8/6/2019 Tender 5126
1/267
REQUEST FOR QUOTATION
TO,
GAIL WEBSITE VENDOR
India
Vendor Code - 101019938
RFQ No.: GAIL/BDA/06/041/3300011597/WS/01
Dated : 06.07.2006
Kind Attn : Mr/Ms
Dear Sir/Madam,
GAIL (India) Ltd. invites you to submit your offer in sealed envelope superscribing RFQ No. & Due date for the
following services in complete accordance with enquiry documents/attachments:
Name of work :
Bid Due Date & Time : 27.07.2006 at 14:00 Hrs
Opening of Bids on : 27.07.2006 at 15:00 Hrs (In case of Two Bid system
tender,unpriced bids shall be opened.)
Validity of Offer Upto : 27.11.2006
Date of Pre Tender Conference : at _________Hrs
Earnest Money:
Rs.3,38,000/=
Instruction to Bidders :
As per enclosed.
Detailed Description/ Drg./Samples etc. :
As per enclosed.
Other Contractual Stipulations:
M/s. GAIL (India) Ltd., Baroda, invites you to submit your bid for the captioned item in complete accordance with
enquiry documents/attachment.
Bid is to be submitted separately in two parts, in a sealed envelope, superscribed with the above Tender no., due date,
item and nature of bid (Priced or unpriced).
8/6/2019 Tender 5126
2/267
RFQ No.: GAIL/BDA/06/041/3300011597/WS/01
Dated : 06.07.2006
Unpriced bids should accompany the Agreed Terms and Conditions, questionnaire duly filled and signed,
failing which your offer will be rejected.
GAIL will appreciate submission of offer based on the terms and conditions in the enclosed General Purchase
Conditions to avoid wastage of time and money in seeking clarifications on commercial aspects of the offer.
The two envelopes containing Part I & II of the bid separately should be enclosed in larger envelope duly sealed
and superscribed with enquiry number, due date and item.
PART - I : UNPRICED BID (2 copies)
Complete with all technical details other than price (i.e. including price schedule WITH PRICE BLANKED OUT),
proforma on Agreed Terms and Conditions as enclosed at Annexure-I to the tender documents duly filled in and
signed.
PART II : PRICED BID (1 copy)
It should contain only price and no condition whatsoever.
Earnest Money Deposit by way of Demand Draft /Bank Guarantee from any Nationalised Bank / Schedule Bank for bid
bond as per proforma at Annexure-D of the Tender document shall be submitted along with the bid for Rs.3,38,000/=
favouring GAIL (India) Ltd., Baroda to be enclosed in Part-1 (Unpriced bid). The Bank Guarantee should initially be
kept valid upto 60 days beyond the validity of offer i.e. 120 days from the due date of opening of bids.
Bids complete in all respects should reach office of MANAGER(C&P), GAIL (India) Ltd., Regional Pipeline Network
Headquarters, Gujarat, Manisha Circle, Old Padra Road, Vadodara-390 015 on or before the due date/time. Bids
received after due date of time are liable to be rejected.
Bids should be valid for 120 days from the date of bid closing.
Bids through Telex/Fax are not acceptable.
Bidders are advised to quote strictly as per terms and conditions of the tender documents and not to stipulate any
deviations/exceptions. Once quoted, the Bidder shall not make any subsequent price change charges in the bid
submitted even if any deviation or exception may be specifically stated in the bid. Technical and Commercial Queries if
required shall be issued to only those bidders who's bid are found to be prima-facie responsive for seeking clarifications
only.
The request for such clarifications and the response shall be in writing and no change in the price or substance of the
bid includes but not limited to price, delivery / completion, scope, specification etc. Thus, the bidder is not permitted
to submit new documents, new information, withdrawal of deviation etc., which modifies the original submission.
GAIL reserves the right to accept or reject any or all tenders received at its absolute discretion without assigning
any reason whatsoever.
General Conditions of Contract :
As per enclosed.
Special Conditions of Contract :
As per enclosed.
Bid Evaluation Criterion:As per enclosed.
Agreed upon Terms & Conditions:
As per enclosed.
8/6/2019 Tender 5126
3/267
RFQ No.: GAIL/BDA/06/041/3300011597/WS/01
Dated : 06.07.2006
Bids complete in all respects should reach office of Incharge (C&P), GAIL (India) Ltd., at the above address
on or before 14.00 hrs of the scheduled date. Bids received after the due date and time are liable to be rejected.
GAIL reserves the right to accept or reject any or all tenders received at its absolute discretion without assigning
any reason whatsoever.
Thanking You,
Yours truly,
For & on behalf of
GAIL (India) Ltd.
(Authorised Signatory)
8/6/2019 Tender 5126
4/267
Tender No.: BDA/06/041
SCHEDULE OF RATESOut. lev.
Item No. Service Description Qty. UOM Rate Amount
ITEM 00001 LAYING OF PIPELINE AT GSRTC BARODA
Plant : 3110,NG Tr- S Guj Baroda(Guj NH)
1.0 Excavation of trenches, fabricating,laying of pipes in trenches including all tests, backfilling complete in all all respect. ( For details of this
item refer item no 1.0 of clause no. 1.15.0 of technical specification.)
I). 8" dia API 5L Grade X60 3,900 M ____________ _________
II). 4" dia. API 5L Gr.B Sch. 40 . 8,000 M ____________ _________
2.0 RIVER CROSSING
A). IN OPEN TRENCH
Trenching to the required depth on the banks and bed( Top of pipeline shall be minimum 1800 mm below
river bed), Laying of pipe line in approved trench and across water crossings, including providing
continuous concrete coating, coating of all field weld joints , etc complete in all respect.
( For details of this item refer item no 2.0 of clause no. 1.15.0 of technical specification.)
I). 4" dia. API 5L Gr.B Sch. 40 . 100 M ____________ _________
B). OPTIONAL ITEM
I). 8"NB SCH20 ( CS-ERW) 80 M ____________ _________
3.0 INSTALLATION OF CASING PIPE
A). INSTALLATION OF CASING PIPE
(BY JACKING/BORING/HDD METHOD)
(For details of this item refer item no 3.0 A of clause no. 1.15.0 of technical specification.)
I). 12"NB SCH20 ( CS-ERW) 50 M ____________ _________
II). 8"NB SCH20 ( CS-ERW) 350 M ____________ _________B). INSTALLATION OF CASING PIPE
( IN OPEN TRENCH )
For details of this item refer item no 3.0B of clause no. 1.15.0 of technical specification
I). 8"NB SCH20 ( CS-ERW) 50 M ____________ _________
4.0 REPAIR OF DEFECTS
(ATTRIBUTABLE TO OWNER)
A). REPAIR OF DEFECTS IN PIPE
I). Repair of defects in line pipes 40 EA ____________ _________
(attributable to owner) by cutting and re-beveling (dents in bevels exceeding 3 mm in depth) and rack out(dents in bevels ranging between 1 and 3 mm in depth)
II). Repair of defects in line pipes 50 EA ____________ _________
(attributable to owner) by racking out (dents in bevels ranging between 1 and 3 mm in depth)
B). REPAIR OF COATING DEFECTS
IN 3-LAYER PE COATED PIPES
200 Supply of all coating repair materials 2 M2 ____________ _________
as per the requirements of the relevant specification, supply of all consumables utilities, equipment, and
all manpower required, pipe cleaning and surface preparation, repairing of coating defects (resulting inholiday in coating) and testing including all handling, transportation, etc for line pipes, performing all
Page 1
8/6/2019 Tender 5126
5/267
Tender No.: BDA/06/041
ITEM 00001 LAYING OF PIPELINE AT GSRTC BARODA
Plant : 3110,NG Tr- S Guj Baroda(Guj NH)
works necessary for the completion of the works strictly in accordance with the relevant specifications and
instructions of engineer- in-Charge. This rate shall be applicable per sq.mtr. of exposed steel area.
5.0 SUPPLY AND INSTALLATION OF
PERMANENT MARKERS :
Supply, fabrication and installation of following types of permanent markers along the buried route of the
pipeline including all associated civil works such as excavation in all types of soil, construction of
pedestals and grouting with concrete, clearing, supply and application of approved colour and quality of
primer and paint suitable for marine and coastal environment, stencil letter cutting for numbers, direction,
Chainage, etc., restoration of area to original condition and performing all works as per drawings,
specifications and instructions of Engineer-in-Charge.
I). Kilometer Posts 12 NUM ____________ _________
II). Pipeline Warning signs 25 NUM ____________ _________
III). Right of use Boundary Markers 90 NUM ____________ _________
IV). Direction Markers 50 NUM ____________ _________
6.0 HOT TAPPING 1 NUM ____________ _________
Hot tapping of 8 inch dia. on a pipeline of inch dia. including supplying split Tee 18x8", CS, 6.4 mm
thick, A234 GR WCB,
600#, as per Std. B16.9, Welding of split tee and installation of 8 inch 600# CS RB 8"x6" ball valve,
A216 WCB, butt welded, including arrangement for all the requisite machineries (viz. hot tapping m/c,
welding m/c, grinding m/c etc), consumables, manpower.
( Supply of all materials except 8x6" RB ball valve shall be under scope of contractor )
7.0 Earth work in excavation below ground 50.000 M3 ____________ _________
level for all depth for foundations of pressure reducing system skid, Valve chamber for hot tapping , to the
required levels and grades in both dry and wet conditions including dressing of sides and ramming ofbottoms, getting out excavated earth, back filling and disposal of surplus excavated material, including
stacking, leveling and dressing etc. complete as per direction of OWNER in all types soil
8.0 PLAIN CEMENT CONCRETE 5.000 M3 ____________ _________
Providing and laying plain cement concrete machine mixed mechanically vibrated using 20mm nominal
size graded coarse aggregate including cost of centering and shuttering in foundations, plinth and under
floors
a) Concrete of mix 1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate 20 mm nominal size)
9.0 REINFORCED CEMENT CONCRETE IN 25.000 M3 ____________ _________
FOUNDATION & PLINTH
Providing and laying nominal mix 1:1.5:3 (1 cement: 1.5 coarse river sand : 3 graded coarse aggregate 20
mm nominal gauge to achieve 28 days characteristic compressive strength of 20 N/mm2, machine mixed
and mechanically vibrated and finished to a fair face but including of centering, shuttering and
reinforcement in foundation and plinth in rafts, footings bases of columns, pedestals, beams, walls,
columns, floor slab and equipment/ machine foundation, box sections etc.
10 FENCING 50 M ____________ _________
Supply of all materials, fabrication and installation of chain link fencing 2.0 m high and 0.5 high barbed
wire fencing over hang with angle from posts including preparing the grade, foundation work, sill beam,
super structure complete in all respects, painting with aluminum paint on all structural items, disposing of
unserviceable material and leaving the site clean, as per drawings specifications and direction of
Engineer-in-charge.
11 GATE 350.000 KG ____________ _________Supply of all materials, fabrication and installation of gates 2 m high and 0.5 m high barbed wire fencing
over hang including channel posts, foundation work complete in all respect painting , painting with
Page 2
8/6/2019 Tender 5126
6/267
Tender No.: BDA/06/041
ITEM 00001 LAYING OF PIPELINE AT GSRTC BARODA
Plant : 3110,NG Tr- S Guj Baroda(Guj NH)
aluminum paint on all structural, items, disposing of unserviceable material and leaving the site clean as
per drawings, specification and direction o Engineer-in-charge. Gate 1.5 mtrs. wide
12 REINFORCEMENT & EMBEDMENTS 4 TO ____________ _________
Supplying, Cutting, bending, hoisting and placing in position and binding with 18 SWG annealed wire,
high yield strength deformed bars as per IS:1786 for all RCC works including all necessary handling at allheights and depths
13 Installation of Pressure reducing system 5 TO ____________ _________
skid as per drawing & direction of Engineer-in-charge including hooking up with the piping system.
340 CP SYSTEM items ( Supply & Installation
For Item no. 14 to 31)
14 Basic CP Survey, Design & Engineering 1 LS ____________ _________
for (TCP+ICCP) Cathodic Protection System of Pipeline as per PDIL specification
8340-PVCC-GAIL-001,012
15 Transformer Rectifier Unit complete with 1 NUM ____________ _________
all accessories and auxiliary including earthing arrangement, as per PDIL specification
8340-PVCC-GAIL-009 and direction of Engineer-in-charge
16 Anode Junction Box for Deep Anode Ground 1 NUM ____________ _________
bed as per PDIL specification 8340-PVCC-GAIL-005
17 Cathode Junction Box for Deep Anode 1 NUM ____________ _________
Groundbed as per PDIL specification 8340-PVCC-GAIL-004
18 Earthing Electrode for Grounding 1 NUM ____________ _________
including pit cover as per IS: 3043
19 Deep Anode Ground Bed Complete with all 1 NUM ____________ _________
Anodes, Mixed Metal Oxide Anode, Pipes, Casing Pipes, Accessories, Coke Breeze Backfill, Anode Tail
Cable, Inspection Chamber and Cover etc.as per PDIL specification 8340-PVCC-GAIL-016
20 Direct burial type, Cu-Cuso4 Reference 4 NUM ____________ _________
Electrode as per PDIL Specification 8340-PVCC-GAIL-007
21 Thermit Weld Kit along with accessories
as per PDIL specification 8340-PVCC-GAIL-003 and direction of Engineer-in-charge
I). For 25 sq. mm cable 1 LS ____________ _________
II). For 06/10 sq. mm cable 1 LS ____________ _________
22 3CX25 sq. mm Al conductor, PVC insulated 1 LS ____________ _________
& PVC sheathed, Al armoured Power supply cable as per PDIL specification 8340-PVCC-GAIL-013
23 1CX25 sq. mm Al conductor, PVC insulated 1 LS ____________ _________
& PVC sheathed, Al armoured +ve and -ve header Cable & drainage, Bonding cable as per PDIL
specification 8340-PVCC-GAIL-013
24 1CX10 sq. mm Al conductor, PVC/PVC 1 LS ____________ _________
insulated Unarmoured, Anode lead cable for Sacrificial anode as per PDIL specification
8340-PVCC-GAIL-013
25 1C X 10 sq. mm Al conductor PVC/PVC 1 LS ____________ _________
insulated, Al armoured bonding cable for Sacrificial Anode as per PDIL specification
8340-PVCC-GAIL-013
26 1C X 6 sq. mm (Cu) PVC insulated and 1 LS ____________ _________
sheathed, Al armoured, Reference cell and measurement cable as per PDIL specification
8340-PVCC-GAIL-013
27 Spark Gap Surge Diverters for Insulating 2 NUM ____________ _________
Page 3
8/6/2019 Tender 5126
7/267
Tender No.: BDA/06/041
ITEM 00001 LAYING OF PIPELINE AT GSRTC BARODA
Plant : 3110,NG Tr- S Guj Baroda(Guj NH)
Joints as per PDIL specification 8340-PVCC-GAIL-008
28 Zinc Grounding Cells for Insulating 2 NUM ____________ _________
Joints as per PDIL specification 8340-PVCC-GAIL-011
29 Monolithic Isolating Joint as per PDIL
specification 8340-PVCC-GAIL-015
I). for Pipe size 08" OD 1 NUM ____________ _________
II). for Pipe size 04" OD 1 NUM ____________ _________
30 Magnesium Anodes as per PDIL 10 NUM ____________ _________
specification 8340-PVCC-GAIL-017
31 Test Stations as per PDIL specification
8340-PVCC-GAIL-010
I). A/J Type for pipe to soil potential 12 NUM ____________ _________
measurement/ Sacrificial Cathodic Protection System)
II). B Type for Current measurement 2 NUM ____________ _________
III). C Type for Cased Crossing, Major/Minor 4 NUM ____________ _________
Road Crossing and River/Creek Crossing
IV). F Type for Insulating Joints 2 NUM ____________ _________
Quotation Item 00001 Total Value :
TOTAL QUOTATION VALUE :
Page 4
8/6/2019 Tender 5126
8/267
TENDER NO. GAIL/BDA/WS-041/06
INVITATION OF BIDS
FOR
LAYING OF PIPELINE
FROM
EXPRESS HIGHWAY (FOR HALOL)TO
GSRTC, RACE COURSE.VADODARA
FOR
CNG PROJECT
GAIL (India) LIMITED(A Govt. of India Undertaking)
Manisha Circle, Old Padra Road,VADODARA - 390 015
Phone : (0265) 2330888 Fax : (0265) 2336241
8/6/2019 Tender 5126
9/267
GAIL (INDIA) LTD.VADODARA
ITEM : LAYING OF PIPELINE FROM EXPRESSHIGHWAY (FOR HALOL) TO GSRTC, RACECOURCE, VADODARA FOR CNGPROJECT
TENDER NO.: GAIL/BDA/WS-041/06
BID CLOSING DATE :
27.07.06 AT 14.00 HRS (IST) ATRegional Pipeline Network Headquarters,
Gujarat, Manisha Circle,Old Padra Road, Vadodara 390015
PRE-TENDERINGCONFERENCE (PTC)
:
18.07.06 AT 14.30 HRS (IST) ATRegional Pipeline Network Headquarters,Gujarat, Manisha Circle,Old Padra Road, Vadodara 390015
VALIDITY OF THE OFFER :
120 DAYS FROM THE DATE OF
BID CLOSING
COMPLETION TIME : 03 MONTHS FROM THE DATE OF FAXOF INTENT (FOI)
8/6/2019 Tender 5126
10/267
INDEX
SECTION DESCRIPTION
Section-I Invitation for Bid
Section-II Instruction to Bidders
Section-III General Conditions of Contract
Section-IV Special Conditions of Contract
Section-V Technical Specifications
Section-VA Technical Specifications for Cathodic Protection
Section-VI Schedule of Rates.
ANNEXURE A Bidders Confirmation
ANNEXURE B Agreed Terms and Conditions
ANNEXURE C Bid Bond Proforma
ANNEXURE D Bid Evaluation Criteria
ANNEXURE E Contract-Cum-Performance Bank Guarantee
ANNEXURE F Deviation Form
ANNEXURE G Agreement Format
DRAWINGS As per attached list
8/6/2019 Tender 5126
11/267
Section - I
INVITATION FOR BID
Ref.: GAIL/BDA/C&P/---------- Date: ----06-06To
M/s
SUB: LAYING OF PIPELINE FROM EXPRESS HIGHWAY (FOR HALOL) TO
GSRTC, RACE COURCE, VADODARA FOR CNG PROJECT.
i) Due date and time for submission of bid : 14.00 hrs IST.on ----------------------
ii) Date and time for opening of Un-priced bids: 15.00 hrs IST on-------------------------
Dear Sirs,
M/s. GAIL (India) Ltd., VADODARA, invites you to submit your bid for thecaptioned item in complete accordance with enquiry documents/attachment.Necessary Bidders confirmation enclosed at Annexure A must be submitted inthis regard.
Bid is to be submitted separately in two parts, in a sealed envelope,superscribed with the above Tender no., due date, item and nature of bid (Pricedor unpriced).
Unpriced bids should accompany the Agreed Terms and Conditions,questionnaire duly filled and signed, failing which your offer will be rejected.
GAIL will appreciate submission of offer based on the terms and conditions inthe enclosed General Purchase Conditions to avoid wastage of time andmoney in seeking clarifications on commercial aspects of the offer.
The two envelopes containing Part I & II of the bid separately should beenclosed in larger envelope duly sealed and superscribed with enquiry number,due date and time.
8/6/2019 Tender 5126
12/267
PART INPRICED BID (2 copies)Complete with all technical details other than price (i.e. including price scheduleWITH PRICE BLANKED OUT), proforma on Agreed Terms and Conditions as
enclosed at Annexure-B to the tender documents duly filled in and signed.PART II:PRICED BID (1 copy)
It should contain only price and no condition whatsoever.
Earnest Money Deposit by way of Demand Draft /Bank Guarantee from anyNationalised Bank / Schedule Bank for bid bond as per proforma at Annexure-C ofthe Tender document shall be submitted along with the bid for Rs 5,60,000.00 (Rs Five Lac. Sixty Thousand only) favouring GAIL (India) Ltd., Baroda to beenclosed in Part-1 (Unpriced bid). The Bank Guarantee should initially be keptvalid upto 60 days beyond the validity of offer i.e. 120 days from the due date ofopening of bids.
Bids complete in all respects should reach office of DGM (C&P), GAIL (India) Ltd.,NEAR MANISHA CIRCLE,OLD PADRA ROAD,VADODARA-390015 on or beforethe due date/time. Bids received after due date of time are liable to be rejected.Bids should be valid for 120 days from the date of bid closing.Bids through Fax are not acceptable.Bidders are advised to quote strictly as per terms and conditions of the tenderdocuments and not to stipulate any deviations/exceptions. Once quoted, theBidder shall not make any subsequent price change whether resulting from orarising out of any technical/commercial clarifications sought with respect to theirbid, even if any deviation or exception may be specifically stated in the bid. Suchprice changes shall render the offer liable for rejection.
GAIL reserves the right to accept or reject any or all tenders received at itsabsolute discretion without assigning any reason whatsoever.
Yours faithfully,
(O. P. SHARMA)Dy.Gen.Manager (C&P)
8/6/2019 Tender 5126
13/267
Section - II
INSTRUCTIONS TO BIDDERS
INTRODUCTION
GAIL (India) LTD. (GAIL) intend to install 8 & 4 PE coated pipeline from(about 1 KM, from Golden Crossing) Express Highway (for Halol) to CNGstation near GSRTC, Race course, Vadodara.
ARTICLE 1 : COST OF BIDDING
The bidder shall bear all costs associated with the preparation and submission ofthe bid, and OWNER (GAIL) will, in no case, be responsible or liable for thesecosts, regardless of the conduct or outcome of the bidding process.
ARTICLE 2 : DOCUMENTS COMPRISING THE BIDS
The bid should be prepared by the bidder in English language only and shallcomprise the following :
a) Unpriced Bid (Part 1) containing all technical details and commercialterms & conditions.
b) Priced Bid (Part II) containing the prices offered for the entire scope ofwork.
ARTICLE 3: BID PRICE
a. The bidder shall indicate on the appropriate price schedule attached tothese documents Complete Prices for the scope of work identified inthe tender documents.
b. Price quoted by the bidder shall remain fixed during the biddersperformance of the contract and not subject to variation on any account.
ARTICLE 4: PERIOD OF VALIDITY OF BIDS
a. Bids shall be kept valid for 120 days from the final bid due date. A bidvalid for a shorter period may be rejected by the OWNER as non-responsive.
b. In exceptional circumstances, the OWNER may solicit the biddersconsent for an extension of the period of validity. The request and theresponses thereto shall be made in writing or by cable or Telex/Fax. A
8/6/2019 Tender 5126
14/267
bidder granting the request will not be required, nor permitted to modifysubstance of his bid or change the price.
ARTICLE 5: SEALING AND MARKING OF BIDS
a. Bidders shall submit their bids duly signed on each page in TwoSEPARATE PARTS in sealed envelopes superscribed with the BidDocument number, due date, item and nature of bid (unpriced orpriced).
PART-A: 1 Original and 1 copy of UNPRICED BID
PART B: 1 Original plus one copy of PRICED BID WITH FULLPRICE DETAILS. No other document/condition should beenclosed with the price bid.
Two envelopes containing Part-1 and Part-II should be enclosed in alarger envelope duly sealed and bear the name and address of thebidder.
The envelopes shall be :-
a) Addressed to the OWNER at the following address :
b) Bearing the Tender No. and the words QUOTATION, DO NOTOPEN.
ARTICLE 6: PROFORMA OF AGREED TERMS & CONDITIONS TOBE FILLED DULY SIGNED AND SUBMITTEDALONGWITH THE UNPRICED PART OF THE BID.
Enclosed as Annexure-I
ARTICLE 7 : PRELIMINARY EXAMINATION OF BIDS
a. Technical bids, including commercial conditions and variations thereof, ifany, shall be scrutinized by OWNER.
b. Clarification of bids : After opening of the bids, to assist in theexamination, evaluation and comparison of bids, the OWNER may, at itsdiscretion, ask the bidder for a clarification of its bid. The request forsuch clarification and the response shall be in writing. Change in priceor substance of bids shall not be sought, offered or permitted duringsuch written clarification of the bid.
8/6/2019 Tender 5126
15/267
ARTICLE 8 : OPENING OF PRICE BIDS
The price bids of the substantially responsive bidders will be opened . The
price bids of those bidders determined to be not substantially responsive will berejected.
ARTICLE 9: EVALUATION AND COMPARISON OF BIDS
a. The OWNER will evaluate and compare the bids previously determinedto be substantially responsive.
b. Arithmetical errors will be rectified on the following basis :-If there is a discrepancy between the unit price and total price, that isobtained by multiplying the unit price and quantity, the unit price shallprevail and the total price will be corrected. If there is a discrepancy
between the total amount and the sum of total prices, the sum of thetotal prices shall prevail and the total bid amount will be corrected.
i. OWNERs evaluation and comparison of prices of previouslydetermined substantially responsive bids shall take followingin account.
The evaluated price of the bidders shall include the followingi) Commercial Loading if anyii) Technical loading, if any
ii. Evaluated price of all the bidders, at above, shall becompared together to arrive at the lowest bid.
iii. Out of the above comparison the lowest bidder shall beconsidered for award
ARTICLE 10: REJECTION CRITERIA
Owner requests Bidders to accept all terms & conditions stipulated in thisdocument without taking any deviation for speedy decision. Bidders arerequested to note that taking deviation or suggesting modifications to the terms& conditions contained in the bid document may result in bids be considerednon-responsive, and the bid is liable for rejections.
Deviation in the following clauses shall be rejection criteria :-
I Firm PriceII EMDIII Scope of WorkIV Specification
8/6/2019 Tender 5126
16/267
V Price ScheduleVI Delivery / Completion ScheduleVII Period of validity of bid.VIII Price reduction scheduleIX Performance Bank Guarantee / Security deposit.
X Guarantee.XI Arbitration / Resolution of DisputeXII Force MajureXIII Applicable laws.XIV EPF registration in case of Domestic bidderXV Any other condition specially mentioned in the tender documents
elsewhere that non-compliance of the clause lead to rejection of thebid.
ARTICLE 11 : CONTRACT CUM EQUIPMENT PERFORMANCE GUARANTEE
The successful bidder shall furnish the contract performance Bank guaranteeequivalent to 10% of the order value within 10 days of the receipt of thenotification of award from the OWNER the successful bidder shall furnish thecontract performance guarantee (CPBG), in accordance with generalconditions of the contract in the form provided in the bidding documents atAnnexure-II. The bank guarantee towards contract performance shall remainvalid as defined in the tender document.
ARTICLE 12 : OTHER DETAILS
a) Bid documents are non-transferableb) GAIL reserves the right to accept any bid and to reject any or all bids
without assigning any reason.c) GAIL shall not be responsible for any delay, loss or non-receipt of bid.
Telex/Fax/Telegraphic offers shall not be accepted.d) The payment shall be released electronically. Accordingly you should
have Bank account in HDFC, ICICI or SBI bank. Please furnish your A/cdetails like Account no, Branch name, location etc. address of the Bank.
ARTICLE 13 : TAXES & DUTIES:
The Quoted rates should be inclusive of all taxes & duties applicable during the
contract period except Service Tax and Education Cess thereon. Service Taxand Cess thereon shall be paid extra as applicable from time to time, onsubmission of documentary evidence/invoice(s).
The bidder shall indicate in its bid the Service Tax registration no. and in casethe Service Tax registration no. is not available, the bidder will giveconfirmation for obtaining registration with a copy of application for registration.
8/6/2019 Tender 5126
17/267
The Contractors liable to pay Service Tax for the work / services rendered toGAIL, shall specifically mention the Service Tax registration No. in theirInvoice(s). Further, the amount and rate of Service Tax shall be separately anddistinctly specified in the Invoice(s).
For payment of service tax, serially numbered invoice / bill shall be issued bythe service provider and should also specify following:
(i) The name, address and registration number of the service provider(ii) The name and address of the recipient of the taxable service(iii) Description, classification and value of taxable service provided and(iv) The service tax payable on such services
The above details are required to enable GAIL to avail Cenvat credit for the service taxpayments. This aspect shall be considered for evaluation purpose.
ARTICLE 14 : SITE / DESTINATION
GAIL (INDIA) LTD.CNG StationGSRTC, Race Course,Vadodara
8/6/2019 Tender 5126
18/267
( SECTION IV )
Special Conditions of Contract
8/6/2019 Tender 5126
19/267
GENERAL INFORMATION
1.0 GENERAL:
1.1 Special Conditions of contract shall be read in conjunction with General
Conditions of contract, technical specifications of work, drawings and anyother document forming part of this contract wherever the context sorequires.
1.2 Notwithstanding the subdivision of the documents into these separatesections and volumes every part of each shall be deemed to besupplementary to and complementary to every other part and shall be readwith and into the contract so far as it may be practicable to do so.
1.3 Where any portion of the General Conditions of Contract is repugnant to orat variance with any provisions of the Special Conditions of Contract, thenunless a different intention appears, provisions of the Special Conditions of
Contract shall be deemed to override the provisions of the GeneralConditions of Contract only to the extent that such repugnancy or variancecannot be reconciled with the General Conditions of Contract and shall tothe extent of such repugnancy or variation prevail; it being understood thatthe provisions of the General conditions of Contract shall otherwise prevail.
1.4 Wherever it is mentioned in the specifications that the contractor shallperform certain work and provide certain facilities, it is understood that thecontractor shall do so at his own cost.
1.5 The material, design and workmanship shall satisfy the relevant Indian
standards, the job specifications stipulate requirement in addition to thosecontained in the Standard codes and specifications, these additionalrequirements shall also be satisfied. In the absence of anyStandard/specifications/code of practice for detailed specifications coveringany part of the work covered in this tender, the instructions/directions of theEngineer-in-charge will be binding on the contractor.
2.0 SCOPE OF WORK/ SCOPE OF SUPPLY
2.1 General
2.1.1 The contractor shall carry out all activities required to execute and completethe work with full responsibility and in a self supporting manner unlessotherwise specified as supplied and/or performed by others in this tender.Contractor shall plan, execute and complete the work in a professionalmanner to ensure compliance with the requirements of quality, scheduleand safety.
8/6/2019 Tender 5126
20/267
2.1.2 Contractor shall do whatsoever necessary to become familiar with allexisting and anticipated conditions and matters including inspection of the
job/construction site, which might in anyway affect the cost and/or theperformance of the work as the proposed work is to be carried out for laying8 & 4 PE Coated Pipeline from ( about 1Km. from Golden Crossing
)Express Highway ( for Halol ) to CNG Station near GSRTC, Race Course,Vadodara including its Cathodic Protection .
2.2 The scope of work of the CONTRACTOR shall be as per enclosed Technicalspecifications, Drawings, Schedule of Rate and terms and conditions of thebidding documents. The following related work, shall also be part ofContractors scope of work .
2.2.1 Construction of CONTRACTOR site office, storage area and fabrication
yard.
2.2.2 Maintaining and complying all applicable central, state, municipal and locallaws & regulations, local labour law etc.
2.2.3 Co-ordinate, inspect and expedite the WORK of his sub-contractors' inorder to secure completion of contracts in conformity with plans,specifications and approved schedule.
2.3 Scope of Supply
2.3.1 The scope of supply of the contractor shall be as per enclosed Technicalspecifications, Drawings, Schedule of Rate and Terms and conditions of thebidding documents.
3.0 MATERIAL DELIVERY
CONTRACTOR shall be responsible for material delivery, receipt, storageand handling as well as the necessary inspection as to its condition whenreceived from suppliers. Damage claims and replacement or repairs shallalso be handled by the CONTRACTOR.
It is in the CONTRACTORS interest to order materials at the earliestpossible date since the OWNER shall not be held liable for any costsarising from the expedited shipment of materials required to meet theproject schedule.
4.0 TENDER DRAWING
Piping layout drawings are enclosed with the tender. It shall be Contractors
8/6/2019 Tender 5126
21/267
responsibility to assess the information provided in preparing their offeralong with the likely mode of construction, approvals, soil condition,underground/above ground obstructions, traffic, time constraints etc.
5.0 MATERIALS TO BE SUPPLIED BY THE OWNER
5.1 Unless otherwise specified GAIL will supply the following items as freeissue:
i) 3 Layer PE Coated 8 & 4 Pipes.ii) 12 & 8 Casing Pipe ( uncoated/unpainted )iii) Valves & fittings
Owners supplied materials shall be issued as free issue at their yard atCWH,VAGHODIA.
Other materials such as Insulating joints, Field coating materialscomprising of heat shrink sleeves, vent pipe, etc, to complete the workshall be under the scope of supply of contractor.
6.0 COMMERCIAL CONDITIONS AS PER CONDITIONS OF CONTRACT
6.1 INTERPRETATION OF DOCUMENTS
6.1.1 In partial modification to General Conditions of Contract the following shallapply :
In case of contradiction between Indian Standard, General Conditions ofContract, Special Conditions of contract, Specifications, Drawings,Schedule of Rates, the following shall prevail in order of precedence :
i) Detailed Letter of Intent along with statement of Agreed Variations ifany and its enclosures.
ii) Telex/Telegram of Intent,iii) Schedule of Rates and Quantitiesiv) Special Conditions of Contractv) Job Specificationsvi) Drawingsvii) General Conditions of Contract.viii) Indian Standard/Technical/Material Specifications.
6.2 DRAWING AND DOCUMENTS
6.2.1 The drawings accompanying the Bid document are indicative of scope of workand issued for tendering / bidding purpose only. These drawings indicate thegeneral scheme as well as the layout to enable the contractor to make an
8/6/2019 Tender 5126
22/267
offer in line with the requirements of the owner.
6.2.2 "Approved for Construction" drawings will be furnished to the contractorprogressively based on construction progress achieved by Contractor. Noextra claims whatsoever shall be entertained for any variation between Bid
Drawings and Approved for Construction Drawing.
6.3 TESTS AND INSPECTION
6.3.1 The contractor shall carry out the various tests as enumerated in the technicalspecifications of this tender document and the technical documents that willbe furnished to him during the performance of the work and no separatepayment shall be made unless otherwise specified in schedule of rates.
6.3.2 All the tests either on the field or at outside laboratories concerning theexecution of the work and supply of materials by the Contractor shall be
carried out by Contractor at his own cost.
6.3.3 The work is subject to inspection at all times by the Engineer-in-charge. TheContractor shall carry out all instructions given during inspection and shallensure that the work is being carried out according to the technicalspecifications of this tender, the technical documents and the relevant codesof practice furnished to him during the performance of the work.
6.3.4 The Contractor shall provide for purpose of inspection, access ladders,lighting and necessary instruments at his own cost including Low Voltage (24V) lighting equipment for inspection work. Compressed air for carrying outworks shall be arranged by the Contractor at his own cost. Before testing ofall pipes, fittings, valves etc. shall be cleaned inside & outside by compressedair or by suitable means as specified in Technical Specification at no extracost to Company.
6.3.5 Any work not conforming to the execution drawings, specifications or codesshall be rejected forthwith and the Contractor shall carryout the rectification athis own cost.
6.3.6 All results of inspection and tests will be recorded in the inspection reports,proforma of which will be approved by the Engineer-in-charge. These reportsshall form part of the completion documents.
6.3.7 For materials supplied by Owner, contractor shall carryout the tests, ifrequired by the Engineer-in- charge, and the cost of such tests shall bereimbursed by the Owner at actuals to the Contractor on production ofdocumentary evidence. Contractor shall inspect carefully all equipmentbefore receiving them from Owner for installation purposes. Any damage ordefect noticed shall be brought to the notice of Engineer-in- Charge
8/6/2019 Tender 5126
23/267
immediately.
6.3.8 Inspection and acceptance of the work shall not relieve the Contractor fromany of his responsibilities under this Contract.
6.4 RECRUITMENT OF PERSONNEL BY CONTRACTOR
The Contractor shall not recruit personnel of any category from among thosewho are already employed by the other agencies working at the sites but shallmake maximum use of local labour available.
6.5 CONSTRUCTION WATER AND POWER SUPPLY
6.5.1 No water and power will be provided by the owner. It should be theresponsibilities of the contractor to arrange water and power at his own cost.
6.5.2 Land for Residential Accommodation
Owner shall not provide any land for residential accommodation of contractorsstaff and labour.
6.6 MEASUREMENT OF WORKS
6.6.1 Payment will be made on the basis of joint measurements, taken byContractor and certified by Engineer-in-charge. Measurement shall be basedon "Approved for Construction" drawings, to the extent that the work conformsto the drawings and details are adequate.
6.6.2 Wherever works is executed based on instruction of Engineer-in-charge, ordetails are not available or inadequate, physical measurements will be takenby the CONTRACTOR in the presence of the Representative of theEngineer-in-charge.
6.6.3 Measurement of weights will be in metric units corrected to the nearestKilogram.
6.6.4 Linear measurements will be in meters corrected to the nearest centimeters.
6.7 INCOME TAX
6.7.1 Income Tax at the prevailing rate as applicable from time to time shall bededucted from CONTRACTORS bills as per Income Tax Act and quotedRates shall be deemed to include this.
6.7.2 TAXES, DUTIES, OCTROI, LEVIES ETC.
8/6/2019 Tender 5126
24/267
The quoted prices shall be deemed to be inclusive of all taxes, duties, octroi,levies, Service Tax, work contract tax if any etc. till the completion of thecontract and contractor shall not be eligible for any compensation on thisaccount.
6.7.3 You shall be registered with Delhi Sales Tax Authority and shall furnish yourSales Tax Regn. No. In case you fail to get yourself registered with TaxAuthority, Work Order may be cancelled at the option of OWNER. Till thetime you are not registered with Sales Tax Authority, no progress paymentshall be released to you.
6.7.3 Any Indian Income Tax/Sales Tax on Works Contract with Purchasermay be required to deduct by law or statute, shall be deducted atsource and the same shall be paid to Income Tax/Sales TaxAuthorities on account of Contractor. Purchaser shall provide the
Contractor a certificate for such deduction of tax. The Contractor shallindicate their Permanent Account no. with the relevant Income TaxAuthority for this purpose to Purchaser.
6.7.4 Royalties for construction materials where applicable is included in theunits rates and shall be borne and paid by the Contractor to concernedgovernment authorities of State/ Centre. Owner shall bear no liabilityin respect of this.
6.7.5 In case of any dispute about labour content of the Contract Price bythe Assessing Authority while computing Sales Tax on WorksContracts, OWNER/PURCHASER will bear no liability in this respectand the Contractor shall settle the same with Assessing Authoritywithout any claim on OWNER/PURCHASER on this account.
6.7.6 The Contractor shall produce documentary evidence as may be calledfor Purchaser in respect of taxes, duties, etc., paid by the contractor,along with RA Bill.
6.8 TERMS OF PAYMENT
Payment shall be admissible to contractor after fulfilling the respectiverequirements as stipulated in contract documents and on acceptanceand certification by Engineer-in-charge.
6.8.1 Payment in respect of item 1.0 of SOR shall be made on pro-rata basisi.e. on completion of activity per metre of pipe laid as defined below.
8/6/2019 Tender 5126
25/267
a) 50% progressively on ROW cleaning and grading, trenching, welding,radiography clearance, joint coating.
b) 40% progressively after lowering, backfilling, pneumatic testing,
cleaning, nitrogen filling and after clean-up and ROU restoration.
The above payments a) & b) shall be released subject to submission10% performance bank guarantee, acceptance of Letter of acceptanceand signing o agreement as defined in the tender.
6.8.2 All other items of SOR:
90% progressively on completion of individual items of work.
6.8.3 Balance 10% on completion of all works in all respects of 6.8.1 & 6.8.2above and return of material, final clean-up and submission of as builtdrawings etc. including NOC from the concerned authorities.
6.8.4 The payment shall be made by GAIL, Baroda on receipt of Monthly RAand one Final bill in prescribed proforma in triplicate copy along withprogress report duly certified by the Engineer-in-charge.
6.8.5 GAIL shall like to release all payments electronically. The successful
bidder should have their bank account in ICICI / HDFC /r SBI Bank . Thebidder should indicate their A/c details like Account No. Branch Name,Location etc. address of the Bank while submitting their bid.
DOCUMENTS TO BE SUBMITTED / PRODUCED ALONGWITH R.A.BILLS
i) Computerised R.A. Bill with IT No. / ST No./ Labour License no. printedthereon.
ii) Insurance Policy as per relevant clauses of Contract Agreement, includingComprehensive All Risk (CAR) policy
iii) Attendance Register and Salary Record.iv) Photocopy of the measurement book to be attached with R.A. Bills.v) Any other documents required for the purpose of processing the bills.
8/6/2019 Tender 5126
26/267
6.9 Price Escalation
The price shall be deemed to be firm and valid for the entire during ofthe Contract till the completion of work in all respects and shall not besubject to the adjustment due to increase in price of materials,
consumables, labour, taxes, duties etc. or any other input orperformance of Work.
The contractor has to raise the RA bill on monthly basis and payment shall bemade as per the following terms :-
6.10 to 6.12 DELETED
6.13 PROVIDENT FUND ACT
6.13.1 The Contractor shall strictly comply with the provisions of EmployeesProvident Fund Act and register themselves with RPFC before commencingwork. The Contractor shall deposit Employees and Employers contributionsto the RPFC every month. The contractor shall furnish along with eachrunning bill, the challan/receipt for the payment made to the RPFC for thepreceding months.
6.13.2 In case the RPFC's challan/receipt, as above, is not furnished,Owner shall deduct 16 % (Sixteen percent) of the payable amount fromcontractor's running bill and retain the same as a deposit. Such retainingamounts shall be refunded to Contractor on production of RPFCchallan/receipt for the period covered by the related running bill.
6.14 , 6.15., 6.16 DELETED
6.17 PROECT SCHEDULING & MONITORING
The following schedules/documents/reports shall be prepared andsubmitted by the Bidder/Contractor for review/approval at variousstages of the contract.
6.17.1 ALONGWITH BID
a) Time Schedule
The Completion Time Schedule for the work (includingmobilization period of 07 days) is 3 months for the completionof all work in all respect, from the date of issue oftelex/telegram/letter/Fax, whichever is earlier, in both cases.
The Bidder is required to submit a Project Time Schedule in Bar
8/6/2019 Tender 5126
27/267
Chart Form, along with the Bid. The Schedule shall cover allaspects like sub-ordering, and delivery, indicated in the BidDocument. The Owner interface activities shall be clearlyidentified with their latest required dates. Owner reserves theright to disqualify the Bidder if the above Schedule submitted by
the Bidder is not in line with the over all Project requirement.
b) Scheduling & Monitoring System
The Bidders should describe their system of Project Schedulingand monitoring, the extent of computerization, level of detailing,tracing methodology etc. with the name of computer packageand sample outputs.
6.17.2 AFTER THE AWARD OF CONTRACT
a) Overall Project Schedule
The Contractor shall submit within 1 week of Telex of Intent, asufficiently detailed over all Project Schedule in the activitynetwork form, clearly indicating the major milestones,interrelationship/ interdependence between various activitiestogether with analysis of critical path and floats.
The network will be reviewed and approved by Engineer-in-Charge and the comments if any shall be incorporated in thenetwork before issuing the same for implementation. Thenetwork thus finalised shall form part of the contract documentand the same shall not be revised without the prior permissionfrom Engineer-in- Charge during the entire period of contract.
b) Progress Measurement Methodology
The contractor is required to submit within 1 week of award ofWORK, the methodology of progress measurement ofsub-ordering, manufacturing/delivery, sub- contractingconstruction and commissioning works and the basis ofcomputation of overall services/physical progress informed.Owner reserves the right to modify the methodology in part or infull.
c) Functional SchedulesThe contractor should prepare detailed functional schedules inline with network for functional monitoring and control andsubmit scheduled progress covers for each function viz.ordering, delivery and construction.
8/6/2019 Tender 5126
28/267
6.18 CONSTRUCTION
OWNER reserves the right to inspect all phases of CONTRACTOR'soperations to ensure conformity to the SPECIFICATIONS. Owner will
have Engineers, Inspectors or other duly authorised representatives,made known to the CONTRCTOR present during progress of theWORK and such representatives shall have free access to the WORKat all times. The presence or absence of a OWNER's representativedoes not relieve the CONTRACTOR of the responsibility for qualitycontrol in all phases of the WORK. In the event that any of the WORKbeing done by the CONTRACTOR or any SUB-CONTRACTOR isfound by OWNER's representatives to be unsatisfactory or not inaccordance with the DRAWINGS, procedures and SPECIFICATIONS,the CONTRACTOR shall, upon verbal notice of such, revise the workin a manner to conform to the relevant DRAWINGS, procedures and
SPECIFICATIONS.
6.18.1 Rules & Regulations
CONTRACTOR shall observe in addition to Codes specified inrespective specification, all National and Local Laws, Ordinances,Rules and Regulations and requirements pertaining to the WORK andshall be responsible for extra costs arising from violations of the same.
6.18.2 Procedures
Various procedures and method statements to be adopted byCONTRACTOR during the construction as required in the respectivespecifications shall be submitted to OWNER in due time forAPPROVAL. No such construction activity shall commence unlessapproved by OWNER in writing.
6.18.3 Field Inspection
CONTRACTOR shall have at all times during the performance of theWORK, a Competent Superintendent on the premises. Any instructiongiven to such superintendent shall be construed as having been givento the CONTRACTOR.
6.18.4 Erection and Installation
The CONTRACTOR shall carry out required supervision andinspection as per Quality Assurance Plan and furnish all assistancerequired by the OWNER in carrying out inspection work during thisphase. The OWNER will have engineers, inspectors or other
8/6/2019 Tender 5126
29/267
authorised representatives present who are to have free access to theWORK at all times. If an OWNER's representative notifies theCONTRACTOR'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 such instructions to complete the WORK conforming to theSPECIFICATIONS and approved DRAWINGS in the fullest degreeconsistent with best industry practice.
6.18.5 PROGRESS REPORTS
6.18.5.1 CONTRACTOR shall make every effort to keep the OWNERadequately informed as to the progress of the WORK through out theCONTRACT period.
CONTRACTOR shall keep the OWNER informed well in advance of
the construction schedule so as to permit the OWNER to arrange forrequisite inspection to be carried out in such a manner as to minimizeinterference with progress of WORK. It is imperative that closecoordination be maintained with the OWNER during all phases ofWORK.
6.18.5.2 By the 10th (tenth) of each month, CONTRACTOR shall furnish theOWNER a detailed report covering the progress as of the last day ofthe previous month. These reports will indicate actual and scheduledpercentage of completion of construction as well as general commentsof interest or the progress of various phases of the WORK. Thefrequency of progress reporting by the CONTRACTOR shall beweekly.
6.18.5.3 Once a week, CONTRACTOR shall submit a summary of the WORKaccomplished during the preceding week in form of percentagecompletion of the various phases of the WORK, to the OWNER.
6.18.5.4 Progress reports shall be supplied by CONTRACTOR with documentssuch as chart, networks, photographs, test certificate etc. Suchprogress reports shall be in the form and size as may be required bythe OWNER and shall be submitted in at least 3 (three) copies.
6.19 DOCUMENTATION
6.19.1 "AS BUILT" DRAWINGS
Notwithstanding the provisions contained in standard specifications,upon completion of BACKFILLLING, the CONTRACTOR shallcomplete all of the related drawings to the "AS BUILT" stage and
8/6/2019 Tender 5126
30/267
provide the OWNER, the following :-
a) One complete set of all construction drawings dully marked withthe changes, if any.
6.19.2 Completion Document
The following documents shall be submitted in hard binder by theCONTRACTOR in THREE sets, as a part of completion documents :-
a) Material Reconciliation.
b) Batch Test Certificate from manufacturers for electrodes.
c) Concrete test records and painting check records.
d) All other requirements as specified in the respectivespecifications.
e) Test results and reports.
f) Pre-commissioning/commissioning check list.
g) Completion Certificate issued by Owners Site Engineer.
h) No claim certificate by the Contractor.
i) Consumption statements of steel and cement certified byOwners Site Engineer.
j) Completion certificate for embedded and covered up workswherever applicable.
k) Recovery statement, if any.
l) Statement for reconciliation of all the payments and recoveriesmade in the progress bills.
m) Copies of deviation statement and order of extension of time, ifgranted.
6.20 SURVEY AND LEVEL/SETTING OUT WORK
6.20.1 Before the WORK or any part thereof are begun, the CONTRACTOR's
8/6/2019 Tender 5126
31/267
agent and the Engineer-in-Charge's representative shall togethersurvey and take levels of the SITE and decide all particulars on whichthe survey is to be made, and on which measurements of the WORKare to be based. Such particulars shall be plotted by theCONTRACTOR and after agreement the drawings shall be signed by
the Engineer-in-Charge.
6.20.2 The CONTRACTOR shall be entirely responsible for the horizontal andvertical alignment, the level and correctness of every part of the WORKand shall rectify any errors or imperfections therein. Such rectificationsshall be carried out by the CONTRACTOR at his own cost, wheninstructions are issued to this effect by the Engineer-in-Charge or hisrepresentative.
6.20.3 The Engineer-in-Charge shall furnish the relevant existing grid pointwith Bench Mark on the land. It shall be Contractors responsibility to
set out the necessary control points in and to set out the alignment ofthe various works. The CONTRACTOR shall have to employ efficientsurvey team for this purpose and the accuracy of such setting out workshall be CONTRACTOR's responsibility.
6.20.4 The CONTRACTOR shall give the Engineer-in-Charge not less than24 (twenty four) hours notice in writing of his intention to set out or givelevels for any part of the WORK so that arrangements may be madechecking the same.
6.20.5 WORK shall be suspended for such times as necessary for checkinglines and levels on any part of the WORK.
6.20.6 The CONTRACTOR shall at his own expense provide all assistance,which the Engineer-in-Charge may require for checking the setting outot WORKS.
6.20.7 Before commencement of any activity, contractor's quality control setup duly approved by company must be available at site.
6.21 ORDER OF WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OFEXISTING SERVICES
6.21.1 The order in which the WORK shall be carried out shall be subject tothe approval of the Engineer-in-charge and shall be so as to suit thedetailed method of construction adopted by the CONTRACTOR, aswell as the agreed joint programme. The WORK shall be carried out ina manner so as to enable the other contractors, if any, to workconcurrently.
8/6/2019 Tender 5126
32/267
OWNER reserves right to fix up priorities which will be conveyed byEngineer-in-Charge and the CONTRACTOR shall plan and executework accordingly.
6.21.2 Existing Service
6.21.2.1 Drains, pipes, cables, overhead wires and similar servicesencountered in course of the works shall be guarded from injury by theCONTRACTOR at his own cost, so that they may continue in full anduninterrupted use to the satisfaction of the Owners thereof, orotherwise occupy any part of the SITE in a manner likely to hinder theoperation of such services.
6.21.2.2 Should any damage be done by the CONTRACTOR to any mains,pipes, cables or lines (whether above or below ground etc.), whether ornot shown on the drawings the CONTRACTOR must make good or
bear the cost of making good the same without delay to the satisfactionof the Engineer-in-Charge.
6.21.2.3. Before commencing the execution activities, contractor shallinform in writing to all other utility agencies for necessary co-ordination.
6.22 QUALITY ASSURANCE / QUALITY CONTROL PROGRAMME
6.22.1 Bidder shall include in his offer the Quality assurances Programmecontaining the overall quality management and procedures which is
required to be adhered to during the execution of contractor. After theaward of the contract detailed quality assurance programme to befollowed for the execution of contract under various divisions of workwill be mutually discussed and agreed to.
6.22.2 The Contractor shall establish document and maintain an effectivequality assurance system as outlines in recognised codes.
6.22.3 Quality Assurance system plans/procedures of the Contractor shall befurnished in the form of a QA manual. This document should coverdetails of the personnel responsible for the Quality Assurance, plans or
procedures to be followed for quality control in respect of design,Engineering, Procurement, Supply, Installation, Testing andCommissioning. The quality assurance system should indicateorganizational approach for quality control and quality assurance ofthe construction activities, at all stages of work at site as well as themanufactures's works and despatch of materials.
6.22.4 The OWNER or their representative reserve the right to inspect
8/6/2019 Tender 5126
33/267
witness, review any or all stages of work at shop/site as deemednecessary for quality assurance.
6.23 DEDUCTION FROM CONTRACT PRICE
All costs, damages or expenses which the OWNER may have paid, forwhich under the CONTRACT the CONTRACTOR is liable, shall becleared by the OWNER. All such claims shall be billed by the OWNERto the CONTRACTOR, regularly as and when they fall due. Such billsshall be supported by appropriate and certified vouchers orexplanations, to enable the CONTRACTOR to properly identify suchclaims. Such claims shall be paid by the CONTRACTOR within fifteen(15) days of the receipt of corresponding bills and if not paid by theCONTRACTOR within the said period, the OWNER may then deductthe amount, from any amount due or becoming due by the amount,from any amount due or becoming due by OWNER to the
CONTRACTOR under the Contract may be recovered by actions oflaw or otherwise, if the CONTRACTOR fails to satisfy the OWNER ofsuch claims.
6.24 CONSTRUCTION AIDS, EQUIPMENT, TOOLS & TACKLES
CONTRACTOR shall be solely responsible for making available forexecuting the work, all requisite Construction Equipments, SpecialAids, Cranes, Tools, Tackles and testing equipments and appliances.Such construction equipments etc. shall be subject to examination byowner and approval for the same being in first class operatingcondition. Any discrepancies pointed out by OWNER shall beimmediately got rectified, repaired or the equipment replacedaltogether, by CONTRACTOR. OWNER shall not in any way beresponsible for providing any such equipment, machinery, tools andtackles.
The OWNER reserves the right to rearrange such deploymentdepending upon the progress and priority of work in various sections.
6.25 MAKE OF MATERIAL/BOUGHT OUT ITMES
Wherever an item is specified or described by a particular brandname/manufacturer/vendor the specified item mentioned shall be forestablishing type, function and quality desired. Products of othermanufacturers shall be considered only if sufficient information areprovided along with the tender to assess the suitability of the productproposed as equivalent for acceptance. However, the decision ofOwner shall be final and binding regarding the same.
8/6/2019 Tender 5126
34/267
6.26 DELETED6.27 ADDITIONAL WORKS/EXTRA WORKS
OWNER reserves their right to execute any additional works/extraworks, during the execution of work, either by themselves or by
appointing any other agency even though such works are incidental toand necessary for the completion of works awarded to the contractor.In the event of such decisions taken by OWNER, contractor is requiredto extend necessary cooperation, and act as per the instructions ofEngineer-in-Charge.
7.0 & 8.0 DELETED
9.0 CONSTRUCTION RESOURCES
Contractor shall furnish a list of equipments to be deployed at site
along with the tender document for our scrutiny. In case, if the list isnot found adequate/ sufficient, contractor has to modify the same tothe satisfaction of the Owner. The Tenderer should confirm availabilityof these required construction equipments and should furnish list ofequipments owned by him and also list of construction equipmentsproposed to be deployed for this work with details whether the sameare owned or hired as per ANNEXURE-III, enclosed with the biddocument for ensuring timely completion of work. If equipments are tobe hired then the source should be indicated. Bidder should alsofurnish documentary evidence such as Memorandum ofUnderstanding (MOU) with the associates from whom theseequipments are proposed to be hired. In the absence of suchevidence equipments owned by the tenderer only shall be consideredfor qualification. The equipment should be in good running conditionand desert worthy. The equipment shall be physically checked forgood running condition against the list furnished by the bidder as perAnnexure III, shortly after the opening of unpriced bid.
No machines/ tool/ tackles shall be given on hire by GAIL. Allmachines/ tool/ tackles shall be arranged by the contractor.
MANPOWER
Contractor shall furnish the bio-data of the key personnel along withthe site organisation chart proposed to be deployed for the Project.The Project Manager proposed to be deputed should possess B.E. / B.Tech. qualification with minimum 10 years of related constructionexperience. A list of the minimum personnel required to be deployedon the project shall be furnished by the Contractor for our scrutiny. Incase, if the list is not adequate / sufficient, Contractor has to modify the
8/6/2019 Tender 5126
35/267
same to the satisfaction of the Owner. The bidder should provideadequate qualified and experienced manpower for ensuring requiredquality control and timely completion of Project.
Bidders are advised to submit their quotations based on the terms and
conditions and specifications contained in the Bid Document andshould not stipulate any deviations. However, in case it becomesunavoidable, deviations should be stipulated with reference to theclause no., Para and page no. of the Bid Document as perANNEXURE - F of the Bid Document.
The price implication of such deviations, as deemed fit shall beevaluated by GAIL and added to the total price for comparisonpurpose.
GAIL reserves the right to reject any tender on account of
unacceptable terms and conditions.
10.00 BID REJECTION CRITERIA
DEVIATIONS TO TENDER REQUIREMENTS
The tenderers are required to submit their offer strictly as per the termsand conditions/specifications given in the tender document and not tostipulate any deviation to the tender requirements.
Tenderers taking deviations/exceptions to the following tenderconditions WILL BE REJECTED.
i) Security Deposit
ii) Schedule of Rates
iii) Completion time
iv) Termination
v) Defect liability period
vi) Scope of Work
vii) Arbitration
viii) Period of Validity offer
11.0 WASTAGE ALLOWANCE
8/6/2019 Tender 5126
36/267
11.1 On completion of the work, the CONTRACTOR shall submitmaterial reconciliation statement for all materials supplied byOWNER. Percentage allowed for unaccountable and salvageablescrap by weight for various categories of materials shall be as
given below Unaccountable SalvageableWastage Wastage
i) Pipes, carbon steel 0.5% 2.5%
ii) No wastage is allowed on pipe fittings, valves, flanges etc.
11.2 Pipe/ Tube pieces smaller than the sizes mentioned below shallbe treated as salvageable wastage :-
CS pipes/ tubes : 2 (Two) Metre
11.3 For free issue material all the pieces equal to and bigger thanmentioned above shall be returned to stores alongwith surplusmaterials available with the CONTRACTOR.
a) Salvageable materials shall also be the property ofOWNER (in case of free issue materials) and the sameshall be handed over to OWNER as directed.
11.4 In case the shortage of the material issued or the wastage/cutpieces generated is beyond the limits specified above, recoveryshall be effected from the contractors bill as book value plus 15%or market price whichever is higher.
11.5 Material reconciliation for piping shall be done material-wise, size-wise & thickness wise.
12.0 ADDITION TO GCC :
Abnormally High Rated Item (AHR)
In items rate contract where the quoted rates for the item,exceed 50% of the owners estimated rates, such items will beconsidered as Abnormally High Rates Items (AHR) andpayment of AHR items beyond the BOQ stipulated quantitiesshall be made at the least of the following rates :-
1. Rates as per BOQ, quoted by the Contractor.
8/6/2019 Tender 5126
37/267
2. Rate of the item, which shall be delivered as follows :
a) Based on rate of machine and labour as available fromthe contract (which is including 15% cover towardscontractor's profit overhead and other expenses).
b) Based on prevailing market rate of machine materialsand labour plus 15% to cover contractors profit,overhead and other expenses, when the rates are notavailable in the contracts.
12.1 NO DEVIATIONS/STIPULATIONS OTHER THAN THOSE DESCRIBEDABOVE SHALL BE ENTERTAINED. OFFERS CONTAINING ANY OTHERDEVIATIONS SHALL BE LIABLE FOR REJECTION
13.0 COMPLETION SCHEDULE
Time is the essence of contract. The contractor is required to completethe work in 03 months from the date of Fax of Intent.
The work shall be executed strictly as per time schedule given. Theperiod of completion which includes the time required for mobilization aswell as testing, rectifications, if any, retesting, demobilization andcompletion including testing & commissioning of pipeline system in allrespects to the satisfaction of the Engineer-in-charge.
8/6/2019 Tender 5126
38/267
SECTION - V
SCOPE OF WORK & TECHNICAL CONDITIONS
8/6/2019 Tender 5126
39/267
SCOPE OF WORK & TECHNICAL CONDITIONS
1. Scope of work
2. Obligations of Owner / Consultant
3. Obligations/Responsibilities of Contractor
4. Technical Specification for Under Ground Piping Work
Section-VA- Technical Specification for Cathodic Protection.
8/6/2019 Tender 5126
40/267
1.0.0 SCOPE OF WORK :FOR PIPING & OTHER WORKS
Scope of work shall include, but not limited to, the following:
1.1.0Procurement and supply including proper storage and handling tillerection, for the items to be supplied by CONTRACTOR.
1.2.0 Withdrawal of all materials, to be supplied by OWNER ; unpackingthese from packages/boxes, checking and reporting thedefects/damages and shortages, if any, in writing to the OWNER,lifting and transporting (by CONTRACTOR) these to Contractor's sitestores/yard, storage and protecting them as per relevantspecification and instruction of OWNER.
In the event of non-reporting (by CONTRACTOR) of the
defects/damages and shortages to the items so issued by OWNER tothe CONTRACTOR prior to lifting of material from designated store,the CONTRACTOR shall be responsible for any eventualconsequence resulting there from and shall repair/replace thedefective/ damaged items at his own risk and cost.
1.2.0 a. Checking of foundations/structures for their correct dimension,levels, coordinates etc., well before the actual erection is planned.Discrepancies, if any, be reported to OWNER for his decision sothat rectification, if required, can be carried out earlier than plannederection date.
b. Chipping (up to 50mm ) and cleaning the top of foundation andpockets for equipment's, machineries, structures and pipesupports, etc. For pipe supports coming directly on floor, theCONTRACTOR shall be required to chip the floor and then makenecessary pipe support pedestals (of concrete).
c. Prior to installation of piping , instruments, structurals etc., theCONTRACTOR shall ensure the following :(i) Foundation bolts are clean.(ii) Nuts fit properly over the entire threaded length.
(iii) Foundation bolts are coated properly with "Grease mixed withgraphite powder" and wrapped with polythene (Threaded partonly).
(iv) To ensure the correctness of existing holes/slots in structureand to rectify existing holes/slots or to make new ones, ifrequired.
8/6/2019 Tender 5126
41/267
d. Necessary grouting space shall be maintained by CONTRACTORby putting packing plates (to be supplied by CONTRACTOR) as perrequirement. If more than one packing plates are used to build upthe required thickness, the packing plates must be tack-welded toeach-other. The packing plates may be retained in their place by
grouting or by tack welding (using MS/TOR steel rods ) to eachother.
e) Thorough initial surveying of the site with regard to the proper laying / routing ofthe pipelines.
f) Dismantling and reassemble of structures and/or building sheeting removed tofacilitate erection of some piping / equipment. This job may involve opening ofbolts / cutting of structural members by gas and fitting back by bolting / welding.No additional payment shall be made for this activity.
g) Certain platforms/structures not indicated in drawings may have to be fabricatedand installed (including grouting wherever required) at site as per site requirementor as per the instructions of OWNER.
h) In addition to piping designed and engineered by CONSULTANT,CONTRACTOR shall be required to fabricate and/or erect pipelines designed,engineered and / or supplied by package vendor etc.
i) Scope of work may vary. The quantity of any individual item may vary to any extentor may be excluded altogether or any new item may be included in the scope.Contractor shall not be entitled to any compensation of account of such variationand omissions from the scope of work.
j) OWNER reserves the right to cancel the order for any item or items of work listedin the Schedule of Rates without assigning any reason whatsoever within the limitsof above variation in scope.
1.3.0 DELETED
1.4.0 FABRICATION & ERECTION OF U/G & A/G PIPING:
Pipes shall be supplied by the owner as loose pipes in standard lengths,pipe fittings, flanges & valves
1.4.0A UNDERGROUND PIPING: FABRICATION & ERECTION
8/6/2019 Tender 5126
42/267
Fabrication, erection, coating and wrapping including supply of all materials(Except pipes supplied by Owner) of under ground piping as per Technicalconditions for under ground piping work. General layout for is indicated onpiping layout plan drawings. Contractor shall incorporate any changes in thesite layout, if suggested by OWNER. The relevant clauses of 1.4.0B shall
be also applicable for underground piping work.
1.4.0.B FABRICATION & ERECTION OF A/G PIPING
1.4.1.B All piping shall be assorted and marked for identification to avoid mix upof different materials.
1.4.2.B Prefabrication and fabrication of pipes as per convenient spools frompipes & fittings. CONTRACTOR shall mark spools on layout drawings inconsultation with OWNER.
1.4.3.B Erection of fabricated and prefabricated piping including all on-line itemssuch as but not limited to control valves, valves, rota meters, flow nozzles,steam traps, in line filters, basket strainers, Y-strainers, safety valves,relief valves, orifice flanges, etc. Orifice plates, control valves & pipingspecials may have to be removed and installed after cleaning and blowingof pipe lines and nothing extra shall be payable on this account.
1.4.4.B To take tappings from existing line with valves and flanges / blind flangesand to carry out Hot -Tapping as directed by OWNER / Consultant.
1.4.5.B Erection of piping after cleaning from inside and joining by bolting, weldingor screwing etc. at SITE as per drawings, specifications, standards, codesand instructions of OWNER.
1.4.6.B Deleted
1.4.7.B To carry out radiography of all joints ( 100%) and submission of films andreports.
1.4.8.B All activities listed below shall be covered under the scope of thisCONTRACT. These activities shall be covered in the unit rates forerection of piping and nothing extra shall be paid on this account :-
i) Cleaning, edge preparation, welding, pre-heating,NONDESTRUCTIVE tests (Except radiography) wherever requiredas per standards, codes and specifications including supply of all thenecessary materials & making arrangements for execution of allactivities.
8/6/2019 Tender 5126
43/267
ii) Safety valve to be mounted on equipment or piping shall be set atrespective set pressure after hydro testing. Checking of all rupturediscs, breather valves, flame arrestors etc. prior to their installation inpiping.
iii) The CONTRACTOR shall be required to make stub-in connection forbranches from main line and/or existing lines for piping as well asinstrument tapping. Stub-in connection shall include fabrication andinstallation of reinforcement pads wherever required as perdrawings, documents & standards.
iv) Cutting/chipping of floors and making holes in walls, if required tofacilitate pipe laying and supporting and/or fixing of sleeves. Afterlaying of piping, holes in the wall shall be filled and finished as perinstructions of OWNER.
v) Making and beveling of special degree elbows out of standarddegree elbows such as 90o / 45o at site as per site requirement. Itmay have to be done on lathe machine in certain cases.
vi) Threading of ends of CS, AS and SS piping upto 1.1/2" size, ifrequired. Seal welding of screwed joints of CS, AS & SS piping,wherever required.
vii) All the flanged valves, except control valves shall be hydrotested atCONTRACTOR'S shop prior to their erection. The defective valvesshall be rectified by cavity filling, lapping, etc. The valves shall besuitably dried after hydrotesting.
viii) All piping joints in the field shall be 100 % radiographed andradiography film shall be inspected by third party inspector.
ix) For piping, no isometrics are being made. Therefore, piping workshall be executed as per latest revision of piping layout drawings.However, if CONTRACTOR requires isometric drawings, he mayprepare the same from layout drawing and get the same approved atSITE by OWNER before execution.
x) Some equipment / machinery, nozzles may be without flanges andmay require welding with pipes, equipment and machinery directly.Such piping may be tested by taking equipment/machinery in theloop. But if this is not possible, the piping shall be tested by weldinga blank before finally welding with equipment / machinery and final
joint DP tested and 100% radiographed.
8/6/2019 Tender 5126
44/267
xi) All permanent gaskets shall be fitted in the piping system just after alltesting, blowing or pickling etc., operations are over and just beforeleak testing / seal testing of the piping system.
xii) During bad weather, the CONTRACTOR shall make suitable andadequate arrangement by way of providing protection against rainand wind for carrying out welding and other fabrication and erection
jobs smoothly at SITE.
xix All instrument pressure tappings and orifice impulse tappings uptoand including first isolation valve (valve to be paid separately);temperature tappings upto and including first flange; thermowelltappings and installation of thermowells shall be in the scope of theCONTRACTOR. Installation data sheets ( Hook up sketches) forcarrying out the above jobs shall be provided at the time of
execution. Screwed joints, if & wherever required, shall be seal-wlded as per the instructions from OWNER.
xx In case of dissimilar thicknesses at any weld joint, the internalsurface of thicker member shall be beveled for proper matching ofI.D. The beveling slope shall not exceed 1:4. In such cases, nothingextra is payable.
xxi First maintenance of piping as listed in TECHNICAL CONDITION OFCONTRACT.
xxii Removal and re-erection of all on-line instruments during testingand/or calibration or functional testing, if so required, at SITE.Calibration & functional testing is excluded from the scope of thiscontract. (except setting of safety valves)
xxiii Carrying out hydraulic / pneumatic testing of the erected piping inloops after stress relieving, which must redone only after the jointshave been tested and found acceptable. Any temporary piping andnecessary supports required for carrying out hydro testing shall besupplied and erected by the contractor within his quoted rates andnothing extra shall be paid.
xxiv After hydro testing, pipe lines shall be cleaned by air blowing andpassing pigs , cardboard blasting During this activity the piping, shallbe adequately supported. Any temporary piping required for carryingout of above work shall be fabricated and erected by the contractorwithin in the scope. The total cost in doing above activities shall beborne by contractor.
8/6/2019 Tender 5126
45/267
1.5.0 To carry out Nondestructive testing and stress relieving wherever required.All nondestructive test, as per standards, codes and specification, shall bedeemed to be included in the unit rates for fabrication and/or erection as the
case may be and nothing extra shall be paid for this.
1.6.0 OWNER reserves the right to cancel the order for any items of work listedin Schedule of Quantities or Schedule of Rates without assigning anyreason whatsoever, within the limits of above variation in scope. Such astep by OWNER shall not constitute a breach of CONTRACT.
1.7.0 Cleaning and coating of all field weld joints, bends, buried fitting if any.Joint coating by heat shrink sleeves (the coating material will besupplied by Contractor) carrying out flushing, pigging and hydro testingof complete pipeline system including above ground pipeline at 1.5
times of design pressure. The contractor will arrange for pumps,instruments dead weight tester, pressure recorders etc. as per ASMEstandard for hydro testing. The Contractor will submit procedures forHydro Test, drying & purging and test / calibration certificate beforestarting of work.
1.8.0 Swabbing, dewatering, drying, purging with nitrogen arrangement for alltools and tackles and machinery required for hot tapping of 8 inch diahole. Supply and welding of split Tee and ball valve. After completionhot tapping work construction of valve chamber of 2.5m X 2.5 m withcover as per instruction of EIC including supply of all civil workmaterials. All supply materials will be inspected by third party inspectoras deputed by GAIL.
1.9.0 Loading , unloading and transportation & Installation of skid ofPressure Reducing System on civil foundation ,alignment , and hook upwith main pipeline including installation other associate facilities atsource. Construction of civil foundation for skid including supply ofmaterials as per drawing / sketch.
1.10.0 Restoration of existing ground features such as grassing / turning,paving, roads, drains, concrete, floral beds, fencing, title, flooringmasonry etc. as before and to match with adjoining conditions-functionally and aesthetically upto the entire satisfaction of GAIL andlocal authorities, failing which, it will be done at the risk and cost of thecontractor. Final clean-up and restoration of ROU / corridor includingobtaining NOC from respective statutory authorities.
8/6/2019 Tender 5126
46/267
1.11.0 Installation of permanent boundary markers, warning signs kilometerpost, direction marker, fencing etc. and cleaning all unserviceablematerials, debris, excess earth near trenches etc. to designated disposalarea.
1.12.0 Design, supply and installation of cathodic protection system supply and
installation of test station at various location including supply of allmaterials and commissioning the system. This shall be carried out by areputed agency in the field. The successful bidder shall take approvalfrom GAIL in respect of such agency to be appointed by the bidderbefore start of the work.
1.13.0 Supply of Studs & Nuts , spiral wound gaskets ,blinds flanges of differentsizes required for hydrotesting and final box up after hooking up is incontractor scope of supply.
2.0.0 OBLIGATIONS OF OWNER
2.1.0 To provide all clarifications in technical matters for expediting the job.
2.2.0 To lay down the system for issue of materials from OWNER's stores /storage yard.
2.3.0 To provide information regarding availability of fronts and materials tobe issued by OWNER so as to enable the CONTRACTOR to plan &organise the execution of work under his scope as per the overallproject schedule.
2.4.0 OWNER shall evolve a suitable system for the transfer of identification
marks (provided by piping and/or structural contractor during shotblasting and painting.
3.0.0 OBLIGATIONS AND RESPONSIBILITIES OF CONTRACTOR
The CONTRACTOR's obligations and responsibilities shall include butnot limited to the following :-
3.1.0 To set out the works for timely completion and as per the bestengineering practices.
3.2.0 To deploy skilled, semiskilled and unskilled personnel in requisitenumbers and as per scheduled programme so as to complete theWORK as per overall project schedule.
3.3.0 To deploy suitably qualified supervisors & engineers in requisitenumbers to assure execution of good quality job as per bestengineering practices and to the full satisfaction of OWNER.
8/6/2019 Tender 5126
47/267
3.4.0 To prepare detailed planning & execution schedule considering theavailability of fronts & materials. This shall be reviewed by OWNERand CONTRACTOR shall be required to keep updating the same (asper the instructions of OWNER) to take care of any changes in the
availability of fronts & materials & to complete all jobs as per theoverall project schedule. OWNER shall in no way be heldresponsible for such changes because such changes are deemedquite a common feature in such jobs.
3.5.0 To check for quantity compliance between bill of materials anddrawings for piping, structural etc. and take procurement actionsufficiently in advance for discrepant items, if any.
3.6.0 To arrange & supply compressed air for shot blasting and testingmaterials other than air/DM water for his own use at SITE. Quality of
water used for hydrotesting shall be as per Cl. No. 4.13.3 of thisattachment.
3.7.0 To arrange & supply all tools & tackles which are required for theexecution of jobs as per the best engineering practices & within thetargeted schedule. It must be clearly understood that OWNER shallnot be responsible for arranging or supplying any tools & tackles. Listof major tools and tackles required are as listed below :-
Mechnical:
(1) Crane - of suitable capacity *
(2) Trailer with prime mover/Tractor trailers
(3) D-shackles, slings etc.
(4) Motor generator welding sets.
(5) Transformer sets for welding and stress-relieving.
(6) Gas cutting set.
(7) Drilling/Grinding machines
(8) Air compressor
(9) DG welding machines.
(10) TIG welding sets complete with all accessories
(11) Theodolite/Dumpy level/Master level/sprit level.
(12) Inspection and alignment tools and tackles in sufficientnumbers for alignment of machineries.
(13) Pipe bending machines and gasket cutting machines
8/6/2019 Tender 5126
48/267
(14) Coating and wrapping machines.
(15) Stress relieving eqpt. incl. recorder etc.
(16) Elcometer, MICRONTEST instruments for paint thicknessmeasurement.
(17) High voltage spark tester for coating and wrapping ofunderground pipelines.
(18) Wooden sleepers and scaffolding materials.
(19) Dewatering pumps in sufficient numbers.
(20) Pump for hydrotesting complete with associated piping,calibrated pr. gauges, temporary fasteners, valves etc.
(21) Shot blasting machine
(22) Scaffolding materials as required
(23) Sand Profile meter for checking profile of sand plasteredsurfaces
(24) Spray guns, power brushes, buffing machines, scrappers etc.
(25) Supply receipt at site and storage (till use in the plant ) of allprimers, finish paints, paints for colour bands lettering, arrowmarking thinners etc. shall be in the scope of contractorunless it is expressly stated otherwise in schedule of rates.
(26) Any other tools and tackles and facilities required to completeall the jobs as per ITB to the best Engineering practices.
3.8.0 To arrange & supply all consumable (required for executing the jobunder question) such as but not limited to the following in sufficientquantity, of required quality and in time to meet the schedules :-
Electrodes, filler wires, industrial gases such as oxygen, acetylene,argon; water soluble paper; diesel, petrol, kerosene, CTC; cottonwaste; markin clothe; oil stones; emery papers; threadpetroleum/lubrication compounds, Pigs for pigging ,cardboard, targetplates and grinding wheel..
3.9.0 To provide proper storage and security arrangements for
CONTRACTORs tools, tackles, equipments, materials etc. as wellas materials issued by OWNER to CONTRACTOR. OWNER shallnot be responsible for any loss or damage to items in the custody ofCONTRACTOR at site for any reason whatsoever.
3.10.0 Completion of all repairs arising out of defective work done byCONTRACTOR. OWNER may at his discretion require theCONTRACTOR to rectify certain defects in materials caused due to
8/6/2019 Tender 5126
49/267
bad workmanship of supplier and/or during transportation. (formaterials supplied by OWNER) For such work of course, thepayment modalities shall be settled by mutual agreement beforestarting such rectification jobs.
3.11.0To maintain all the records for men, materials and execution of jobas required by law as well as OWNER.
3.12.0 To get his work approved from statutory agencies such as but notlimited to Factory Inspector, Inspector of Explosives etc. Workincludes liasoning with statutory authority, submission of drawings/documents and to get the work approved from statutory authority.
3.13.0 To make arrangements for services such as transport, medical,lighting, canteen etc. for working round the clock.
3.14.0
In addition to safety regulations indicated in tender document,OWNER may issue certain safety directives which shall have to befollowed meticulously without any reservation.
3.15.0 To undertake scope of work listed in clause no. 1.0.0; to followTECHNICAL CONDITIONS listed in clause No. 4.0.0 and to honourall other obligations listed specifically in other volumes, sections orsubsections of this enquiry.
3.16.0 Reconciliation of materials issued to