities as per specification & data sheet no. MEC/DS/05/E9/23JV/072A,R-1.

No. 1

R1

R1

d:\fateh\idpl_dholpur\sor\final\SOR - IDPL_R1.xls CP SOR.No. 05/21/23JV/CP/SOR-02, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 4 of 4

2 CATHODIC PROTECTION WORKSSl. Descriptoin of Item Unit Qty. Currency Total AmountNo. Figures

SCHEDULE OF RATESFOR

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Unit Rate Words

3.0 Design, engineering, manufacturing, supply, installation, earthing, testing & commissioning ofSolar Photo Voltaic Energy System which include SPV array, charge controller and battery asper the following details, relevant BIS/ MNES specifications and enclosed block diagram no.MEC/23JV/05/E5/E/CP/0001, R0

Set 1

3.1 2 sets of SPV array comprising of 30 nos., 35 Wp modules, flame proof junction box, Al &Steel mounting frame/ structures, supports, inter connecting cables to connect the cells/modules in series and parallel, conduit pipes and civil foundation etc. with each set as perspecification.

3.2 2 Nos., 24V 40 Amp each automatic indoor type float cum boost charge controller for chargingbattery bank from solar panel as per specification.

3.3 24 Volts, 600 AH VRLA, SMF (2 V per cell & 20 year design life) battery bank complete withstand, interconnecting cables etc.

3.4 All interconnecting cables among SPV modules, charger, battery bank and DC – DC CPPSMetc. as required for completion of the work.

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 taxes & duties)

d:\fateh\idpl_dholpur\sor\final\SOR - IDPL_R1.xls CP SOR.No. 05/21/23JV/CP/SOR-02, Rev-1

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

SCHEDULE OF RATESFOR

3) TERMINAL WORKS (SCADA & TELECOMMUNICATION)(05/E5/23JV/TELE/SOR-02, Rev-1)

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 1 of 5

3 SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Currency Total AmountNo. Figures Words

SCADA & Telecommunication Work as define in respective Scope of Work inthis tender documents and it includes followings as minimum:-

A SCADA WORK :

1.0 Supply 4-channel output module (Part No. 0303342) of C-50 FOXBORORTU along with Termination Board and Firmware suitable for interfacing withexisting system.

No. 1

2.0 Transportation of free issue C-50 FoxBoro RTU from GAIL designatedStore at Vijaypur M.P. to Receiving Station at Dholpur site includingpackaging, if required, forwarding, transportation, insurance, receipt loading,unloading and storage at site till the installation in control room.

Lumpsum Lumpsum

3.0 Installation of free issue C-50 FoxBoro RTU in designated SCADA ControlRoom including Cabling, Glanding, Termination including loop checking,Supply of Communication and Power Cable and accessories as per the detaildefine in scope of work in bid document & as per direction of Engineer-in-charge.

Set 1

B TELECOMMUNICATION WORK :Supply, Installation and Commissioningof OFC based SDH Telecom equipment (STM1).

1.0 The scope of work would be on turnkey supply, Installation, Testing,commissioning and Integration of Network with existing NMS system shallinclude but not be limited to the following:

Survey, project management, system design, detailed engineering,manufacture/procurement and supply of all related goods and providing allrelated services including installation, interconnection with the existingnetworks, testing, integrations, trial run, commissioning, warranty, training etc.complete in all respects, including the related civil works, Cabling,Terminations, preparation of the related drawings, documents, etc. forimplementation of the telecom system, which shall comprise of an optical fibrebased Synchronous Digital Hierarchy (SDH) & Primary Multiplexer systems asper requirements in Technical Specification ( MEC/TS/05/E5/T/097 Rev1 )enclosed separately..(Bidder shall give detail breakup of price separately in the Bill ofMaterial format of Tech. Spec.)

Package 1

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Unit Rate

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Telecom SOR.No. 05/E5/23JV/TELE/SOR-02, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 2 of 5

3 SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Currency Total AmountNo. Figures Words

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Unit Rate

C TELECOMMUNICATION WORK : SUPPLY AND LAYING OF OPTICALFIBRE CABLE AND HDPE DUCTS AND ASSOCIATED WORKS:Supply of materials/ equipments ,storage,erection and services (as perspecification, drawings etc. provided in this Bid Document ).

1.0 SUPPLY OF OFC AND ACCESSORIES (as per MECON TechnicalSpecification No. MEC/TS/05/E5/T/096 Rev 1). Design, Manufacturing,factorytesting, inspection, packaging, forwarding, transportation, insurance,receiptand storage at site etc.

1.1 Supply of 24 fibre composite Optical fibre cable (G-655 & G-652 ) of 4 KM+/- 5 % cable drums length as per spec.

Meter 35000

1.2 Supply of Jointing Closures including all accessories (3 M, SIEMENS,REYCHEM make only.) as per spec. (7 nos. planned joints and 2 spares)

Nos. 9

1.3 Supply of Special Tools & Tackles each set consists of all the items as perAnnexure 2 of Tech. Spec. No. MEC/TS/05/E5/T/096 Rev 1) Bidder Shallgive separate Price Breakup in Annx. 2 forma enclosed with Tech. Spec.

Set 1

2.0 Supply of Permanently Lubricated Telecom HDPE Duct & Accessories as per MECON Technical Specification No. MEC/TS/05/E5/T/037 Rev 1. Design, Manufacturing,factory testing, inspection, packaging, forwarding, transportation, insurance,receipt and storage at site etc.

2.1 Supply of 40 mm OD 6 Kg/cm2, permanently lubricated HDPE DUCT, Factory Acceptance Testing,: Factory acceptance testing of 50 mm OD, 6 Kg/cm2, permanently lubricated HDPE duct as per spec.

Meter 35000

2.2 Supply of HDPE Duct Accessories: Supply of HDPE Duct accessoriesrequired including Plastic Couplers, End Plugs, Cable Sealing Plugs, EndCaps, etc suitable & sufficient for above supplied Duct..

Lumpsum Lumpsum

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Telecom SOR.No. 05/E5/23JV/TELE/SOR-02, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 3 of 5

3 SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Currency Total AmountNo. Figures Words

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Unit Rate

D TELECOMMUNICATION SITE WORK (as per scope of work, StandardSpecification no. MEC/S/05/E5/T/001 Rev 0 & ../002 Rev 0 of Biddocuments)

1.0 Submission of optical fiber cable & HDPE alignment sheets based onthe existing pipe line survey (No separate survey reqd.),estimation ofOFC & HDPE duct including all accessories in accordance with the alignmentsheet and specifications.Laying work can not be started without approval ofthese documents from Client / Consultant / EIC.

Lumpsum Lumpsum

2.0 Laying of Optical Fiber Cable

All activities pertaining to Laying of optical fiber cable in same pipeline trenchdirectly (after testing of drum at site) ,through CS/ HDPE conduits at crossing,cable sealing, padding, backfilling etc. using all materials required, includingSupply and Laying of Warning Mats, etc. all complete as per specificationsand drawing provided in the bid document & as per direction of consultant.

Per Meter of Trench

Length

35000

3.0 Laying of HDPE Telecom Duct as per specification

Laying of 40mm OD, 6kg/cm2 permanently lubricated HDPE ducts, in samepipeline trench direct buried or cased crossing through CS/ HDPE conduit inall type of soil & terrain, excavation as required, padding, backfilling etc.including cleaning and sealing of ducts at the end of laid drum lengths,preparation & Supply of Cable Blowing Pit including sand, jointing of HDPEconduit, Testing of HDPE Duct and accessories after laying,preparation ofreport and final drawing & documents as per specification, joint locationmarking , erection accessories (suitable for min 8 kg/cm2 pressure rating) ,allcomplete as per specifications provided in the bid document & as perdirection of consultant. (This duct is for future requirement for total length ofpipeline as per spec. and drawing )

Per Meter Length

35000

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Telecom SOR.No. 05/E5/23JV/TELE/SOR-02, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 4 of 5

3 SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Currency Total AmountNo. Figures Words

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Unit Rate

4.0 Supply and installation of jointing pits, including sand, etc. all complete asper spec., drawing provided in the bid document and the direction ofconsultant.

Nos. 7

5.0 Supply & installation of 300 dia cable markers at all pipeline markerlocations on same pipeline marker post as per specifications & drawingprovided in the bid document and direction of consultant.

Nos. 30

6.0 Supply and installation of special 3-Way Jointing Closures for Hot Tapping/ jointing of new OFC at existing GREP OFC including supply andinstallation of jointing markers and any accessories etc. testing,commissioning all complete as per scope of work,specification, drawingsprovided in the bid document and as per direction of GAILTEL / Engineer-in-charge. This jointing closure will be used to joint new OFC with existing laidOFC of GREP OFC Line.

Lot 1

7.0 Jointing of optical fiber cable (including supply and installation of jointmarkers, etc.), testing all completed as per specifications & drawingprovided in the bid document and direction of consultant.

Nos. 7

8.0 Supply of set of FTC (Make 3 M / Reychem / Siemens ) & wiremesh(structural size 1.5 Mtr x 1 mtr and mesh grid size 15 cm x 15 cm) and otheraccessories for termination of OFC - 24 fibre in the Telecom Room

Set. 1

9.0 Supply and Installation & Commissioning of Electronic Marker Systemas per specification , test certificate and documents etc. consisting of :

a) Electronic Markers (To be buried underground along with OFC Joints atall jointing location)

Set 8

b) Electronic Marker Locator and accessories (Including probe and locatorelectronics)

Set 1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Telecom SOR.No. 05/E5/23JV/TELE/SOR-02, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 5 of 5

3 SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Currency Total AmountNo. Figures Words

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Unit Rate

10.0 Termination of OFC on FTC inside the Telecom Room, splicing with steetfibre, test of the fibre for the smooth operation system on wavelength. PowerTesting of laid OFC, Identification of the fault,Rectification, Earthing, final testing & commissioning , preparation of reports etc. work complete in allrespect with all necessary accessories for all location till the final Handingover & taking over by Owner of the laid Optical Fiber Cable alongwith HDPETelecom Duct complete as per specification,Drawings and Documentation asper specification & contract agreement and as per the direction of Engineersin charge.

Lumpsum Lumpsum

Note : The quantites of individual item can varied as per siterequirement.The payment will be made as per actual certifiedmeasurement at site.For the Payment purpose the actual pipeline lengthwill be considered for the payments of laid OFC and HDPE Duct alongthe pipeline and length upto control room inside terminal will beconsidered separately.

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 taxes & duties)

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Telecom SOR.No. 05/E5/23JV/TELE/SOR-02, Rev-1

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

SCHEDULE OF RATESFOR

4 - (I) TERMINAL WORKS (PIPING AND MECHANICAL) (05/21/23JV/TERM/SOR-03, Rev-1)

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 1 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.1.0 PLANT PIPING (ABOVEGROUND)

Transportation of all piping items from Owner's and/ or Contractor's storage point towork at site/ workshop as applicable, complete work of fabrication, erection, painting,testing of pipes, flanges and fittings and making ready for further Commissioning /Start-up of carbon steel piping of all sizes and ratings including supply of allconsumables, equipment, manpower and other resources and execution of, but notlimited to, the following works in accordance with relevant specifications indicated inclause 5.5 of SCC & scope of work indicated in SCC, drawings, specification andinstructions of Engineer-in-charge and as per all provisions of the CONTRACTDOCUMENT.

- 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.

11.0 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.

- Painting of entire system (including aboveground all pipes fittings, flanges andaccessories) as per specification MEC/S/05/62/07A 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.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 2 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

- Precommissioning & making operational all piping system and equipments.

- Commissioning Contractor scope shall provide all necessary assistance in term ofsupply of man-power, equipment, tools and tackles required amount of nitrogen forpurging of entire terminal piping system including equipments etc. to the companyduring commissioning activities.

- 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 further commissioning and start up.

- Hook-up works (with client/ consumer piping at battery limits):

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 API 5L, Gr. X-52, PSL-1 (Charpy), Seamless, BE m 10" NB BE 9.5 110

API 5L, Gr. B, PSL-1 (Charpy), Seamless, BE m 8" NB BE XS 40

m 10"NB BE STD 120

m 6" NB BE XS 10

ASTM A106, Gr. B (Charpy), Seamless, BE m 4" NB BE XS 110

m 3" NB BE STD 10

m 2" NB BE XS 22

m 1 1/2" NB BE XS 5

m 1 1/2" NB BE XS 3

ASTM A106, Gr. B (Charpy), Seamless, PE m 1 1/2" NB PE XS 16

m 1 1/2" NB PE XS 12

m 3/4" NB PE S160 20

m 1/2" NB PE S160 5

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 3 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

1.2 Extension of complete carbon steel piping system from Client/ Consumer piping atbattery limit inside GAIL's Receiving Terminal to Consumer's inside plant premisenear both the gas turbine station with painting including all fittings, flangse, valvesand supply of all required gasket, studs bolts & nuts etc. as described under item1.0 above, in addition to scope shown in P&ID, Plot Plan and scope of workindicated in SCC. However, erection of valves shall be paid separately as per itemno. 3.0 of SOR No. 05/21/23JV/TERM/SOR-03, Rev-0.API 5L, Gr. B, PSL-1 (Charpy), Seamless, BE m 10" NB BE STD 175

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.

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 API 5L, Gr. X-52, PSL-1 (Charpy), Seamless, BE m 10" NB BE 9.5 110

API 5L, Gr. B, PSL-1 (Charpy), Seamless, BE m 10" NB BE STD 300

m 8" NB BE XS 20

m 6" NB BE XS

ASTM A106, Gr. B (Charpy), Seamless, BE m 4" NB BE XS 110

m 3" NB BE STD.

m 2" NB BE XS 22

m 1 1/2" NB BE XS 2

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 4 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

m 1" NB BE XS 3

ASTM A106, Gr. B (Charpy), Seamless, PE m 1 1/2" NB PE XS 16

m 1½" NB PE XS 12

m 3/4" NB PE S160 20

m ½" NB PE S160 5

2.2 FLANGESa) Weld Neck [B-16.5, ASTM A694, Gr. F-52 (Charpy), 125 AARH] Nos. 10" RF 600# 4

(End Thickness to match pipe thickness)

Weld Neck [B-16.5, ASTM A105, (Charpy), 125 AARH] Nos. 10" RF 300# 32(End Thickness to match pipe thickness)

Nos. 8" RF 600# 15

Nos. 4" RF 600# 4

Nos. 4"RF 300# 5

Nos. 6"RF 150# 2

Nos. 4" RF 600# 21

Nos. 4" RF 300# 6

Nos. 2" RF 600# 8

b) Socket Welded (B-16.5, ASTM A105, 125 AARH) Nos. 1½" RF 600# 12

Nos. 1½" RF 300# 3

Nos. 1" RF 600# 1

Nos. 3/4" RF 600# 1

Nos. ½" RF 600# 2

Nos. ½" RF 300# 2

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 5 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

c) Blind Flanges (B-16.5, ASTM A105 (Charpy), 125 AARH] Nos. 10" RF 300# 2

Nos. 8" RF 600# 1

Nos. 2" RF 600# 5

Nos. 1 1/2" RF 600# 5

Nos. 1/2" RF 600# 4

Nos. 1/2" RF 300# 2

d) Spectacle Blind [API 590, ASTM A105 (Charpy), 125 AARH] Nos. 10" RF 600# 1

Nos. 10" RF 300# 1

Nos. 8" RF 600# 4

Nos. 4" RF 600# 2

2.3 ELBOWa) 90° Elbow [MSS-SP-75 Gr. WPHY-52 (Charpy), B16.9, BW, 1.5D] Nos. 10" BW 9.5 12

90° Elbow [ASTM A234, Gr. WPB (Charpy), B-16.9, 1.5D] Nos. 10" BW STD 28

Nos. 8" BW STD 12

Nos. 4" BW XS 16

Nos. 4" BW STD 4

Nos. 2" BW XS 34

90° Elbow [ASTM A105, B-16.11, 1.5D] Nos. 1 1/2" SW 3000# 4

Nos. 3/4" SW 6000# 22

Nos. 1/2" SW XS 12

b) 45° Elbow [MSS-SP-75 Gr. WPHY-52 (Charpy)] Nos. 10" BW 9.5 2

45° Elbow [ASTM A234, Gr. WPB (Charpy)] Nos. 4"BW XS 2

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 6 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

2.4 TEEa) Equal Tee [MSS-SP-75 Gr. WPHY-52 (Charpy)] Nos. 10"x10"x10" 9.5 2

Equal Tee [ASTM A234, Gr. WPB (Charpy)] Nos. 10"x10"x10" STD 6

Nos. 8"x8"x8" STD. 3

Nos. 8"x8"x8" XS 3

Nos. 4"x4"x4" STD. 1

b) Unequal Tee [MSS-SP-75 Gr. WPHY-52 (Charpy)] Nos. 10"x4" 9.5 x XS 2

Unequal Tee [ASTM A105] Nos. 1"x1"x1/2" XS x S160 2

Unequal Tee [ASTM A105 (Charpy)] Nos. 10"x10"x4" 9.5 x XS 1

Unequal Tee [ASTM A234, Gr. WPB (Charpy)] Nos. 10"x10"x4" STD x STD 1

2.5 WELDOLET [ASTM A105 (Charpy)] Nos. 10" x 2" BW XS 15

Nos. 8" x 2" BW XS 10

2.6 SOCKOLET (ASTM A105, B-16.11) Nos. 10"x1½" SW 3000# 5

Nos. 10"x3/4" SW 6000# 25

Nos. 10"x1" SW 6000# 2

Nos. 10"x1" SW 3000# 2

Nos. 8"x3/4" SW 6000# 5

2.7 REDUCER [MSS-SP-75 Gr. WPHY-52 (Charpy)] Nos. 10" x H" 9.5 x H 2

Nos. 10" x 8" 9.5 x XS 1

Nos. 2" x 1" XS x XS 1

REDUCER [ASTM A234, Gr. WPB (Charpy)] Nos. 8" x H" XS x H 2

Nos. 4" x H" STD x H 2

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 7 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

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) No. 12" 600# 1i) Ball/ Plug/ Gate/ Glove Valve

Nos. 10" 600# 8

Nos. 10" 300# 10

Nos. 8" 600# 7

Nos. 4" 600# 10

Nos. 4" 300# 1

Nos. 2" 600# 12

Nos. 2" 300# 7

3.2 Sockolet Welded Valve (Ball/ Plug/ Gate/ Glove Valve) Nos. 1½" 800# 12

Nos. 1" 800# 5

Nos. 3/4" 800# 32

Nos. 1/2" 800# 7

iii) Ball Valve, AV Nos. 10" 600# 2

iv) Check Valves Nos. 10" 300# 1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 8 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

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 with relevantspecifications indicated in scope of work indicated in SCC,drawings,specificationand instructions of EIC and as perall provisionsof the CONTRACT DOCUMENT.

4.1 a) Plug Valves, BW, Extended Stem Nos. 4" 600# 2

b) Plug Valves, BW Nos. 4" 600# 2

c) Plug Valves, BW Nos. 2" 600# 11

d) Plug Valves, BW Nos. 2" 300# 2

e) Plug Valves, SW Nos. 11/2" 800# 3

f) Plug Valves, SW Nos. 1" 800# 2

g) Plug Valves, SW Nos. 1/2" 800# 7

4.2 Globe Valves, RF Nos. 10" 300# 1

4.3 Check Valves, RF (Swing Type) Nos. 10" 300# 1

5.0 SAFETY RELIEF VALVES Supply, installation of safety relief valve alongwith companion flanges and allaccessories including but not limited to gaskets, nuts, bolts, fixtures, clamps etc.required and providing high vent for discharge. Installation shall as per API RP 520final coat of painting, set pressure testing & commissioning and as per scope of work

Technical Specification No. MEC/TS/05/62/056 and Data Sheet (No.MEC/23JV/05/21/M/001/PSV-0001to 0004 & 0005A/B) enclosed with TenderDocument.Size to be decided by vendor based on datasheet

i) PSV 0001 Nos. As per DS As per DS 1

ii) PSV 0002 Nos. As per DS As per DS 1

iii) PSV 0003 Nos. As per DS As per DS 1

iv) PSV 0004 Nos. As per DS As per DS 1

v) PSV 0005A/5B Nos. As per DS As per DS 2

1

1

1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 9 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

6.0 INSULATING JOINTSSupply of Insulating Joint as per T.S. (No. MEC/TS/05/62/009) & Data Sheet No.MEC/23JV/05/21/M/001/DS-009-1 enclosed in Tender Document.

Nos. 10" 600# 4

7.0 FLOW TEESupply & Erection of Flow Tee as per T.S. (No. MEC/TS/05/62/011) & Data SheetNo. MEC/23JV/05/21/M/001/DS-02 enclosed in Tender Document.

Nos. 10" x 10" x 10" BW

2

10" x 10" x 4" BW

2

8.0 CARTRIDGE FILTERSupply of Cartridge Filters alongwith pressure safety valves, companion flanges andall accessories including but not limited to gaskets, nuts, bolts, fixtures, clamps etc.required and providing high vent for discharge. Final coat of painting, set pressuretesting of PSV & commissioning and as per scope of work T.S. (No.MEC/TS/05/62/017, Rev-2) & Data Sheet No. MEC/23JV/05/21/M/001/DS-17A &17B for Catridge Filter (Tag No. CF- 0001, 0002) & Data Sheet No.MEC/23JV/05/21/M/001/PSV-0003,0004 for Pressure Safety Valve (Tag No. PSV-0003,PSV-0004) enclosed in Tender Document.

Nos. - 600# 2

9.0 QUICK OPENING END CLOSURESupply of Quick Opening End Closure (QOEC) as per T.S. (No. MEC/S/05/62/013) &Data Sheet No. MEC/23JV/05/21/M/001/DS-01 enclosed in Tender Document.

Nos. 4" 600# 3

10.0 SCRAPPER TRAPSSupply of complete Scrapper Traps alongwith all required accessories including alltaxes, duties, transportation and inspection charges but not limited to the followingitems in accordance with relevant specification & scope of work, indicated in SCC,drawings, instruction of Engineer-in-charge and as per all provision of the contractdocument.

10.1 Supply of Scrapper Launcher alongwith Pig Handling device & Pig Signaller as perTechnical Specification No. MEC/S/05/62/007, R-1 & MEC/S/05/62/048 and DataSheet No. MEC/23JV/05/21/M/001/DS007L & MEC/23JV/05/21/M/001/ DS001.

Set 14" x 10" 600# 1

10.2 Supply of Scrapper Receiver alongwith Pig Handling device & Pig Signaller as perTechnical Specification No. MEC/S/05/62/007, R-1 & MEC/S/05/62/048 and DataSheet No. MEC/23JV/05/21/M/001/DS007R & MEC/23JV/05/21/M/001/DS001.

Set 14" x 10" 600# 1

1

1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 10 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

11.0 RADIOGRAPHY

Nos. of 10" 100Joint

8" 40

4" 60

2" 40

12.0 VESSELS & EQUIPMENTS ERECTION

12.1 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.

12.1.1 Approx. erection weight and Details of major equipments are as under(Refer P&ID included with Tender).

MT 3

Details of Equipment Nos.a) Scraper Launcher with pig signaller 1

and Pig handling devices (SR-0001)b) Scraper Receiver with pig signaller 1

and Pig handling devices (SR-0002)c) Cartridge Filters (CF- 0001, 0002) 2

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.

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 11 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

13.0 PIPE SUPPORTS & OTHER STRUCTURES

13.1 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. - - 2

14.0 SERVICE AIR / INSTRUMENT AIR PIPING

14.1 Complete supply, fabrication, erection, painting, testing and commissioning of pipingfrom battery limit to distribution points complete in all respects including supply,fabrication and erection of supports and their painting as per standard/ specification.Piping material shall be of ERW Pipes to IS:1239, Heavy galvanised alongwithfittings & valves.Piping (Rate for piping shall inlcude supply of pipes, fittings, flanges and any othermaterial mentioned above as required for completion of work).

m 2" Hvy 25

m 1" Hvy 100

m 3/4" Hvy 20

m ½" Hvy 6

Screwed valve (CS) Nos. 1" 800# 4

Nos. ½" 800# 4

Nos. 3/4" 800# 2

15.0 POTABLE WATER PIPING

15.1 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).

m 1 1/2" Hvy 20

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 12 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

m 1" Hvy 30

m 3/4" Hvy 40

No. 1/2" Hvy 20

Threaded Valve No. 1" 800# 4

No. 3/4" 800# 2

No. 1/2" 800# 2

16.0 FIRE WATER PIPING

16.1 Complete work of fabrication, installation/ erection/ underground laying, backfilling,painting/ wrapping & coating as per technical specification for aboveground/underground portion of piping network system (approx depth 1.1M), testing andcommissioning including supply of all type of valves, piping materials, flanges,fittings and accessories including but not limited to supply of manpower, equipment,tools & tackles, gaskets, nuts, bolts, fixture and clamp etc. required for installationand completion of all work as per instruction of Engineer-in-charge. The work shallalso include but not limited to making of valve pits, hooking-up at two places/integration with the existing fire water system keeping a concept of integrated ringmain intact.

a) Piping including pipe material (MS as per IS:1239 Part-I Black Heavy Grade) m 6" 250(Rate for piping shall inlcude supply of pipes, fittings, flanges and any other material mentioned above as required for completion of work)

b) Stand post 4" dia. 2M long (MS as per IS:1239-I Heavy/ Med. Grade) Nos. 4" 6

c) Complete assembly as per double headed fire hydrant with independent valve (65mm NB) relevant IS and approved as per TAC suitable for mounting on stand post.

Nos. 6

d) Gate valves with companion flagnes (cast steel as per API 602 rating 150 lbs. Nos. 6" 2ANSI & flanges as per ANSI B:16.5 (RF Serrated)

e) 15M long flax canvas hose as per IS:8423 (to match with single landing valve outlet) Nos. 12

f) Hose cabinets (size should be to accommodate two no hose pipe in one cabinetes) Nos. 6

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 13 of 13

4-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. Description of Item Unit Size Rating/ Qty. Currency Total AmountNo. Thk./ Figures Words

Sch.

SCHEDULE OF RATES

Unit Rate

TERMINAL WORKS10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

g) Valve chamber/ pits Nos. 2

Note : All necessary provision shall be made by Contractor in existing sytems tohook-up with new fire hydrant pipeline system

17.0 FIRE FIGHTING (Portable Extinguishers)

17.1 Fire Fighting EquipmentSupply, installation and commissioning of the following fire fighting equipment :

a) 10 kg capacity DCP type (trolley mounted) Nos. 2

b) 5 kg capacity DCP fire extinguisher (portable) Nos. 3

c) 4.5 kg capacity CO2 fire extinguisher (portable) as per IS:2878 Nos. 8

d) 9 litre capacity foam type fire extinguisher (portable) Nos. 3

e) 4 Nos. Sand Buckets with stand & canopy Set 3

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 taxes & duties)

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Mech SOR.No. 05/21/23JV/TERM/SOR-03, Rev-1

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

SCHEDULE OF RATESFOR

4-(II) TERMINAL WORKS (CIVIL) (05/11/23JV/CIV/SOR-01, Rev-1)

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 1 of 4

4-(II) CIVIL WORKSSl. Description of Items Unit Quantity Currency Total AmountNo. Figure Words

CIV-1 SITE GRADING / CUTTING / FILLING OF EARTHWORK

Earthwork in site grading to develop the plot all complete as per specifications and directionsof Engineer-in-charge.

M3 7250

(Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 1" (Earth work in site grading to develop the plot)

CIV-2 EARTH WORK IN ROCK

Earth work in excavation in rock at all levels and locations as per drawings, specifications anddirections of the Engineer-in-charge.

M3 50

(Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 2" (Earth work in rock)

CIV-3 PLAIN CEMENT CONCRETE (PCC)

Supplying and laying plain cement concrete of grade M 10C (40mm down) with stoneaggregate in all types of concrete works at all levels and locations as per drawings,specifications and directions of the Engineer-in-charge.

M3 70

(Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 3" (PCC Work)

CIV-4 REINFORCED CEMENT CONCRETE IN SUB STRUCTURE WORKS

Providing and laying reinforced cement concrete of grade M-20 with 20mm and down gradecrushed stone aggregate in all types of sub-structures including providing and fixingreinforcing steel (@ 70 kg/cum), at all depths and levels complete as per drawings ,specifications and directions of the Engineer-in-charge.

M3 325

1. (Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 4" (Reinforced cement concrete (RCC) in sub-structure) 2. In case of variation in steel reinforcement by more than + 15%, deviated quantity above /below 15% of steel will be paid or recovered @ Rs. 35 per kg. 3. Chairs, laps, spacers, wastage etc. shall be in contractor's account.

Unit Rate

SCHEDULE OF RATES

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECTTERMINAL WORKS

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Civil SOR.No. 05/11/23JV/CIV/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 2 of 4

4-(II) CIVIL WORKSSl. Description of Items Unit Quantity Currency Total AmountNo. Figure Words

Unit Rate

SCHEDULE OF RATES

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECTTERMINAL WORKS

CIV-5 REINFORCED CEMENT CONCRETE IN SUPER STRUCTURE WORKS

Providing and laying reinforced cement concrete of grade M-20 with 20mm and down gradecrushed stone aggregate in all types of super-structures including providing and fixingreinforcing steel (@ 90 kg/cum), at all depths and levels complete as per drawings ,specifications and directions of the Engineer-in-charge.

M3 15

1. (Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 5" (Reinforced cement concrete (RCC) insuper-structure) 2. In case of variation in steel reinforcement by more than + 15%, deviated quantity above /below 15% of steel will be paid or recovered @ Rs. 35 per kg. 3. Chairs, laps, spacers, wastage etc. shall be in contractor's account.)

CIV-6 CONCRETE PAVEMENT

Providing and laying reinforced cement concrete pavement 150 mm thick in M-20 grade with20 mm and down grade crushed stone aggregate in pavement, all complete as per drawings,specifications and directions of the Engineer-in-charge.

a) - 150mm thick in Pavements of Process Area (Type - 1) M2 850b) - 150mm thick in Approach Roads (Type -2) M2 925

(Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 6" (Concrete Pavements) Cost of works towardspipe supports & sleepers being raised from pavement is covered under respective RCCitems.)

CIV-7 BRICK WORK

Providing brick work with brick class designation M-5.0 of IS:1077 in cm1:4 (1cement : 4sand) as per specifications and drawings with all bye-works and direction of the Engineer-in-charge.

M3 130

(Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 7" (Brick Work)

CIV-8 PAVIOR BLOCK PAVEMENT

Providing & fixing 65 mm thick Pavior Blocks of approved make, shape and pattern allcomplete as per scope detailed drawings , technical specifications and directions of theEngineer-In-Charge.

M2 150

(Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 8" (Pavior block)

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Civil SOR.No. 05/11/23JV/CIV/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 3 of 4

4-(II) CIVIL WORKSSl. Description of Items Unit Quantity Currency Total AmountNo. Figure Words

Unit Rate

SCHEDULE OF RATES

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECTTERMINAL WORKS

CIV-9 KERB STONE FIXING

Providing and fixing precast concrete Kerb stones (125 wide X 300 deep) of M-25 grade ofapproved make and shape at or near ground level as per approved pattern and setting asper scope of work, detailed construction drawings, technical specifications and directions ofthe Engineer-In-Charge.

Rm 90

(Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 9" (RCC Kerb stone blocks in specified areas)

CIV-10 BUILDING WORKS

Construction & handing over of control room building complete in all respect as per drg. (tobe supplied by Owner) and as per technical specification and directions of Engineer-in-charge. Scope of work shall be as per Sketch attached with the tender.

(Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 10" (Building 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 prooftreatment on roof, sewerage & finishing works inside and outside of the building.

3. 10% on handing over of the completed building to the owner.

a) In Control Room Buildings at Dholpur/ SV-1 station at approx. 20km Chainage M2 375b) In Guard Room / Security Post M2 27

CIV-11 LAWN DEVELOPMENT

Preparing the bed by scarifying existing surface, placing humus earth mixed with manure /cow dung in the ratio of 8:1 for a depth of 30 cm, rough dressing, fine dressing, levelling andflooding with water, planting of selection 1 species of grass with 5 cm X 5 cm spacing asindicated by site incharge and thereafter maintenance and watering for 45 days including alllabours, tools, tackle, complete as per direction of engineer-in-charge.

M2 9000

(Rate To Include All Bye Works And Sundry Works for any location)

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Civil SOR.No. 05/11/23JV/CIV/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 4 of 4

4-(II) CIVIL WORKSSl. Description of Items Unit Quantity Currency Total AmountNo. Figure Words

Unit Rate

SCHEDULE OF RATES

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECTTERMINAL WORKS

CIV-12 VALVE PIT

Construction and handing over of Valve Pit of approx. 3m x 2m in size (internal dimension) asper technical specification and direction of engineer-in-charge complete in all respect. Scopeof work shall be as per Sketch attached with the tender.

No. 1

(Rate To Include All Bye Works And Sundry Works for any location) - Refer "PREAMBLE TO SCHEDULE OF QUANTITIES - ITEM NO 11" (Valve Pit)

CIV-13 INSPECTION CHAMBER

Construction and handing over of Inspection Chamber of approx. 0.75m (l) x 0.75m (b) x0.5m (d) in size (internal dimension), Earth work in cutting / filling in soil / rock or partially soil /partially rock, 100mm thick 1:3:6 base concrete including haunchig with cement punning,230mm thick wall including 15mm thick plaster on both face, 2 layer of bitumen coating onsurface in contact with soil, medium duty CI cover including associated work, includingconstruction of up to 3 nos gully traps in all respect and connection by C I pipes per technicalspecification and direction of engineer-in-charge complete in all respect.

No. 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 taxes & duties)

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Civil SOR.No. 05/11/23JV/CIV/SOR-01, Rev-1

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

SCHEDULE OF RATESFOR

4-(III) TERMINAL WORKS (STRUCTURAL) (05/12/23JV/STR/SOR-01, Rev-1)

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 1 of 2

4-(III) STRUCTURAL WORKS Sl. Description of Items Unit Quantity Currency Total AmountNo. Figure Words

ST1 Supply and erection of mild steel gate 2.0m high with mesh & 0.5 m bared wirecomplete in all respects including painting as per TS for highly corrosiveenvironment as per painting specification, on all MS items, all work as perSpecification and drawings (excluding foundations and RCC beams).(Refer Standard Sketch No. MEC/05/12/STD/TERMINAL/001)

a) 3 m Wide Gate No. 2b) 4 m wide Gate No. 2

ST2 Supply of all materials, fabrication and erection of chain link fencing 2.5 m high with2.0 m mesh and 0.5 m barbed wire, complete in all respects including painting asper TS for highly corrosive environment as per painting specificationon all MSitems, all work as per Specification and drawings (excluding foundations and RCCbeams). Refer Standard Sketch No. MEC/VD33/05/12/C/011

r.m. 750

ST3 Steel structure Fabrication & Erection

Supplying, Fabricating & Erecting in position steel structures fabricated out of MSGirders, channels, Tees, angle, flats, plate, chqd plate etc. conforming to IS:2062for structural purpose for cascade supporting structure, loading/ unloading platform,cross over, Maintenance Shed etc. for required design including cutting, welding,bolting, hoisting, fixing in position, and applying two or more coats of approvedquality synthetic enamel paint over a priming coat of approved steel primer etccomplete as per scope detailed drawings, technical specifications and directions ofthe Engineer-In-Charge.

MT 3

Notes:- 1) The quantities indicated are estimated values and hence are approximate. Finalpayment will be made based on actual quantities to be certified by the Purchaser.

2) The cost of MS bolts (permanent and service), washers, electrodes, putty,gases, cost of straightening the raw materials, cutting of flats from plates andproviding splices, paints, tools, plants, etc., as required for the work shall bedeemed to be included in the quoted rates.

Unit Rate

SCHEDULE OF RATES

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECTTERMINAL WORKS

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Str SOR.No. 05/12/23JV/STR/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 2 of 2

4-(III) STRUCTURAL WORKS Sl. Description of Items Unit Quantity Currency Total AmountNo. Figure Words

Unit Rate

SCHEDULE OF RATES

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECTTERMINAL WORKS

3) All handling and transport charges of raw materials and fabricated structuresincluding double handling, as required, for completion of work in accordance withtime schedule, are deemed be included in the quoted rates.4) SOR for structural steelworks for platforms, crossovers, ladders, staircases,pipe supports, skid supports, canopies, sheds, stockades/ trestles, etc. coveredunder SOR for piping/pipeline works.

ST4 Fabrication & Erection of MS Gate

Providing and fixing in position steel entrance gate (as per the design shown in thedrawing) consisting of MC-75 frame work for shutters, 20 mm sq.ms vertical barswelded through the frame work @ 100 mm C/C, 2 mm thick M.I.S. sheet boxing,locking arrangement, 25 mm thick 75 mm dia M.S. wheel with ball bearingincluding fixing of the gate to RCC/masonary with 75 mm x 75 mm x 6 mm M.S. oldfast, M.S. pivot, 50 mm x 50 mm x 6 mm M.S.Tee bend to shape and embedded inthe road surface for gate opening track, gate stopper, painting the gate with twocoats of anti corrosive paint and two coats of approved aluminium/ syntheticenamel paint etc., lettering, complete as per drawings, specifications anddirections of Engineer-in-Charge (Refer standard sketch no.MEC/05/12/STD/TERMINAL/003)

a) 4.0m clear opening width of gate in two panels. No. 1b) 3.0m clear opening width of gate in two panel. No. 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 taxes & duties)

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Str SOR.No. 05/12/23JV/STR/SOR-01, Rev-1

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

SCHEDULE OF RATESFOR

4 - (IV) TERMINAL WORKS (ELECTRICAL)(05/E9/23JV/ELE/SOR-01, Rev-1)

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 1 of 5

4-(IV) ELECTRICAL (Despatch, SV - 1 & Receiving Terminal)Sl. Description of Items Unit Total Currency Supply ErectionNo. Unit Rate Unit Rate1 Supply, installation, testing, commissioning of flood/ street lighting poles with

aluminium paint complete with mounting bracket, flame proof control gear box,internal cable from fitting to junction box, flame proof fittings and mercury vapourlamps etc. including civil foundation with pipe inserts for cables and connectingwork, with all material and labour as per specifications, drawings and instruction ofEngineer-in-charge. Nominal height of pole shall be 8m for item 2.0a) Work to becompleted in all respects.

a) Street lighting, non integral type well glass fixture (for 250W mercury vapour lamp)on a pole (Pole : 410 SP -13, Lighting fixture : Type : FLPW-1245 of M/s Baligamake or equivalent).

Set 1

b) Bracket mounted well glass fixture (for 250 W mercury vapour lamp) on building(lighting fixture : Type same as at 1.0a) above).

Set 3

c) 3 Nos. heavy duty flood lighting fixtures (for 250W mercury vapour lamp) on apole. (Pole : 410 SP-46, lighting fixture type :FL PW 3690 of M/s Baliga make orequivalent

Set 2

d) Bracket mounted single flood lighting fixutre (for 250W mercury vapour lamp) onbuilding/ structure ,lighting fixture type : FL PW 3690 of M/s Baliga make orequivalent

Set 1

2 Supply, installation, testing, commissioning of power distribution board (PDB) andLighting Distribution Board (LDB) :

a) Floor mounted PDB consisting of bus bar chamber, cable alley,250 Amp incomerFSUs & 2 nos. 125 Amp, 3 nos. 63 Amp, 3 Nos 32 Amp outgoing FSUs.(as perSpecification No. : MEC/S/05/26/26), 02 Nos Feeder of 8KVAR 3Phase,Selfhealing type metallized Poly - Propylene Power Capacitor bank with fuses anddischarge resistance and Capacitor complete with Fuse Switch units, contactors,Push Buttons, Indicating Lamps etc.

No. 1

b) Recess mounted LDB-1(For Building Lighting Points) Consisting of 80 Amp 4Pole ELCB as incomer and 12 nos. 5A SP MCBs as out goings.

No. 1

c) Recess/Surface mounted LDB-2 (For Building Power Points) consisting of 63A 2Pole ELCB as incomer and 6 Nos. 5A SP MCBs, 6 Nos. 20A SP MCBs and 4 nos.20 A DP MCB as out goings.

No. 1

d) Recess mounted LDB-3 (For Outdoor Lighting) consisting of 80A 4 Pole ELCB asincomer, outgoing MCBs(6 Nos 32 Amp TPN), Contactor, timer, A/M switch, PB,indication Lamp etc. etc.

No. 1

Total Amount

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

1

1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Elect SOR No. 05/E9/23JV/ELE/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 2 of 5

4-(IV) ELECTRICAL (Despatch, SV - 1 & Receiving Terminal)Sl. Description of Items Unit Total Currency Supply ErectionNo. Unit Rate Unit Rate

Total Amount

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

e) Sheet steel enclosed 250 Amp TPN Fuse switch Unit No. 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 work with all material and labour as perspecification and drawings approved by the company.

a) Earth Pits / Electrode Nos. 14

b) GI Strip (40X5) mm Mtr. 200

c) GI Strip (25X5) mm Mtr 150

d) GI Wire, wire rope and all balance earthing material including copper strip (50 mmx 2 mm thick) jumper for flanges etc. as per the specification.

Lot 1

e) 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 1

4 Supply, laying, installation, termination, testing, commissioning of 1100 Volt PVCinsulated, PVC sheathed and armoured/ unarmoured cables in trenches,excavated under ground trench / trays, pulling through pipes and its propersealing including underground trench and supply of hume pipes for road crossingetc. as requied as per specifications and drawings approved by company.

a) 3.5X95mm2 Mtr. 100

b) 3.5 x 50 mm2 AYFY Mtr. 10

c) 4x10 mm2 AYFY Mtr 10

d) 4x10 mm2 AYY Mtr. 30

e) 4x2.5 mm2 YWY Mtr. 500

5 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

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Elect SOR No. 05/E9/23JV/ELE/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 3 of 5

4-(IV) ELECTRICAL (Despatch, SV - 1 & Receiving Terminal)Sl. Description of Items Unit Total Currency Supply ErectionNo. Unit Rate Unit Rate

Total Amount

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

6 Supply, installation, testing & commissioning of point wiring as per details inconstruction drawing & specification (supply also includes luminaries, sockets,lamps, industrial type heavy duty exhaust fans, ceiling fans, switch boards etc. asrequired)

a) Light Point i) Surface/ recess mounted mirror type CFL fixture (type TLLE211 of CG make or

equivalent).No. 50

ii) Surface/ recess mounted mirror type CFL fixture (type TLS 9 of CG make orequivalent).

No. 10

iii) Industrial type (1x40W) (Type-Fixture - IGP 1214 HSB and reflector RVE14 of CGmake or equivalent).

No. 1

b) Fan point (1200/ 1400mm sweep) No. 10

d) Exhaust fan point (Industrial type 450 mm) with louvers No. 4

e) Exhaust fan point (Industrial type 300 mm) with louvers No. 2

f) Socket outlet (5/15 Amp combination) No. 15

g) 20 Amp sheet steel enclosed industrial type socket with 20A SP MCB Nos. 10

7 Supply, installation and connection of portable type emergency lighting unit( 5 W,30 lumens output) fed by a self- contained battery rated for 2 hours and chargeroperating on 240 V AC supply, including all labour and materials complete as perdirections of Engineer-In-Charge.

Nos. 4

8 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, smalliron structures, spacers and installation of seats, plugs, bushings etc. small civilworks, including all labour and materials complete as per approved drawings anddirections of Engineer-In-Charge.

a) 40 mm NB M 10

b) 50 mm NB M 10

c) 100 mm NB M 10

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Elect SOR No. 05/E9/23JV/ELE/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 4 of 5

4-(IV) ELECTRICAL (Despatch, SV - 1 & Receiving Terminal)Sl. Description of Items Unit Total Currency Supply ErectionNo. Unit Rate Unit Rate

Total Amount

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

9( i ) Supply and installation of the following including the supply of necessary clamp,bolts, rawl plugs etc. breaking and making good of walls, if required , andincluding all 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. 1

b) First Aid Boxes Nos. 3

c) 10 litre capacity CO2 type fire extinguishers Nos. 3

d) Caution boards including supply of necessary clamps, bolts and other hardware. Nos. 1

9( ii) Supply and laying of 900mm wide, of following grade rubber floor mats requiredfor maintenance of electrical equipment in substation as required including cuttingto required shape in running length and including all labour and materials etc.complete and as per directions of Engineer-In-Charge as per applicable Indian orInternational standards and Indian Electricity Rules.

a) 11 KV grade M 6

10 Installation/ erection accessories including perforated type GI cable trays intrenches in electrical/ UPS room, brackets, cable tags, cable marker, lugs, doublecompression cable glands, for mechanical protection of cable etc. as required / asper specification.

Lot 1

11( 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) 5 KVA, 230V, 1 Phase, 50HZ, single, Standard design industrial type, UPSsystem suitable for input Power supply voltage of 415 V, TPN, +/-10%, output 230V,1 ph AC with solid state voltage stabilizer for bypass supply, AC DB and 4 hrs.Battery back-up (Ni-Cd 1.2 V).Approx.30KVAh( AH with nos. of batteries as per UPS manufacturer's DC link Voltage)(Nos. ofCell x Cell Voltage X AH)(b) Dual redundant Rectifier system and DCDB as per specification and followingrating : (i) 48 V DC(0.5 KW)(c) all interconnecting cables among UPS,Rectifier, battery stand, ACDB/DCDBetc.

11 (ii) Recommended spares for 2 years operation & maintenance of UPS & Rectifiersystem

Set 1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Elect SOR No. 05/E9/23JV/ELE/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 5 of 5

4-(IV) ELECTRICAL (Despatch, SV - 1 & Receiving Terminal)Sl. Description of Items Unit Total Currency Supply ErectionNo. Unit Rate Unit Rate

Total Amount

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

12 Supply, installation, testing, commissioning of Solar Street lighting poles (Model:MV8 of M/s Tata BP Solar India Ltd or equivalent) with aluminium paint complete with mounting bracket, control gear box, internal cable from fitting to junction box,and 26W LPSV Lamps, 12 V 150Ah battery backup providing 3 days autonomywith 150Wp solar array etc. including civil foundation with pipe inserts for cablesand connecting work, with all material and labour as per specifications, drawingsand instruction of Engineer-in-charge. Nominal height of pole shall be 6m aboveground. Work to be completed in all respects.

Set 15

13 Design, manufacture, supply, installation, testing and commissioning of completeSPV based Power source with three days autonomy for 800W,230 V singlephase AC load (Light & Fans) for four hours per day operation. The systemshall include (i) SPV array with AL/ Steel structure and associated Civil work, (ii)SPV charge controller, (iii) VRLA SMF (2V/Cell, 20 Year design life) type BatteryBank, (iv) Dual Redundant Inverter and (v) interconnecting Cables among array,charger, battery Bank, inverter etc. as required to complete the system.

Set 1

14 Supply, installation, testing, commissioning of latest model, Split type airconditioner (2T) with remote.(Make: Voltas,Bluestar & Carrier)

No. 5

Note : (1) Quantities given above are only estimated quantities. Procurement shallbe done as per actual site condition, instruction of engineer incharge andapproved construction drawings. (2) The Rate quoted shall be applicable for Tap -Off cum Despatch terminal At SV-7 Ibrahimpur, SV-1 at CH. 15 Km.to 20 Km & receiving terminal at Dholpur.

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 taxes & duties)

1

1

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Elect SOR No. 05/E9/23JV/ELE/SOR-01, Rev-1

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

SCHEDULE OF RATESFOR

4 - (V) TERMINAL WORKS (INSTRUMENTATION)(05/E5/23JV/INST/SOR-01, Rev-1)

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 1 of 5

4-(V) INSTRUMENTATION (Despatch & Receiving Terminal)Sl. Description of Items Unit Qty. Currency Total AmountNo. Unit Rate Total Unit Rate Total1.0 FIELD INSTRUMENTS

1.01 Supply . Installation of pressure Gauges inclusive of supply of necessary pipingmaterials/tubings alongwith all necessary valves & fittings, fabrication and installation ofimpulse lines/manifolds & hydraulic testing but exclusive of supply of instruments andcalibration as per installation standard no. MEC/05/SD/26/011

Nos. 15

1.02 Supply , Installation, Calibration / Testing & Commissioning of D.P. Transmittersincluding mounting of Instrument on yoke, supply of yoke, supply and erection of supportsfor impulse lines wherever required, supply, fabrication & installation of SS manifolds/ SSimpulse lines and SS valves & fittings with supports, hydraulic testing and painting ofsupports as per installation std. no .MEC/05/SD/26/012

Nos. 8

1.03 Supply , Installation, Calibration / Testing & Commissioning of Pressure transmittersincluding mounting of Instrument on yoke, supply of yoke, supply and erection of supportsfor impulse lines wherever required, supply, fabrication & installation of SS manifolds/ SSimpulse lines & SS valves & fittings with supports, hydraulic testing and painting ofsupports as per installation std. no. MEC/05/SD/26/001

Nos. 8

1.04 Supply , Installation, Calibration / Testing & Commissioning of temperature gauges withflanged thermowells inclusive of installation of thermowell on the nozzle and installationof instruments as per installation standard no. MEC/05/26/TG/SK/02 &MEC/05/SD/26/014

Nos, 6

1.05 Supply , Installation, Calibration / Testing & Commissioning of RTD with flangedthermowell inclusive of installation of thermowell on the nozzle and installation ofinstruments but exclusive of supply of instruments, thermowells and calibration as perinstallation standard no. MEC/05/26/RTD/SK/01

Nos. 8

2 Design, Engineering, Supply, Installation , Testing & Commissioning of LEL Detection System including Control unit on Control Panel as per Data Sheet attached in the Bid Document (Data Sheet No: MEC/23JV/05/E5/DS/LEL/001).

Set 1

3 Design, Engineering, Supply , Installation , Testing & Commissioning Flow Control Valve along with all accessories as per Data Sheet attached in the Bid Document (Data Sheet No: MEC/23JV/05/E5/I/001 - /DS – 062A).

No. 1

4 Contol Panel & Panel Mounted Instruments

4.1 Design, engineering, Procurement, Manufacture, Testing, Inspection, Supply , Erection & Commissioning of Cabinet type Control Panel along with all accessories and Panel mounted Instruments including supply of Commissioning spares with special tools and tackles as required as per specification in the Bid document (DS No. MEC/23JV/05/E5/DS/CP/001).

Sets 1

4.2 Indicators (Data Sheet No. MEC/23JV/05/E5/DS/IND/001) Nos. 4

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Erection Supply

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Instru SOR No. 05/E5/23JV/INST/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 2 of 5

4-(V) INSTRUMENTATION (Despatch & Receiving Terminal)Sl. Description of Items Unit Qty. Currency Total AmountNo. Unit Rate Total Unit Rate Total

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Erection Supply

4.3 Recorders (Data Sheet No. MEC/23JV/05/E5/DS/REC/001) Nos. 1

4.4 Controller ( DS NO. MEC/23JV/05/E5/DS/CTR/001) Nos. 1

4.5 Signal Distribution Card (Data Sht No.-MEC/23JV/05/E5/I/001/DS-054H) Nos. 6

4.6 Barriers(DS No. MEC/23JV/05/E5/I/001/DS-054 I) Nos. 26

4.7 Annunciator Nos. 1

5 FREE ISSUE ITEMS

5.01 Handling, transportation, loading , unloading, storage, Installation, Testing & Assistancein Commissioning of Ultrasonic Flowmeter & Flow Computer with all accessoriesincluding mounting of instruments on Pipeline.

Sets 2

5.02 Handling, transportation, loading , unloading, storage, Installation, Testing & Assistancein Commissioning of Gas Chromatograph system consisting of sampling unit in the fieldand Control Unit in control room along with all accessories and also including tubing,cabling, structural work etc. required to install the system complete in all respect as perInstallation Manual of Gas Cromatograph.

Sets 1

5.03 Handling, transportation, installation, removal and remounting, electrical termination,testing/ calibration of regulators ,shutdown valves, actuator for gas actuated ball valvesalongwith mounting of valves and their respective accessories, supply and erection ofsupports for impulse lines where 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.

a PCV Sets 2

b SDV Sets 2

c Actuator for Gas Actuated Ball Valve Sets 4

d Pig Signallers Nos. 3

6.0 Installation of Junction Boxes including supply of Junction Boxes with plugs for unusedentries, supply, fabrication and installation of supports, plugging of unused entries andpainting.

a) Explosionproof electrical junction boxes for 6 pair/ 6 triad cable entry Nos. 10

7.0 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. 15

N.A

N.A

N.A

N.A

N.A

N.A

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Instru SOR No. 05/E5/23JV/INST/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 3 of 5

4-(V) INSTRUMENTATION (Despatch & Receiving Terminal)Sl. Description of Items Unit Qty. Currency Total AmountNo. Unit Rate Total Unit Rate Total

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Erection Supply

8.0 CABLING 8.01 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 tagplates etc., clamping , ferruling, glanding of the cables, termination at both ends, includingshield/drain/ communication wire, providing/fixing of identifying tags and megger testingand loop testing but exclusive of supply & erection of GI Perforated tray.

i) Signal Cables- 1 P x 1.5 mm² (Type I) Mtr. 750

- 6 P x 0.5 mm² (Type II) Mtr. 600

ii) RTD Cables- 4C x 1.5 mm² - Quad Cable (Type-I) Mtr. 200

- 6 TRIAD x 1.5 mm² (Type II) Mtr. 300

iii) Control Cables- 12C x 1.5 mm² Mtr. 750

- 3C x 1.5 mm² Mtr. 350

iv) RS-232/485 Digital Communication Cable Mtr. 400

v) 2C x 4 mm² Power Cable (copper conductor) Mtr. 300

9.0 STRUCTURAL (Complete in all respect as per Scope of Work) (related toinstrumentation)

9.01 Supply and erection of prefabricated perforated GI trays of thickness 2.5mm includingtees, bends and elbows, supply, fabrication and erection of required supports andpainting of supports with one coat of primer as per IS:2074 and 2 coats of finished paintincluding supply of paint as per std. and direction of Engineer-In-Charge.Sizes :a) 60 mm wide X 30 mm high Mtr. 400

b) 100 mm wide X 30 mm high Mtr. 200

c) 200 mm wide X 30 mm high Mtr. 100

c) 300 mm wide X 30 mm high Mtr. 50

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Instru SOR No. 05/E5/23JV/INST/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 4 of 5

4-(V) INSTRUMENTATION (Despatch & Receiving Terminal)Sl. Description of Items Unit Qty. Currency Total AmountNo. Unit Rate Total Unit Rate Total

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Erection Supply

10 CALIBRATION10.01 Calibration and testing of the instruments listed below including removal of instruments

from pre-installed locations like panels, enclosure racks, fields etc. and refixing them backin respective/ required places, providing equipments, necessary test jigs, instrument airand all consumables. Calibration reports shall be prepared and to be submitted to thePurchaser/Consultant

a) Pressure gauges Nos. 15

b) Temperature gauge Nos. 6

c) Pressure Transmitters (smart type) Nos. 8

d) Differential pressure transmitter (smart type) Nos. 4

e) RTDs Nos. 8

f) Pressure Safety Valves Nos. 10

g) Electronic Receiving Instruments

i) Recorders Nos. 2

ii) Indicators Nos. 16

iii) Temperature transmitters Nos. 8

iv) Alarm annunciators Nos. 2

h) Gas Chromatograph set 1

i) LEL Detectors set 1

j) Panel Mounted Flow Computers Nos. 2

11.0 Idetification of instrument items wherever requird including supply of approved color ofpaint(fluorescent),painting of tag number(approx. 25-50 mm high) on instruments item likejunction boxes,panels,valves,etc as specified by engineer in charge.

Lumpsum 1

12.0 Excavation of trenches for burying the cables, preparation of same for laying of cable,filling with river sand, laying of brick, back filling and compacting of the excavated earthas per specifications including supply of sand and bricks and removal of surplus earth asper instructions of Engineer-in-Charge.

Size of Trench:600 mm (Width) X 675 mm ( Depth) Mtrs. 250

N.A

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Instru SOR No. 05/E5/23JV/INST/SOR-01, Rev-1

Enclosure to Addendum-I to Tender No. 05/51/23JV/GAIL/001

Annexure-C of Addendum-IPage 5 of 5

4-(V) INSTRUMENTATION (Despatch & Receiving Terminal)Sl. Description of Items Unit Qty. Currency Total AmountNo. Unit Rate Total Unit Rate Total

SCHEDULE OF RATESTERMINAL WORKS

10" DIA. IBRAHIMPUR-DHOLPUR PIPELINE PROJECT

Erection Supply

13.0 Supply and installation of PVC pipes and sleeves for crossing of electrical cables asrequired including supply of sealing compound.

a) 100 mm Mtrs. 20

b) 150 mm Mtrs. 20

c) 50 mm Mtrs. 20

14.0 EARTHING14.01 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

14.02 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

15.0 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 Testing andcommissioning reports, as-built drawings etc., shall also be prepared and to be submittedto the purchaser/consultant

Lumpsum -

Note: 1) The quantities given above against individual items are indicative and shall not beconsidered to be binding. The quantities may be increased, decreased or deleted at siteat the time of actual execution and as per discretion of owner/engineer-in-charge. Theunit rate shall be operated to work out the final payment due to contractor.2) All the items required to complete the work shall be the scope of supply of contractoronly.

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 taxes & duties)

d:\fateh\idpl_dholpur\scc\addendum-I\SOR - IDPL_R1.xls Instru SOR No. 05/E5/23JV/INST/SOR-01, Rev-1

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

5) SUMMARY OF PRICES (To be submitted with priced part of the offer)[10” dia. x 32 km long Ibrahimpur - Dholpur Pipeline Project - (Part of Tender No. : 05/51/23JV/GAIL/001)]

(In Figures) (In Words)

1. Total amount of quoted price for Mainline Works SOR

2. Total amount of quoted price for Cathodic Protection Works SOR

3. Total amount of quoted price for Telecommunication Works SOR

4. 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

5. Gross Total Amount[1+2+3+(4-I)+(4-II)+(4-III)+(4-IV)+(4-V)]

6. Rebate (if any) offered on gross total amount (Sl.No. 5) above.(which will be applicable on each item of Schedule of Rate)

________________ % ofquoted rate

____________________ Percent of quoted rates

7. Amount of Rebate as per Sl.No. 6 above

8. Net total amount {5-7} (after considering rebate indicated at Sl.No.7)

Note: 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 : ___________________________________________

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

6) STATEMENT OF TAXES & DUTIES (To be submitted with priced part of the offer)[10” dia. x 32 km long Ibrahimpur - Dholpur Pipeline Project - (Part of Tender No. : 05/51/23JV/GAIL/001)]

Base ceiling price on whichtaxes & duties shall apply

% rate of taxes & duties Total amount of taxes & dutiesDescription

In Figure In Word In Figure In Word In Figure In Word

Total ED

Total Service Tax

Total VAT

Total CST

Note: Any amount/ price filled-up by the Bidder shall also be suffixed/ prefixed by currency(ies) in above format.

Place : _________________ Signature of Authorised SignatoryDate : _________________ Name :

Designation :Seal :

Tender No.: ________________________________________________

Offer No. & Date : ___________________________________________

Enclosure to Addendum-I Annexure-C of Addendum-ITo Tender No. 05/51/23JV/GAIL/001

D:\old data\FATEH\IDPL_Dholpur\SCC\Addendum-I\Summary of Prices_R1.doc

7) PROFORMA FOR EXTENDED STAY COMPENSATION (To be submitted with priced part of the offer)[10” dia. x 32 km long Ibrahimpur - Dholpur Pipeline Project - (Part of Tender No. : 05/51/23JV/GAIL/001)]

1.0 Rate of extended stay compensation beyond the schedule completionperiod and grace period for reasons solely attributable to Owner.

In Figure : ________________________________________________ (per week)

In Word : _________________________________________________ (per week)

Note:1) Extended stay compensation shall be loaded on the quoted prices as per relevant clauses in Instructions to bidder &

Special Conditions of Contract.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.

Signature of Authorised SignatoryPlace : _________________ Name :Date : _________________ Designation :

Seal :

Tender No.: ________________________________________________

Offer No. & Date : ___________________________________________


Recommended