GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I...

321
D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Cover.doc GAIL (India) Limited TENDER DOCUMENT FOR PERMANENT CATHODIC PROTECTION WORKS OF 4” φ, 6.0 km long M/s Bhushan Steel – Cross River Mall – East Delhi Mall Pipeline of M/s GAIL in NCR Region of East Delhi VOL- I OF II TENDER NO.: 05/51/23J9/GAIL/CP/001A, R-1 (PCP) MECON LIMITED SCOPE MINAR 15 th Floor, North Tower Laxmi Nagar District Centre DELHI – 110 092

Transcript of GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I...

Page 1: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Cover.doc

GAIL (India) Limited

TENDER DOCUMENT

FOR

PERMANENT CATHODIC PROTECTION WORKSOF

4” φ, 6.0 km long M/s Bhushan Steel – Cross River Mall –East Delhi Mall Pipeline of M/s GAIL in NCR Region of East Delhi

VOL- I OF II

TENDER NO.: 05/51/23J9/GAIL/CP/001A, R-1 (PCP)

MECON LIMITEDSCOPE MINAR

15th Floor, North TowerLaxmi Nagar District Centre

DELHI – 110 092

Page 2: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

MASTER TABLE OF CONTENT

Name of Project : Natural Gas Pipeline Project of M/s GAIL in NCRRegion of Delhi

Tender Document No. : 05/51/23J9/GAIL/CP/001A, R-1 (PCP)

Sl.No. Description

1) Volume-I of II : IFB, ITB, GCC, SCC, Particular Job Specification &SOR

2) Volume-II of II : Technical Specification for Permanent CathodicProtection System

Page 3: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

TABLE OF CONTENTFOR

VOLUME-I OF II

Name of Project : Natural Gas Pipeline Project of M/s GAIL in NCRRegion of Delhi i

Tender Document No. : 05/51/23J9/GAIL/CP/001A, R-1 (PCP)

Sl.No. Description

PART-A 1) Invitation for Bid (IFB)2) Acknowledgement-cum-consent Letter3) Submission of Bid

PART-B 1) Instruction to Bidder (ITB)2) Annexures to ITB

• Annexure-I : Bid Evaluation Criteria• Annexure-II : List of Formats• Annexure-III : Commercial Questionnaire• Annexure-IV : Check List

PART-C 1) General Conditions of Contract (GCC)2) Annexure to GCC

• Annexure-I : Proforma of Indemnity Bond for supply of Materials by Employer

• Annexure-II : Proforma for Contract Agreement

PART-D 1) Special Conditions of Contract (SCC) - Technical2) Annexures to SCC (Technical)

• Annexure-1 : Scope of Work• Annexure-2 : Scope of Supply• Annexure-3 : Time Schedule• Annexure-4 : Measurement Work• Annexure-5 : Terms of Payment• Annexure-6 : Specification for Quality Assurance System

requirements from Bidders• Annexure-7 : Specification for Health, Safety and Environment

(HSE) management• Annexure-8 : Conditions for issue & reconciliation of material• Annexure-9 : Minimum no. of major equipment• Annexure-10 : Minimum no. of skilled labour to be deployed• Annexure-11 : Schedule of Labour Rate• Annexure-12 : Schedule of Equipment Rate• Annexure-13 : Advance Security format

Page 4: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

TABLE OF CONTENTFOR

VOLUME-I OF II

Name of Project : Natural Gas Pipeline Project of M/s GAIL in NCRRegion of Delhi

Tender Document No. : 05/51/23J9/GAIL/CP/001A, R-1 (PCP)

Sl.No. Description

3) Particular Job Specification• Appendix – I to Particular Job Specifications

4) Annexures to Particular Job Specification• Annexure-I : Technical Input for Civil & Structural Works• Annexure-II : Technical Input for Electrical Works• Annexure-III : Technical Input for Instrumentation Works

PART-E 1) Special Conditions of Contract (SCC) - Commercial

PART-F Schedule of Rate (SOR)

Page 5: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

PART - A

Page 6: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

1.0 INVITATION FOR BIDS (IFB)

Page 7: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

INVITATION FOR BIDS (IFB)D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc Page 1 of 4

SECTION – IINVITATION FOR BIDS (IFB)

BID DOCUMENT NO.: 05/51/23J9/GAIL/CP/001A, R-1 (PCP) Date : 18.10.2006

To,

Dear Sir,

M/s MECON LIMITED, who has been retained by GAIL (India) Ltd., (A Govt. of IndiaUndertaking) as a consultant for “the Project of Natural Gas Pipeline Project of M/sGAIL in NCR Region of Delhi”, invites sealed bids for the item(s) in complete accordancewith the Bid Documents / Attachments on behalf of GAIL (India) Ltd.

The salient terms and conditions of the bid are stated below:

I. PROJECT :

II. TYPE OF BID : DOMESTIC LIMITED BIDDING

III. ITEM(S) : Permanent Cathodic Protection Works of4” φ, 6.0 km Long M/s Bhusan Steel – Crossriver Mall – East Delhi Mall Pipeline of M/sGAIL in NCR Region of East Delhi

IV. COMPLETION PERIOD : 03(three) moths from the date of issue of Fax ofIntent (IFB) including mobilization period.

V-A. EARNEST MONEY/ : Rs. 14,000/- (Rupees fourteen thousand only)BID SECURITY

The EMD shall be in the form of Bank Guarantee orinform of Demand Draft in favour of GAIL (India)Limited & payable at Delhi

V-B. Bid Security Validity : 6 (six) months from bid due date

Natural Gas Pipeline Project of M/s GAILin NCR Region of Delhi

Page 8: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

INVITATION FOR BIDS (IFB)D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc Page 2 of 4

VI. BID SALE DATE : Not Applicable

VIII. BID DUE DATE : 02.11.2006 at 15.00 hrs.

VIII. BID VALIDITY : 4 (four) months from bid due date

IX. TECHNO-COMMERCIAL BID : 02.11.2006 at 16.00 Hrs. (in presence ofOPENING DUE DATE & TIME representative of bidders).

X. VENUE : Address & Contact Nos. given below.

XI. TENDER FEE (non : Not ApplicableRefundable)[Applicable only in case of Open Competitive Bidding]

XII. EVALUATION/ COMPARISON : Annexure – I to ITBOF BID

XIII. BID EVALUATION : Refer Clause 3 – Instruction to Bidders (ITB)CRITERIA (BEC) Part – B of this bid document.

IX. ADDRESS FOR : A.K. Sharma, DGM I/c ( Contracts)CORRESPONDENCE MECON LIMITED

15th Floor, Scope Minar North TowerLaxmi Nagar Distt. CentreDelhi – 110 092Ph. No. 91-11-2204 1468Fax No. 91-11-22041214

XI. EVALUATION /COMPARISON : Refer Annexure – I to ITBOF BIDS

XII. OTHERS:

1.0 VOID

2.0 VOID

3.0 VOID

4.0 Bid Document is non-transferable.

4.1 VOID

5.0 Bids complete in all respects should reach on or before the BID DUE DATE AND TIME.Bids through Fax/ E-mail shall not be considered.

Page 9: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

INVITATION FOR BIDS (IFB)D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc Page 3 of 4

Bidder may depute their representative with proper authorisation letter to attend oftechno-commercial opening of bids.

6.0 The Bid Document calls for offers on single point "Sole Bidder" responsibility basis.

Order will be placed on the "Sole Bidder" alone (in whose name the bid document hasbeen issued) who will be responsible for all contractual purposes.

Further the bidders are advised to ensure that their offer is on single bidderresponsibility basis and in total compliance of scope of supply as specified in BidDocument.

7.0 The bid should be prepared by the "Sole Bidder" and should be sent to MECONdirectly. MECON / GAIL reserve the right to reject offers made by intermediariesrepresentatives.

8.0 Bidder shall ensure that Bid Security having a validity of 2 months beyond the offervalidity i.e. validity of 6(six) months from the bid due date, must accompany the offerin the format made available in the Bid Document. Any offer, unaccompanied with BidSecurity (Part-III) will not be opened except in the case of Domestic CompetitiveBidding where in the company is registered with NSIC (Refer ITB Cl. 17.9).

9.0 This Invitation for Bids (IFB) is an integral and inseparable part of the enclosed BidDocument.

10.0 MECON / GAIL reserves the right to accept or reject any or all offers without assigningany reason, whatsoever.

11.0 MECON / GAIL reserves the right to allow Purchase preference to Public SectorUndertakings as admissible under the prevailing policy.

12.0 Copy of Bidding Document for reference is available at MECON, at the address givenhereinabove.The complete Bidding Document is also available on the web site of MECON Limited(www.meconlimited.com) and GAIL’s website www.gailonline.com

13.0 SEALING & MARKING OF BIDS

Bids should be submitted in complete accordance with the bid documents /attachments separately in three parts in sealed envelopes super-scribed with the BidDocument Number, due date, item and nature of bid (un-priced, priced), as follows :

Part- I : UNPRICED BIDPart- II : PRICED BIDPart- III : BID SECURITY

Page 10: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\BQC _ NCR (23J9).doc Page 1 of 2

ANNEXURE-I

BIDDER’S EVALUATION CRITERIA (BEC) FOR PERMANENT CATHODICPROTECTION WORKS OF 4” φ, 6.0 KM LONG M/S BHUSHAN STEEL – CROSSRIVER MALL – EAST DELHI MALL GAS PIPELINE PROJECT OF M/S GAIL IN NCRREGION OF DELHI.(TENDER ENQUIRY NO. 05/51/23J9/GAIL/CP/001A, R-1 (PCP)

1.0 BRIEF PROJECT DETAILS

M/s GAIL (India) Limited have laid below-mentioned underground steel pipelinesindicated in CP Schematic Drawing No. MEC/23J9/05/21/M/001/PCP,R0 to transportnatural gas to various consumers in NCR Region of East Delhi.

i) 4” dia., 300#, 3.5 km (approx.) long 3LPE Coated Steel Pipeline fromDespatch Terminal in the premises of M/s Bhushan Steel to ReceivingTerminal in the premises of M/s Cross River Mall.

ii) 4” dia., 300#, 2.5 km (approx.) long 3LPE Coated Steel Pipeline fromDespatch Terminal in the premises of M/s Bhushan Steel to ReceivingTerminal of M/s Paharpur/ Pacific Mall/ East Delhi Mall.

The above pipelines are presently protected from corrosion by Sacrificial CathodicProtection System. Now it is intended to install independent permanent impressedcurrent cathodic protection system at Paharpur Gas Receiving Terminal for theprotection of above pipelines from corrosion using tubular type noble mixed metaloxide coated titanium anodes powered by a transformer rectifier unit for minimumservice life of 35 years.

2.0 SCOPE OF WORK

2.1 Design, detailed engineering, supply, installation, testing & commissioning ofpermanent cathodic protection system by impressed current method to protect theexternal surfaces of 3LPE Coated steel pipeline of 4” φ, 6.0 km long Pipeline Networkagainst corrosion for minimum services life of 35 years using mixed metal oxidecoated titanium tubular anodes as per MECON’s Standard Specifications forPermanent CP System no. MEC/TS/05/62/016B.

The bidder has to quote for the entire work envisaged in the tender document.

3.0 BIDDERS EVALUATION CRITERIA

3.1 Technical

3.1.1 The bidder shall be a reputed Cathodic Protection Contractor.

3.1.2 The bidder must posses proven track record for design, engineering, supply,installation, testing & commissioning of Cathodic Protection System of buried crosscountry pipeline.

3.1.3 The bidder must have executed at least one Permanent Cathodic Protection Worksfor 4” (or above) dia., 5.0 km (or above) long buried cross country hydrocarbonpipeline involving design, engineering, supply, installation, testing, commissioning

Page 11: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\BQC _ NCR (23J9).doc Page 2 of 2

under a single contract in the last five years reckoned from the date of submission ofbid.

3.2 Financial

3.2.1 The minimum annual turnover achieved by the bidder as per their audited financialresults during any one of the last three financial years i.e. 2002-03, 2003-04, 2004-05 shall be Rs. 3.5 lakhs.

3.2.2 Bidder’s net worth as per last audited financial statement i.e. for the financial year2004-05 shall be positive.

3.2.3 Bidder’s Return on Equity shall be positive as per the last audited financial statementi.e. for the financial year 2004-2005.

3.2.4 The bidder shall have minimum working capital of Rs. 70,000/-.

The working capital shall be as per the last financial year i.e. 2004-2005. If thebidder’s working capital is inadequate, the bidder shall supplement this with a letterfrom his bank, having a net worth not less than Rs. 100 crores confirming theavailability of line of credit to meet the shortfall in specified working capitalrequirement.

3.3 Bidder shall not be affiliated with a firm or entity, (i) that has provided consultingservices related to Works to Employer during preparatory stages of Works or of theProject of which the Works form a part, or (ii) that has been hired (or is proposed tobe hired) by Employer as Engineer/ Consultant for the contract.

3.4 The bidder shall not be under a declaration of ineligibility by Employer for corrupt orfraudulent practices as defined in ITB.

3.5 The bidder is not put on holiday by GAIL or black listed by any GovernmentDepartment / Public Sector.

3.6 Any job executed by a bidder for its own concern shall not be considered asexperience for the purpose of meeting BEC.

3.7 Bidder shall meet the technical, as well as, commercial qualification criteria as statedabove. Bidder shall furnish necessary documentary evidence such as LOA Copy/Audited Financial Statement alongwith the bid, to justify meeting the stipulatedqualification criteria. In absence of requisite documents, the bid of the bidder shall besummarily rejected without making any reference to the tender.

Page 12: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

INVITATION FOR BIDS (IFB)D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc Page 4 of 4

The three envelopes, containing Part-I, Part-II and Part-III of offer, shall be dulysealed and respective cut-out slip enclosed with this letter as Appendix-A shall bepasted on each envelop. Name & address of the bidder shall be mentioned on eachcut-out slip. These three sealed envelopes shall be further kept in a larger envelope &which shall also be duly sealed. Cut-out slip meant for complete offer shall be pastedon it with name and complete address & contact number of the bidder.

THIS IS NOT AN ORDERYours faithfully,

for and on behalf of GAIL (India) Limited

for MECON LIMITED(A.K. Sharma)

DGM I/c (Contracts)

Encl. 1. Vol.-I of II, Vol.-II of II, of the Bid Document.2. Appendix – A - 4(four) nos. of Cut-Out slips to be pasted on different sealed

envelops of the offer.

Note:Please acknowledge the receipt of the bid document and confirm your intention to quote byreturn e-mail. In case not intending to quote then please give reasons.

Page 13: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

FORMAT-AANNUAL TURNOVER

Applicant’s Legal Name : Date :JV Partner’s Legal Name : Tender No.:

Page ……… of ………..

Each bidder must fill in this form (Single Entity)

Annual Turnover data for the last 3 audited financial years.

Year Currency Amount Exchange Rate (*) Amount(INR) (*)

Year 1:Year 2:Year 3:

Each member of a JV/Consortium must fill in this form (J. V. Consortium)

Annual Turnover data for the last 3 audited financial years

Year Currency Amount Exchange Rate(*)

Amount(INR) (*)

Leader ofJ. V./ConsortiumYear 1:Year 2:Year 3:Partner AYear 1:Year 2:Year 3:Partner BYear 1:Year 2:Year 3:Total

1. The information supplied should be the – Annual Turnover of the applicant and each member of aJV/Consortium.

2. A brief note should be appended describing details as per audited results.3. Indicate Financial year if it is different from April to March.

Signature of Bidder(*) To filled by Owner / Consultant

Page 14: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

FORMAT-B

FINANCIAL SITUATION

Applicant’s Legal Name : Date :JV Partner’s Legal Name : Tender No.:

Page ……… of ………..

Each bidder or member of a JV/Consortium must fill in this form

FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR

YearSl.No.

DescriptionAmount Exchange Rate

(*)Amount(INR) (*)

1. Current Assets2. Current Liabilities3. Working Capital (1-2)4. Net Worth

Owners funds (Paid up share capitaland Free Reserves & Surplus)

5. Profits before taxes6. Return on Equity (5/4) x 100

1. Attached are copies of the audited balance sheets, including all related notes, and income statement forthe last Audited Financial year, as indicated above, complying with the following conditions.

• All such documents reflect the financial situation of the bidder or partner to JV/Consortium, and not sister orparent companies.

• Historic financial statements must be audited by a certified accountant• Historic financial statements must be complete, including all notes to the financial statements• Historic financial statements must correspond to accounting periods already completed and audited (no

statement for partial period shall be requested or accepted).

Signature of Bidder(*) Applicable for foreign bidders to filled by Owner / Consultant

Page 15: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

CHECK LIST FOR SUBMISSION OF DOCUMENTS REQUIRED FOR BID EVALUATION (CP WORKS) Page 1 of 2

ANNEXURE-IIAA) DOCUMENTS REQUIRED

Sl.No.

BEC Clause No.(Ann-I to IFB - Vol-I)

Documents Required Submitted(Bidder to indicate Yes/ No)

Reference in Bid Document(Bidder to indicate place in the bid, such as Page No./ Vol. No.

t )a) TECHNICAL1 3.1.1 & 3.1.3 Copy of LOA/ Work Order for carrying out PCP work of 4" dia. (or higher),

5.0 km (or higher) long buried cross country hydrocarbon steel pipelineinvolving design, engineering, supply, installation, testing, commissioningunder a single contract independently in the last five years reckoned fromth d t f b i i f bid

2 3.1.2 i) Completion and performance certificate from client/ consultant in therespect of all the works indicated above.ii) List of part client for the nature of work as required in the scope ofwork of present tender enquiry

3 3.3, 3.4 & 3.5 Bidder's self declaration

d:\fateh\ipps-kg basin\tender rfq\tcp&pcp\Check List - Technical (Bidder's Signature & Seal)

Page 16: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

CHECK LIST FOR SUBMISSION OF DOCUMENTS REQUIRED FOR BID EVALUATION (CP WORKS) Page 2 of 2

ANNEXURE-IIAB) OTHER ESSENTIAL DOCUMENTS/ CLARIFICATION REQUIRED

Sl.No.

Tender Clause No. Documents/ Clarification Required Submitted/ Confirmed(Bidder to indicate Yes/ No)

Reference in Bid Document(Bidder to indicate place in the bid, such as Page No./ Vol. No.

)a) TECHNICAL1 Technical Specification

as per tender documentCopy of all Technical Specifications contained in bid documentduly signed & stamped by Bidder

2 Technical Data Sheets of TR Unit All data sheets, contained in the bid document, duly signed andstamped by Bidder

3 Unpriced SOR (as quoted foritems) enclosed in Part-E

Duly signed and stamped by Bidder.

4 Annexure to Installation to Bidders(ITB) - Format F-6

Duly signed and stamped by Bidder.

5 Annexure-IV of ITB TechnicalQuestionnaire

Duly signed and stamped by Bidder.

d:\fateh\ipps-kg basin\tender rfq\tcp&pcp\Check List - Technical (Bidder's Signature & Seal)

Page 17: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

Sl. No. Documents Required Submitted (Yes/ No)

Refrence in Bid Document( At page no.)

a)EMD of requisite amount is submitted in the form of DD/ BG from any scheduled bank as mentioned in ITB, in separate sealed envelope marked Earnest Money Deposit”.

Yes / No

b) Bid Form & Tender Document Duly filled in and signed & stamped Yes / No

d) Power of Attorney Yes / No

e)Audited Balance Sheets including all related note and profit & lossaccount statement of last 3(three) years Yes / No

CHECK LIST Annexure-IIB to IFB

Bidders are requested to fill up this check list and ensure that all details/ documents have been furnished as called for in the Bidding Document alongwith duly filled in, signed & stamped check list with each copy of the “Unpriced Part” of his bid

D:\Vijyant\IPP \tender \CP Work \Check List - Commercial

Page 18: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

APPENDIX - A

CUT-OUT SLIPS (4 NOS. )

Page 19: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

CUT-OUT SLIP - 1

(OUTER ENVELOPE)

DO NOT OPEN-THIS IS A QUOTATION

CLIENT : GAIL (INDIA) LIMITED

PROJECT : Natural Gas Pipeline Project of M/s GAIL in NCR Regionof Delhi

BID DOCUMENT NO : 05/51/23J9/GAIL/CP/001A, R-1 (PCP)

ITEM : Permanent Cathodic Protection Works of 4” φ, 6.0 kmLong M/s Bhusan Steel – Cross river Mall – East DelhiMall Pipeline of M/s GAIL in NCR Region of East Delhi

DUE DATE & TIME : 02.11.2006 at 15:00 Hrs.

TO,

A. K. Sharma, DGM I/c (Contracts)MECON LIMITED15TH FLOOR, NORTH TOWER,SCOPE MINAR,LAXMI NAGAR,DELHI – 110092

FROM

NAME:

ADDRESS

(To be pasted on the outer envelope containing “Priced”, “Unpriced” bids along with Bidsecurity/ EMD)

Page 20: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

CUT-OUT SLIP – 2

PART – I (UNPRICED BID)

DO NOT OPEN-THIS IS A QUOTATION

CLIENT : GAIL (INDIA) LIMITED

PROJECT : Natural Gas Pipeline Project of M/s GAIL in NCR Region ofDelhi

BID DOCUMENT NO : 05/51/23J9/GAIL/CP/001A, R-1 (PCP)

ITEM : Permanent Cathodic Protection Works of 4” φ, 6.0 kmLong M/s Bhusan Steel – Cross river Mall – East Delhi MallPipeline of M/s GAIL in NCR Region of East Delhi

DUE DATE & TIME : 02.11.2006 at 15:00 Hrs.

TO,

A. K. Sharma, DGM I/c (Contracts)MECON LIMITED15TH FLOOR, NORTH TOWER,SCOPE MINAR,LAXMI NAGAR,DELHI – 110092

FROM

NAME:

ADDRESS

(To be pasted on the envelope containing “Unpriced” bid)

Page 21: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

CUT-OUT SLIP - 3

PART – II (PRICED BID)

DO NOT OPEN-THIS IS A QUOTATION

CLIENT : GAIL (INDIA) LIMITED

PROJECT : Natural Gas Pipeline Project of M/s GAIL in NCR Region ofDelhi

BID DOCUMENT NO : 05/51/23J9/GAIL/CP/001A, R-1 (PCP)

ITEM : Permanent Cathodic Protection Works of 4” φ, 6.0 kmLong M/s Bhusan Steel – Cross river Mall – East Delhi MallPipeline of M/s GAIL in NCR Region of East Delhi

DUE DATE & TIME : 02.11.2006 at 15:00 Hrs.

TO,

A. K. Sharma, DGM I/c (Contracts)MECON LIMITED15TH FLOOR, NORTH TOWER,SCOPE MINAR,LAXMI NAGAR,DELHI – 110092

FROM

NAME:

ADDRESS

(To be pasted on the envelope containing “Priced” bid)

Page 22: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

CUT-OUT SLIP – 4

PART – III (BID SECURITY)

DO NOT OPEN-THIS IS A QUOTATION

CLIENT : GAIL (INDIA) LIMITED

PROJECT : Natural Gas Pipeline Project of M/s GAIL in NCR Region ofDelhi

BID DOCUMENT NO : 05/51/23J9/GAIL/CP/001A, R-1 (PCP)

ITEM : Permanent Cathodic Protection Works of 4” φ, 6.0 kmLong M/s Bhusan Steel – Cross river Mall – East Delhi MallPipeline of M/s GAIL in NCR Region of East Delhi

DUE DATE & TIME : 02.11.2006 at 15:00 Hrs.

TO,

A. K. Sharma, DGM I/c (Contracts)MECON LIMITED15TH FLOOR, NORTH TOWER,SCOPE MINAR,LAXMI NAGAR,DELHI – 110092

FROM

NAME:

ADDRESS

(To be pasted on the envelope containing “Bid Security”)

Page 23: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

2.0 ACKNOWLEDGEMENT CUM CONSENTLETTER

Page 24: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

ACKNOWLEDGEMENT CUM CONSENT LETTER

To,

M/s MECON LIMITED©,15th Floor, North Tower, Scope Minar,Laxmi Nagar District Centre,Delhi – 110 092.Ph.No.: 91-11-22041201, 22041315, 22041468, 22041872Fax No.: 91-11-22041214, 22421310E-mail : [email protected]

Kind Attn: Shri …………………………………, DGM I/C (Contracts)

Sub:

Dear Sir,

We hereby acknowledge receipt of complete set of Bid Document alongwith enclosures for thesubject works. We understand that documents received remain property of M/s GAIL (India)Limited and further undertake that the contents of the above bid documents shall be keptconfidential and shall not be transferred. We indicate below our intentions with respect to theInvitation for Bid.

a) We intend to bid as requested and furnish following details with respect to our quotingoffice :-

I) POSTAL ADDRESS : ___________________________________________

___________________________________________

___________________________________________

II) TELEPHONE NO. : ___________________________________________

III) TELEFAX NO. : ___________________________________________

IV) E-MAIL : ___________________________________________

V) CONTACT PERSON : ___________________________________________

Page 25: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

b) Contact Person at Delhi, if any :-

I) POSTAL ADDRESS : ___________________________________________

___________________________________________

___________________________________________

II) TELEPHONE NO. : ___________________________________________

III) TELEFAX NO. : ___________________________________________

IV) E-MAIL : ___________________________________________

V) CONTACT PERSON : ___________________________________________

c) We are hereby returning the bid document as we are unable to bid for the reasons givenbelow.

Reasons for non-submission of Bid :

_________________________________________________________________________

_________________________________________________________________________

_________________________________________________________________________

COMPANY’S NAME : ___________________________________________

SIGNATURE : ___________________________________________

NAME : ___________________________________________

DESIGNATION : ___________________________________________

DATE : ___________________________________________

Note: Bidder is requested to furnish the details mentioned at (a), (b) & (c) above asapplicable, immediately after receipt of Bid Document.

_____________________(SIGNATURE OF BIDDER)

Page 26: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

3.0 SUBMISSION OF BID

Page 27: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

SUBMISSION OF BID

From:

M/s

To:

MECON LIMITEDScope Minar15th Floor, North TowerLaxmi Nagar, District Centre,Delhi – 110 092

1. I/We hereby tender for execution of the WORKS of as perTENDER DOCUMENT within the Time Schedule of completion of work for jobs, asseparately signed and accepted by me/us, at the Schedule of Rates quoted by me/us forthe whole work in accordance with Notice/Letter Inviting Tender, General Conditions ofContract, Special Conditions of Contract, Schedule of Rates of Completion of Job, andother documents and papers, all as detailed in the Tender documents.

2. It has been explained to me/us that the time stipulated for jobs and completion of WORKSin all respects and in different stages mentioned in the "Time Schedule" of completion ofjobs and signed and accepted by me/us in the essence of the CONTRACT. I/We agree thatin the case of failure on my/our part to strictly observe the Time of Completion mentionedfor jobs or any of them and to the Final Completion of WORK in all respects according tothe schedule set out in the said "Time Schedule" of completion of jobs. I/We shall paycompensation to the OWNER as per provisions and stipulations contained in GeneralConditions of Contract and I/We agree to recovery being made as specified therein. Inexceptional circumstances, extension of time which shall always be in writing may,however, be granted by the Engineer-in-Charge at his entire discretion for some items ofwork, and I/We agree that such extension of time will not be counted for the extension ofcompletion dates stipulated for job and for the Final Completion of WORK as stipulated inthe said "Time Schedule" of completion of jobs.

3. I/We agree to pay the Earnest Money and Security Deposit and accept the terms andconditions laid down in the memorandum below in this respect.

Page 28: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

MEMORANDUM

(a) General Description of Work __________________________________________________________________________________________________________________

(b) Earnest Money Rs.____________________________________(Rupees)_____________________________________________________________________

The Earnest Money is payable in the manner set outin para 5 below.

The Earnest Money, if the tender is accepted, will beadjusted against the Security Deposit, when EarnestMoney is paid by demand draft only.

(c) Security Deposit 10% of the CONTRACT amount which will be paid inthe manner set out in the General Conditions ofContract.

4. Should this tender be accepted, I/We hereby agree to abide by and fulfill all terms andconditions referred to above and in default thereof, to forefeit and pay to the OWNER orits successors or its authorised nominees such sums of money as are stipulated inconditions contained in General Tender Notice and other Tender Documents.

5. I/We hereby pay the Earnest Money of Rs.____________________________________(Rupees _______________________________________________________________) inBank Demand Draft/Bank Guarantee No.,___________________________ issued by_____________________________ (name and office of the State Bank of India or anyNationalised Bank) in favour of GAIL (India) Limited, New Delhi.

6. If I/We fail to commence the work specified in the Memorandum in Para (3) above, orI/We to deposit the amount of Security Deposit specified in the Memorandum in (3)above, I/We agree that the said OWNER or its successors without prejudice to any otherright or remedy be at liberty to forefeit the said Earnest Money in full, otherwise the saidEarnest Money shall be retained by OWNER towards the Security Deposit specified in (3)above. The said OWNER shall also be at liberty to cancel the Notice of Acceptance ofTender if I/We fail to deposit the Security Deposit as aforesaid or to execute an Agreementor to start WORK as stipulated in the Tender Documents.

Page 29: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

I/We enclose herewith evidence of my/our experiment of execution of works of similarnature and magnitude carried out by me/us in the prescribed proforma and also theIncome- Tax Clearance Certificates.

dated the ________day of _______2006

Witness:

Name in Block Letters:

Address:

Yours faithfully,Signature of Tenderer(s) with the

seal of the Firm.

Name and Designation of authorised person signingthe tender on behalf of the Tenderer(s).

Page 30: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

PART – B

Page 31: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

1.0 INSTRUCTION TO BIDDERS (ITB)

Page 32: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

INSTRUCTIONS TO BIDDERS

Notes on the Instructions to Bidders

It provides the information necessary for bidders to prepare responsive bids in accordance withthe requirements of the Employer. It also gives information on bid submission, opening andevaluation and on the award of Contract.

It includes provisions that are to be used unchanged.

[Matters governing the performance of the Contractor under the Contract, payments under theContract or matters affecting the risks, rights or obligations of the parties under the Contractare not included in this part but rather in General Conditions of Contract and Special Conditionsof Contract.]

Page 33: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

TABLE OF CONTENTS

A. General1. Scope of Bid2. Eligible Bidders3. Bid Evaluation Criteria4. Bids from Consortium/ Joint Venture5. One Bid per Bidder6. Cost of Bidding7. Site Visit

B. Bidding Documents8. Content of Bidding Documents9. Clarification of Bidding Documents10. Amendment of Bidding Documents

C. Preparation of Bids11. Language of Bid12. Documents Comprising the Bid13. Bid Prices14. Bid Currencies15. Bid Validity16. Bid Security17. Pre-Bid Meeting18. Format and Signing of Bid19. VOID20. E-Payment21. Agent/ Consultant/ Representative/ Retainer/ Associate

D. Submission of Bids

22. Sealing and Marking of Bids23. Deadline for Submission of Bids24. Late Bids25. Modification and Withdrawal of Bids

E. Bid Opening and Evaluation26. Bid Opening27. Process to be Confidential28. Contacting the Employer29. Examination of bids and Determination of Responsiveness30. Correction of Errors31. Conversion to Single Currency for Comparison of Bids32. Evaluation and Comparison of Bids33. Preference for Domestic bidders34. Purchase Preference

Page 34: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F. Award of Contract36. Award37. Employer’s Right to Accept any bid and to Reject any or all Bids38. Notification of Award39. Signing of Agreement40. Contract Performance Security41. Corrupt or Fraudulent Practices

Page 35: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

INSTRUCTIONS TO BIDDERS

A. GENERAL

1. Scope of Bid

1.1 The Employer, as defined in the General Conditions of Contract, hereinafter “the Employer”,wishes to receive bids for the Work as described in Part-D : Special Conditions of Contract,hereinafter referred to as “the Works,” [Insert brief summary of the works]

1.2 The successful bidder will be expected to complete the Works within the period stated in SpecialConditions of Contract.

1.3 Throughout these bidding documents, the terms “bid” and “tender” and their derivatives(“bidder/ tenderer”, “bid tendered”, “bidding/ tendering”, etc.) are synonymous, and day meanscalendar day. Singular also means plural.

2. Eligible Bidders

2.1 Bidders shall, as part of their bid, submit duly executed power of attorney authorizing thesignatory of the bid to bind the bidder.

2.2 This invitation for bid is open to any bidder including members of a Consortium or Joint Venture[in case of open tenders] and to pre-qualified bidders [in case of limited tender].

2.3 A bidder shall not be affiliated with a firm or entity

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

(ii) that has been hired (or is proposed to be hired) by the Employer as Engineer/ Consultantfor the contract.

2.4 The bidder shall not be under a declaration of ineligibility by Employer for corrupt or fraudulentpractices as defined in ITB.

2.5 The bidder or any member of the Consortium/Joint Venture is not put on holiday by GAIL orblack listed by any Government Department Public Sector.

3.0 Bid Evaluation Criteria

3.1 Technical – As per Annexure-I of IFB

3.2 Financial Criteria – As per Annexure-I of IFB

4. Bids from Joint Venture/ Consortium

][Applicable in case of International Competitive Bidding]

4.1 Bids are also acceptable from Joint Venture / Consortium if specifically permitted in a TenderDocument considering the requirement of the work subject to following :-

(a) the partner in- charge/ the leader of the Joint Venture/ Consortium respectively shouldsatisfy the requirement as per Bid Evaluation Criteria mentioned at Clause No. 3 above;

(b) the partner in charge /the leader of the Joint Venture/ Consortium respectively should

Page 36: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

confirm unconditional acceptance of full responsibility of executing the ‘Scope of work’ ofthis tender. This confirmation should be submitted along with the techno-commercial bid;

(c) the bid security, the bid, and in case of a successful bid, the Agreement, shall be signedso as to be legally binding on all partners of Joint Venture/ members of Consortium;

(d) one of the partners / members shall be nominated as being in charge / leader of theJoint, Venture/ Consortium respectively and this authorization shall be evidenced bysubmitting a power of attorney signed by legally authorized signatories of all thepartners/members;

(e) the partner in charge / leader shall be authorized to incur liabilities and receiveinstructions for and on behalf of any and all partners of the Joint Venture/ members ofthe Consortium and the entire execution of the Contract, including payment, shall bedone exclusively with the partner in charge/ leader of Consortium;

(f) all partners of the Joint Venture/ members of Consortium shall be liable jointly andseverally for the execution of the Contract in accordance with the contract terms, and astatement to this effect shall be included in the authorization mentioned under (d) above,as well as in the bid and in the Agreement (in case of a successful bid); and

(g) a copy of the Joint Venture / Consortium Agreement entered into by all partners/members shall be submitted with the bid. Alternatively, a Letter of Intent to execute aJoint Venture / Consortium Agreement in the event of a successful bid shall be signed byall partners/members and submitted with the bid, together with a copy of the proposedagreement.

5. One Bid per Bidder

5.1 A firm shall submit only one bid in the same bidding process, either individually as a bidder or asa partner in a joint venture or as a member of consortium. No firm can be a subcontractor whilesubmitting a bid individually or as a partner of a joint venture or as a member of a consortium inthe same bidding process. A firm, if acting in the capacity of subcontractor in any bid, mayparticipate in more than one bid, but only in that capacity. A bidder who submits or participatesin more than one bid will cause all the proposals in which the bidder has participated to bedisqualified.

6. Cost of Bidding

6.1 The bidder shall bear all costs associated with the preparation and submission of the bid, andGAIL will in no case, be responsible or liable for these costs, regardless of the conduct oroutcome of the bidding process.

7. Site Visit

7.1 The bidder is advised to visit and examine the Site of Works and its surroundings and obtain foritself on its own responsibility all information that may be necessary for preparing the bid andentering into a contract for construction of the Works. The costs of visiting the Site shall be atthe bidder’s own expense.

7.2 The bidder and any of its personnel or agents will be granted permission by the Employer toenter upon its premises and lands for the purpose of such visit, but only upon the expresscondition that the bidder, its personnel, and agents will release and indemnify the Employer andits personnel and agents from and against all liability in respect thereof, and will be responsiblefor death or personal injury, loss of or damage to property, and any other loss, damage, costs,and expenses incurred as a result of the inspection.

7.3 The Employer may conduct a Site visit concurrently with the pre-bid meeting.

Page 37: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

B. BIDDING DOCUMENTS

8. Content of Bidding Document

8.1 The Bidding Documents/ Tender Documents are those stated below and should be read inconjunction with any addenda issued in accordance with ITB Clause 10.

PART-A 1) Invitation for Bid (IFB)2) Acknowledgement-cum-consent Letter3) Submission of Bid

PART-B 1) Instruction to Bidder (ITB)2) Annexures to ITB

• Annexure-I : Bid Evaluation Criteria• Annexure-II : List of Formats• Annexure-III : Commercial Questionnaire• Annexure-IV : Check List

PART-C 1) General Conditions of Contract (GCC)2) Annexure to GCC

• Annexure-I : Proforma of Indemnity Bond for supply of Materials by Employer

• Annexure-II : Proforma for Contract Agreement

PART-D 1) Special Conditions of Contract (SCC) - Technical2) Annexures to SCC (Technical)

• Annexure-1 : Scope of Work• Annexure-2 : Scope of Supply• Annexure-3 : Time Schedule• Annexure-4 : Measurement Work• Annexure-5 : Terms of Payment• Annexure-6 : Specification for Quality Assurance System

requirements from Bidders• Annexure-7 : Specification for Health, Safety and Environment

(HSE) management• Annexure-8 : Conditions for issue & reconciliation of material• Annexure-9 : Minimum no. of major equipment• Annexure-10 : Minimum no. of skilled labour to be deployed• Annexure-11 : Schedule of Labour Rate• Annexure-12 : Schedule of Equipment Rate• Annexure-13 : Advance security format

3) Particular Job Specification• Appendix – I to Particular Job Specifications

4) Annexures to Particular Job Specification• Annexure-I : Technical Input for Civil & Structural Works• Annexure-II : Technical Input for Electrical Works• Annexure-III : Technical Input for Instrumentation Works

PART-E 1) Special Conditions of Contract (SCC) - Commercial2) Annexures to SCC (Commercial) – if any

Page 38: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

PART-F Schedule of Rate (SOR)

8.2 The bidder is expected to examine all instructions, forms, terms and specifications in the biddingdocuments. The Invitation for Bids (IFB) together with all its attachments thereto, shall beconsidered to be read, understood and accepted by the bidders. Failure to furnish all informationrequired by the bidding documents or submission of a bid not substantially responsive to thebidding documents in every respect will be at bidder’s risk and may result in the rejection of hisbid.

9. Clarification of Bidding Documents

9.1 A prospective bidder requiring any clarification(s) of the Bidding Documents may notify MECON inwriting or by fax or e-mail at MECON’s mailing address indicated in the Invitation for Bids notlater than 3 days prior to the deadline. MECON may, if deem appropriate, respond in writing tothe request for clarification. Written copies of MECON’s response (including an explanation of thequery but without identifying the source of the query) will be sent to all prospective bidders whohave received the bidding documents. Any Clarification or information required-by the bidder butsame not received by the Employer, three days prior to the bid due date, the same is liable to beconsidered as no clarification/information required.

[In case there is provision of pre-bid conference, all questions/ queries should be referred toMECON on or before scheduled date of pre-bid conference. The question/ queries received byMECON prior to pre-bid conference will be addressed in the pre-bid conference & no separatecommunication will be sent to bidders]

10. Amendment of Bidding Documents

10.1 At any time prior to the bid due date, GAIL/ MECON may, for any reason, whether at its owninitiative or in response to a clarification requested by a prospective bidder, modify the biddingdocuments.

10.2 The amendment will be notified in writing or by fax or e-mail to all prospective bidders, at theaddress, fax numbers, e-mail id provided by the bidder, who have received the BiddingDocuments and will be binding on them.

10.3 In order to afford prospective bidders, reasonable time in which to take the amendment intoaccount in preparing their bids, GAIL/ MECON may, at its discretion, extend the bid due date.

C. PREPARATION OF BIDS

11. Language of Bid

11.1 The bid prepared by the bidder and all-correspondence/drawings and documents relating to thebid exchanged by bidder and GAIL/ MECON shall be written in English language. Any printedliterature furnished by the bidder may be written in another language so long as accompanied byan ENGLISH translation duly authenticated by the chamber of commerce of Bidders country, inwhich case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern.Metric measurement system shall be applied.

12. Documents Comprising the Bid

12.1 The bid prepared by the bidder shall comprise the following components:

12.2 Envelope -1: Super scribing Techno-Commercial Un-priced Bids (PART-A)

Page 39: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

Part-A: Techno-commercial un-priced Bid (to be furnished in one original and four copies) and shallcontain the following:

i) Covering Letter as per format “Submission of Tender” / “Submission of Bid” enclosedwith Part-A of Vol-I of II.

ii) Bidder’s general/ details information as per format F-1.

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

iv) Specific experience, annual turnover and equipment deployment details as called for inqualifying requirements. All supporting documents submitted by foreign bidder, asevidence of meeting experience criteria, shall be certified true copies duly signed, datedand stamped by an official authorized for this purpose in Indian Embassy / HighCommission in Bidder’s Country.[Applicable only in case of Open Competitive bidding].

v) A Bid Form as per format F-2.

vi) Copies of documents as required in list of enclosure.

vii) A confirmation that prices in requisite formats, strictly complying with the requirement,with prices blanked out, are in envelope number II “Price Bid”.

viii) Documents establishing the eligibility and conformity to the Bid Documents of all Goodsand services, which the bidder proposes to supply under the award. Such document maybe, literature, drawing or data and shall also include (a) the detailed description of theGood’s essential technical and performance characteristics; (b) a clause by clausecommentary on Employer’s technical specification and demonstrating supplies substantialresponsiveness to the specifications.

ix) Copy of Bid security in accordance with Clause III of IFB & Clause 16 of ITB to befurnished either in the form of Cashier’s / Banker’s cheque / Bank Draft payable to GAILat New Delhi/ Bank Guarantee as per format F-4 / Letter of Credit as per format F-4A.

x) Letter of authority in favour of any one or two of bidder’s executives having authority toattend the un-priced and price bid opening on specified dates and venue as per format F-5. [Applicable only in case of open domestic bidding or limited tendering where value ofwork is more than Rs. 2 Cr.]

xi) Confirmation of no deviation as per Format F-6.

xii) Present commitments strictly as per form F-9.

xiii) Indian Bidders are required to submit Employees Provident Fund registration certificate.

xiv) Bidder’s declaration that they are not under liquidation, court receivership or similarproceedings.

xv) Any other information/details required as per bid document.

Note: All pages of the bid to be signed and sealed by authorized person of the bidder.

Page 40: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

12.3 Envelope-II : Super scribing “Price Bid- Not to Open with Techno-Commercial Un-priced Bid” -PART-B

Part-B Price Bidi) Part-B shall contain one original and four copies of Schedule of Rates duly filled in, in

separate sealed envelopes duly signed and stamped on each page super scribing on thesealed envelope “Price — Do Not Open”. In case of any correction, the bidders shall puthis signature and his stamp.

ii) Any rate quoted for compensation of extended stay charge shall also be signed &stamped and kept in price bid.

12.4 Envelope-III : Super scribing “Bid Security” - PART-CPart-C shall contain original Bid security in separate sealed envelope.

13. Bid Prices

13.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole works asdescribed in Bidding Document, based on the unit rates and prices submitted by the Bidder andaccepted by the EMPLOYER.

13.2 Prices must be filled in format for ‘Schedule of Rates’ enclosed as part of Bidding Document. Ifquoted in separate typed sheets and any variation in item description, unit or quantity is noticed;the bid is liable to be rejected.

13.3 Bidder shall quote for all the items of Schedule of Rates after careful analysis of cost involved forthe performance of the completed item considering all parts of the Bidding Document. In caseany activity though specifically not covered in description of item under ‘Schedule of Rates’ but isrequired to complete the works as per Scope of Work, Scope of supply, Specifications, Standards,Drawings, General Conditions of Contract, Special Condition of Contract or any other part ofBidding Document, the prices quoted shall deemed to be inclusive of cost incurred for suchactivity. Items against which no rate or price is entered by the bidder will not be paid for by theEmployer when executed and shall be deemed covered by the rates for other items and prices inthe SOR.

13.4 All duties and taxes including applicable Custom duty, Works Contract tax and other leviespayable by the Contractor under the Contract, or for any other cause, shall be included in therates and prices and the total bid price submitted by the bidder.

13.5 Prices quoted by the bidder, shall remain firm and fixed and valid until completion of the Contractand will not be subject to variation on any account except statutory variations in excise duty andsales tax as mentioned below.

Statutory variations in excise duty and sales tax on finished product during the contractualcompletion period, shall be to the Employer’s account for which the Contractor will furnishdocumentary evidence(s) in support of their claims to GAIL. However, any increase in the rate ofthese taxes and duties beyond the contractual completion period shall be to Contractor’s accountand any decrease shall be passed on to GAIL.

13.6 The Bidder shall quote the prices both in figures as well as in words. There should not be anydiscrepancies between the price indicated in figures and the price indicated in words. In case ofany discrepancy, the price indicated in words shall prevail over the price indicated in figure.

13.7 Alternative bids shall not be considered.

13.8 Discount, if any, must be indicated in the space provided in Schedule of Rates only. Conditional

Page 41: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

discount, if offered, shall not be considered for evaluation.

14. Bid Currencies [Applicable for International Competitive Bidding]

14.1 Indian Bidders may submit bid in any currency (including Indian Rupees) and receive payment insuch currencies on par with foreign bidders.

14.2 Currency once quoted will not be allowed to be changed. EMPLOYER shall not be compensatingfor any exchange rate fluctuation.

14.3 Foreign Bidders may submit bid in the home currency of bidder’s country or in US Dollars / EUROor any other currency.

14.4 A bidder expecting to incur a portion of his expenditure in the performance of contract in morethan one currency (limited to maximum two currencies) and wishing to be paid accordingly shallso indicate in the bid. In such a case, the bid shall be expressed in different currencies with therespective amounts in each currency together making up the total price.

[Applicable for Domestic bidding]

Bidders shall submit bid in Indian Rupees only.

15. Bid Validity

15.1 Bids shall be kept valid for 4(four) months from the final bid due date. A bid valid for a shorterperiod may be rejected by GAIL as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Employer mayrequest that the bidders extend the period of validity for a specified additional period. Therequest and the responses thereto shall be made in writing or by fax / e-mail. A bidder mayrefuse the request without forfeiture of his bid security, A bidder agreeing to the request will notbe required or permitted to modify his bid, but will be required to extend the validity of its bidsecurity for the period of the extension and in accordance with Clause 16 in all respects.

16. Bid Security

16.1 Pursuant to Clause-12, the bidder shall finish, as part of his bid, bid security in the amountspecified in the Invitation for Bids (IFB).

16.2 The bid security is required to protect GAIL against the risk of bidder’s conduct which wouldwarrant the security’s forfeiture, pursuant to Clause-16.7

16.3 The bid security in US Dollars for bidders quoting in foreign currency or in Indian Rupees forbidders quoting in Indian currency shall be in the form of a Bank Draft/ Banker’s Cheque/ BankGuarantee or Letter of Credit.

[In case bid is from a consortium where the leader of Consortium is a foreign en thy then suchconsortium bid will be treated as bid from foreign bidder]

GAIL shall not be liable to pay any bank charges, commission or interest on the amount of BidSecurity.

In case Bid Security is in the form of a Bank Guarantee or irrevocable Letter of Credit, the sameshall be from any Indian scheduled bank or a branch of an International bank situated in Indiaand registered with Reserve bank of India as scheduled foreign bank in case of Indian bidder andfrom any reputed International bank or Indian scheduled bank in case of foreign bidder.

Page 42: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

However, in case of Bank Guarantee from banks other than the Nationalised Indian banks, thebank must be commercial bank having net worth in excess of Rs 100 crores and a declaration tothis effect should be made by such commercial bank either in the Bank Guarantee itself orseparately on its letterhead. Bid Security shall be valid for 2 months beyond the validity of theBid.

16.4 Any bid not secured in accordance with Clause-16.1 and 16.3 may be rejected by GAIL as non-responsive.

16.5 Unsuccessful bidder’s bid security will be discharged/ returned as promptly as possible, but notlater than 30 days after the expiration of the period of bid validity prescribed by GAIL, pursuantto ITB Clause-15.

16.6 The successful bidder’s bid security will be discharged upon the bidder’s accepting the award &signing the Agreement, pursuant to Clause-39 and furnishing the Contract Performance Securitypursuant to Clause-40.

16.7 The bid security may be forfeited :

a) If a bidder withdraws his bid during the period of bid validity.b) in the case of a successful bidder, if the bidder fails:

i) to accept the Notification of Award/Fax of Intent (FOI) orii) to furnish Contract Performance Security in accordance with Clause-40.iii) to accept arithmetical corrections,

16.8 Bid Security should be in favour of GAIL (India) Limited and addressed to GAIL. In case BidSecurity is in the form of Bank Guarantee or Letter of Credit, the same must indicate the BidDocument and the work for which the bidder is quoting. This is essential to have proper co-relation at a later date. The Bid Security shall be in the form provided at F-4 (Bank Guarantee) orF-4A (Letter of Credit).

16.9 For Indian Bidders : Indian Government Departments/ Public Sector Undertakings and firmsregistered with NSIC are exempted from furnishing bid security provided they are registered forthe quoted items upto the monetary limit they intend to quote and subject to their enclosing withtheir bid a copy of the latest and current Registration Certificate.

17. Pre-Bid Meeting(Applicable only for Open competitive Bidding]

17.1 The bidder(s) or his designated representative, who have purchased bid document, are invited toattend a pre-bid meeting which will take place (to be indicated later on).

17.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter thatmay be raised at that stage.

17.3 Text of the questions raised and the responses given, together with any responses prepared afterthe meeting, will be transmitted without delay (without identifying the sources of the question) toall purchasers of the bidding documents. Any modification of the bidding documents listed in ITBSub-Clause 8.1 that may become necessary as a result of the pre-bid meeting shall be made bythe Employer exclusively through the issue of an Addendum pursuant to Clause 10 and notthrough the minutes of the pre-bid meeting.

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

Page 43: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

18. Format and Signing of Bid

18.1 The original and all copies of the bid shall be typed or written in indelible ink (in the case ofcopies, photocopies are also acceptable) and shall be signed by a person or persons dulyauthorized to sign on behalf of the bidder. The name and position held by each person signing,must be typed or printed below the signature. All pages of the bid except for unamended printedliterature where entries or amendments have been made shall be initialed by the person orpersons signing the bid.

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

19. VOID

20. E-Payment

20.1 GAIL (India) Limited has initiated payments to suppliers and contractors electronically and tofacilitate the payments electronically, the bidder should have an account with HDFC Bank orICICI Bank or State Bank of India so that the payment through e-banking be made to the bidder,in case work is awarded to him. Further, the bidder should give the details of his bank account inany one of the above banks to facilitate payment through e-banking in case of award of work onhim.

21. Agent/ consultant/ Representative/ Retainer/ Associate[Applicable for ICR tenders only]

21.1 GAIL would prefer to deal directly with the manufacturers/ principals abroad but in case theydecide to have their Agent/ Consultant/ Representative/ Retainer/ Associate in India and paycommission for their services against a particular tender it should be bare minimum and theprincipal would have to certify that such a commission is commensurate with the servicesrendered to them by such an Agent/ Consultant/ Representative/ Retainer/ Associate in India.The principal will also have to broadly list out services to be rendered by the Agent/ Consultant/Representative/ Retainer/ Associate in India.

21.2 In the event bidder is having as Agent/ Consultant/ Representative/ Retainer/ Associate/servicing facilities in India (who is not an employee of the bidder) the bidder should indicate intheir offer the name of such an Agent/ Consultant/ Representative / Retainer/ Associate, theyhave for services in India. The bidder must also indicate clearly the commission payable to theAgent/Consultant/ Representative/ Retainer/ Associate in rupees in terms of Agreement(enclosing copy of the same). The bidder, in his bid will indicate the nature and extent of serviceto be provided by such an Agent/ Consultant/ Representative/ Retainer/ Associate on behalf ofthe bidder and also remuneration therefore provided in the price, as a separate item, quoted bythe bidder to GAIL. Such remuneration/ commission will be paid by GAIL in non-convertibleIndian currency in India. Should it be established at any subsequent point of time that the abovestatement of the bidder is not correct or that any other amount of remuneration/commissioneither in India or abroad is being paid to any one (who is not an employee of the bidder), thebidder would be liable to be debarred from participating in the future tenders of GAIL. Failure togive such information will lead to rejection of the offer.

The following particulars will also be furnished by the bidder:

i) The precise relationship between the foreign manufacturer/ principal and their Agent/Consultant/ Representative/ Retainer/ Associate in India.

ii) The mutual interest which the manufacturer/principal and the Agent/ Consultant/

Page 44: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

Representative/ Retainer/ Associate in India have in the business of each other.

iii) Any payment which the Agent/ Consultant/ Representative/ Retainer/ Associate receivesin India or abroad from the manufacturer/principal whether as a commission for thecontract or as a general fee.

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

v) Permanent income tax account number of foreign supplier.

vi) All services to be rendered by the Agent/ Consultant/ Representative/ Retainer/Associate.

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

21.3 Overseas bidder should send their bids directly and not through Agent/ Consultant/Representative/ Retainer /Associate. Bid(s) made by Agent/ Consultant/ Representative/Retainer/ Associate shall be rejected. Agent/ Consultant/ Representative/ Retainer/ Associate ofthe overseas manufacturers/suppliers are, however, permitted to purchase biding documents andattend bid opening provided such as Agent/ Consultant/ Representative/ Retainer/ Associate hasa power of attorney/letter of authority setting out very clearly his role, which will be limited tosuch areas of activity as purchase of bidding documents, attending of bid opening and claimingof payment for their services, provided further that such a power of attorney/ letter of authorityis submitted to GAIL in advanced for scrutiny and acceptance or otherwise.

D. SUBMISSION OF BIDS

22. Sealing and Marking of Bids

22.1 Bid shall be submitted in the following manner in separately sealed envelopes duly superscribedas below:

Part-I - Techno-commercial/ unpriced BidPart-II - Priced BidPart III - Original Bid Security

22.2 Part-I shall contain original and four copies of UNPRICED BID complete with all technical andcommercial details other than price (with prices blanked out and copies of bid security). All theunpriced bids shall be completely identical in all respects including enclosures and shall beenclosed in separately sealed envelopes duly marked and addressed to the Employer. In theevent of any discrepancy between them, the original shall govern. The envelope shall alsoindicate the name of the bidder.

22.3 Part-II - PRICED BID shall be submitted in one original and four copies with duly filled in Priceschedule sealed in a separate envelope duly marked and addressed to the Employer including therate for compensation of extended stay charges.

22.4 Part-III - BID SECURITY in original shall be submitted sealed in a separate envelope duly markedand addressed to the Employer.

22.5 The three envelopes containing PART-I, PART-II and PART-III should be enclosed in a largerenvelope duly sealed and marked and also bear the name and address of the Bidder and TenderNo.

22.6 If the outer envelope is not sealed and marked properly, GAIL will assume no responsibility forthe Bid’s misplacement or premature opening.

Page 45: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

22.7 Each bidder shall submit only one bid. A bidder who submits more than one bid will be rejected.

23. Deadline for Submission of Bids

23.1 Bids must be received by GAIL/ MECON at the address specified in the Invitation for Bids (IFB)not later than the date and time stipulated in the IFB.

23.2 GAIL/ MECON may, in exceptional circumstances and at its discretion, on giving reasonable noticeby fax or any written communication to all prospective bidders who have been issued the biddocuments, extend the deadline for submission of bids, in which case all rights and obligations ofGAIL and the bidders, previously subject to the original deadline will thereafter be subject to thedeadline as extended.

24. Late Bids

24.1 Any bid received by GAIL/ MECON after the deadline for submission of bids prescribed on mainbody of IFB will be rejected and returned unopened to the bidder.

25. Modification and Withdrawal of Bids

25.1 The bidder may modify or withdraw his bid after the bid submission but before the due date forsubmission, provided that written notice of the modification/ withdrawal is received by GAIL/MECON prior to the deadline for submission of bids.

25.2 The modification shall also be prepared, sealed, marked and despatched in accordance with theprovisions of Clause 22, with the outer and inner envelopes additionally marked “modification” or“withdrawal”, as appropriate. A withdrawal notice may also be sent by telex or cable, butfollowed by a signed confirmation copy post marked not later than the deadline for submission ofbids.

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

25.4 No bid shall be allowed to be withdrawn in the interval between the deadline for submission ofbids and the expiration of the period of bid validity specified by the bidder on the Bid Form.Withdrawal of a bid during this interval shall result in the bidder’s forfeiture of his bid securitypursuant to Sub-Clause 16.7.

E. BID OPENING AND EVALUATION

26. Bid Opening

26.1 Unpriced Bid Opening

GAIL/ MECON will open bids, including withdrawals and modifications made pursuant to Clause25, in the presence of bidders’ designated representatives who choose to attend, at date, timeand location stipulated in the IFB. The bidders’ representatives, who are present shall sign a bidopening register evidencing their attendance.

26.2 Priced Bid Opening

26.2.1 GAIL/ MECON will open the price bids of those bidders who meet the qualification requirementand whose bids is determined to be technically and commercially responsive. Bidders selected foropening of their price bids shall be informed about the date of price bid opening. Bidders maydepute their authorized representative to attend the opening. The bidders’ representatives, whoare present shall sign a register evidencing their attendance.

Page 46: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

26.2.2 The price bids of those bidders who were not found to be techno-commercially responsive shallbe returned unopened after opening of the price bids of techno-commercially responsive bidders.

27. Process to be Confidential

27.1 Information relating to the examination, clarification, evaluation and comparison of bids, andrecommendations for the award of a contract, shall not be disclosed to bidders or any otherpersons officially concerned with such process. Any effort by a bidder to influence the Employer’sprocessing of bids or award decisions may result in the rejection of the bidder’s bid.

28. Contacting the Employer

28.1 From the time of bid opening to the time of Contract award, if any bidder wishes to contact theEmployer on any matter related to the bid, it should do so in writing.

28.2 Any effort by the bidder to influence the Employer in the Employer’s bid evaluation, bidcomparison, or Contract award decisions may result in the rejection of the bidder’s bid.

29. Examination of bids and Determination of Responsiveness

29.1 Prior to the detailed evaluation of bids, the Employer will determine whether each bid

a) meets the Bid Evaluation Criteria;b) has been properly signed;c) is accompanied by the required securities;d) is substantially responsive to the requirements of the bidding documents; ande) provides any clarification and/ or substantiation that the Employer may require to

determine responsiveness pursuant to Sub-Clause 29.2.

29.2 A substantially responsive bid is one which conforms to all the terms, conditions andspecifications of the bidding documents without material deviations or reservations. A materialdeviation or reservation is one

a) that affects in any substantial way the scope, quality, or performance of the Works;b) that limits in any substantial way, inconsistent with the bidding documents, the

Employer’s rights or the bidder’s obligations under the contract; orc) whose rectification would affect unfairly the competitive position of other bidders

presenting substantially responsive bids.

29.3 If a bid is not substantially responsive, it will be rejected by the Employer and may notsubsequently be made responsive by correction or withdrawal of the nonconforming deviation orreservation.

30. Correction of Errors

30.1 Bids determined to be substancially responsive will be checked by the Employer for anyarithmetic errors. Errors will be corrected by the Employer as follows :

a) where there is a discrepancy between the amounts in words and in figures, the amountin words will govern; and

b) where there is a discrepancy between the unit rate and the total resulting frommultiplying the unit rate by the quantity, the unit rate as quoted will govern.

30.2 The amount stated in the bid will be adjusted by the Employer in accordance with the aboveprocedure for the correction of errors and, with the concurrence of the bidder, shall be

Page 47: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

considered as binding upon the bidder. If the bidder does not accept the corrected amount ofbid, its bid will be rejected, and the bid security shall be forfeited.

31. Conversion to Single Currency for Comparison of Bids[Applicable for ICB tenders only]

31.1 To facilitate evaluation and comparison, GAIL/ MECON will convert all bid prices expressed in theamounts in various currencies in which bid price is payable, to Indian Rupees at the Bill Collectionselling rates of Foreign Exchange as declared by State Bank of India a day prior to priced bidopening.

31.2 Evaluation and comparison of prices of previously determined substantially responsive bids shalltake into account stipulations given in Article 32.

2. Evaluation and Comparison of Bids

32.1 The evaluation and comparison of bids will be done as per the provisions of the bid evaluationcriteria (to be separately enclosed alongwith bidding document against individual tenders).

33. Preference for Domestic Bidders[Applicable for ICB cases only]

33.1 The supplies of materials and equipment by Domestic bidders are eligible, as per governmentdirectives to following preference :

Extent of Domestic Value Added Extent of Price PreferenceLess than 30% NIL30% and more Domestic preference shall be limited to off-setting of

Central Sales Tax to the extent of 4% or actualwhichever is lower plus Octroi at actual

33.2 The domestic value addition shall be calculated with the following formula:

{PEW (excluding CD,ST,ED) – CIF1}------------------------------------------- x 100{PEW (excluding CD,ST,ED)}

Where PEW = Ex-Works PriceCD = Custom DutyST = Sales TaxED = Excise Duty andCIF1 = CIF Value of Imports

(In above formula the CVD shall not be considered in customs duty due to adjustment underCENVAT)

33.3 Once quoted the extent of Domestic Value addition shall remain unaltered.

33.4 Domestic Bidder shall furnish details of equipment/ Items, applicable Central Sales Tax ratewithout Form `C’ alongwith the corresponding amount.

33.5 The Sales Tax amount indicated by the Bidder as included in the prices, shall be paid by GAILagainst documentary evidence only.

In case the Bidder is not able to produce documentary evidence for full value of the sales tax, the

Page 48: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

payment shall be limited to the value for which documentary evidence is furnished.

34. Purchase Preference

34.1 Purchase Preference to Central Government Public Sector Undertakings shall be allowed as pergovernment guidelines in vogue.

35. Compensation for extended stay

VOID

F. AWARD OF CONTRACT

36. Award

36.1 Subject to Clause 29, GAIL/ MECON will award the contract to the successful bidder whose bidhas been determined to be substantially responsive and has been determined as the lowest, isdetermined to be qualified to satisfactorily perform the contract.

37. Employer’s Right to Accept Any Bid and to Reject Any or all Bids

37.1 GAIL/ MECON reserves the right to accept or reject any bid, and to annul the bidding process andreject all bids, at any time prior to award of contract, without thereby incurring any liability to theaffected bidder or bidders or any obligations to inform the affected bidder or bidders of theground for GAIL’S ACTION.

38. Notification of Award

38.1 Prior to the expiration of period of bid validity GAIL/ MECON will notify the successful bidder inwriting by fax, cable or telex to be confirmed in writing, that his bid has been accepted. Thenotification of award/ Fax of Intent will constitute the formation of the Contract.

38.2 Delivery/ completion period shall be counted from the date of notification of award / Fax ofIntent.

The notification of award will constitute the formation of a Contract, until the Contract has beeneffected pursuant to signing of Contract as per Clause 39 of ITB.Upon the successful bidder’s furnishing of contract performance security, pursuant to Clause 40of ITB, GAIL/ MECON will promptly notify each unsuccessful bidder and will discharge his bidsecurity, pursuant to Clause 16 of ITB.

39. Signing of Agreement

39.1 GAIL/ MECON will award the Contract to the successful bidder, who, within 15 days of receipt ofthe same, shall sign and return the acceptance copy to GAIL/ MECON.

39.2 The successful bidder shall be required to execute an AGREEMENT in the proforma given in ofthis standard bidding document on non-judicial paper of appropriate value (the cost of stamppaper shall be borne by the Contractor), within 15 days of the receipt by him of the Notificationof Acceptance of Tender. In the event of failure on the part of the successful bidder to sign theAGREEMENT within the above stipulated period, the Bid Security shall be forfeited and theacceptance of the tender shall be considered as cancelled.

Page 49: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

40. Contract Performance Security

40.1 Within 15 days of the receipt of the notification of award/ Fax of Intent from GAIL/ MECON, thesuccessful bidder shall furnish the contract performance security in accordance with Article 24 ofGeneral Conditions of The Contract in the form provided in the bidding documents. The ContractPerformance Security shall be in the form of either Banker’s Cheque or Demand Draft or BankGuarantee or Letter of Credit and shall be in the currency of the Contract.

40.2 The contract performance security shall be for an amount equal to 10% of the value of thecontract towards faithful performance of the contractual obligations and performance ofequipment. This Bank Guarantee/ DD/ Letter of Credit shall be from any Indian scheduled bankor a branch of an International bank situated in India and registered with Reserve bank of Indiaas scheduled foreign bank. However, in case of bank guarantees from banks other than theNationalized Indian banks, the bank must be a commercial bank having net worth in excess ofRs. 100 crores and a declaration to this effect should be made by such commercial bank either inthe Bank Guarantee itself or separately on its letterhead. This Bank Guarantee shall be valid for aperiod as stated in Article-24 of General Conditions of The Contract.

40.3 Failure of the successful bidder to comply with the requirements of this article shall constitutesufficient grounds for the annulment of the award and forfeiture of the bid security, in whichevent GAIL may award the order to the next lowest evaluated bidder or call for new bids.

41. Corrupt or Fraudulent Practices

41.1 GAIL/ MECON requires that bidders/ contractors observe the highest standard of ethics duringthe execution of contracts. In pursuance of this policy, the Employer :

a) defines, for the purposes of this provision, the terms set forth below as follows :

i) “corrupt practice” means the offering, giving or soliciting of anything of value toinfluence the action of a public official in the procurement process or in contractexecution; and

ii) “fraudulent practice” means a misrepresentation of facts in order to influence aprocurement process or the execution of a contract to the detriment of theEmployer, and includes collusive practice among bidders (prior to or after bidsubmission) designed to establish bid prices at artificial non-competitive levelsand to deprive thc Employer of the benefits of free and open competition;

b) will reject a proposal for award if it determines that the bidder recommended for awardhas engaged in corrupt or fraudulent practices in competing for the contract in question;

c) will declare a firm ineligible and put on holiday, either indefinitely or a for a stated periodof time if it at any time determines that the firm has engaged in corrupt or fraudulentpractices in competing for, or in executing a contract.

Page 50: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

2.0 ANNEXURE TO INSTRUCTIONS TOBIDDERS (ITB)

Page 51: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

CONTENTS

Sl.No. Description

1) Annexure-I : Bid Evaluation Criteria

2) Annexure-II : List of Formats

3) Annexure-III : Commercial Questionnaire

4) Annexure-IV : Check List

Page 52: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

BID EVALUATION CRITERIA

{Annexure – I to Instruction to Bidder (ITB)}

Page 53: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

EVALUATION /COMPARISON OF BIDS

1.0 The Employer/ MECON will examine the bids to determine whether the bids arecomplete as per Check List, Stamped and Signed on each page and are in order.

2.0 EARNEST MONEY DEPOSIT

The bids without requisite EMD and/ or EMD not in the prescribed proforma will not beconsidered and bids of such bidders shall be rejected.

3.0 VOID

4.0 CONFORMANCE TO SCOPE OF WORK

Bidder will be required to confirm to the Scope of Work as mentioned under Annexure-Ito SCC, Schedule of Rates and Job Specification/ Technical Specifications.

5.0 CONFORMANCE TO SCOPE OF SUPPLY

Bidder will be required to confirm to the Scope of Supply as mentioned under Annexure-II to SCC, Schedule of Rates and Jobs Specification/ Technical Specifications.

6.0 DETERMINATION OF RESPONSIVENESS

The bid submitted by the bidder should be responsive to the requirements of theBidding Document. A responsive bid is one which conforms to the terms, conditions andspecifications of the Bidding Document and Bid Evaluation Criteria without Deviation.

7.0 Bidders are advised to quote strictly as per terms and conditions of the BiddingDocument and not to stipulate any deviation/ exception as it is “No Deviation” tender.Offers with any Exception/ deviation shall be liable for rejection.

8.0 Bidder will be required to establish upto the satisfaction of Owner/ MECON that theresources proposed to be deployed in Annexure 8 & 9 of SCC by the bidder are inconformity with the WORK REQUIREMENT.

The following requirement must be noted while submitting the resource deploymentdetails.

i) Construction Equipments

Mechanised type of construction equipments should be considered. All requisiteequipments such as cranes, diesel generators, compressors, welding m/cs,pumps, tractor-trailor, etc. shall be considered. Deployment of minimumequipments must be furnished as per Annexure-9 to SCC.

ii) Deployment of Supervisory/ Skilled Personnel

Bidder must furnish a site organisation with qualified and experienced personnelin adequate numbers keeping in view the specific requirement for this work.Bidder will prepared & submit these details also keeping in view the minimum

Page 54: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

no. of skilled personal as per Annexure-10 to SCC.

9.0 EVALUATION OF PRICE BIDS

i) The price part of only those bidders will be evaluated whose bid is technicallyand commercially acceptable to Owner/ MECON.

ii) Quoted price for the complete scope of work and supply as per SOR shall betaken into account for arriving at the lowest evaluated price.

iii) The bidder’s quoted price shall be loaded by adding any monetary cost ofquantifiable deviations by calculating the value of additional costs, the Ownerwould incur if such deviations were accepted, provided the deviations are notmaterial deviations and are acceptable to Owner.

10.0 BIDDERS MUST CHECK THAT THEIR BID IS COMPLETE IN ALL RESPECTSWITH ALL DETAILS AS PER VARIOUS FORMATS ENCLOSED IN INSTRUCTIONSTO BIDDERS, CHECK LIST AND COMMERCIAL QUESTIONNAIRE REPLIED

Issue of any technical/ commercial questionnaire or having any classificatorydiscussions, in general, is not envisaged. Bidders in their own interest must ensure thattheir bid is complete in all respects complying with the requirement of Instructions toBidders and have furnished all details/ clarifications/ confirmations. Also that all details/documents shall be submitted in relevant SECTIONS and mentioned in CHECK LIST.

Page 55: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

LIST OF FORMATS

{Annexure – II TO Instruction to Bidder (ITB)}9

Page 56: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

CONTENT

Sl.No. Description

1) F-1 : Bidder’s General Information

2) F-1A : Detail information about bidder (in case of open bidder)

3) F-2 : Bid Form

4) F-3 : List of Enclosures

5) F-3A : Financial Detail

6) F-4 : Proforma for Bank Guarantee for EMD/ Bid Security• Instruction for Furnishing Bid Guarantee/ Bank Guarantee

7) F-4A : Format for Letter of Credit for Bid Security (For Foreign Bidder)

8) F-5 : Letter of Authority

9) F-6 : No Deviation Confirmation

10) F-7 : Certificate

11) F-8 : Details of Similar Work done during past five years

12) F-9 : Present commitments of the Bidder

13) F-10 : Proforma of Bank Guarantee for Contract Performance Security

14) F-11 : Proposed Site Organisation Chart

15) F-12 : Construction Schedule with Bar Chart

16) F-13 : Confirmation regarding schedule of labour rate

17) F-14 : Confirmation regarding schedule of equipment rate

18) F-15 : Rate for Extended Stay Compensation (Loading Schedule for PriceComparison Purpose)

Page 57: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-1BIDDER’S GENERAL INFORMATION

ToM/s GAIL (India) Limited

1.1 Bidder Name : _________________________________________

1.2 Number of Years in Operation : _________________________________________

1.3 Registered Address : _________________________________________

_________________________________________

_________________________________________

1.4 Operation Address : _________________________________________if different from above

_________________________________________

1.5 Telephone Number : _________________________________________(Country Code) (Area Code)

(Telephone No.)

1.6 E-mail address & Web Site : _________________________________________

1.7 Telefax Number : _________________________________________(Country Code) (Area Code)

(Telephone No.)

1.8 ISO Certification, if any : {If yes, please furnish details}

__________________________________(SIGNATURE OF BIDDER WITH SEAL)

Page 58: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-1A

DETAILED INFORMATION ABOUT BIDDERS(In case of open Tender)

1. IN CASE OF INDIVIDUAL

1.1 Name of Business

1.2 Whether his business is registered

1.3 Date of commencement of business

1.4 Whether he pays Income Tax over Rs.10,000/- per year

2. IN CASE OF PARTNERSHIP

2.1 Name of Partners

2.2 Whether the partnership is registered

2.3 Date of establishment of firm

2.4 If each of partners of the firm pays Income Tax over Rs.10,000/- per year and if so, whichof them pays the same.

3. IN CASE OF LIMITED LIABILITY COMPANY OR COMPANY LIMITED BY GUARANTEE

3.1 Amount of paid up capital

3.2 Name of Directors

3.3 Date of Registration of Company

3.4 Copies of the balance sheet of the company of the last five years.

_________________________________(SEAL AND SIGNATURE OF BIDDER)

Page 59: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-2BID FORM

ToM/s GAIL (India) Limited

Dear Sir,

After examining/ reviewing the Bidding Documents for ________________________________,including technical specifications, drawings, General and Special Conditions of Contract andschedule of rates etc. The receipt of which is hereby duly acknowledged, we, the undersigned,pleased to offer to execute the whole of the Job of _____________ and in conformity with, thesaid Bid Document, including Addenda Nos. (if any).

We confirm that this bid is valid for a period of four (4) months from the date of opening ofTechno-commercial Bid, and it shall remain binding upon us and may be accepted by any timebefore the expiration of that period.

If our bid is accepted, we will provide the performance security equal to 10% (ten percent) ofthe Contract Price, for the due performance with in fifteen days of such award.

Until a final Agreement is prepared and executed, the bid together with your writtenacceptance thereof in your notification of award shall constitute a binding Agreement betweenus.

We understand that Bid Document is not exhaustive and any action and activity not mentionedin Bid Documents but may be inferred to be included to meet the intend of the Bid Documentsshall be deemed to be mentioned in Bid Documents unless otherwise specifically excluded andwe confirm to perform for fulfillment of Agreement and completeness of the Work in allrespects within the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any bid that you mayreceive.

SEAL AND SIGNATUREDATE : _____________

Duly authorized to sign bid for and on behalf of ____________________________________

(SIGNATURE OF WITNESS)WITNESS NAME :ADDRESS :

Page 60: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-3LIST OF ENCLOSURES

GAIL (India) Limited,

Dear Sir,

We are enclosing the following documents as part of the bid:

1. Power of Attorney of the signatory to the Bidding Document.

2. QA/OC Manuals.

3. Health Safety and Environment (HSE) Policy and HSE Manual.

4. Document showing annual turnover for the last three years such as annual reports,profit and loss account, net worth etc. along with information as sought in enclosedformat F-3A.

5. Organisatipn chart of the bidder and the structure assigned for execution of the workunder this bid.

6. Methodology of execution of work.

7. Execution schedule with interlinking of various activities.

8. Copy of Bidding Documents along with addendum/ corrigendum no. duly signed andsealed on each page, in token of confirmation that Bid Documents are considered in fullwhile preparing the bid and in case of award, work will be executed in accordance withthe provisions detailed in Bid Documents,

_________________________________(SEAL AND SIGNATURE OF BIDDER)

Page 61: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-3AFINANCIAL DETAIL

EACH BIDDER MUST FILL IN THIS FORM

a) Annual Turnover data for the last 3 years.

Year Currency Amount Ex. Rate (*) Amount (INR)(*)

Year 1Year 2Year 3

1. The information supplied should be the Annual Turnover of the Bidder.

2. A brief note should be appended describing thereby details of turnoveralongwith audited balance sheet with profit & loss account statement for the last3 years.

b) Annual Net-worth data for the last 3 years.

Year Currency Amount Ex. Rate (*) Amount (INR)(*)

Year 1Year 2Year 3

1. Net Worth = Reserves + Capitals – Accumulated Loss

_________________________________(SEAL AND SIGNATURE OF BIDDER)

(*) To be filled by Employer/ Consultant

Page 62: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

Sheet 1 of 2F-4

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY(To be stamped in accordance with the Stamp Act)

Bank Guarantee No. ……………………Ref: ……………………………… Date ……………………

ToGAIL (India ) Limited,

Dear Sir(s),

In accordance with Letter Inviting Tender under your reference No. _____________________ M/s____________________________ having their Registered/ Head Office at ______________________________________ (hereinafter called the Tenderer) wish to participate in the said tender for_____________________________________________________________________

As an irrevocable Bank Guarantee against Earnest Money for the amount of _______________ isrequired to be submitted by the Tenderer as a condition precedent for participation in the said tenderwhich amount is liable to be forfeited on the happening of any contingencies mentioned in the TenderDocument.

We, the _____________________________________ Bank at __________________________ havingour Head Office __________________________________________________________(Local Address) guarantee and undertake to pay immediately on demand without any recourse to thetenderers by GAIL (India) Ltd., the amount ____________________________ without any reservation,protest, demur and recourse. Any such demand made by GAIL, shall be conclusive and binding on usirrespective of any dispute or difference raised by the Tenderer.

This guarantee shall be irrevocable and shall remain valid upto _____________ [this date should be 6months after the date finally set out for closing of tender]. If any further extension of this guarantee isrequired, the same shall be extended to such required period on receiving instructions from M/s____________________________________________________________whose behalf this guarantee is issued.

In witness whereof the Bank, through its authorised officer, has set its hand and stamp on this______________ day of ______________200__at______________.

WITNESS:

(SIGNATURE) (SIGNATURE)(NAME) (NAME)

Designation with Bank Stamp

(OFFICIAL ADDRESS) Attorney as perPower of Attorney No._________Date: __________________

Page 63: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

Sheet 2 of 2

INSTRUCTIONS FOR FURNISHING BID-GUARANTEE/BANK GUARANTEE

1. The Bank Guarantee by bidders will be given on non-judicial stamp paper as per stampduty applicable. The non-judicial stamp paper should be in the name of the issuingbank. In case of foreign bank, the said banks guarantee to be issued by itscorrespondent bank in India on requisite non-judicial stamp paper.

2. The expiry date as mentioned in bid document should be arrived at by adding 2 monthsto the date of expiry of the bid validity unless otherwise specified in the Bid Documents,

3. The bank guarantee by bidders will be given from bank as specified in ITB

4. A letter from the issuing bank of the requisite Bank Guarantee confirming that said bankguarantee/ all future communication relating to the Bank Guarantee shall be forwardedto the Employer at its address as mentioned at ITB.

5. Bidders must indicate the full postal address of the bank along with the bank’s E-mail/Fax. From where the earnest money bond has been issued.

6. If a bank guarantee is issued by a commercial bank, then a letter to Employerconfirming its net worth is more than Rs. 1,000,000,000/- (Rupees one hundred crore)or equivalent along with a documentary evidence.

Page 64: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-4A

VOID

Page 65: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-5LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENTNEGOTIATIONS/CONFERENCES

No.: Date:

GAIL India Limited,

Dear Sir,

We ___________________________________________________ hereby authorize followingrepresentative(s) to attend un-priced bid opening and price bid opening and for any othercorrespondence and communication against above Bidding Document:

1) Name & Designation _________________________ Signature ____________________

2) Name & Designation _________________________ Signature ____________________

We confirm that we shall be bound by all commitments made by aforementioned authorisedrepresentatives.

Yours faithfully,

Signature

Name & Designation

For and on behalf of

Note: This letter of authority should be on the letterhead of the bidder and should be signedby a person competent and having the power of attorney to bind the bidder.

Not more than two persons are permitted to attend techno-commercial un-priced andprice bid opening.

Page 66: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-6NO DEVIATION CONFIRMATION

(Tender/ Bid Document No. ____________________)

GAIL India Limited,

Dear Sir,

We understand that any deviation/ exception in any form may result in rejection of bid. We,therefore, certify that we have not taken any exceptions/ deviations anywhere in the bid andwe agree that if any deviation is mentioned or noticed, our bid may be rejected.

Note: This NO DEVIATION CONFIRMATION should be written on the letterhead of the bidderindicating tender ref. no. duly signed and stamped with date by a person competentand having the power of attorney to bind the bidder.

_________________________________(SEAL AND SIGNATURE OF BIDDER)

Page 67: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-7CERTIFICATE

GAIL India Limited,

Dear Sir,

If, we become a successful bidder and pursuant to the provisions of the Bidding Documentsand contract is awarded to us the following certificate shall be automatically enforceable:

‘We agree and acknowledge that the Employer is entering into the Agreement solely on itsown behalf and not on behalf of any other person or entity. In particular, it is expresslyunderstood and agreed that the Government of India is not a party to the Agreement andhas no liabilities, obligations or rights there under. It is expressly understood and agreedthat the Employer is authorised to enter into Agreement, solely on its own behalf under theapplicable laws of India. We expressly agree, acknowledge and understand that theEmployer is not an agent, representative or delegate of the Government of India. It isfurther understood and agreed that the Government of India is not and shall not be liablefor any acts, omissions, commissions, breaches or other wrongs arising out of theAgreement. Accordingly, we hereby expressly waive, release and forego any and all actionsor claims, including cross claims, VIP claims or counterclaims against the Government ofIndia arising out of the Agreement and covenants not to sue to Government of India as toany manner, claim, cause of action or things whatsoever arising of or under theAgreement.”

_________________________________(SEAL AND SIGNATURE OF BIDDER)

Page 68: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-8DETAILS OF SIMILAR WORK DONE DURING PAST FIVE YEARS

Description ofthe work

Location ofthe

work

Full PostAddress and

Phone nos. ofClient & Nameof Officer-in-

charge

Valueof

Contract

Date ofCommencementof work

ScheduledCompletio

n Time(Months)

Date ofActual

Completion

Reasons fordelay inproject

completion,if any

Note: Copies of letter of award and completion certificate for the above works to beenclosed.

The work completed earlier than three years need not be indicated here.

The list of work, not of similar nature need not be indicated here.

Failing to comply aforementioned instructions may lead to rejection of bid.

_________________________________(SEAL AND SIGNATURE OF BIDDER)

Page 69: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-9PRESENT COMMITMENTS OF THE BIDDER

Full PostalAddress and

phone nos. ofClient & Nameof Officer-in-

charge

Description of Work

Date ofCommencement of Work

ScheduledCompletion Period

%AgeCompletio

n as onDate

ExpectedDate of

Completion

Remarks

Note: This list must be a full list of all type of works in hand

_________________________________(SEAL AND SIGNATURE OF BIDDER)

Page 70: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

Sheet 1 of 2F-10

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE SECURITY(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

TO:

M/s GAIL (India) Limited

Dear Sir,

M/s_______________________________________________________ have been awarded thework of __________________________________________________________ for GAIL(India) Limited,16, Bhikaiji Cama Place, R.K. Puram, NEW DELHI.

The Contracts conditions provide that the CONTRACTOR shall pay a sum of Rs. __________(Rupees _________________________________________________________________ ) asfull Contract Performance Guarantee in the form therein mentioned. The form of payment ofContract Performance Guarantee includes guarantee executed by Nationalised Bank,undertaking full responsibility to indemnify GAIL (India) Limited, in case of default.

The said ___________________________________________________ has approached us andat their request and in consideration of the premises we having our office at_________________________________ have agreed to give such guarantee as hereinaftermentioned.

1. We ___________________________________________________ hereby undertakeand agree with you that it default shall be made by M/s ______________________________________ in performing any of the terms and conditions of the tender or inpayment of any money payable to GAIL (India) Limited we shall on demand pay withoutany recourse to the contractor to you in such manner as you may direct the said amountof Rupees ______________________________ only or such portion thereof notexceeding the said sum as you may from time to time require.

2. You will have the full liberty without reference to us and without affecting thisguarantee, postpone for any time or from time to time the exercise of any of the powersand rights conferred on you under the contract with the said ________________________________________ and to enforce or to forbear from endorsing anypowers or rights or by reason of time being given to the said ________________________________ which under law relating to the sureties would but for provision havethe effect of releasing us.

3. Your right to recover the said sum of Rs. ____________________________________________________ (Rupees __________________________________) from usin manner aforesaid will not be affected or suspended by reason of the fact that anydispute or disputes have been raised by the said M/s _______________________________ and/ or that any dispute or disputes are pending before any officer, tribunalor court.

Page 71: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

Sheet 2 of 2

4. The guarantee herein contained shall not be determined or affected by the liquidation orwinding up dissolution or changes of constitution or insolvency of the said but shall in allrespects and for all purposes be binding and operative until payment of all money dueto you in respect of such liabilities is paid.

5. This guarantee shall be irrevocable and shall remain valid upto_______________ If anyfurther extension of this guarantee is required, the same shall be extended to suchrequired period on receiving instruction from M/s _________________________________________________________ on whose behalf this guarantee is issued.

6. The Bank Guarantee’s payment of an amount is payable on demand and in any casewithin 48 hours of the presentation of the letter of invocation of Bank Guarantee. Shouldthe banker fail to release payment on demand, a penal interest of 18% per annum shallbecome payable immediately and any dispute arising out of or in relation to the saidBank Guarantee shall be subject to the jurisdiction of Delhi Courts.

7. We have power to issue this guarantee in your favour under Memorandum and Articlesof Association and the undersigned has full power to do under the Power of Attorneydated ____________ granted to him by the Bank.

Yours faithfully,

______________________________BankBy its Constituted Attorney

Signature of a person duly authorisedto sign on behalf of the Bank.

Page 72: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-11

PROPOSED SITE ORGANIZATION

The BIDDER is to indicate here the proposed site organization he proposes to set up for executionof the work. It is understood that this will be augmented from time to time depending on therequirements for timely completion of work, as directed by Engineer-in-Charge. The BIDDER isalso to furnish the Bio-data of Site-in-Charge and key personnel to be deployed at site.

_________________________________(SEAL AND SIGNATURE OF BIDDER)

Page 73: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-12

CONSTRUCTION SCHEDULE WITH BAR CHART

Bidder shall submit Construction Schedule with Bar Chart for complete work covering all thefollowing activities of work as applicable for TCP & PCP System.

1) Mobilisation :

2) Route Survey :

3) Design package Submission & :Approval

4) Ordering for Supply Materials :

5) Supply of Material at site :

6) Installation :

7) Testing :

8) Commissioning :

9) Other Miscellaneous Works :

10) Hydro-test :

11) Commissioning :

12) Others, if any :

_________________________________(SEAL AND SIGNATURE OF BIDDER)

Page 74: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-13

VOID

Page 75: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-14

VOID

Page 76: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

F-15

VOID

Page 77: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

COMMERCIAL QUESTIONNAIRE

{Annexure – III to Instruction to Bidder (ITB)}

Page 78: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

COMMERCIAL QUESTIONNAIRENote:1) The Bidder shall submit reply to each query.2) The bidder’s reply/ confirmation as furnished in the Commercial Questionnaire (CQ) shall

supercede the stipulation mentioned else where in the Bid.

Sl.No.

MECON’s Query Bidder’s Reply/ Confirmation

1. Confirm that your Bid is valid for 1(one) monthfrom the last date of submission of Bid.

2. Confirm that all details in unpriced part havebeen submitted in 5 copies (1 Original + 4copies). Bidding Document and drawings,signed and stamped on each page shall besubmitted in original.

3. Confirm that the following documents aresubmitted with Part-I :

i) All documents in relevant Section as per CHECKLIST

ii) Schedule of Rates/ Prices without specifying therates/ prices are submitted in unpriced part,exactly as per the priced portion submitted inPart-II. In case some of items have not beenquoted, such items should be identified in blankprice format.

iii) Addendum duly signed and stamped on eachpage as a token of acceptance (applicable ifissued).

iv) VOID4. Confirm that price has been submitted in 1

ORIGINAL only in a separately sealed envelopesuperscribing “PRICE PART”

5. Rates/ amount must be filled in format for`Schedule of Rates’ enclosed as part of BiddingDocument. If quoted in separate typed sheetsand any variation in item description, unit orquantity is noticed, the bid is liable to berejected. In any case, Bidder shall be presumedto have quoted against the tendered descriptionof work and the same shall be binding on theBidder. Please confirm.

6. Confirm that deviation/ terms & conditions arenot mentioned in the price part. In case anyterms and condition is mentioned in the pricepart, the same shall be treated as null and void.

7. Confirm that correction fluid is not used in theprice part. (In case of any correction, the sameshall be signed and stamped by authorisedsignatory).

Page 79: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

Sl.No.

MECON’s Query Bidder’s Reply/ Confirmation

8. Confirm that you have studied complete BiddingDocument including Technical and commercialpart and your Bid is in accordance with therequirements of the Bidding Document.

9. Confirm your compliance to total Scope of Workmentioned in the Bidding Document.

10. Confirm your acceptance for `Scope of Supply’as mentioned in Bidding Document.

11. Confirm your acceptance for `Time Schedule’ asmentioned in Bidding Document.

12. Confirm that your quoted price includesfollowing taxes/ duties, insurance etc.

i) All taxes, charges and duties assessed or leviedin respect of profits earned or income receivableby the Contractor by reason of this Contract.

ii) All taxes, duties as per applicable for this WORKin accordance with the provision of GeneralConditions of Contract and Special Conditions ofContract.

iii) All types of insurance as per the provisions ofGeneral Conditions of Contract and SpecialConditions of Contract.

13. Confirm that you have proposed adequateproject/ site organisation with qualifiedsupervisory personnel having requisiteexperience including personnel responsible forsafety, planning stores, QA/ QC etc.

14. Confirm that all costs resulting from safeexecution of WORK, such as safety induction,use of protective clothing, safety glasses andhelmet, safety precaution taken duringmonsoon, or any other safety measures to beundertaken by the Contractor for execution ofwork are included in the quoted rates.

15. Confirm the following :i) The planning schedule, manpower estimates,

construction equipment deployment scheduleetc., submitted by the bidder with his Bid, areindicative and shall not be basis for extracompensation in case actual needs are higher.

ii) Detailed planning schedule developed byCONTRACTOR after contract award may besubject to fluctuations depending upon actualprogress of the project and available work front.

iii) Co-ordination and making available byContractor of all staff, manpower, constructionequipment, tools, cranes, etc. and materials are

Page 80: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

Sl.No.

MECON’s Query Bidder’s Reply/ Confirmation

required for a timely completion of all WORK asper Owner’s construction and priority scheduleand in accordance with the available work frontare include in the quoted rates.

iv) Bio-Data of Key Personnel(s), such as ProjectManager, Construction Manager, Lead Engineerfor all relevant categories have been submittedin your Bid.

16. Please confirm that the deployment schedule ofsupervisory personnel(s) & deployment scheduleof construction equipment shall be reviewed andfirmed up after award of work

17. VOIDNote:Please note that Schedule of Rates/ Pricesembodied in the Bidding Document is deemedto include all activities of work specified underScope of Work, Scope of Supply, technicalspecifications, Conditions of Contract, drawingsor any other document forming part of BiddingDocument, irrespective of whether suchactivities of work are specified in the Scheduleof Rates/ Prices or not.

________________________________(STAMP & SIGNATURE OF BIDDER)

Page 81: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

CHECK LIST

{Annexure – IV to Instruction to Bidder (ITB)}

Page 82: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

CHECK LIST FOR SUBMISSION OF BID

Bidder is requested to fill this check list and ensure that all details/ documents have beenfurnished as called for in the Bidding Document alongwith duly filled in, signed & stampedcheck list with each copy of the “Unpriced Part” of his bid.

(A) EMD/ BG DETAILS ETC.

(A.1) Letter of Submission (i.e. F-2 : Bid Form)

Submitted

(A.2) EMD/ BID GUARANTEE/ BID SECURITY

Bidder to confirm that EMD/Bid Guarantee/ Bid Security hasBeen submitted by them asper Tender Proforma (i.e. F4, F4A)

Submitted

(1) By Bank Guarantee

BG No. ___________ dt. _______ from

Bank ________________________ Branch __________

For Rs. ___________________

Valid Till ___________________

OR

(2) By Demand Draft

DD No. __________________ dt. _________

Drawn on _____________________________

For Rs. ___________________

Original shall be submitted in original copy and its zerox copy in other copies.

Page 83: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

(A.3) CHECK LIST

This check list duly filled in

Submitted

(B) CONFIRMATION OF VARIOUS FORMATS

(B.1) Past Similar work done duringfive years as per Format : F-8

Submitted

(B.2) Present Commitments as per Format : F-9

Submitted

(B.3) Financial Details as per Format : F-3A

Submitted

(B.4) Audited Balance Sheet includingprofit and loss account statementfor the last three years

Submitted

Submitted for the years :

1) ______________________

2) ______________________

3) ______________________

(B.5) Latest Income Tax Clearance Certificate(Issue date of ITCC should not be earlierthan 1 year from the date of opening ofTechno-commercial Part)

Page 84: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

Submitted ITCC Dated ____________

(B.6) PF Registration Certificate

Submitted PF Registration No. ____________

(B.7) Sales Tax Registration Certificate

Submitted Sales Tax Registration No. _________

(B.8) Fresh Solvency certificate from your Bankers(Date of Issue of this certificate should notbe earlier than 1 year from the date ofopening of Techno-commercial Part)

Submitted Certificate Dated _________________From (Name of Bank _____________________________________________

(B.9) Power of Attorney in favour of the personwho has signed the bid on stamp paper ofappropriate value

Submitted

(B.10) Partnership Deed in case of partnership firmand Article of Association in case of limitedcompany

Submitted

(B.11) Deployment List of Supervisory personnel :

Submitted

Page 85: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

(B.12) Confirmation regarding acceptance ofMinimum No. of major equipmentAs per Annexure-9 of SCC.

Submitted

(B.13) Confirmation regarding acceptance ofminimum no. of skilled labour as perAnnexure-8 of SCC

Submitted

(B.14) A Tentative Quality Assurance Plan in linewith Spec. and Format :

Submitted

(B.15) Site Organisation Chart as per Format - F-11 :

Submitted

(B.16) Bio-Data of key supervisory personnel suchas Project Manager, Construction Manager,QA/ QC Manager, lead engineer, site engineeretc.:

Submitted

(B.17) An overall schedule in the form ofBar Chart as per Format - F-12 :

Submitted

(B.18) Confirmation regarding acceptance ofSchedule of Labour Rates of Annexure-11of SCC as per Format - F-13

Submitted N.A.

Page 86: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

(B.19) Confirmation regarding acceptance ofschedule of equipment rates ofAnnexure-12 of SCC as per Format - F-14

Submitted

(B.20) A copy of SOR (without prices) duly signed,& stamped as per SOR Format

Submitted

(C) NO DEVIATION & COMMERCIAL QUERY ETC.

(C.1) No Deviation Confirmationas per Format - F-6 :

Submitted

(C.2) Reply to commercial questionnaire,technical questionnaire with Bidder’sreply/ confirmation for each as perFormat F-3/4

Submitted

(D) REGARDING TECHNICAL DETAILS

(D.1) Technical Details/ Documents specifiedin Technical Part

Submitted Not Applicable

N.A.

Page 87: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

(E) CONFIRM THE FOLLOWING REGARDING OVERALL BID DOCUMENT

(E.1) All pages of the bid have been page YESnumbered in sequential manner

(E.2) The bid has been submitted in requisite YESnumber of copies as specified inInstructions to Bidders

(E.3) Original copy of Bidding Document & YESDrawings alongwith Addendum, if any,has been submitted alongwith offer,duly signed and stamped on each page

(E.4) Prices in ONE ORIGINAL COPY only YEShave been submitted in a separatelysealed envelope with price part

(E.5) Rate for Extended Stay Compensation YEShave been submitted in same sealed envelopeas per Format F-15 only with price part.

_________________________________(STAMP & SIGNATURE OF BIDDER)

N.A.

Page 88: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

TECHNICAL QUESTIONNAIRE

{Annexure – IV to Instruction to Bidder (ITB)}

Page 89: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

TECHNICAL QUESTIONNAIREFOR CATHODIC PROTECTION WORK

ANNEXURE-IV

The Tenderer shall fill up the answers to the following questions :-

Sl. QuestionNo.1 Name & Address

2 Contact PersonContact Phone No.Contact Fax No.

3 Scope of work

4 Organisation Chart

5 List of Equipments

6 Time Schedule

7 Time Schedule with detailed activity wise in Bar Chart Form

8 Concurrent Commitments

9 Manpower Details with Bio-Data ofKey Personnel

10 QAP

11 Deviation, if any

(Signature of the Bidder)

Submitted / Not Submitted

Nil / Deviation

Submitted / Not Submitted

Submitted / Not Submitted

As per Tender / Not as per Tender

Submitted / Not Submitted

Submitted / Not Submitted

Answer

Complete / Not Complete

Submitted / Not Submitted

As per Tender/ Not as per Tender

D:rajesh\bhusand\tender\cp work\retender\Annexure - IV Page 1 of 1

Page 90: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

CHECK LIST

{Annexure – V to Instruction to Bidder (ITB)}

Page 91: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

CHECK LIST FOR SUBMISSION OF BID

Bidder is requested to fill this check list and ensure that all details/ documents have been furnished as called for inthe Bidding Document alongwith duly filled in, signed & stamped check list with each copy of the “UnpricedPart” of his bid.

OTHER ESSENTIAL DOCUMENTS REQUIRED (to be submitted by the bidder)

SlNo.

Tender Clause/Item Documents Required Submitted(Yes/No)

Reference inOffer (Refer

Page No.)1. Letter of Submission As given in Part-A of the

tender document2. EMD/ BID GUARANTEE/ BID

SECURITY As per Tender ProformaF-4 of ITB

3. Past Similar work done during last fiveyears

As per Format : F-8 of ITB

4. Present Commitments As per Format : F-9 of ITB

5. PF Registration Certificate Relevant documents

6. Sales Tax Registration Certificate Relevant documents

7. Power of Attorney in favour of the personwho has signed the bid on stamp paper ofappropriate value.

Valid power of Attorney

8. Partnership Deed in case of partnershipfirm and Article of Association in case oflimited company.

Relevant documents

9. Deployment List of Supervisorypersonnel.

As per tender

10. Major equipment to be deployed As per Annexure-9 of SCC.

11. Skilled manpower to be deployed As per Annexure-8 of SCC

12. A Tentative Quality Assurance Plan inline with Spec. and Format

As per Annexure-6 to SCC(technical)

13. Site Organisation Chart As per Format - F-11 of ITB

14. Bio-Data of key supervisory personnelsuch as Project Manager, ConstructionManager,QA/ QC Manager, leadengineer, site engineer etc.:

Bio-data of all keysupervisory personal to bedeployed

15. An overall schedule in the form of BarChart

As per format-12

16. Health Safety and Environment (HSE)Policy and HSE Manual.

As per Annexure-7 of SCC(technical)

17. A copy of SOR (without prices) duly -

Page 92: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

SlNo.

Tender Clause/Item Documents Required Submitted(Yes/No)

Reference inOffer (Refer

Page No.)signed & stamped as per SOR Format

18. Original copy of Bidding Document &Drawings alongwith Addendum, if any,has been submitted alongwith offer,duly signed and stamped on each page

19. No Deviation Confirmation As per Format - F-6 of ITB

20. Rate for Extended Stay Compensationhave been submitted in same sealedenvelope

VOID

21. Reply to commercial questionnaire, withBidder’s reply/ confirmation

As per Annexure-III to ITB

_________________________________(STAMP & SIGNATURE OF BIDDER)

Page 93: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc

1.0 GENERAL CONDITIONS OFCONTRACT(GCC)

Page 94: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

GENERAL CONDITIONS OF CONTRACT

FOR

PROCUREMENT OF WORKS

GAIL (INDIA) LIMITED

Page 95: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

TABLE OF CONTENTS

Sl.No. Description

(i) TABLE OF CONTENTS

(II) SUBMISSION OF TENDER

GENERAL CONDITIONS OF CONTRACT

SECTION-I (DEFINITIONS)1.0 Definition of Terms

SECTION-II (GENERAL INFORMATIONS)2.0 General Information2.1 (a) Location of Site

(b) Access by Road2.2 Scope of Work2.3 Water Supply2.4 Power Supply2.5 Land for Contractor's field office,

Godown and Workshop2.6 Land for Residential Accommodation

SECTION-III (GENERAL INSTRUCTIONS TO TENDERERS)3.0 Submission of Tender4.0 Documents4.1 General4.2 All pages to be initialed4.3 Rates to be in figures and words4.4 Corrections and Erasures4.5 Signature of Tenderer4.6 Witness4.7 Details of Experience4.8 Liability of Government of India5.0 Transfer of Tender Documents6.0 Earnest Money7.0 Validity8.0 Addenda/Corrigenda9.0 Right of Employer to Accept or Reject Tender10.0 Time Schedule11.0 Tenderer's Responsibility12.0 Retired Government or Company Officers13.0 Signing of the Contract14.0 Field Management & Controlling/Coordinating

Authority15.0 Note to Schedule of Rates16.0 16.1 Policy for Tenders under consideration

16.2 Zero Deviation17.0 Award of Contract18.0 Clarification of Tender Document19.0 Local Conditions20.0 Abnormal Rates

Page 96: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

SECTION-IV (GENERAL OBLIGATIONS)

21.1 Priority of Contract Documents21.2 Headings & Marginal Notes21.3 Singular and Plural21.4 Interpretation22.0 Special Conditions of Contract23.0 Contractor to obtain his own information24.0 Contract Performance Security25.0 Time of Performance25.1 Time for Mobilisation25.2 Time Schedule of Construction26.0 Force Majeure26.1 Conditions for Force Majeure26.2 Outbreak of War27.0 Price Reduction Schedule27.3 Bonus for Early Completion28.0 Rights of Employer to forfeit Contract Performance Security29.0 Failure by the Contractor to comply with the

provisions of the contract 30.0 Contractor remains liable to pay compensation

if action not taken under Clause 29.031.0 Change in Constitution32.0 -A Termination of Contract for Death32.0-B Termination of Contract for Liquidation,

Bankruptcy etc.32.0-C Termination of Contract for Non-Performance and subsequently putting the

Contractor on Holiday33.0 Members of the Employer not individually liable34.0 Employer not bound by personal representations35.0 Contractor's office at site36.0 Contractor's subordinate staff and their conduct37.0 Sub letting of Works

i) Sub contracts for Temporary works etc.ii) List of sub-contractors to be suppliediii) Contractor's liability not limited by Sub-Contractorsiv) Employer may terminate sub contractsv) No remedy for action taken under this clause

38.0 Power of Entry39.0 Contractor's responsibility with Mechanical,

Electrical, Intercommunication System, AirConditioning Contractors and other agencies

40.0 Other Agencies at site41.0 Notices41.1 To the Contractor41.2 To the Employer42.0 Rights of various Interests43.0 Patents and Royalties44.0 Liens45.0 Delays by Employer or his authorised agents46.0 Payments if Contract is terminated47.0 No waiver of Rights48.0 Certificate not to affect Right of Employer and Liability of Contractor

Page 97: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

49.0 Languages & Measures50.0 Transfer of Title51.0 Release of Information52.0 Brand Names53.0 Completion of Contract54.0 Spares

SECTION-V (PERFORMANCE OF WORK)

55.0 Execution of Work56.0 Co-ordination and Inspection of work57.0 Work in Monsoon & Dewatering58.0 Work on Sundays & Holidays59.0 General Conditions for construction &

Erection Work60.0 Alterations in specification, Design &

Extra Work61.0 Drawings to be supplied by the Employer62.0 Drawings to be supplied by the Contractor63.0 Setting out works64.0 Responsibility for Levels and Alignment65.0 Materials to be supplied by contractor66.0 Stores supplied by Employer67.0 Conditions for issue of material68.0 Materials Procured with assistance of

Employer/Return of surplus 69.0 Materials obtained from dismantling70.0 Articles of Value found71.0 Discrepancies between instructions72.0 Action where no specification is issued73.0 Inspection of Works74.0 Tests for Quality of Works75.0 Samples for approval76.0 Action and Compensation in case of bad work77.0 Suspension of Work78.0 Employer may do part of work79.0 Possession prior to completion80.0 Twelve months period of liability from the

date of issue of completion certificate80.3 Limitation of Liability81.0 Care of Works81.1 Defects prior to taking over81.2 Defects after taking over82.0 Guarantee/Transfer of Guarantee83.0 Training of Employer's personnel84.0 Replacement of Defective parts & materials85.0 Indemnity86.0 Construction Aids, Equipments, Tools & Tackles

SECTION-VI (CERTIFICATES AND PAYMENTS)

87.0 Schedule of Rates and Payments i) Contractor's Remunerationii) Schedule of Rates to be inclusiveiii) Schedule of Rates to cover construction

Page 98: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

equipment, materials, labour etc.iv) Schedule of Rates to cover Royalties, Rents

and claims.v) Schedule of Rates to cover taxes & dutiesvi) Schedule of Rates to cover risks of delayvii) Schedule of Rates cannot be altered

88.0 Procedure for Measurement and billingof works in progress

88.1 Billing Procedure88.2 Secured Advance on materials88.3 Dispute in mode of measurement88.4 Rounding of Amounts89.0 Lumpsum in Tender90.0 Running Account Payments to be regarded

as advances91.0 Notices of Claims for Additional Payments92.0 Payment of Contractor's bills93.0 Receipt for Payment94.0 Completion Certificate94.1 Application for Completion Certificate94.2 Completion Certificate94.3 Completion Certificate Documents95.0 Final Decision & Final Certificate96.0 Certificate and Payments No evidence of completion97.0 Deduction from Contract Price

SECTION-VII (TAXES AND INSURANCE)

98.0 Taxes, Duties, Octroi etc.99.0 Sales Tax/Turnover Tax100.0 Statutory Variations101.0 Insurance101.1 General

i) Employees State Insurance Actii) Workmen Compensation and Employee's Liability Insuranceiii) Accident or injury to workmeniv) Transit Insurancev) Automobilevi) General Liabilityvii) Any other Insurance required under law or regulations by Employer

102.0 Damage to Property or to any Person or any Third Party

SECTION-VIII (LABOUR LAWS)

103.0 Labour laws 104.0 Implementation of Apprentices Act 1961105.0 Contractor to indemnify the Employer106.0 Health and Sanitary Arrangement for worker

SECTION-IX (APPLICABLE LAWS AND SETTLEMENT OF DISPUTES)

107.0 Arbitration108.0 Jurisdiction

SECTION-X (SAFETY CODES)

Page 99: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

109.0 General110.0 Safety Regulations111.0 First Aid and Industrial Injuries112.0 General Rules113.0 Contractor's barricades114.0 Scaffolding115.0 Excavation and Trenching116.0 Demolition/General Safety117.0 Care in Handling Inflammable Gas118.0 Temporary Combustible Structures119.0 Precautions Against Fire120.0 Explosives121.0 Mines Act122.0 Preservation of Places123.0 Outbreak of Infectious diseases124.0 Use of intoxicants

ANNEXURES TO GCC

1. Proforma of Agreement2. Proforma for Indemnity Bond for Advance against material

Page 100: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

General Conditions of Contract

Section- I. Definitions

1. Definition of Terms: 1.1 In this CONTRACT (as here-in-after defined) the following words andexpressions shall have the meanings hereby assigned to them exceptwhere the context otherwise required.

1.1.1 The EMPLOYER/COMPANY/GAIL means GAIL (INDIA) LTD., apublic limited company, incorporated under the Company’s act 1956and having its Registered office at 16, Bhikaji Cama Place, New Delhi110066 and includes its successors and assigns.

1.1.2 The "CONTRACTOR" means the person or the persons, firm orCompany or corporation whose tender has been accepted by theEMPLOYER and includes the CONTRACTOR's legal Representativeshis successors and permitted assigns.

1.1.3 The ENGINEER/ENGINEER-IN-CHARGE" shall mean the persondesignated from time to time by the GAIL and shall include those whoare expressly authorized by him to act for and on his behalf foroperation of this CONTRACT.

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

1.1.5 The "PERMANENT WORK" means and includes works which will beincorporated in and form a part of the work to be handed over to theEMPLOYER by the CONTRACTOR on completion of theCONTRACT.

1.1.6 "CONSTRUCTION EQUIPMENT" means all appliances/equipmentand things whatsoever nature for the use in or for the execution,completion, operation, or maintenance of the work or temporary works(as hereinafter defined) but does not include materials or other thingsintended to form or to be incorporated into the WORK, or campingfacilities.

1.1.7 "CONTRACT DOCUMENTS" means collectively the TenderDocuments, Designs, Drawings, Specification, Schedule of Quantitiesand Rates, Letter of Acceptance and agreed variations if any, andsuch other documents constituting the tender and acceptance thereof.

1.1.8 CONSULTANT: means ------------------------------- who are the consultingengineer to the Employer for this project and having registered office at--------------------------------------------------------------------------------------------------------------------------------------------------------------

1.1.9 The "SUB-CONTRACTOR" means any person or firm or Company(other than the CONTRACTOR) to whom any part of the work hasbeen entrusted by the CONTRACTOR, with the written consent of theENGINEER-IN-CHARGE, and the legal representatives, successorsand permitted assigns of such person, firm or company.

1.1.10 The "CONTRACT” shall mean the Agreement between the

Page 101: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

EMPLOYER and the CONTRACTOR for the execution of the worksincluding therein all contract documents.

1.1.11 The "SPECIFICATION" shall mean all directions the various technicalspecifications, provisions attached and referred to the TenderDocuments which pertain to the method and manner of performing thework or works to the quantities and qualities of the work or works andthe materials to be furnished under the CONTRACT for the work orworks, as may be amplified or modified by the GAIL orENGINEER-IN-CHARGE during the performance of CONTRACT inorder to provide the unforseen conditions or in the best interests of thework or works. It shall also include the latest edition of relevantStandard Specifications including all addenda/corrigenda publishedbefore entering into CONTRACT.

1.1.12 The "DRAWINGS" shall include maps, plans and tracings or prints orsketches thereof with any modifications approved in writing by theENGINEER- IN-CHARGE and such other drawing as may, from timeto time, be furnished or approved in writing by theENGINEER-IN-CHARGE.

1.1.13 The "TENDER" means the proposal along with supporting documentssubmitted by the CONTRACTOR for consideration by theEMPLOYER.

1.1.14 The "CHANGE ORDER" means an order given in writing by theENGINEER-IN-CHARGE to effect additions to or deletion from andalteration in the works.

1.1.15 The "COMPLETION CERTIFICATE" shall mean the certificate to beissued by the ENGINEER-IN-CHARGE when the works have beencompleted entirely in accordance with CONTRACT DOCUMENT to hissatisfaction.

1.1.16 The "FINAL CERTIFICATE" in relation to a work means the certificateregarding the satisfactory compliance of various provision of theCONTRACT by the CONTRACTOR issued by the ENGINEER-IN-CHARGE/EMPLOYER after the period of liability is over.

1.1.17 “DEFECT LIABILITY PERIOD” in relation to a work means thespecified period from the date of COMPLETION CERTIFICATE uptothe date of issue of FINAL CERTIFICATE during which theCONTRACTOR stands responsible for rectifying all defects that mayappear in the works executed by the CONTRACTOR in pursuance ofthe CONTRACT and includes warranties againstManufacturing/Fabrication/ Erection/Construction defects covering allmaterials plants, equipment, components, and the like supplied by theCONTRACTOR, works executed against workmanship defects.

1.1.18 The "APPOINTING AUTHORITY" for the purpose of arbitration shallbe the CHAIRMAN and MANAGING DIRECTOR or any other personso designated by the EMPLOYER.

1.1.19 "TEMPORARY WORKS" shall mean all temporary works of every kindrequired in or about the execution, completion or maintenance ofworks.

1.1.20 "PLANS" shall mean all maps, sketches and layouts as areincorporated in the CONTRACT in order to define broadly the scopeand specifications of the work or works, and all reproductions thereof.

Page 102: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

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

1.1.22 "NOTICE IN WRITING OR WRITTEN NOTICE" shall mean a notice inwritten, typed or printed characters sent (unless delivered personally orotherwise proved to have been received by the addressee) byregistered post to the latest known private or business address orregistered office of the addressee and shall be deemed to have beenreceived in the ordinary course of post it would have been delivered.

1.1.23 "APPROVED" shall mean approved in writing including subsequentwritten confirmation of previous verbal approval and "APPROVAL"means approval in writing including as aforesaid.

1.1.24 "LETTER OF INTENT/FAX OF INTENT” shall mean intimation by aFax/Letter to Tenderer(s) that the tender has been accepted inaccordance with the provisions contained in the letter.

1.1.25 "DAY" means a day of 24 hours from midnight to midnight irrespectiveof the number of hours worked in that day.

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

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

1.1.28 "METRIC SYSTEM" - All technical documents regarding theconstruction of works are given in the metric system and all work in theproject should be carried out according to the metric system. Alldocuments concerning the work shall also be maintained in the metricsystem.

1.1.29 "VALUE OF CONTRACT” or “TOTAL CONTRACT PRICE” shall meanthe sum accepted or the sum calculated in accordance with the pricesaccepted in tender and/or the CONTRACT rates as payable to theCONTRACTOR for the entire execution and full completion of thework, including change order.

1.1.30 "LANGUAGE FOR DRAWINGS AND INSTRUCTION" All thedrawings, titles, notes, instruction, dimensions, etc. shall be in EnglishLanguage.

1.1.31 "MOBILIZATION" shall mean establishment of sufficiently adequateinfrastructure by the CONTRACTOR at "SITE" comprising ofconstruction equipments, aids, tools tackles including setting of siteoffices with facilities such as power, water, communication etc.establishing manpower organisation comprising of ResidentEngineers, Supervising personnel and an adequate strength of skilled,semi-skilled and un-skilled workers, who with the so establishedinfrastructure shall be in a position to commence execution of work atsite(s), in accordance with the agreed Time Schedule of Completion ofWork. "MOBILISATION" shall be considered to have been achieved, ifthe CONTRACTOR is able to establish infrastructure as per TimeSchedule, where so warranted in accordance with agreed schedule ofwork implementation to the satisfaction of ENGINEER-IN-CHARGE/EMPLOYER.

Page 103: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

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

• "COMMISSIONING" can be either for a completed system or a partof system of a combination of systems or sub-systems and can beperformed in any sequence as desired by EMPLOYER and in amanner established to be made suited according to availability ofpre-requisites. Any such readjustments made by EMPLOYER inperformance of "COMMISSIONING" activity will not be construed tobe violating CONTRACT provisions and CONTRACTOR shall bedeemed to have provided for the same.

Section-II General Informations

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

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

Non-availability of access roads, railway siding and railway wagons forthe use of the CONTRACTOR shall in no case condone any delay inthe execution of WORK nor be the cause for any claim forcompensation against the EMPLOYER.

2.2 Scope of Work: The scope of WORK is defined in the Technical Part of thetender document. The CONTRACTOR shall provide all necessarymaterials, equipment, labour etc. for the execution and maintenance of theWORK till completion unless otherwise mentioned in the TenderDocument.

2.3 Water Supply: Contractor will have to make his own arrangements forsupply of water to his labour camps and for works. All pumpinginstallations, pipe net work and distribution system will have to be carriedout by the Contractor at his own risk and cost.

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

Page 104: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

deducted from the running account bills.

However, the Employer does not guarantee the supply of water and thisdoes not relieve the Contractor of his responsibility in making his ownarrangement and for the timely completion of the various works asstipulated.

2.4 Power Supply:

2.4.1 Subject to availability, EMPLOYER will supply power at 400/440 V atonly one point at the nearest sub-station, from where theCONTRACTOR will make his own arrangement for temporarydistribution. The point of supply will not be more than 500 m awayfrom the CONTRACTOR'S premises. All the works will be done as perthe applicable regulations and passed by theENGINEER-IN-CHARGE. The temporary line will be removedforthwith after the completion of work or if there is any hindrancecaused to the other works due to the alignment of these lines, theCONTRACTOR will re-route or remove the temporary lines at his owncost. The CONTRACTOR at his cost will also provide suitable electricmeters, fuses, switches, etc. for purposes of payment to theEMPLOYER which should be in the custody and control of theEMPLOYER. The cost of power supply shall be payable to theEMPLOYER every month for Construction Works power which wouldbe deducted from the running account bills. The EMPLOYER shallnot, however, guarantee the supply of electricity nor have any liabilityin respect thereof. No claim for compensation for any failure or shortsupply of electricity will be admissible.

2.4.2 It shall be the responsibility of the CONTRACTOR to provide andmaintain the complete installation on the load side of the supply withdue regard to safety requirement at site. All cabling, equipment,installations etc. shall comply in all respects with the latest statutoryrequirements and safety provisions i.e., as per the Central/StateElectricity Acts and Rules etc. The CONTRACTOR will ensure that hisequipment and Electrical Wiring etc., are installed, modified,maintained by a licensed Electrician/Supervisor. A test certificate is tobe produced to the ENGINEER-IN-CHARGE for his approval, beforepower is made available.

2.4.3 At all times, IEA regulations shall be followed failing which theEMPLOYER has a right to disconnect the power supply without anyreference to the CONTRACTOR. No claim shall be entertained forsuch disconnection by the ENGINEER-IN-CHARGE. Power supplywill be reconnected only after production of fresh certificate fromauthorized electrical supervisors.

2.4.4 The EMPLOYER is not liable for any loss or damage to theCONTRACTOR's equipment as a result of variation in voltage orfrequency or interruption in power supply or other loss to theCONTRACTOR arising therefrom.

2.4.5 The CONTRACTOR shall ensure that the Electrical equipmentinstalled by him are such that average power factors does not fallbelow 0.90 at his premises. In case power factor falls below 0.90 inany month, he will reimburse to the EMPLOYER at the penal ratedetermined by the EMPLOYER for all units consumed during themonth.

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

Page 105: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

site will be determined by the EMPLOYER and shall be as per StateElectricity Board's Rules and other statutory provisions applicable forsuch installations from time to time. In case of power supply toCONTRACTOR's colony, the power will be made available at a singlepoint and the CONTRACTOR shall make his own arrangement at hisown cost for distribution to the occupants of the colony as perElectricity Rules and Acts. The site and colony shall be sufficientlyilluminated to avoid accidents.

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

2.4.8 In case of damage of any of the EMPLOYER’s equipment on accountof fault, intentional or unintentional on the part of the CONTRACTOR,the EMPLOYER reserves the right to recover the cost of such damagefrom the CONTRACTOR's bill. Cost of HRC Fuses replaced at theEMPLOYER's terminals due to any fault in the CONTRACTOR'sinstallation shall be to CONTRACTOR's account at the rates decidedby the ENGINEER-IN-CHARGE.

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

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

2.4.11 The total requirement of power shall be indicated by the tendereralongwith his tender.

2.5 Land for Contractor’s Field Office, Godown and Workshop: TheEMPLOYER will, at his own discretion and convenience and for theduration of the execution of the work make available near the site, land forconstruction of CONTRACTOR's Temporary Field Office, godownsworkshops and assembly yard required for the execution of theCONTRACT. The CONTRACTOR shall at his own cost construct all thesetemporary buildings and provide suitable water supply and sanitaryarrangement and get the same approved by the ENGINEER-IN-CHARGE.

On completion of the works undertaken by the CONTRACTOR, he shallremove all temporary works erected by him and have the SITE cleaned asdirected by ENGINEER-IN-CHARGE. If the CONTRACTOR shall fail tocomply with these requirements, the ENGINEER-IN-CHARGE may at heexpenses of the CONTRACTOR remove such surplus, and rubbishmaterials and dispose off the same as he deems fit and get the site clearedas aforesaid; and CONTRACTOR shall forthwith pay the amount of allexpenses so incurred and shall have no claim in respect of any suchsurplus materials disposed off as aforesaid. But the EMPLOYER reservesthe right to ask the CONTRACTOR any time during the pendency of theCONTRACT to vacate the land by giving 7 days notice on security reasonsor on national interest or otherwise. Rent may be charged for the land sooccupied from contractor by the Employer.

The CONTRACTOR shall put up temporary structures as required by themfor their office, fabrication shop and construction stores only in the area

Page 106: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

allocated to them on the project site by the EMPLOYER or his authorisedrepresentative. No tea stalls/canteens should be put up or allowed to beput up by any CONTRACTOR in the allotted land or complex area withoutwritten permission of the EMPLOYER.

No unauthorised buildings, constructions or structures should be put up bythe CONTRACTOR anywhere on the project site.

For uninterrupted fabrication work, the CONTRACTOR shall put uptemporary covered structures at his cost within Area in the locationallocated to them in the project site by the EMPLOYER or his authorisedrepresentative.

No person except for authorised watchman shall be allowed to stay in theplant area/CONTRACTOR's area after completion of the day's job withoutprior written permission from ENGINEER-IN-CHARGE.

2.6 Land for Residential Accommodation:-:No Land shall be made available forresidential accommodation for staff and labour of CONTRACTOR.

Section-III. General Instructions to Tenderers

3. Submission of Tender: 3.1 TENDER must be submitted without making any additions, alterations, andas per details given in other clauses hereunder. The requisite details shallbe filled in by the TENDERER at space provided under “Submission ofTender at the beginning of GCC of Tender Document. The rate shall befilled only in the schedule given in this Tender Document.

3.2 Addenda/Corrigenda to this Tender Document, if issued, must be signed,submitted alongwith the Tender Document. the tenderer should writeclearly the revised quantities in Schedule of Rates of Tender Documentand should price the WORK based on revised quantities whenamendments of quantities are issued in addenda.

3.3 Covering letter alongwith its enclosures accompanying the TenderDocument and all further correspondence shall be submitted induplicate.

3.4 Tenderers are advised to submit quotations based strictly on the terms andconditions and specifications contained in the Tender Documents andnot to stipulate any deviations.

3.5 Tenders should always be placed in double sealed covers, superscribing["QUOTATION DO NOT OPEN" Tender for_________________________ Project of GAIL (India) Limited due foropening on _______________________]. The Full Name, Addressand Telegraphic Address, Fax No. of the Tenderers shall be written onthe bottom left hand corner of the sealed cover.

4. Documents: 4.1 General:

The tenders as submitted, will consist of the following:

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

Page 107: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

the Tender Documents.

ii) Earnest money in the manner specified in Clause 6 hereof.

iii) Power of Attorney or a true copy thereof duly attested by aGazetted Officer in case an authorised representative hassigned the tender, as required by Clause 14 hereof.

iv) Information regarding tenderers in the proforma enclosed.

v) Details of work of similar type and magnitude carried out by theTenderer in the proforma provided in the tender document.

vi) Organisation chart giving details of field management at site, thetenderer proposes to have for this job.

vii) Details of construction plant and equipments available with thetenderer for using in this work.

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

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

x) Details of present commitment as per proforma enclosed totender.

xi) Data required regarding SUB-CONTRACTOR(s)/ Supplier/Manufacturers and other technical informations the tendererwish to furnish.

xii) Provident fund registration certificate

xiii) List showing all enclosures to tender.

4.2 All pages are to be Initiated: All signatures in Tender Documents shall bedated, as well as, all the pages of all sections of Tender Documents shallbe initialed at the lower right hand corner and signed wherever required inthe tender papers by the TENDERER or by a person holding power ofattorney authorising him to sign on behalf of the tenderer beforesubmission of tender.

4.3 Rates to be in Figures and Words: The tender should quote in Englishboth in figures as well as in words the rates and amounts tendered by himin the Schedule of Rates of Tender submitted by the CONTRACTOR foreach item and in such a way that interpolation is not possible. The amountfor each item should be worked out and entered and requisite total givenof all items, both in figures and in words. The tendered amount for thework shall be entered in the tender and duly signed by the Tenderer.

If some discrepancies are found between the RATES in FIGURESand WORDS or the AMOUNT shown in the tender, the followingprocedure shall be followed:

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

b) When the rate quoted by the tenderer in figures and words tally butthe amount is incorrect the rate quoted by the tenderer shall be

Page 108: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

taken as correct.

c) When it is not possible to ascertain the correct rate by either ofabove methods, the rate quoted in words shall be taken as correct.

4.4 Corrections and Erasures: All correction(s) and alteration(s) in the entriesof tender paper shall be signed in full by the TENDERER with date. Noerasure or over writing is permissible.

4.5 Signature of Tenderer:4.5.1 The TENDERER shall contain the name, residence and place of

business of person or persons making the tender and shall be signedby the TENDERER with his usual signature. Partnership firms shallfurnish the full names of all partners in the tender. It should be signedin the partnership's name by all the partners or by duly authorisedrepresentatives followed by the name and designation of the personsigning. Tender by a corporation shall be signed by an authorisedrepresentative, and a Power of Attorney in that behalf shallaccompany the tender. A copy of the constitution of the firm withnames of all partners shall be furnished.

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

4.6 Witness: Witness and sureties shall be persons of status and property andtheir names, occupation and address shall be stated below their signature.

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

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

5. Transfer of TenderDocuments:

5.1 Transfer of Tender Documents purchased by one intending tenderer toanother is not permissible.

Page 109: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

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

The bid guarantee shall be submitted in the prescribed format .

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

The Earnest Money deposited by successful tenderer shall be forfeitedif the Contractor fails to furnish the requisite Contract PerformanceSecurity as per clause 24 hereof and /or fails to start work within aperiod of 15 days or fails to execute the AGREEMENT within 15 daysof the receipt by him of the Notification of Acceptance of Tender.

Note: The Earnest Money of the unsuccessful bidder will be returnedby EMPLOYER/CONSULTANT, directly to the tenderer (s), withina reasonable period of time but not later than 30 days after theexpiration of the period of bid validity prescribed by EMPLOYER.

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

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

8.2 Each addenda/ corrigendum issued will be issued in duplicate to eachperson or organisation to whom set of Tender Documents has beenissued. Recipient will retain tenderer's copy of eachAddendum/Corrigendum and attach original copy duly signed alongwith his offer. All Addenda/Corrigenda issued shall become part ofTender Documents.

9 Right of Employer toAccept or Reject Tender:

9.1 The right to accept the tender will rest with the EMPLOYER. TheEMPLOYER, however, does not bind himself to accept the lowesttender, and reserves to itself the authority to reject any or all the

Page 110: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

tenders received without assigning any reason whatsoever. At theoption of the Employer, the work for which the tender had been invited,may be awarded to one Contractor or split between more than onebidders, in which case the award will be made for only that part of thework, in respect of which the bid has been accepted. The quoted ratesshould hold good for such eventualities.

Tenders in which any of the particulars and prescribed information aremissing or are incomplete in any respect and/or the prescribedconditions are not fulfilled are liable to be rejected. The Tendercontaining uncalled for remarks or any additional conditions are liableto be rejected.

Canvassing in connection with tenders is strictly prohibited andtenders submitted by the Tenderers who resort to canvassing will beliable to rejection.

10 Time Schedule 10.1 The WORK shall be executed strictly as per the TIME SCHEDULEspecified in TENDER/CONTRACT Document. The period ofconstruction given in Time Schedule includes the time required formobilisation as well as testing, rectifications if any, retesting andcompletion in all respects to the entire satisfaction of theENGINEER-IN- CHARGE.

10.2 A joint programme of execution of the WORK will be prepared by theENGINEER-IN-CHARGE and CONTRACTOR based on priorityrequirement of this project. This programme will take into account thetime of completion mentioned in 10.1 above and the time allowed forthe priority works by the ENGINEER-IN-CHARGE.

10.3 Monthly/Weekly construction programme will; be drawn up by theENGINEER-IN-CHARGE jointly with the CONTRACTOR, based onavailability of work fronts and the joint construction programme as per10.2 above. The CONTRACTOR shall scrupulously adhere to thesetargets /programmes by deploying adequate personnel, constructiontools and tackles and he shall also supply himself all materials of hisscope of supply in good time to achieve the targets/programmes. In allmatters concerning the extent of targets set out in the weekly andmonthly programmes and the degree of achievements the decision ofthe ENGINEER-IN-CHARGE will be final and binding on theCONTRACTOR.

11 Tenderer’s Responsibility 11.1 The intending tenderers shall be deemed to have visited the SITE andfamiliarised submitting the tender. Non-familiarity with the siteconditions will not be considered a reason either for extra claims or fornot carrying out the works in strict conformity with the DRAWINGS andSPECIFICATIONS or for any delay in performance.

12 Retired Government orCompany Officers

12.1 No Engineer of Gazetted rank or other Gazetted Officer employed inEngineering or Administrative duties in an Engineering Department ofthe States/ Central Government or of the EMPLOYER is allowed towork as a CONTRACTOR for a period of two years after his retirementfrom Government Service, or from the employment of the EMPLOYERwithout the previous permission of the EMPLOYER. The CONTRACT,if awarded, is liable to be cancelled if either the CONTRACTOR or anyof his employees is found at any time to be such a person, who hasnot obtained the permission of the State/Central Government or of theEMPLOYER as aforesaid before submission of tender, or engagementin the CONTRACTOR'S service as the case may be.

Page 111: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

13 Signing of the Contract: 13.1 The successful tenderer shall be required to execute an AGREEMENTin the proforma attached with TENDER DOCUMENT within 15 days ofthe receipt by him of the Notification of Acceptance of Tender. In theevent of failure on the part of the successful tenderer to sign theAGREEMENT within the above stipulated period, the Earnest Moneyor his initial deposit will be forefeited and the acceptance of the tendershall be considered as cancelled.

14 Field Management &Controlling/CoordinatingAuthority:

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

14.2 The ENGINEER-IN-CHARGE shall coordinate the works of variousagencies engaged at site to ensure minimum disruption of work carriedout by different agencies. It shall be the responsibility of theCONTRACTOR to plan and execute the work strictly in accordancewith site instructions to avoid hindrance to the work being executed byother agencies.

15 Note to Schedule ofRates:

15.1 The Schedule of Rates should be read in conjunction with all the othersections of the tender.

15.2 The tenderer shall be deemed to have studied the DRAWINGS,SPECIFICATIONS and details of work to be done within TIMESCHEDULE and to have aquainted himself of the condition prevailingat site.

15.3 Rates must be filled in the Schedule of Rates of original TenderDocuments. If quoted in separate typed sheets no variation in itemdescription or specification shall be accepted. Any exceptions taken bythe tenderer to the Schedule of Rates shall be brought out in the termsand conditions of the offer.

15.4 The quantities shown against the various items are only approximate.Any increase or decrease in the quantities shall not form the basis ofalteration of the rates quoted and accepted.

15.5 The EMPLOYER reserves the right to interpolate the rates for suchitems of work falling between similar items of lower and highermagnitude.

16 Policy for Tenders UnderConsideration:

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

16.2 Zero Deviation: Bidders to note that this is a ZERO DEVIATIONTENDER. GAIL will appreciate submission of offer based on theterms and conditions in the enclosed General Conditions of Contract(GCC), Special Conditions of Contract (SCC), Instructions toBidders (ITB), Scope of Work, technical specifications etc. to avoidwastage of time and money in seeking clarifications on technical/commercial aspects of the offer. Bidder may note that no technicaland commercial clarifications will be sought for after the receipt ofthe bids. In case of any deviation/nonconformity observed in the bid,it will be liable for rejection.

Page 112: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

17 Award of Contract: 17.1 The Acceptance of Tender will be intimated to the successful Tendererby GAIL either by Telex/ Telegram/ Fax or by Letter or likemeans-defined as LETTER OF ACCEPTANCE OF TENDER.

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

18 Clarification of TenderDocument:

18.1 The Tender is required to carefully examine the TechnicalSpecifications, Conditions of Contract, Drawings and other detailsrelating to WORK and given in Tender Document and fully informhimself as to all conditions and matters which may in any way affectthe WORK or the cost thereof. In case the Tenderer is in doubt aboutthe completeness or correctness of any of the contents of the TenderDocuments he should request in writing for aninterpretation/clarification to GAIL in triplicate. GAIL will then issueinterpretation/clarification to Tenderer in writing. Such clarificationsand or interpretations shall form part of the Specifications andDocuments and shall accompany the tender which shall be submittedby tenderer within time and date as specified in invitations to tender.

18.2 Verbal clarification and information given by GAIL or its employee(s) orits representatives shall not in any way be binding on GAIL.

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

19.2 It must be understood and agreed that such factors have properly beeninvestigated and considered while submitting the tender. No claim forfinancial or any other adjustments to VALUE OF CONTRACT, on lackof clarity of such factors shall be entertained.

20 Abnormal Rates: 20.1 The tenderer is expected to quote rate for each item after carefulanalysis of cost involved for the performance of the completed itemconsidering all specifications and Conditions of Contract. This willavoid loss of profit or gain in case of curtailment or change ofspecification for any item. In case it is noticed that the rates quoted bythe tenderer for any item are unusually high or unusually low, it will besufficient cause for the rejection of the tender unless the EMPLOYERis convinced about the reasonableness after scrutiny of the analysis forsuch rate(s) to be furnished by the tenderer (on demand).

Section-IV. General Obligations

21 Priority of ContractDocuments

21.1 Except if and the extent otherwise provided by the Contract, theprovisions of the General Conditions of Contract and SpecialConditions shall prevail over those of any other documentsforming part of the CONTRACT. Several documents forming theCONTRACT are to be taken as mutually explanatory of oneanother, but in case of ambiguities or discrepancies the sameshall be explained and adjusted by the ENGINEER-IN-CHARGE

Page 113: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

who shall thereupon issue to the Contractor instructions thereonand in such event, unless otherwise provided in the Contract, thepriority of the documents forming the Contract shall be as follows :

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

Works shown in the DRAWING but not mentioned in theSPECIFICATIONS OR described in the SPECIFICATIONS withoutbeing shown in the DRAWINGS shall nevertheless be deemed to beincluded in the same manner as if they had been specifically shownupon the DRAWINGS and described in the SPECIFICATIONS.

21.2 Headings and Marginal Notes: All headings and marginal notes tothe clauses of these General Conditions of Contract or to theSPECIFICATIONS or to any other Tender Document are solelyfor the purpose of giving a concise indication and not a summaryof the contents thereof, and they shall never be deemed to be partthereof or be used in the interpretation or construction thereof theCONTRACT.

21.3 Singular and Plural: In CONTRACT DOCUMENTS unlessotherwise stated specifically, the singular shall include the pluraland vice versa wherever the context so requires.

21.4 Interpretation: Words implying `Persons' shall include relevant`Corporate Companies / Registered Associations/ Body ofIndividuals/ Firm of Partnership' as the case may be.

22 Special Conditions ofContract:

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

22.2 Notwithstanding the sub-division of the documents into theseseparate sections and volumes every part of each shall bedeemed to be supplementary to and complementary of everyother part and shall be read with and into the CONTRACT so faras it may be practicable to do so.

22.3 Where any portion of the General Condition of Contract isrepugnant to or at variance with any provisions of the SpecialConditions of Contract, unless a different intention appears theprovisions of the Special Conditions of Contract shall be deemedto over-ride the provisions of the General Conditions of Contractand shall to the extent of such repugnancy, or variations, prevail.

22.4 Wherever it is mentioned in the specifications that theCONTRACTOR shall perform certain WORK or provide certainfacilities, it is understood that the CONTRACTOR shall do so athis cost and the VALUE OF CONTRACT shall be deemed to haveincluded cost of such performance and provisions, so mentioned.

22.5 The materials, design and workmanship shall satisfy the relevantINDIAN STANDARDS, the JOB SPECIFICATIONS contained

Page 114: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

herein and CODES referred to. Where the job specificationstipulate requirements in addition to those contained in thestandard codes and specifications, these additional requirementsshall also be satisfied.

23 Contractor to obtain hisown Information:

23.1 The CONTRACTOR in fixing his rate shall for all purposewhatsoever reason may be, deemed to have himselfindependently obtained all necessary information for the purposeof preparing his tender and his tender as accepted shall bedeemed to have taken into account all contingencies as may arisedue to such information or lack of same. The correctness of thedetails, given in the Tender Document to help the CONTRACTORto make up the tender is not guaranteed.

The CONTRACTOR shall be deemed to have examined theCONTRACT DOCUMENTS, to have generally obtained his owninformation in all matters whatsoever that might affect the carryingout of the works at the schedules rates and to have satisfiedhimself to the sufficiency of his tender. Any error in description ofquantity or omission therefrom shall not vitiate the CONTRACT orrelease the CONTRACTOR from executing the work comprised inthe CONTRACT according to DRAWINGS andSPECIFICATIONS at the scheduled rates. He is deemed to haveknown the scope, nature and magnitude of the WORKS and therequirements of materials and labour involved etc., and as to whatall works he has to complete in accordance with the CONTRACTdocuments whatever be the defects, omissions or errors that maybe found in the DOCUMENTS. The CONTRACTOR shall bedeemed to have visited surroundings, to have satisfied himself tothe nature of all existing structures, if any, and also as to thenature and the conditions of the Railways, Roads, Bridges andCulverts, means of transport and communication, whether byland, water or air, and as to possible interruptions thereto and theaccess and egress from the site, to have made enquiries,examined and satisfied himself as to the sites for obtaining sand,stones, bricks and other materials, the sites for disposal of surplusmaterials, the available accommodation as to whatever required,depots and such other buildings as may be necessary forexecuting and completing the works, to have made localindependent enquiries as to the sub-soil, subsoil water andvariations thereof, storms, prevailing winds, climatic conditionsand all other similar matters effecting these works. He is deemedto have acquainted himself as to his liability of payment ofGovernment Taxes, Customs duty and other charges, levies etc.

Any neglect or omission or failure on the part of theCONTRACTOR in obtaining necessary and reliable informationupon the foregoing or any other matters affecting the CONTRACTshall not relieve him from any risks or liabilities or the entireresponsibility from completion of the works at the scheduled ratesand times in strict accordance with the CONTRACT.

It is, therefore, expected that should the CONTRACTOR have anydoubt as to the meaning of any portion of the CONTRACTDOCUMENT he shall set forth the particulars thereof in writing toEMPLOYER in duplicate, before submission of tender. TheEMPLOYER may provide such clarification as may be necessaryin writing to CONTRACT, such clarifications as provided byEMPLOYER shall form part of CONTRACT DOCUMENTS.

Page 115: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

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

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

24 Contract PerformanceSecurity:

24.1 The CONTRACTOR shall furnish to the EMPLOYER, within 15days from the date of notification of award, a security in the sumof 10% of the accepted value of the tender or the actual value ofwork to be done whichever is applicable due to any additionalwork or any other reasons, in the form of a Bank draft/Banker’scheque or Bank Guarantee or irrevocable Letter of credit (as perproforma enclosed) as Contract Performance Security with theEMPLOYER which will be refunded after the expiry of DEFECTSLIABILITY PERIOD.

24.2 CONTRACTOR can furnish the Contract Performance Security inthe form of Demand Draft or through a Bank Guarantee orthrough an irrevocable Letter of Credit from any Indian scheduledbank or a branch of an International bank situated in India andregistered with Reserve Bank of India as scheduled foreignbank. However, other than the Nationalised Indian Banks, thebanks whose BGs are furnished, must be commercial bankshaving net worth in excess of Rs. 100 crores and a declarationto this effect should be made by such commercial bank either inthe bank guarantee itself or separately on a letter head.

The bank guarantee or the Letter of Credit shall be submitted inthe prescribed format.

24.3 If the CONTRACTOR/SUB-CONTRACTOR or their employees orthe CONTRACTOR’s agents and representatives shall damage,break, deface or destroy any property belonging to theEMPLOYER or others during the execution of the CONTRACT,the same shall be made good by the CONTRACTOR at his ownexpenses and in default thereof, the ENGINEER-IN-CHARGEmay cause the same to be made good by other agencies andrecover expenses from the CONTRACTOR (for which thecertificate of the ENGINEER- IN-CHARGE shall be final).

24.4 All compensation or other sums of money payable by theCONTRACTOR to the EMPLOYER under terms of thisCONTRACT may be deducted from or paid by the encashment orsale of a sufficient part of his Contract Performance Security orfrom any sums which may be due or may become due to theCONTRACTOR by the EMPLOYER of any account whatsoeverand in the event of his Contract Performance Security beingreduced by reasons of any such deductions or sale of aforesaid,the CONTRACTOR shall within ten days thereafter make good incash, bank drafts as aforesaid any sum or sums which may havebeen deducted from or realised by sale of his ContractPerformance Security, or any part thereof. No interest shall bepayable by the EMPLOYER for sum deposited as ContractPerformance Security.

24.5 Failure of the successful bidder to comply with the requirements ofthis Clause shall constitute sufficient grounds for the annulment of

Page 116: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

the award and the forfeiture of bid security.

25 Time of Performance: 25.1 Time for MobilisationThe work covered by this CONTRACT shall be commenced withinfifteen (15) days, the date of letter/Fax of Intent and be completedin stages on or before the dates as mentioned in the TIMESCHEDULE OF COMPLETION OF WORK. The CONTRACTORshould bear in mind that time is the essence of this agreement.Request for revision of construction time after tenders are openedwill not receive consideration. The above period of fifteen (15)days is included within the overall COMPLETION SCHEDULE,not over and above the completion time to any additional work orany other reasons.

25.2 Time Schedule of Construction:

25.2.1 The general Time Schedule of construction is given in theTENDER DOCUMENT. CONTRACTOR should prepare adetailed monthly or weekly construction program jointly with theENGINEER-IN-CHARGE within 15 days of receipt ofLETTER/FAX OF INTENT or ACCEPTANCE OF TENDER. TheWORK shall be executed strictly as per the Time Schedule givenin the CONTRACT DOCUMENT. The period of constructiongiven includes the time required for mobilisation testing,rectifications, if any, retesting and completion in all respects inaccordance with CONTRACT DOCUMENT to the entiresatisfaction of the ENGINEER-IN-CHARGE.

25.2.2 The CONTRACTOR shall submit a detailed PERT network withinthe time frame agreed above consisting of adequate number ofactivities covering various key phases of the WORK such asdesign, procurement, manufacturing, shipment and field erectionactivities within fifteen (15) days from the date of LETTER/FAXOF INTENT. This network shall also indicate the interfacefacilities to be provided by the EMPLOYER and the dates bywhich such facilities are needed.

25.2.3 CONTRACTOR shall discuss the network so submitted with theEMPLOYER and the agreed network which may be in the formas submitted with the EMPLOYER or in revised form in line withthe outcome of discussions shall form part of the CONTRACT, tobe signed within fifteen (15) days from the date of LETTER OFACCEPTANCE OF TENDER. During the performance of theCONTRACT, if in the opinion of the EMPLOYER proper progressis not maintained suitable changes shall be made in theCONTRACTOR's operation to ensure proper progress.

The above PERT network shall be reviewed periodically andreports shall be submitted by the CONTRACTOR as directed byEMPLOYER.

26 Force Majeure: 26.1 CONDITIONS FOR FORCE MAJEURES

In the event of either party being rendered unable by ForceMajeure to perform any obligations required to be performed bythem under the CONTRACT the relative obligation of the partyaffected by such Force Majeures shall upon notification to theother party be suspended for the period during which ForceMajeures event lasts. The cost and loss sustained by the eitherparty shall be borne by the respective parties.

Page 117: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

The term "Force Majeures" as employed herein shall mean actsof God, earthquake, war (declared or undeclared), revolts, riots,fires, floods, rebellions, explosions, hurricane, sabotage, civilcommotions and acts and regulations of respective Governmentof the two parties, namely the EMPLOYER and theCONTRACTOR.

Upon the occurrence of such cause(s) and upon its termination,the party alleging that it has been rendered unable as aforesaidthereby, shall notify the other party in writing immediately but notlater than 72 (Seventy-two) hours of the alleged beginning andending thereof giving full particulars and satisfactory evidence insupport of its claim.

Time for performance of the relative obligation suspended by theForce Majeures shall then stand extended by the period for whichsuch cause lasts.

If deliveries of bought out items and/or works to be executed bythe CONTRACTOR are suspended by Force Majeure conditionslasting for more than 2 (two) months the EMPLOYER shall havethe option to terminate the CONTRACT or re-negotiate thecontract provisions.

26.2 OUTBREAK OF WAR

26.2.1 If during the currency of the CONTRACT there shall be anout-break of war whether declared or not, in that part of the Worldwhich whether financially or otherwise materially affect theexecution of the WORK the CONTRACTOR shall unless anduntil the CONTRACT is terminated under the provisions in thisclause continue to use his best endeavour to complete theexecution of the WORK, provided always that the EMPLOYERshall be entitled, at any time after such out-break of war toterminate or re-negotiate the CONTRACT by giving notice inwriting to the CONTRACTOR and upon such notice being giventhe CONTRACT shall, save as to the rights of the parties underthis clause and to the operation of the clauses entitled settlementof Disputes and Arbitration hereof, be terminated but withoutprejudice to the right of either party in respect of any antecedentbreach thereof.

26.2.2 If the CONTRACT shall be terminated under the provisions of theabove clause, the CONTRACTOR shall with all reasonablediligence remove from the SITE all the CONTRACTOR'sequipment and shall give similar facilities to hisSUB-CONTRACTORS to do so.

27 Price reductionschedule:

27.1 Time is the essence of the CONTRACT. In case theCONTRACTOR fails to complete the WORK within the stipulatedperiod, then, unless such failure is due to Force Majeure asdefined in Clause 26 here above or due to EMPLOYER'sdefaults, the Total Contract price shall be reduced by ½ % of thetotal Contract Price per complete week of delay or part thereofsubject to a maximum of 5 % of the Total Contract Price, by wayof reduction in price for delay and not as penalty. The saidamount will be recovered from amount due to the Contractor/Contractor’s Contract Performance Security payable on demand.

Page 118: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

27.3 Bonus For EarlyCompletion (*)

The decision of the ENGINEER-IN-CHARGE in regard toapplicability of Price Reduction Schedule shall be final andbinding on the CONTRACTOR.

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

27.3 BONUS FOR EARLY COMPLETION

If the Contractor achieves completion of Works in all respect priorto the time schedule stipulated in the SCC, the Employer shallpay to the Contractor the relevant sum, if mentioned specificallyin SCC, as bonus for early completion. The bonus for earlycompletion, if provided specifically in SCC, shall be payable tothe maximum ceiling of 2 ½ % of the total contract price.

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

28 Rights of the employer toforfeit contractperformance security:

28.1 Whenever any claim against the CONTRACTOR for the paymentof a sum of money arises out or under the CONTRACT, theEMPLOYER shall be entitled to recover such sum byappropriating in part or whole the Contract Performance Securityof the CONTRACTOR. In the event of the security beinginsufficient or if no security has been taken from theCONTRACTOR, then the balance or the total sum recoverable,as the case may be shall be deducted from any sum then due orwhich at any time thereafter may become due to theCONTRACTOR. The CONTRACTOR shall pay to theEMPLOYER on demand any balance remaining due.

29 Failure by the contractorto comply with theprovisions of thecontract:

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

a) TO DETERMINE THE CONTRACT in whichevent the CONTRACT shall stand terminated and shallcease to be in force and effect on and from the dateappointed by the EMPLOYER on that behalf, whereuponthe CONTRACTOR shall stop forthwith any of theCONTRACTOR's work then in progress, except suchWORK as the EMPLOYER may, in writing, require to bedone to safeguard any property or WORK, orinstallations from damage, and the EMPLOYER, for itspart, may take over the work remaining unfinished by theCONTRACTOR and complete the same through a fresh

Page 119: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

contractor or by other means, at the risk and cost of theCONTRACTOR, and any of his sureties if any, shall beliable to the EMPLOYER for any excess cost occasionedby such work having to be so taken over and completedby the EMPLOYER over and above the cost at the ratesspecified in the schedule of quantities and rate/prices.

b) WITHOUT DETERMINING THE CONTRACT totake over the work of the CONTRACTOR or any partthereof and complete the same through a freshcontractor or by other means at the risk and cost of theCONTRACTOR. The CONTRACTOR and any of hissureties are liable to the EMPLOYER for any excesscost over and above the cost at the rates specified in theSchedule of Quantities/ rates, occasioned by such workshaving been taken over and completed by theEMPLOYER.

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

a) The whole or part of the Contract PerformanceSecurity furnished by the CONTRACTOR is liable to beforfeited without prejudice to the right of the EMPLOYERto recover from the CONTRACTOR the excess costreferred to in the sub-clause aforesaid, the EMPLOYERshall also have the right of taking possession andutilising in completing the works or any part thereof, suchas materials equipment and plants available at work sitebelonging to the CONTRACTOR as may be necessaryand the CONTRACTOR shall not be entitled for anycompensation for use or damage to such materials,equipment and plant.

b) The amount that may have become due to theCONTRACTOR on account of work already executed byhim shall not be payable to him until after the expiry ofSix (6) calendar months reckoned from the date oftermination of CONTRACT or from the taking over of theWORK or part thereof by the EMPLOYER as the casemay be, during which period the responsibility for faultymaterials or workmanship in respect of such work shall,under the CONTRACT, rest exclusively with theCONTRACTOR. This amount shall be subject todeduction of any amounts due from the CONTRACT tothe EMPLOYER under the terms of the CONTRACTauthorised or required to be reserved or retained by theEMPLOYER.

29.3 Before determining the CONTRACT as per Clause 29.1(a) or (b)provided in the judgement of the EMPLOYER, the default ordefaults committed by the CONTRACTOR is/are curable and canbe cured by the CONTRACTOR if an opportunity given to him,then the EMPLOYER may issue Notice in writing calling theCONTRACTOR to cure the default within such time specified inthe Notice.

29.4 The EMPLOYER shall also have the right to proceed or takeaction as per 29.1(a) or (b) above, in the event that theCONTRACTOR becomes bankrupt, insolvent, compounds withhis creditors, assigns the CONTRACT in favour of his creditors

Page 120: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

or any other person or persons, or being a company or acorporation goes into voluntary liquidation, provided that in thesaid events it shall not be necessary for the EMPLOYER to giveany prior notice to the CONTRACTOR.

29.5 Termination of the CONTRACT as provided for in sub- clause29.1(a) above shall not prejudice or affect their rights of theEMPLOYER which may have accrued upto the date of suchtermination.

30 Contractor remains liableto pay compensation ifaction not taken underclause 29:

30.1 In any case in which any of the powers conferred upon theEMPLOYER BY CLAUSE 29.0 thereof shall have becomeexercisable and the same had not been exercised, thenon-exercise thereof shall not constitute a waiver of any of theconditions hereof and such powers shall notwithstanding beexercisable in .the event of any further case of default by theCONTRACTOR for which by any clause or clauses hereof he isdeclared liable to pay compensation amounting to the whole ofhis Contract Performance Security, and the liability of theCONTRACTOR for past and future compensation shall remainunaffected. In the event of the EMPLOYER putting in force thepower under above sub-clause (a), (b) or (c) vested in him underthe preceding clause he may, if he so desired, take possession ofall or any tools, and plants, materials and stores in or upon theworks or the site thereof belonging to the CONTRACTOR orprocured by him and intended to be used for the execution of theWORK or any part thereof paying or allowing for the same inaccount at the CONTRACT rates or in case of these not beingapplicable at current market rates to be certified by theENGINEER-IN-CHARGE whose certificate thereof shall be final,otherwise the ENGINEER-IN- CHARGE may give notice inwriting to the CONTRACTOR or his clerk of the works, foremanor other authorised agent, requiring him to remove such tools,plant, materials or stores from the premises (within a time to bespecified in such notice), and in the event of the CONTRACTORfailing to comply with any such requisition, theENGINEER-IN-CHARGE may remove them at theCONTRACTOR's expense or sell them by auction or private saleon account of the CONTRACTOR and at his risk in all respectswithout any further notice as to the date, time or place of sale andthe certificate of the ENGINEER-IN-CHARGE as to the expensesof any such removal and the amount of the proceeds andexpenses of any such sale shall be final and conclusive againstthe CONTRACTOR.

31 Change in constitution: 31.1 Where the CONTRACTOR is a partnership firm, the priorapproval of the EMPLOYER shall be obtained in writing, beforeany change is made in the constitution of the firm. Where theCONTRACTOR is an individual or a Hindu undivided familybusiness concern, such approval as aforesaid shall,likewise beobtained before such CONTRACTOR enters into any agreementwith other parties, where under, the reconstituted firm would havethe right to carry out the work hereby undertaken by theCONTRACTOR. In either case if prior approval as aforesaid isnot obtained, the CONTRACT shall be deemed to have beenallotted in contravention of clause 37 hereof and the same actionmay be taken and the same consequence shall ensure asprovided in the said clause.

32 Termination of contract 32(A) TERMINATION OF CONTRACT FOR DEATH:

Page 121: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

If the CONTRACTOR is an individual or a proprietary concernand the individual or the proprietor dies or if the CONTRACTORis a partnership concern and one of the partner dies thenunless, the EMPLOYER is satisfied that the legal representativeof the individual or the proprietory concern or the survivingpartners are capable of carrying out and completingCONTRACT, he (the EMPLOYER)is entitled to cancel theCONTRACT for the uncompleted part without being in any wayliable for any compensation payment to the estate of thediseased CONTRACTOR and/or to the surviving partners of theCONTRACTOR'S firm on account of the cancellation ofCONTRACT. The decision of the EMPLOYER in suchassessment shall be final and binding on the parties. In theevent of such cancellation, the EMPLOYER shall not hold theestate of the diseased CONTRACTOR and/or the survivingpartners of the CONTRACTOR'S firm liable for any damages fornon-completion of CONTRACT.

32(B) TERMINATION OF CONTRACT IN CASE OF LIQUIDATION /BANKRUPTCY ETC.

If the Contractor shall dissolve or become bankrupt orinsolvent or cause or suffer any receiver to be appointed of hisbusiness of any assets thereof compound with his Creditors, orbeing a corporation commence to be wound up, not being amember’s voluntary winding up for the purpose ofamalgamation or reconstruction, or carry on its business undera Receiver for the benefits of its Creditors any of them,EMPLOYER shall be at liberty :-

To terminate the contract forthwith upon coming to know of thehappening of any such event as aforesaid by notice in writing tothe Contractor or to give the Receiver or liquidator or otherperson, the option of carrying out the contract subject to hisproviding a guarantee upto an amount to be agreed upon byEMPLOYER for due and faithful performance of the contract.

32 (C) In case of termination of CONTRACT herein set forth (underclause 29.0) except under conditions of Force Majeure andtermination after expiry of contract, the CONTRACTOR shall beput under holiday [i.e. neither any enquiry will be issued to theparty by GAIL (India) Ltd. against any type of tender nor theiroffer will be considered by GAIL against any ongoing tender (s)where contract between GAIL and that particularCONTRACTOR (as a bidder) has not been finalized] for threeyears from the date of termination by GAIL (India) Ltd. to suchCONTRACTOR.

33 Members of the employernot individually liable :

33.1 No Director, or official or employee of the EMPLOYER/CONSULTANT shall in any way be personally bound or liable forthe acts or obligations of the EMPLOYER under the CONTRACTor answerable for any default or omission in the observance orperformance of any of the acts, matters or things which areherein contained.

34 Employer not bound bypersonalrepresentations:

34.1 The CONTRACTOR shall not be entitled to any increase on thescheduled rates or any other right or claim whatsoever by reasonof any representation, explanation statement or allegedrepresentation, promise or guarantees given or alleged to have

Page 122: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

been given to him by any person.

35 Contractor's office atsite:

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

36 Contractor's subordinatestaff and their conduct

36.1 The CONTRACTOR, on or after award of the WORK shall nameand depute a qualified engineer having sufficient experience incarrying out work of similar nature, to whom the equipments,materials, if any, shall be issued and instructions for works given.The CONTRACTOR shall also provide to the satisfaction of theENGINEER-IN- CHARGE sufficient and qualified staff tosuperintend the execution of the WORK, competent sub-agents,foremen and leading hands including those specially qualified byprevious experience to supervise the types of works comprised inthe CONTRACT in such manner as will ensure work of the bestquality, expeditious working. Whenever in the opinion of theENGINEER-IN- CHARGE additional properly qualifiedsupervisory staff is considered necessary, they shall beemployed by the CONTRACTOR without additional charge onaccounts thereof. The CONTRACTOR shall ensure to thesatisfaction of the ENGINEER-IN-CHARGE that SUB-CONTRACTORS, if any, shall provide competent and efficientsupervision, over the work entrusted to them.

36.2 If and whenever any of the CONTRACTOR's or SUB-CONTRACTOR'S agents, sub-agents, assistants, foremen, orother employees shall in the opinion of ENGINEER-IN- CHARGEbe guilty of any misconduct or be incompetent or insufficientlyqualified or negligent in the performance of their duties of that inthe opinion of the EMPLOYER or the ENGINEER-IN-CHARGE, itis undesirable for administrative or any other reason for suchperson or persons to be employed in the works, theCONTRACTOR, is so directed by the ENGINEER-IN-CHARGE,shall at once remove such person or persons from employmentthereon. Any person or persons so removed from the works shallnot again be employed in connection with the WORKS withoutthe written permission of the ENGINEER-IN- CHARGE. Anyperson so removed from the WORK shall be immediatelyre-placed at the expense of the CONTRACTOR by a qualifiedand competent substitute. Should the CONTRACTOR berequested to repatriate any person removed from the works heshall do so and shall bear all costs in connection herewith.

36.3 The CONTRACTOR shall be responsible for the properbehaviour of all the staff, foremen, workmen, and others, andshall exercise a proper degree of control over them and inparticular and without prejudice to the said generality, theCONTRACTOR shall be bound to prohibit and prevent anyemployees from trespassing or acting in any way detrimental orprejudicial to the interest of the community or of the properties oroccupiers of land and properties in the neighborhood and in theevent of such employee so trespassing, the CONTRACTOR shall

Page 123: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

be responsible therefore and relieve the EMPLOYER of allconsequent claims or actions for damages or injury or any othergrounds whatsoever. The decision of theENGINEER-IN-CHARGE upon any matter arising under thisclause shall be final. The CONTRACTOR shall be liable for anyliability to EMPLOYER on account of deployment ofCONTRACTOR's staff etc. or incidental or arising out of theexecution of CONTRACT.

The CONTRACTOR shall be liable for all acts or omissions onthe part of his staff, Foremen and Workmen and others in hisemployment, including misfeasance or negligence of whateverkind in the course of their work or during their employment, whichare connected directly or indirectly with the CONTRACT.

36.4 If and when required by the EMPLOYER and CONTRACTOR'spersonnel entering upon the EMPLOYER's premises shall beproperly identified by badges of a type acceptable to theEMPLOYER which must be worn at all times on EMPLOYER'spremises. CONTRACTOR may be required to obtain daily entrypasses for his staff/employees from EMPLOYER to work withinoperating areas. These being safety requirements, norelaxations on this account shall be given to CONTRACTOR.

37 Sub-letting of works: 37.1 No part of the CONTRACT nor any share or interest therein shallin any manner or degree be transferred, assigned or sublet bythe CONTRACTOR directly or indirectly to any person, firm orcorporation whatsoever without the consent in writing, of theENGINEER/EMPLOYER except as provided for in thesucceeding sub-clause.

i) SUB-CONTRACTS FOR TEMPORARY WORKS ETC.:

The EMPLOYER may give written consent to Sub-contract for the execution of any part of the WORK at thesite, being entered in to by CONTRACTOR providedeach individual Sub- contract is submitted to theENGINEER-IN-CHARGE before being entered into andis approved by him.

ii) LIST OF SUB-CONTRACTORS TO BE SUPPLIED:

At the commencement of every month theCONTRACTOR shall furnish to the ENGINEER-IN-CHARGE list of all SUB-CONTRACTORS or otherpersons or firms engaged by the CONTRACTOR andworking at the SITE during the previous month withparticulars of the general nature of the Subcontract orworks done by them.

iii) CONTRACTOR'S LIABILITY NOT LIMITED BY SUB-CONTRACTORS:

Notwithstanding any sub-letting with such approval as aforesaid and notwithstanding that the ENGINEER-IN-CHARGE shall have received copies of any Subcontracts, the contractor shall be and shall remain solely responsible for the quality, proper and expeditious execution of the Contract in all respects as if

Page 124: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

such sub-letting or Subcontracting had not taken place, and as if such work had been done directly by the CONTRACTOR. The CONTRACTOR shall bear all responsibility for any act or omission on the part of sub-contractors in regard to work to be performed under the CONTRACT.

iv) EMPLOYER MAY TERMINATE SUB-CONTRACTS:

If any SUB-CONTRACTOR engaged upon the works atthe site executes any works which in the opinion of theENGINEER-IN-CHARGE is not in accordance with theCONTRACT documents, the EMPLOYER may bywritten notice to the CONTRACTOR request him toterminate such subcontract and the CONTRACTORupon the receipt of such notice shall terminate suchSubcontract and dismiss the SUB-CONTRACTOR(S)and the later shall forthwith leave the works, failing whichthe EMPLOYER shall have the right to remove suchSUB- CONTRACTOR(S) from the site.

v) NO REMEDY FOR ACTION TAKEN UNDER THIS CLAUSE:

No action taken by the EMPLOYER under the clauseshall relieve the CONTRACTOR of any of his liabilitiesunder the CONTRACT or give rise to any right orcompensation, extension of time or otherwise failingwhich the EMPLOYER shall have the right to removesuch SUB-CONTRACTOR(S) from the site.

38 Power of entry: 38.1 If the CONTRACTOR shall not commence the WORK in themanner previously described in the CONTRACT documents or ifhe shall at any time in the opinion of theENGINEER-IN-CHARGE.

i) fail to carry out the WORK in conformity with the CONTRACT documents, or

ii) fail to carry out the WORK in accordance with the Time Schedule, or

iii) substantially suspend work or the WORK for a period of fourteen days without authority from the ENGINEER-IN-CHARGE, or

iv) fail to carry out and execute the WORK to the satisfaction of the ENGINEER-IN-CHARGE, or

v) fail to supply sufficient or suitable construction plant, temporary works, labour, materials or things, or

vi) Commit, suffer, or permit any other breach of any of the provisions of the CONTRACT on his part to be performed or observed or persist in any of the above mentioned breaches of the CONTRACT for fourteen days, after notice in

Page 125: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

writing shall have been given to the CONTRACTOR by the ENGINEER-IN-CHARGE requiring such breach to be remedied, or

vii) if the CONTRACTOR shall abandon the WORK or

viii) If the CONTRACTOR during the continuance ofthe CONTRACT shall become bankrupt, makeany arrangement or composition with hiscreditors, or permit any execution to be levied orgo into liquidation whether compulsory orvoluntary not being merely a voluntaryliquidation for the purpose of amalgamation orreconstruction

then in any such case, the EMPLOYER shall have the power toenter upon the WORK and take possession thereof and of thematerials, temporary WORK, construction plant, and stockthereon, and to revoke the CONTRACTOR's licence to use thesame, and to complete the WORK by his agents, otherCONTRACTORS or workmen or to relate the same upon anyterms and to such other person, firm or corporation as theEMPLOYER in his absolute discretion may think proper toemploy and for the purpose aforesaid to use or authorise the useof any materials, temporary work, CONSTRUCTION PLANT, andstock as aforesaid, without making payment or allowance to theCONTRACTOR for the said materials other than such as may becertified in writing by the ENGINEER-IN-CHARGE to bereasonable, and without making any payment or allowance to theCONTRACTOR for the use of the temporary said works,construction plant and stock or being liable for any loss ordamage thereto, and if the EMPLOYER shall by reason of histaking possession of the WORK or of the WORK beingcompleted by other CONTRACTOR (due account being taken ofany such extra work or works which may or be omitted) then theamount of such excess as certified by the ENGINEER-IN-CHARGE shall be deducted from any money which may be duefor work done by the CONTRACTOR under the CONTRACT andnot paid for. Any deficiency shall forthwith be made good andpaid to the EMPLOYER by the CONTRACTOR and theEMPLOYER shall have power to sell in such manner and forsuch price as he may think fit all or any of the construction plant,materials etc. constructed by or belonging to and to recoup andretain the said deficiency or any part thereof out of proceeds ofthe sale.

39 Contractor'sresponsibility with themechanical, electrical,intercommunicationsystem, airconditioningcontractors and otheragencies:

39.1 Without repugnance of any other condition, it shall be theresponsibility of the CONTRACTOR executing the work of civilconstruction, to work in close cooperation and coordinate theWORK with the Mechanical, Electrical, Air-conditioning andIntercommunication Contractor's and other agencies or theirauthorised representatives, in providing the necessary grooves,recesses, cuts and opening etc., in wall, slabs beams andcolumns etc. and making good the same to the desired finish asper specification, for the placement of electrical,intercommunication cables, conduits, air-conditioning inlets andoutlets grills and other equipments etc. where required. For theabove said requirements in the false ceiling and other partitions,

Page 126: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

the CONTRACTOR before starting-up the work shall inconsultation with the Electrical, Mechanical, Intercommunication,Air-conditioning contractor and other agencies prepare andput-up a joint scheme, showing the necessary openings,grooves, recesses, cuts, the methods of fixing required for theWORK of the aforesaid, and the finishes therein, to theENGINEER-IN-CHARGE and get the approval. TheCONTRACTOR before finally submitting the scheme to theENGINEER-IN-CHARGE, shall have the written agreement ofthe other agencies. The ENGINEER- IN-CHARGE, beforecommunicating his approval to the scheme, with any requiredmodification, shall get the final agreement of all the agencies,which shall be binding. No claim shall be entertained on accountof the above.

The CONTRACTOR shall confirm in all respects with provision ofany statutory regulations, ordinances or byelaws of any local orduly constituted authorities or public bodies which may beapplicable from time to time to the WORK or any temporaryworks. The CONTRACTOR shall keep the EMPLOYERindemnified against all penalties and liabilities of every kind,arising out of non- adherance to such stains, ordinances, laws,rules, regulations, etc.

40 Other agencies at site: 40.1 The CONTRACTOR shall have to execute the WORK in suchplace and conditions where other agencies will also be engagedfor other works such as site grading, filling, and levelling,electrical and mechanical engineering works, etc. No claim shallbe entertained due to WORK being executed in the abovecircumstances.

41 Notice: 41.1 TO THE CONTRACTOR:

Any notice hereunder may be served on the CONTRACTOR orhis duly authorised representative at the job site or may beserved by registered mail direct to the address furnished by theCONTRACTOR. Proof of issue of any such notice could beconclusive of the CONTRACTOR having been duly informed ofall contents therein.

41.2 TO THE EMPLOYER:

Any notice to be given to the EMPLOYER under the terms of theCONTRACTOR shall be served by sending the same byRegistered mail to or delivering the same at the respective siteoffices of M/S. GAIL (INDIA) LTD. addressed to theHEAD/SITE-IN-CHARGE.

42 Right of variousinterests:

42.1 i) The EMPLOYER reserves the right to distribute the workbetween more than one agency(ies). The CONTRACTOR shall cooperate and afford other agency(ies) reasonable opportunity for access to the WORK for the carriage and storage of materials and execution of their works.

ii) Wherever the work being done by any department of theEMPLOYER or by other agency(ies) employed by the EMPLOYER is contingent upon WORK covered by this CONTRACT, the respective rights of the various interests involved shall be determined by the

Page 127: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

ENGINEER-IN-CHARGE to secure the completion of thevarious portions of the work in general harmony.

43 Patents and royalties: 43.1 The CONTRACTOR, if licensed under any patent coveringequipment, machinery, materials or compositions of matter to beused or supplied or methods and process to be practised oremployed in the performance of this CONTRACT, agrees to payall royalties and licence fees which may be due with respectthereto. If any equipment, machinery, materials, composition ofmatters, be used or supplied or methods and processes to bepractised or employed in the performance of this CONTRACT,iscovered by a patent under which the CONTRACTOR is notlicensed then the CONTRACTOR before supplying or using theequipment, machinery materials, composition method orprocesses shall obtain such licences and pay such royalties andlicence fees as may be necessary for performance of thisCONTRACT. In the event the CONTRACTOR fails to pay anysuch royalty or obtain any such licence, any suit for infringementof such patents which is brought against the CONTRACTOR orthe EMPLOYER as a result such failure will be defended by theCONTRACTOR at his own expense and the CONTRACTOR willpay any damages and costs awarded in such suit. TheCONTRACTOR shall promptly notify the EMPLOYER if theCONTRACTOR has acquired the knowledge of any plant underwhich a suit for infringement could be reasonably broughtbecause of the use by the EMPLOYER of any equipment,machinery, materials, process, methods to be suppliedhereunder. The CONTRACTOR agrees to and does herebygrant to EMPLOYER, together with the right to extend the sameto any of the subsidiaries of the EMPLOYER as irrevocable,royalty free licence to use in any country, any invention made bythe CONTRACTOR or his employee in or as result of theperformance of the WORK under the CONTRACT.

43.2 All charges on account of royalty. toilage, rent, octroi terminal orsales tax and/or other duties or any other levy on materialsobtained for the work or temporary work or part thereof(excluding materials provided by the EMPLOYER) shall be borneby the CONTRACTOR.

43.3 The CONTRACTOR shall not sell or otherwise dispose of orremove except for the purpose of this CONTRACT, the sand,stone, clay, ballast, earth, rock or other substances, or materialsobtained from any excavation made for the purpose of theWORK or any building or produce upon the site at the time ofdelivery of the possession thereof, but all such substances,materials, buildings and produce shall be the property of theEMPLOYER provided that the CONTRACTOR may with thepermission of the ENGINEER-IN-CHARGE, use the same for thepurpose of the work by payment of cost of the same at such arate as may be determined by the ENGINEER-IN- CHARGE.

43.4 The EMPLOYER shall indemnify and save harmless theCONTRACTOR from any loss on account of claims againstCONTRACTOR for the contributory infringement of patent rightsarising out and based upon the claim that the use of theEMPLOYER of the process included in the design prepared bythe EMPLOYER and used in the operation of the plant infringeson any patent right. With respect to any subcontract entered into

Page 128: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

by CONTRACTOR pursuant to the provisions of the relevantclause hereof, the CONTRACTOR shall obtain from theSUB-CONTRACTOR an undertaking to provide the EMPLOYERwith the same patent protection that CONTRACTOR is requiredto provide under the provisions of this clause.

44 Liens: 44.1 If, at any time there should be evidence or any lien or claim forwhich the EMPLOYER might have become liable and which ischargeable to the CONTRACTOR, the EMPLOYER shall havethe right to retain out of any payment then due or thereafter tobecome due an amount sufficient to completely indemnify theEMPLOYER against such lien or claim and if such lien or claimbe valid, the EMPLOYER may pay and discharge the same anddeduct the amount so paid from any money which may be ormay become due and payable to the CONTRACTOR. If any lienor claim remain unsettled after all payments are made, theCONTRACTOR shall refund or pay to the EMPLOYER all moneythat the latter may be compelled to pay in discharging such lienor claim including all costs and reasonable expenses.EMPLOYER reserves the right to do the same.

44.2 The EMPLOYER shall have lien on all materials, equipmentsincluding those brought by the CONTRACTOR for the purpose oferection, testing and commissioning of the WORK.

44.3 The final payment shall not become due until the CONTRACTORdelivers to the ENGINEER-IN-CHARGE a complete release orwaiver of all liens arising or which may arise out of his agreementor receipt in full or certification by the CONTRACTOR in a formapproved by ENGINEER-IN-CHARGE that all invoices for labour,materials, services have been paid in lien thereof and if requiredby the ENGINEER-IN-CHARGE in any case an affidavit that sofar as the CONTRACTOR has knowledge or information thereleases and receipts include all the labour and material for whicha lien could be filled.

44.4 CONTRACTOR will indemnify and hold the EMPLOYERharmless, for a period of two years after the issue of FINALCERTIFICATE, from all liens and other encumbrances againstthe EMPLOYER on account of debts or claims alleged to be duefrom the CONTRACTOR or his SUB-CONTRACTOR to anyperson including SUB- CONTRACTOR and on behalf ofEMPLOYER will defend at his own expense, any claim orlitigation brought against the EMPLOYER or the CONTRACTORin connection therewith. CONTRACTOR shall defend or contestat his own expense any fresh claim or litigation by any personincluding his SUB-CONTRACTOR, till its satisfactory settlementeven after the expiry of two years from the date of issue of FINALCERTIFICATE.

45 Delays by employer orhis authorised agents:

45.1 In case the CONTRACTOR's performance is delayed due to anyact or omission on the part of the EMPLOYER or his authorisedagents, then the CONTRACTOR shall be given due extension oftime for the completion of the WORK, to the extent such omissionon the part of the EMPLOYER has caused delay in theCONTRACTOR's performance of his WORK.

45.2 No adjustment in CONTRACT PRICE shall be allowed forreasons of such delays and extensions granted except asprovided in TENDER DOCUMENT, where the EMPLOYER

Page 129: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

reserves the right to seek indulgence of CONTRACTOR tomaintain the agreed Time Schedule of Completion.

In such an event the CONTRACTOR shall be obliged for workingby CONTRACTOR's personnel for additional time beyondstipulated working hours as also Sundays and Holidays andachieve the completion date/interim targets.

46 Payment if the contract isterminated:

46.1 If the CONTRACT shall be terminated as per Tender pursuant toClause no. 29 of GCC, the CONTRACTOR shall be paid by theEMPLOYER in so far as such amounts or items shall not havealready been covered by payments of amounts made to theCONTRACTOR for the WORK executed and accepted byENGINEER-IN-CHARGE prior to the date of termination at therates and prices provided for in the CONTRACT and in additionto the following:

a) The amount payable in respect of anypreliminary items, so far as the Work or servicecomprised therein has been carried out or performedand an appropriate portion as certified byENGINEER-IN- CHARGE of any such items or servicecomprised in which has been partially carried out orperformed.

b) Any other expenses which the CONTRACTORhas expended for performing the WORK under theCONTRACT subject to being duly recommended byENGINEER-IN-CHARGE and approved by EMPLOYERfor payment, based on documentary evidence of hishaving incurred such expenses.

46.2 The CONTRACTOR will be further required to transfer the titleand provide the following in the manner and as directed by theEMPLOYER.

a) Any and all completed works.

b) Such partially completed WORK includingdrawings, informations and CONTRACT rights as theCONTRACTOR has specially performed, produced oracquired for the performance of the CONTRACTOR.

47 No waiver of rights: 47.1 Neither the inspection by the EMPLOYER or any of their officials,employees, or agents nor any order by the EMPLOYER forpayment of money or any payment for or acceptance of thewhole or any part of the Work by the EMPLOYER nor anyextension of time, nor any possession taken by EMPLOYERshall operate as a waiver of any provision of the CONTRACT, orof any power herein reserved to the EMPLOYER, or any right todamages herein provided, nor shall any waiver of any breach inthe CONTRACT be held to be a waiver of any other subsequentbreach.

48 Certificate not to affectright of employer and

48.1 No interim payment certificate(s) issued by the Engineer-in-Charge of the EMPLOYER, nor any sum paid on account by the

Page 130: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

liability of contractor: EMPLOYER, nor any extension of time for execution of the workgranted by EMPLOYER shall affect or prejudice the rights of theEmployer against the CONTRACTOR or relieve theCONTRACTOR of his obligations for the due performance of theCONTRACT, or be interpreted as approval of the WORK done orof the equipment supplied and no certificate shall create liabilityfor the EMPLOYER to pay for alterations, amendments,variations or additional works not ordered, in writing, byEMPLOYER or discharge the liability of the CONTRACTOR forthe payment of damages whether due, ascertained, or certified ornot or any sum against the payment of which he is bound toindemnify the EMPLOYER.

49 Language and measures: 49.1 All documents pertaining to the CONTRACT includingSpecifications, Schedules, Notices, Correspondence, operatingand maintenance Instructions, DRAWINGS, or any other writingshall be written in English language. The Metric System ofmeasurement shall be used in the CONTRACT unless otherwisespecified.

50 Transfer of title: 50.1 The title of Ownership of supplies furnished by theCONTRACTOR shall not pass on to the EMPLOYER for allSupplies till the same are finally accepted by the EMPLOYERafter the successful completion of PERFORMANCE TEST andGUARANTEE TEST and issue of FINAL CERTIFICATE.

50.2 However, the EMPLOYER shall have the lien on all such worksperformed as soon as any advance or progressive payment ismade by the EMPLOYER to the CONTRACTOR and theCONTRACTOR shall not subject these works for use other thanthose intended under this CONTRACT.

51 Release of information: 51.1 The CONTRACTOR shall not communicate or use in advertising,publicity, sales releases or in any other medium, photographs, orother reproduction of the Work under this CONTRACT ordescription of the site dimensions, quantity , quality or otherinformation, concerning the Work unless prior written permissionhas been obtained from the EMPLOYER.

52 Brand names: 52.1 The specific reference in the SPECIFICATIONS and documentsto any material by trade name, make or catalogue number shallbe construed as establishing standard or quality andperformance and not as limited competition. However,TENDERER may offer other similar equipments provided itmeets the specified standard design and performancerequirements.

53 Completion of contract: 53.1 Unless otherwise terminated under the provisions of any otherrelevant clause, this CONTRACT shall be deemed to have beencompleted at the expiration of the PERIOD OF LIABILITY asprovided for under the CONTRACT.

54 Spares: 54.1 The CONTRACTOR shall furnish to the EMPLOYER all sparesrequired for COMMISSIONING of the plants, recommendatoryand/or mandatory spares, which are required essential by themanufacturer/supplier. The same shall be delivered at SITE,3(Three) months before COMMISSIONING.

Also the CONTRACTOR should furnish the manufacturing

Page 131: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

drawings for fast wearing spares.

54.2 The CONTRACTOR guarantees the EMPLOYER that before themanufacturers of the equipments, plants and machineries go outof production of spare parts for the equipment furnished anderected by him, he shall give at least twelve (12) months'advance notice to the EMPLOYER, so that the latter may orderhis requirement of spares in one lot, if he so desires.

SECTION-V Performance of Work

55 Execution of work: 55.1 All the Works shall be executed in strict conformity with theprovisions of the CONTRACT Documents and with suchexplanatory detailed drawings, specification and instructions asmay be furnished from time to time to the CONTRACTOR by theENGINEER-IN-CHARGE whether mentioned in the CONTRACTor not. The CONTRACTOR shall be responsible for ensuring thatworks throughout are executed in the most substantial, properand workmanlike manner with the quality of material andworkmanship in strict accordance with the SPECIFICATIONS andto the entire satisfaction of the ENGINEER-IN-CHARGE. TheCONTRACTOR shall provide all necessary materials equipmentlabour etc. for execution and maintenance of WORK tillcompletion unless otherwise mentioned in the CONTRACT.

56 Co-ordination and inspectionof work:

56.1 The coordination and inspection of the day-to-day work under theCONTRACT shall be the responsibility of theENGINEER-IN-CHARGE. The written instruction regarding anyparticular job will normally be passed by theENGINEER-IN-CHARGE or his authorised representative. Awork order book will be maintained by the CONTRACTOR foreach sector in which the aforesaid written instructions will beentered. These will be signed by the CONTRACTOR or hisauthorised representative by way of acknowledgement within 12hours.

57 Work in monsoon anddewatering:

57.1 Unless otherwise specified elsewhere in the tender, the executionof the WORK may entail working in the monsoon also. TheCONTRACTOR must maintain a minimum labour force as maybe required for the job and plan and execute the construction anderection according to the prescribed schedule. No extra rate willbe considered for such work in monsoon.

57.2 During monsoon and other period, it shall be the responsibility ofthe CONTRACTOR to keep the construction work site free fromwater at his own cost.

58 Work on sundays andholidays:

58.1 For carrying out Work on Sundays, and Holidays, theCONTRACTOR will approach the ENGINEER-IN-CHARGE or hisrepresentative at least two days in advance and obtainpermission in writing. The CONTRACTOR shall observe alllabour laws and other statutory rules and regulations in force. Incase of any violations of such laws, rules and regulations,consequence if any, including the cost thereto shall be exclusively

Page 132: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

borne by the CONTRACTOR and the EMPLOYER shall have noliability whatsoever on this account.

59 General conditions forconstruction and erectionwork:

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

59.2 The CONTRACTOR must arrange for the placement of workersin such a way that the delayed completion of the WORK or anypart thereof for any reason whatsoever will not affect their properemployment. The EMPLOYER will not entertain any claim for idletime payment whatsoever.

59.3 The CONTRACTOR shall submit to theEMPLOYER/ENGINEER-IN- CHARGE reports at regularintervals regarding the state and progress of WORK. The detailsand proforma of the report will mutually be agreed after the awardof CONTRACT. The CONTRACTOR shall provide displayboards showing progress and labour strengths at worksite, asdirected by the ENGINEER-IN-CHARGE.

60 Alterations in specifications,design and extra works:

60.1 The WORK covered under this CONTRACT having to beexecuted by the CONTRACTOR on a lumpsum firm price/itemrate quoted by him, the EMPLOYER will not accept any proposalsfor changes in VALUE OF CONTRACT or extension in time onaccount of any such changes which may arise to theCONTRACTOR's scope of WORK as a result of detailedEngineering and thereafter during the execution of WORK. Theonly exception to this will be a case where the EMPLOYERrequests in writing to the CONTRACTOR to upgrade theSPECIFICATIONS or the size of any major pieces of equipments,plant or machinery beyond what is normally required to meet thescope of WORK as defined in the CONTRACT DOCUMENT.

In such cases, a change order will be initialled by theCONTRACTOR at the appropriate time for the EMPLOYER'sprior approval giving the full back-up data for their review and forfinal settlement of any impact on price within 30 (thirty) daysthereafter.

60.2 The ENGINEER-IN-CHARGE shall have to make any alterationsin, omission from, additions to or substitutions for, the Schedule ofRates, the original specifications, drawings, designs andinstructions that may appear to him to be necessary or advisableduring the progress of the WORK and the CONTRACTOR shallbe bound to carry out the such altered/ extra/ new items of WORKin accordance with any instructions which may be given to him inwriting signed by the ENGINEER-IN- CHARGE, and suchalterations, omissions, additions or substitutions shall notinvalidate the CONTRACT and any altered, additional orsubstituted work which the CONTRACTOR may be directed to doin the manner above specified as part of the WORK shall be

Page 133: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

carried out by the CONTRACTOR on the same conditions in allrespects on which he agreed to do the main WORK. The time ofcompletion of WORK may be extended for the part of theparticular job at the discretion of the ENGINEER-IN- CHARGE,for only such alterations, additions or substitutions of the WORK,as he may consider as just and reasonable. The rates for suchadditional, altered or substituted WORK under this clause shall beworked out in accordance with the following provisions:-

I. For Item Rate Contract

a) If the rates for the additional, altered orsubstituted WORK are specified in theCONTRACT for the WORK, the CONTRACTORis bound to carry on the additional, altered orsubstituted WORK at the same rates as arespecified in the CONTRACT.

b) If the rates for the additional, altered orsubstituted WORK are not specifically providedin the CONTRACT for the WORK, the rates willbe derived from the rates for similar class ofWORK as are specified in the CONTRACT forthe WORK. The opinion of the ENGINEER-IN-CHARGE, as to whether or not the rates can bereasonably so derived from the items in thisCONTRACT will be final and binding on theCONTRACTOR.

c) If the rates for the altered, additional orsubstituted WORK cannot be determined in themanner specified in sub-clause(s) and (b) above,then the CONTRACTOR shall, within 7 days ofthe date of receipt of order to carry out theWORK, inform the ENGINEER-IN-CHARGE ofthe rates which it is his intention to charge forsuch class of WORK, supported by analysis ofthe rate or rates claimed, and theENGINEER-IN-CHARGE shall determine therate or rates on the basis of the prevailing marketrates, labour cost at schedule of labour ratesplus 10% to cover contractor's supervision,overheads and profit and pay theCONTRACTOR accordingly. The opinion of theENGINEER- IN-CHARGE as to current marketrates of materials and the quantum of labourinvolved per unit of measurement will be finaland binding on the CONTRACTOR.

d) Where the item of work will be executed throughnominated specialist agency as approved by theENGINEER-IN-CHARGE, then the actualamount paid to such nominated agencysupported by documentary evidence and ascertified by ENGINEER-IN-CHARGE shall beconsidered plus 10% (ten percent) to cover allcontingencies, overhead, profits to arrive at therates.

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

Page 134: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

above shall, however, not apply for thefollowing:-

Where the value of additions of new itemstogether with the value of alterations,additions/deletions or substitutions does notexceed by or is not less than plus/minus (+_)25%of the VALUE OF CONTRACT. The item rates inthe Schedule of Rates shall hold good for allsuch variations between the above mentionedlimits, irrespective of any increase/decrease ofquantities in the individual items of Schedule ofRates.

Where the value of addition of new itemstogether with the value of alterations,additions/deletions or substitutions reduces morethan 25% of the contract value but is within thefollowing limits the tenderer shall be paidcompensation for decrease in the value of work,as follows:

S.No. Range of Variation Percentage compensation fordecrease in the value of workin the respective range.

a) Beyond (+) 25% upto & No increase and/or decreaseinclusive of (+) 50% shall be applicable for the

Schedule of Rates (The ratesquoted for this increase shallbe valid).

b) Beyond (-) 25% upto & For reduction beyond 25%inclusive of (-) 50% contractor shall be

compensated by an amountequivalent to 10% of thereduction in value of thecontract as awarded. Forexample if the actual contractvalue is 70% of awarded valuethen compensation shall be10% of (75-70) i.e. 0.5% ofawarded contract value.

II. For Lumpsum Contracts

CONTRACTOR shall, within 7 days of the date of receiptof order to carry out the WORK, inform theENGINEER-IN- CHARGE of the rates which it is hisintention to charge for such class of WORK, supported byanalysis of the rate or rates claimed, and theENGINEER-IN-CHARGE shall determine the rate orrates on the basis of the prevailing market rates, labourcost at schedule of labour rates plus 10% to covercontractor's supervision, overheads and profit and paythe CONTRACTOR accordingly. The opinion of theENGINEER- IN-CHARGE as to current market rates ofmaterials and the quantum of labour involved per unit ofmeasurement will be final and binding on theCONTRACTOR.

Page 135: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

61 Drawings to be supplied bythe employer

61.1 The drawings attached with tender are only for the generalguidance to the CONTRACTOR to enable him to visualize the typeof work contemplated and scope of work involved. TheCONTRACTOR will be deemed to have studied the DRAWINGSand formed an idea about the WORK involved.

61.2 Detailed working drawings on the basis of which actual execution ofthe WORK is to proceed, will be furnished from time to time duringthe progress of the work. The CONTRACTOR shall be deemed tohave gone through the DRAWINGS supplied to him thoroughly andcarefully and in conjunction with all other connected drawings andbring to the notice of the ENGINEER-IN-CHARGE discrepancies, ifany, therein before actually carrying out the Work.

61.3 Copies of all detailed working drawings relating to the WORK shallbe kept at the CONTRACTOR's office on the site and shall be madeavailable to the ENGINEER-IN- CHARGE at any time during theCONTRACT. The drawings and other documents issued by theEMPLOYER shall be returned to the EMPLOYER on completion ofthe WORK.

62 Drawings to be supplied bythe contractor:

62.1 The drawings/date which are to be furnished by the CONTRACTORare enumerated in the special conditions of contract, and shall befurnished within the specified time.

62.2 Where approval/review of drawings before manufacture/construction/fabrication has been specified, it shall beCONTRACTOR's responsibility to have these drawings prepared asper the directions of ENGINEER-IN-CHARGE and got approvedbefore proceeding with manufacture/construction/fabrication as thecase may be. Any change that may have become necessary inthese drawings during the execution of the work shall have to becarried out by the CONTRACTOR to the satisfaction ofENGINEER-IN-CHARGE at no extra cost. All final drawings shallbear the certification stamp as indicated below duly signed by boththe CONTRACTOR and ENGINEER-IN-CHARGE.

"Certified true for ___________________________________(Name of Work)

AgreementNo.___________________________________________________

Signed:_________________ _________________(CONTRACTOR) (ENGINEER-IN-CHARGE)

62.3 The DRAWINGS submitted by the CONTRACTOR shall bereviewed by the ENGINEER-IN-CHARGE as far as practicablewithin 3 (Three) weeks and shall be modified by theCONTRACTOR, if any modifications and/or corrections are requiredby the ENGINEER-IN-CHARGE. The CONTRACTOR shallincorporate such modifications and/or corrections and submit thefinal drawings for approval. Any delays arising out of failure by theCONTRACTOR to rectify the drawing in good time shall not alterthe Contract Completion Time.

62.4 As built drawings showing all corrections, adjustments etc. shall befurnished by the CONTRACTOR in six copies and one transparentfor record purposed to the EMPLOYER.

Page 136: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

63 Setting out works: 63.1 The ENGINEER-IN-CHARGE shall furnish the CONTRACTOR withonly the four corners of the Works site and a level bench mark andthe CONTRACTOR shall set out the Works and shall provide anefficient staff for the purpose and shall be solely responsible for theaccuracy of such setting out.

63.2 The CONTRACTOR shall provide, fix and be responsible for themaintenance of all stakes, templates, level marks, profiles and othersimilar things and shall take all necessary precautions to preventtheir removal or disturbance and shall be responsible for theconsequence of such removal or disturbance should the same takeplace and for their efficient and timely reinstatement. TheCONTRACTOR shall also be responsible for the maintenance of allexisting survey marks, boundary marks, distance marks and centerline marks, either existing or supplied and fixed by theCONTRACTOR. The work shall be set out to the satisfaction of theENGINEER-IN-CHARGE. The approval there of joining with theCONTRACTOR by the ENGINEER- IN-CHARGE in setting out thework, shall not relieve the CONTRACTOR of any of hisresponsibility.

63.3 Before beginning the Works, the CONTRACTOR shall at his owncost, provide all necessary reference and level posts, pegs,bamboos, flags, ranging rods, strings and other materials for properlayout of the works in accordance with the schemes for bearingmarks acceptable to the ENGINEER-IN-CHARGE. The center,longitudinal or face lines and cross lines shall be marked by meansof small masonry pillars. Each pillar shall have distinct mark at thecentre to enable theodolite to be set over it. No work shall bestarted until all these points are checked and approved by theENGINEER-IN-CHARGE in writing but such approval shall notrelieve the CONTRACTOR of any of his responsibilities. TheCONTRACTOR shall also provide all labour, material and otherfacilities, as necessary, for the proper checking of layout andinspection of the points during construction.

63.4 Pillars bearing geodetic marks located at the sites of units ofWORKS under construction should be protected and fenced by theCONTRACTOR.

63.5 On completion of WORK, the CONTRACTOR must submit thegeodetic documents according to which the WORK was carried out.

64 Responsibility for level andalignment:

64.1 The CONTRACTOR shall be entirely and exclusively responsiblefor the horizontal and vertical alignment, the levels and correctnessof every part of the WORK and shall rectify effectively any errors orimperfections therein, such rectifications shall be carried out by theCONTRACTOR, at his own cost, when instructions are issued tothat effect by the ENGINEER- IN-CHARGE.

65 Materials to be supplied bycontractor:

65.1 The CONTRACTOR shall procure and provide within the VALUEOF CONTRACT the whole of the materials required for theconstruction including steels, cement and other building materials,tools, tackles, construction plant and equipment for the completionand maintenance of the WORK except the materials which will beissued by the EMPLOYER and shall make his own arrangement for

Page 137: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

procuring such materials and for the transport thereof. TheEMPLOYER may give necessary recommendation to the respectiveauthority if so desired by the CONTRACTOR but assumes nofurther responsibility of any nature. The EMPLOYER will insist onthe procurement of materials which bear ISI stamp and/or which aresupplied by reputed suppliers.

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

65.3 No material shall be despatched from the CONTRACTOR's storesbefore obtaining the approval in writing of theENGINEER-IN-CHARGE.

66 Stores supplied by theemployer:

66.1 If the SPECIFICATION of the WORK provides for the use of anymaterial of special description to be supplied from theEMPLOYER's stores or it is required that the CONTRACTOR shalluse certain stores to be provided by the ENGINEER-IN-CHARGE,such materials and stores, and price to be charged there for ashereinafter mentioned being so far as practicable for theconvenience of the CONTRACTOR, but not so as in any way tocontrol the meaning or effect of the CONTRACT, theCONTRACTOR shall be bound to purchase and shall be suppliedsuch materials and stores as are from time to time required to beused by him for the purpose of the CONTRACT only. The sumsdue from the CONTRACTOR for the value of materials supplied bythe EMPLOYER will be recovered from the running account bill onthe basis of the actual consumption of materials in the workscovered and for which the running account bill has been prepared.After the completion of the WORK, however, the CONTRACTORhas to account for the full quantity of materials supplied to him asper relevant clauses in this document.

66.2 The value of the stores/materials as may be supplied to theCONTRACTOR by the EMPLOYER will be debited to theCONTRACTOR's account at the rates shown in the schedule ofmaterials and if they are not entered in the schedule, they will bedebited at cost price, which for the purpose of the CONTRACT shallinclude the cost of carriage and all other expenses whatsoever suchas normal storage supervision charges which shall have beenincurred in obtaining the same at the EMPLOYER's stores. Allmaterials so supplied to the CONTRACTOR shall remain theabsolute property of the EMPLOYER and shall not be removed onany account from the SITE of the WORK, and shall be at all timesopen for inspection to the ENGINEER-IN-CHARGE. Any suchmaterials remaining unused at the time of the completion ortermination of the CONTRACT shall be returned to theEMPLOYER's stores or at a place as directed by theENGINEER-IN-CHARGE in perfectly good condition atCONTRACTOR's cost.

67 Conditions for issue ofmaterials:

67.1 i) Materials specified as to be issued by the EMPLOYER willbe supplied to the CONTRACTOR by the EMPLOYERform his stores. It shall be responsibility of theCONTRACTOR to take delivery of the materials andarrange for its loading, transport and unloading at the SITE

Page 138: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

of WORK at his own cost. The materials shall be issuedbetween the working hours and as per the rules of theEMPLOYER as framed from time to time.

ii) The CONTRACTOR shall bear all incidental charges forthe storage and safe custody of materials at site after thesehave been issued to him.

iii) Materials specified as to be issued by the EMPLOYERshall be issued in standard sizes as obtained from themanufacturers.

iv) The CONTRACTOR shall construct suitable Godowns atthe SITE of WORK for storing the materials safe againstdamage by rain, dampness, fire, theft etc. He shall alsoemploy necessary watch and ward establishment for thepurpose.

v) It shall be duty of the CONTRACTOR to inspect thematerials supplied to him at the time of taking delivery andsatisfy himself that they are in good condition. After thematerials have been delivered by the EMPLOYER, it shallbe the responsibility of the CONTRACTOR to keep them ingood condition and if the materials are damaged or lost, atany time, they shall be repaired and/or replaced by him athis own cost according to the instructions of theENGINEER-IN-CHARGE.

vi) The EMPLOYER shall not be liable for delay in supply ornon-supply of any materials which the EMPLOYER hasundertaken to supply where such failure or delay is due tonatural calamities, act of enemies, transport andprocurement difficulties and any circumstances beyond thecontrol of the EMPLOYER. In no case, theCONTRACTOR shall be entitled to claim anycompensation or loss suffered by him on this account.

vii) It shall be responsibility of the CONTRACTOR to arrange intime all materials required for the WORK other than thoseto be supplied by the EMPLOYER. If, however, in theopinion of the ENGINEER-IN-CHARGE the execution ofthe WORK is likely to be delayed due to theCONTRACTOR's inability to make arrangements for supplyof materials which normally he has to arrange for, theENGINEER-IN-CHARGE shall have the right at his owndiscretion to issue such materials, if available with theEMPLOYER or procure the materials from the market or aselsewhere and the CONTRACTOR will be bound to takesuch materials at the rates decided by theENGINEER-IN-CHARGE. This, however, does not in anyway absolve the CONTRACTOR from responsibility ofmaking arrangements for the supply of such materials inpart or in full, should such a situation occur nor shall thisconstitute a reason for the delay in the execution of theWORK.

viii) None of the materials supplied to the CONTRACTOR willbe utilised by the CONTRACTOR for manufacturing itemwhich can be obtained as supplied from standardmanufacturer in finished form.

Page 139: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

ix) The CONTRACTOR shall, if desired by the ENGINEER-IN-CHARGE, be required to execute an Indemnity Bond inthe prescribed form for safe custody and accounting of allmaterials issued by the EMPLOYER.

x) The CONTRACTOR shall furnish to the ENGINEER-IN-CHARGE sufficiently in advance a statement showing hisrequirement of the quantities of the materials to be suppliedby the EMPLOYER and the time when the same will berequired by him for the works, so as to enable theENGINEER-IN-CHARGE to make necessaryarrangements for procurement and supply of the material.

xi) Account of the materials issued by the EMPLOYER shallbe maintained by CONTRACTOR indicating the dailyreceipt, consumption and balance in hand. This accountshall be maintained in a manner prescribed by theENGINEER-IN-CHARGE along with all connected papersviz. requisitions, issues, etc., and shall be always availablefor inspection in the CONTRACTOR's office at SITE.

xii) The CONTRACTOR should see that only the requiredquantities of materials are got issued. The CONTRACTORshall not be entitled to cartage and incidental charges forreturning the surplus materials, if any, to the storeswherefrom they were issued or to the place as directed bythe ENGINEER-IN-CHARGE.

xiii) Materials/Equipment(s) supplied by EMPLOYER shall notbe utilised for any purpose(s) than issued for.

68 Material procured withassistance ofemployer/return of surplus:

68.1 Notwithstanding anything contained to the contrary in any or all theclauses of this CONTRACT where any materials for the executionof the CONTRACT are procured with the assistance of theEMPLOYER either by issue from EMPLOYER's stock or purchasesmade under order or permits or licences issued by Government, theCONTRACTOR shall hold the said materials as trustee for theEMPLOYER and use such materials economically and solely for thepurpose of the CONTRACT and not dispose them off without thepermission of the EMPLOYER and return, if required by theENGINEER-IN-CHARGE, shall determine having due regard to thecondition of the materials. The price allowed to theCONTRACTOR, however, shall not exceed the amount charged tohim excluding the storage charges, if any. The decision of theENGINEER-IN-CHARGE shall be final and conclusive in suchmatters. In the event of breach of the aforesaid condition, theCONTRACTOR shall, in terms of the licences or permits and/orcriminal breach of trust, be liable to compensate the EMPLOYER atdouble rate or any higher rate, in the event of those materials at thattime having higher rate or not being available in the market, thenany other rate to be determined by the ENGINEER-IN-CHARGEand his decision shall be final and conclusive.

69 Materials obtained fromdismantling:

69.1 If the CONTRACTOR in the course of execution of the WORK iscalled upon to dismantle any part for reasons other than thosestipulated in Clauses 74 and 77 hereunder, the materials obtainedin the WORK of dismantling etc., will be considered as the

Page 140: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

EMPLOYER's property and will be disposed off to the bestadvantage of the EMPLOYER.

70 Articles of value found: 70.1 All gold, silver and other minerals of any description and all preciousstones, coins, treasure relics, antiquities and other similar thingswhich shall be found in, under or upon the SITE, shall be theproperty of the EMPLOYER and the CONTRACTOR shall dulypreserve the same to the satisfaction of theENGINEER-IN-CHARGE and shall from time to time deliver thesame to such person or persons indicated by the EMPLOYER.

71 Discrepancies betweeninstructions:

71.1 Should any discrepancy occur between the various instructionsfurnished to the CONTRACTOR, his agent or staff or any doubtarises as to the meaning of any such instructions or should there beany misunderstanding between the CONTRACTOR's staff and theENGINEER-IN- CHARGE's staff, the CONTRACTOR shall refer thematter immediately in writing to the ENGINEER-IN-CHARGE whosedecision thereon shall be final and conclusive and no claim forlosses alleged to have been caused by such discrepancies betweeninstructions, doubts, or misunderstanding shall in any event beadmissible.

72 Action where nospecification is issued:

72.1 In case of any class of WORK for which there is noSPECIFICATION supplied by the EMPLOYER as mentioned in theTender Documents such WORK shall be carried out in accordancewith Indian Standard Specifications and if the Indian StandardSpecifications do not cover the same, the WORK should be carriedout as per standard Engineering Practice subject to the approval ofthe ENGINEER-IN-CHARGE.

73 Inspection of works: 73.1 The ENGINEER-IN-CHARGE will have full power and authority toinspect the WORK at any time wherever in progress either on theSITE or at the CONTRACTOR's premises/workshops whereversituated, premises/ workshops of any person, firm or corporationwhere WORK in connection with the CONTRACT may be in handor where materials are being or are to be supplied, and theCONTRACTOR shall afford or procure for the ENGINEER-IN-CHARGE every facility and assistance to carry out such inspection.The CONTRACTOR shall, at all time during the usual workinghours and at all other time at which reasonable notice of theintention of the ENGINEER-IN- CHARGE or his representative tovisit the WORK shall have been given to the CONTRACTOR, eitherhimself be present or receive orders and instructions, or have aresponsible agent duly accredited in writing, present for thepurpose. Orders given to the CONTRACTOR's agent shall beconsidered to have the same force as if they had been given to theCONTRACTOR himself. The CONTRACTOR shall give not lessthan seven days notice in writing to the ENGINEER-IN-CHARGEbefore covering up or otherwise placing beyond reach of inspectionand measurement of any work in order that the same may beinspected and measured. In the event of breach of above the sameshall be uncovered at CONTRACTOR's expense for carrying outsuch measurement or inspection.

73.2 No material shall be despatched from the CONTRACTOR's storesbefore obtaining the approval in writing of the Engineer-in-Charge.

The CONTRACTOR is to provide at all time during the progress of

Page 141: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

the WORK and the maintenance period, proper means of accesswith ladders, gangways etc. and the necessary attendance to moveand adopt as directed for inspection or measurements of the WORKby the ENGINEER- IN-CHARGE.

73.3 The CONTRACTOR shall make available to the ENGINEER-IN-CHARGE free of cost all necessary instruments and assistance inchecking or setting out of WORK and in the checking of any WORKmade by the CONTRACTOR for the purpose of setting out andtaking measurements of WORK.

74 Tests for quality of work: 74.1 All workmanship shall be of the respective kinds described in theCONTRACT DOCUMENTS and in accordance with the instructionsof the ENGINEER-IN-CHARGE and shall be subjected from time totime to such test at CONTRACTOR's cost as theENGINEER-IN-CHARGE may direct at the place of manufacture orfabrication or on the site or at all or any such places. TheCONTRACTOR shall provide assistance, instruments, labour andmaterials as are normally required for examining, measuring andtesting any workmanship as may be selected and required by theENGINEER-IN-CHARGE.

74.2 All the tests that will be necessary in connection with the executionof the WORK as decided by the ENGINEER- IN-CHARGE shall becarried out at the field testing laboratory of the EMPLOYER bypaying the charges as decided by the EMPLOYER from time totime. In case of non- availability of testing facility with theEMPLOYER, the required test shall be carried out at the cost ofCONTRACTOR at Government or any other testing laboratory asdirected by ENGINEER-IN-CHARGE.

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

75 Samples for approval: 75.1 The CONTRACTOR shall furnish to the ENGINEER-IN-CHARGEfor approval, when requested or if required by the specifications,adequate samples of all materials and finished to be used in theWORK. Such samples shall be submitted before the WORK iscommenced and in ample time to permit tests and examinationsthereof. All materials furnished and finishes applied in actualWORK shall be fully equal to the approved samples.

76 Action and compensation incase of bad work:

76.1 If it shall appear to the ENGINEER-IN-CHARGE that any work hasbeen executed with unsound, imperfect or unskilled workmanship,or with materials of any inferior description, or that any materials orarticles provided by the CONTRACTOR for the execution of theWORK are unsound, or of a quality inferior to that contracted for, orotherwise not in accordance with the CONTRACT, theCONTRACTOR shall on demand in writing from theENGINEER-IN-CHARGE or his authorised representativespecifying the WORK, materials or articles complained ofnotwithstanding that the same may have been inadvertentlypassed, certified and paid for, forthwith rectify or remove andreconstruct the WORK so specified and provide other proper andsuitable materials or articles at his own cost and in the event offailure to do so within the period specified by theENGINEER-IN-CHARGE in his demand aforesaid, the

Page 142: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

CONTRACTOR shall be liable to pay compensation at the rate of 1% (One percent) of the estimated cost of the whole WORK, forevery week limited to a maximum of 10% (ten percent) of the valueof the whole WORK, while his failure to do so shall continue and inthe case of any such failure the ENGINEER-IN-CHARGE may onexpiry of notice period rectify or remove and re-execute the WORKor remove and replaced with others, the materials or articlescomplained of to as the case may be at the risk and expense in allrespects of the CONTRACTOR. The decision of theEngineering-in-charge as to any question arising under this clauseshall be final and conclusive.

77 Suspension of works: 77.1 i) Subject to the provisions of sub-para (ii) of this clause, the CONTRACTOR shall, if ordered in writing by the ENGINEER-IN-CHARGE, or his representative, temporarilysuspend the WORKS or any part thereof for such written order, proceed with the WORK therein ordered to be suspended until, he shall have received a written order to proceed therewith. The CONTRACTOR shall not be entitled to claim compensation for any loss or damage sustained by him by reason of temporary suspension of theWORKS aforesaid. An extension of time for completion, corresponding with the delay caused by any such suspension of the WORKS as aforesaid will be granted to the CONTRACTOR should he apply for the same provided that the suspension was not consequent to any default or failure on the part of the CONTRACTOR.

ii) In case of suspensions of entire WORK, ordered in writing by ENGINEER-IN-CHARGE, for a period of more than two months, the CONTRACTOR shall have the option to terminate the CONTRACT.

78 Employer may do part ofwork:

78.1 Upon failure of the CONTRACTOR to comply with any instructionsgiven in accordance with the provisions of this CONTRACT theEMPLOYER has the alternative right, instead of assuming chargeof entire WORK, to place additional labour force, tools, equipmentsand materials on such parts of the WORK, as the EMPLOYER maydesignate or also engage another CONTRACTOR to carry out theWORK. In such cases, the EMPLOYER shall deduct from theamount which otherwise might become due to the CONTRACTOR,the cost of such work and material with ten percent (10%) added tocover all departmental charges and should the total amount thereofexceed the amount due to the CONTRACTOR, the CONTRACTORshall pay the difference to the EMPLOYER.

79 Possession prior tocompletion:

79.1 The ENGINEER-IN-CHARGE shall have the right to takepossession of or use any completed or partially completed WORKor part of the WORK. Such possession or use shall not be deemedto be an acceptance of any work completed in accordance with theCONTRACT agreement. If such prior possession or use bythe ENGINEER-IN- CHARGE delays the progress of WORK,equitable adjustment in the time of completion will be made and theCONTRACT agreement shall be deemed to be modifiedaccordingly.

80 (Defects liability period)twelve months period ofliability from the date of

80.1 The CONTRACTOR shall guarantee the installation/WORK for aperiod of 12 months from the date of completion of WORK ascertified by the ENGINEER-IN-CHARGE which is indicated in the

Page 143: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

issue of completioncertificate:

Completion Certificate. Any damage or defect that may arise or lieundiscovered at the time of issue of Completion Certificate,connected in any way with the equipment or materials supplied byhim or in the workmanship, shall be rectified or replaced by theCONTRACTOR at his own expense as deemed necessary by theENGINEER-IN-CHARGE or in default, the ENGINEER-IN-CHARGE may carry out such works by other work and deductactual cost incurred towards labour, supervision and materialsconsumables or otherwise plus 100% towards overheads (of whichthe certificate of ENGINEER-IN-CHARGE shall be final) from anysums that may then be or at any time thereafter, become due to theCONTRACTOR or from his Contract Performance Security, or theproceeds of sale thereof or a sufficient part on thereof.

80.2 If the CONTRACTOR feels that any variation in WORK or in qualityof materials or proportions would be beneficial or necessary to fulfilthe guarantees called for, he shall bring this to the notice of theENGINEER- IN-CHARGE in writing.

If during the period of liability any portion of the WORK/equipment,is found defective and is rectified/ replaced, the period of liability forsuch equipment/ portion of WORK shall be operative from the datesuch rectification/ replacement are carried out and ContractPerformance Guarantee shall be furnished separately for theextended period of liability for that portion of WORK/ equipmentonly. Notwithstanding the above provisions the supplier's,guarantees/warantees for the replaced equipment shall also bepassed on to the EMPLOYER.

80.3 LIMITATION OF LIABILITY

Notwithstanding anything contrary contained herein, theaggregate total liability of CONTRACTOR under the Agreementor otherwise shall be limited to 100% of Agreement / ContractValue. However, neither party shall be liable to the other party forany indirect and consequential damages, loss of profits or loss ofproduction.

81 Care of works: 81.0 From the commencement to completion of the WORK, theCONTRACTOR shall take full responsibility for the care for all worksincluding all temporary works and in case any damages, loss orinjury shall happen to the WORK or to any part thereof or to anytemporary works from any cause whatsoever, shall at his own costrepair and make good the same so that at completion the WORKshall be in good order and in conformity in every respects with therequirement of the CONTRACT and the ENGINEER-IN- CHARGE'sinstructions.

81.1 DEFECTS PRIOR TO TAKING OVER:

If at any time, before the WORK is taken over, theENGINEER-IN-CHARGE shall:

a) Decide that any works done or materials used bythe CONTRACTOR or by any SUB-CONTRACTOR isdefective or not in accordance with the CONTRACT, or thatthe works or any portion thereof are defective, or do notfulfill the requirements of CONTRACT (all such mattersbeing hereinafter, called `Defects' in this clause), and

Page 144: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

b) As soon as reasonably practicable, gives to theCONTRACTOR notice in writing of the said decision,specifying particulars of the defects alleged to exist or tohave occurred, then the CONTRACTOR shall at his ownexpenses and with all speed make good the defects sospecified.

In case CONTRACTOR shall fail to do so, the EMPLOYER maytake, at the cost of the CONTRACTOR, such steps as may in allcircumstances, be reasonable to make good such defects. Theexpenditure so incurred by the EMPLOYER will be recovered fromthe amount due to the CONTRACTOR. The decision of theENGINEER-IN-CHARGE with regard to the amount to be recoveredfrom the CONTRACTOR will be final and binding on theCONTRACTOR. As soon as the WORK has been completed inaccordance with the CONTRACT (except in minor respects that donot affect their use for the purpose for which they are intended andexcept for maintenance there of provided in clause 80.1 of GeneralConditions of Contract) and have passed the tests on completion,the ENGINEER-IN-CHARGE shall issue a certificate (hereinaftercalled Completion Certificate) in which he shall certify the date onwhich the WORK have been so completed and have passed thesaid tests and the EMPLOYER shall be deemed to have taken overthe WORK on the date so certified. If the WORK has been dividedinto various groups in the CONTRACT, the EMPLOYER shall beentitled to take over any group or groups before the other or othersand there upon the ENGINEER-IN-CHARGE shall issue aCompletion Certificate which will, however, be for such group orgroups so taken over only. In such an event if the group /section/part so taken over is related, to the integrated system of the work,not withstanding date of grant of Completion Certificate for group/section/ part. The period of liability in respect of such group/section/ part shall extend 12 (twelve) months from the date ofcompletion of WORK.

81.2 DEFECTS AFTER TAKING OVER:

In order that the CONTRACTOR could obtain a COMPLETIONCERTIFICATE he shall make good, with all possible speed, anydefect arising from the defective materials supplied by theCONTRACTOR or workmanship or any act or omission of theCONTRACT or that may have been noticed or developed, after theworks or groups of the works has been taken over, the periodallowed for carrying out such WORK will be normally one month. Ifany defect be not remedied within a reasonable time, theEMPLOYER may proceed to do the WORK at CONTRACTOR'srisk and expense and deduct from the final bill such amount as maybe decided by the EMPLOYER.

If by reason of any default on the part of the CONTRACTOR aCOMPLETION CERTIFICATE has not been issued in respect ofany portion of the WORK within one month after the date fixed bythe CONTRACT for the completion of the WORK, the EMPLOYERshall be at liberty to use the WORK or any portion thereof in respectof which a completion certificate has not been issued, provided thatthe WORK or the portion thereof so used as aforesaid shall beafforded reasonable opportunity for completing these works for theissue of Completion Certificate.

Page 145: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

82 Guarantee/transfer ofguarantee:

82.1 For works like water-proofing, acid and alkali resisting materials,pre-construction soil treatment against termite or any otherspecialized works etc. the CONTRACTOR shall invariably engageSUB-CONTRACTORS who are specialists in the field and firms ofrepute and such a SUB-CONTRACTOR shall furnish guaranteesfor their workmanship to the EMPLOYER, through theCONTRACTOR. In case such a SUB-CONTRACTOR/ firm is notprepared to furnish a guarantee to the EMPLOYER, theCONTRACTOR shall give that guarantee to the EMPLOYERdirectly.

83 Training of employer'spersonnel:

83.1 The CONTRACTOR undertakes to provide training to Engineeringpersonnel selected and sent by the EMPLOYER at the works of theCONTRACTOR without any cost to the EMPLOYER. The periodand the nature of training for the individual personnel shall beagreed upon mutually between the CONTRACTOR and theEMPLOYER. These engineering personnel shall be given specialtraining at the shops, where the equipment will be manufacturedand/ or in their collaborator's works and where possible, in any otherplant where equipment manufactured by the CONTRACTOR or hiscollaborators is under installation or test to enable those personnelto become familiar with the equipment being furnished by theCONTRACTOR. EMPLOYER shall bear only the to and fro fare ofthe said engineering personnel.

84 Replacement of defectiveparts and materials:

84.1 If during the progress of the WORK, EMPLOYER shall decide andinform in writing to the CONTRACTOR, that the CONTRACTORhas manufactured any plant or part of the plant unsound orimperfect or has furnished plant inferior to the quality specified, theCONTRACTOR on receiving details of such defects or deficienciesshall at his own expenses within 7 (seven) days of his receiving thenotice, or otherwise within such time as may be reasonablynecessary for making it good, proceed to alter, re-construct orremove such work and furnish fresh equipments upto the standardsof the specifications. In case the CONTRACTOR fails to do so,EMPLOYER may on giving the CONTRACTOR 7 (seven) day'snotice in writing of his intentions to do so, proceed to remove theportion of the WORK so complained of and at the cost ofCONTRACTOR's, perform all such works or furnish all suchequipments provided that nothing in the clause shall be deemed todeprive the EMPLOYER of or affect any rights under theCONTRACT, the EMPLOYER may otherwise have in respect ofsuch defects and deficiencies.

84.2 The CONTRACTOR's full and extreme liability under this clauseshall be satisfied by the payments to the EMPLOYER of the extracost, of such replacements procured including erection/installationas provided for in the CONTRACT; such extra cost being theascertained difference between the price paid by the EMPLOYERfor such replacements and the CONTRACT price portion for suchdefective plants and repayments of any sum paid by theEMPLOYER to the CONTRACTOR in respect of such defectiveplant. Should the EMPLOYER not so replace the defective plantthe CONTRACTOR's extreme liability under this clause shall belimited to the repayment of all such sums paid by the EMPLOYERunder the CONTRACT for such defective plant.

85 Indemnity 85.1 If any action is brought before a Court, Tribunal or any otherAuthority against the Employer or an officer or agent of theEMPLOYER, for the failure, omission or neglect on the part of the

Page 146: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

CONTRACTOR to perform any acts, matters, covenants or thingsunder the CONTRACT, or damage or injury caused by the allegedomission or negligence on the part of the CONTRACTOR, hisagents, representatives or his SUB- CONTRACTOR's, or inconnection with any claim based on lawful demands ofSUB-CONTRACTOR's workmen suppliers or employees, theCONTRACTOR, shall in such cases indemnify and keep theEMPLOYER and/or their representatives harmless from all losses,damages, expenses or decrees arising out of such action.

86 Construction aids,equipments, tools & tackles:

CONTRACTOR shall be solely responsible for makingavailable for executing the WORK, all requisite CONSTRUCTIONEQUIPMENTS, Special Aids, Barges, Cranes and the like, all Tools,Tackles and Testing Equipment and Appliances, including importsof such equipment etc. as required. In case of import of the samethe rates applicable for levying of Custom Duty on such Equipment,Tools, & Tackles and the duty drawback applicable thereon shall beascertained by the CONTRACTOR from the concerned authoritiesof Government of India. It shall be clearly understood thatEMPLOYER shall not in any way be responsible for arranging toobtain Custom Clearance and/or payment of any duties and/or dutydraw backs etc. for such equipments so imported by theCONTRACTOR and the CONTRACTOR shall be fully responsiblefor all taxes, duties and documentation with regard to the same.Tenderer in his own interest may contact, for any clarifications in thematter, concerned agencies/Dept./Ministries of Govt. of India. Allclarifications so obtained and interpretations thereof shall be solelythe responsibility of the CONTRACTOR.

SECTION-VI Certificates and Payments

87 Schedule of rates andpayments:

87.1 i) CONTRACTOR'S REMUNERATION:

The price to be paid by the EMPLOYER to CONTRACTORfor the whole of the WORK to be done and for theperformance of all the obligations undertaken by theCONTRACTOR under the CONTRACT DOCUMENTSshall be ascertained by the application of the respectiveSchedule of Rates (the inclusive nature of which is moreparticularly defined by way of application but not oflimitation, with the succeeding sub-clause of this clause)and payment to be made accordingly for the WORKactually executed and approved by the ENGINEER-IN-CHARGE. The sum so ascertained shall (exceptingonly as and to the extent expressly provided herein)constitute the sole and inclusive remuneration of theCONTRACTOR under the CONTRACT and no further orother payment whatsoever shall be or become due orpayable to the CONTRACTOR under the CONTRACT.

ii) SCHEDULE OF RATES TO BE INCLUSIVE:

The prices/rates quoted by the CONTRACTOR shallremain firm till the issue of FINAL CERTIFICATE and shallnot be subject to escalation. Schedule of Rates shall bedeemed to include and cover all costs, expenses andliabilities of every description and all risks of every kind tobe taken in executing, completing and handing over the

Page 147: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

WORK to the EMPLOYER by the CONTRACTOR. TheCONTRACTOR shall be deemed to have known thenature, scope, magnitude and the extent of the WORK andmaterials required though the CONTRACT DOCUMENTmay not fully and precisely furnish them. Tenderer's shallmake such provision in the Schedule of Rates as he mayconsider necessary to cover the cost of such items ofWORK and materials as may be reasonable and necessaryto complete the WORK. The opinion of theENGINEER-IN-CHARGE as to the items of WORK whichare necessary and reasonable for COMPLETION OFWORK shall be final and binding on the CONTRACTOR,although the same may not be shown on or describedspecifically in CONTRACT DOCUMENTS.

Generality of this present provision shall not be deemed tocut down or limit in any way because in certain cases itmay and in other cases it may not be expressly stated thatthe CONTRACTOR shall do or perform a work or supplyarticles or perform services at his own cost or withoutaddition of payment or without extra charge or words to thesame effect or that it may be stated or not stated that thesame are included in and covered by the Schedule ofRates.

iii) SCHEDULE OF RATES TO COVERCONSTRUCTION EQUIPMENTS, MATERIALS, LABOURETC.:

Without in any way limiting the provisions of the precedingsub-clause the Schedule of Rates shall be deemed toinclude and cover the cost of all construction equipment,temporary WORK (except as provided for herein), pumps,materials, labour, insurance, fuel, consumables, stores andappliances to be supplied by the CONTRACTOR and allother matters in connection with each item in the Scheduleof Rates and the execution of the WORK or any portionthereof finished, complete in every respect and maintainedas shown or described in the CONTRACT DOCUMENTSor as may be ordered in writing during the continuance ofthe CONTRACT.

iv) SCHEDULE OF RATES TO COVER ROYALTIES, RENTS AND CLAIMS:

The Schedule of Rates (i.e., VALUE OF CONTRACT) shallbe deemed to include and cover the cost of all royalties andfees for the articles and processes, protected by letters,patent or otherwise incorporated in or used in connectionwith the WORK, also all royalties, rents and other paymentsin connection with obtaining materials of whatsoever kindfor the WORK and shall include an indemnity to theEMPLOYER which the CONTRACTOR hereby givesagainst all actions, proceedings, claims, damages, costsand expenses arising from the incorporation in or use onthe WORK of any such articles, processes or materials,octroi or other municipal or local Board Charges, if leviedon materials, equipment or machineries to be brought tosite for use on WORK shall be borne by theCONTRACTOR.

Page 148: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

v) SCHEDULE OF RATES TO COVER TAXES AND DUTIES:

No exemption or reduction of Customs Duties, ExciseDuties, Sales Tax, Sales Tax on works Contract quay orany port dues, transport charges, stamp duties or Centralor State Government or local Body or Municipal Taxes orduties, taxes or charges (from or of any other body),whatsoever, will be granted or obtained, all of whichexpenses shall be deemed to be included in and coveredby the Schedule or Rates. The CONTRACTOR shall alsoobtain and pay for all permits or other privileges necessaryto complete the WORK.

vi) SCHEDULE OF RATES TO COVER RISKS OF DELAY:

The Schedule of Rates shall be deemed to include andcover the risk of all possibilities of delay and interferencewith the CONTRACTOR's conduct of WORK which occurfrom any causes including orders of the EMPLOYER in theexercise of his power and on account of extension of timegranted due to various reasons and for all other possible orprobable causes of delay.

vii) SCHEDULE OF RATES CANNOT BE ALTERED:

For WORK under unit rate basis, no alteration will beallowed in the Schedule of Rates by reason of works or anypart of them being modified, altered, extended, diminishedor committed. The Schedule of Rates are fully inclusive ofrates which have been fixed by the CONTRACTOR andagreed to by the EMPLOYER and cannot be altered.

For lumpsum CONTRACTS, the payment will be madeaccording to the WORK actually carried out, for whichpurpose an item wise, or work wise Schedule of Rates shallbe furnished, suitable for evaluating the value of WORKdone and preparing running account bill.Payment for any additional work which is not covered in theSchedule of Rates, shall only be released on issuance ofchange order.

88 Procedure for measurementand billing of work inprogress:

88.1 BILLING PROCEDURE:

Following procedures shall be adopted for billing of works executedby the CONTRACTOR.

88.1.1 All measurements shall be recorded in sextuplicate on standardmeasurement sheets supplied by EMPLOYER and submitted toEMPLOYER/CONSULTANT for scrutiny and passing.

88.1.2 EMPLOYER/CONSULTANT shall scrutinise and check themeasurements recorded on the sheets and shall certify correctnessof the same on the measurement sheets.

88.1.3 ENGINEER-IN-CHARGE shall pass the bills after carrying out thecomprehensive checks in accordance with the terms and conditionsof the CONTRACTS, within 7 days of submission of the bills,

Page 149: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

complete in all respects and send the same to the Employer toeffect payment to the CONTRACTOR.

88.1.4 GAIL shall make all endeavour to make payments of undisputedamount of the bills submitted based on the joint measurementswithin 15 (Fifteen) days from the date of certification by theEngineer-in-Charge.

88.1.5 Measurements shall be recorded as per the methods ofmeasurement spelt out in EMPLOYER/CONSULTANTSPECIFICATIONS / CONTRACT DOCUMENT.EMPLOYER/CONSULTANT shall be fully responsible for checkingthe measurements quantitatively and qualitatively as recorded in theMeasurement Books/ Bills.

88.1.6 While preparing the final bills overall measurements will not be takenagain. Only volume of work executed since the last measured billalongwith summary of final measurements will be considered for thefinal bill. However, a detailed check shall be made as to missingmeasurements and in case there are any missing items ormeasurements the same shall be recorded.

88.1.7 COMPUTERISED BILLING SYSTEM : GAIL (India) Limited hasintroduced Computerised Billing System whereby when the Bills aresubmitted in GAIL by a Contractor, a receipt number is generated.The Contractor can know the status of the Bill through GAIL’swebsite.

88.2 SECURED ADVANCE ON MATERIAL:

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

88.3 DISPUTE IN MODE OF MEASUREMENT:

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

88.4 ROUNDING OF AMOUNTS:

In calculating the amount of each item due to the CONTRACTOR inevery certificate prepared for payment, sum of less than 50 paiseshall be omitted and the total amount on each certificate shall berounded off to the nearest rupees, i.e., sum of less than 50 paiseshall be omitted and sums of 50 paise and more upto one rupeeshall be reckoned as one rupee.

89 Lumpsum in tender: 89.1 The payment against any Lumpsum item shall be made only oncompletion of that item as per the provision of the CONTRACT aftercertification by ENGINEER-IN-CHARGE.

90 Running account paymentsto be regarded as advance:

90.1 All running account payments shall be regarded as payment by wayof advance against the final payment only and not as payments forWORK actually done and completed and shall not preclude therequiring of bad, unsound and imperfect or unskilled work to beremoved and taken away and reconstructed or re-erected or beconsidered as an admission of the due performance of the

Page 150: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

CONTRACT, or any part thereof, in this respect, or of the accurringof any claim by the CONTRACTOR, nor shall it conclude, determineor affect in any way the powers of the EMPLOYER under theseconditions or any of them as to the final settlement and adjustmentof the accounts or otherwise, or in any other way vary or affect theCONTRACT. The final bill shall be submitted by theCONTRACTOR within one month of the date of physical completionof the WORK, otherwise, the ENGINEER-IN-CHARGE's certificateof the measurement and of total amount payable for the WORKaccordingly shall be final and binding on all parties

91 Notice of claims foradditional payments:

91.1 Should the CONTRACTOR consider that he is entitled to any extrapayment for any extra/additional WORKS or MATERIAL change inoriginal SPECIFICATIONS carried out by him in respect of WORKhe shall forthwith give notice in writing to the ENGINEER-IN-CHARGE that he claims extra payment. Such notice shall be givento the ENGINEER-IN-CHARGE upon which CONTRACTOR basessuch claims and such notice shall contain full particulars of thenature of such claim with full details of amount claimed. Irrespectiveof any provision in the CONTRACT to the contrary, theCONTRACTOR must intimate his intention to lodge claim on theEMPLOYER within 10 (ten) days of the commencement ofhappening of the event and quantify the claim within 30 (thirty) days,failing which the CONTRACTOR will lose his right to claim anycompensation/reimbursement/damages etc. or refer the matter toarbitration. Failure on the part of CONTRACTOR to put forward anyclaim without the necessary particulars as above within the timeabove specified shall be an absolute waiver thereof. No omission byEMPLOYER to reject any such claim and no delay in dealingtherewith shall be waiver by EMPLOYER of any of this rights inrespect thereof.

91.2 ENGINEER-IN-CHARGE shall review such claims within areasonably period of time and cause to discharge these in a mannerconsidered appropriate after due deliberations thereon. However,CONTRACTOR shall be obliged to carry on with the WORK duringthe period in which his claims are under consideration by theEMPLOYER, irrespective of the outcome of such claims, whereadditional payments for WORKS considered extra are justifiable inaccordance with the CONTRACT provisions, EMPLOYER shallarrange to release the same in the same manner as for normalWORK payments. Such of the extra works so admitted byEMPLOYER shall be governed by all the terms, conditions,stipulations and specifications as are applicable for theCONTRACT. The rates for extra works shall generally be the unitrates provided for in the CONTRACT. In the event unit rates forextra works so executed are not available as per CONTRACT,payments may either be released on day work basis for whichdaily/hourly rates for workmen and hourly rates for equipmentrental shall apply, or on the unit rate for WORK executed shall bederived by interpolation/ extrapolation of unit rates already existingin the CONTRACT. In all the matters pertaining to applicability ofrate and admittance of otherwise of an extra work claim ofCONTRACTOR the decision of ENGINEER-IN-CHARGE shall befinal and binding.

92 Payment of contractor's bill: 92.1 No payment shall be made for works estimated to cost less thanRs.10,000/- till the whole of the work shall have been completed

Page 151: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

and a certificate of completion given. But in case of worksestimated to cost more than Rs.10,000/-, that CONTRACTOR onsubmitting the bill thereof be entitled to receive a monthly paymentproportionate to the part thereof approved and passed by theENGINEER-IN-CHARGE, whose certificate of such approval andpassing of the sum so payable shall be final and conclusive againstthe CONTRACTOR. This payment will be made after makingnecessary corrections/deductions as stipulated elsewhere in theCONTRACT DOCUMENT for materials, Contract PerformanceSecurity, taxes etc.

92.2 Payment due to the CONTRACTOR shall be made by theEMPLOYER by Account Payee cheque forwarding the same toregistered office or the notified office of the CONTRACTOR. In nocase will EMPLOYER be responsible if the cheque is mislaid ormisappropriated by unauthorised person/persons. In all cases, theCONTRACTOR shall present his bill duly pre-receipted on properrevenue stamp payment shall be made in Indian Currency.

92.3 In general payment of final bill shall be made to CONTRACTORwithin 60 days of the submission of bill on joint measurements, aftercompletion of all the obligations under the CONTRACT.

93 Receipt for payment: 93.1 Receipt for payment made on account of work when executed by afirm, must be signed by a person holding due power of attorney inthis respect on behalf of the CONTRACTOR, except when theCONTRACTOR's are described in their tender as a limitedcompany in which case the receipts must be signed in the name ofthe company by one of its principal officers or by some other personhaving authority to give effectual receipt for the company.

94 Completion certificate: 94.1 APPLICATION FOR COMPLETION CERTIFICATE:

When the CONTRACTOR fulfils his obligation under Clause 81.1he shall be eligible to apply for COMPLETION CERTIFICATE.

The ENGINEER-IN-CHARGE shall normally issue to theCONTRACTOR the COMPLETION CERTIFICATE within onemonth after receiving any application therefore from theCONTRACTOR after verifying from the completion documents andsatisfying himself that the WORK has been completed inaccordance with and as set out in the construction and erectiondrawings, and the CONTRACT DOCUMENTS.

The CONTRACTOR, after obtaining the COMPLETIONCERTIFICATE, is eligible to present the final bill for the WORKexecuted by him under the terms of CONTRACT.

94.2 COMPLETION CERTIFICATE:

Within one month of the completion of the WORK in all respects,the CONTRACTOR shall be furnished with a certificate by theENGINEER-IN-CHARGE of such completion, but no certificate shallbe given nor shall the WORK be deemed to have been executeduntil all scaffolding, surplus materials and rubbish is cleared off theSITE completely nor until the WORK shall have been measured bythe ENGINEER-IN-CHARGE whose measurement shall be bindingand conclusive. The WORKS will not be considered as completeand taken over by the EMPLOYER, until all the temporary works,

Page 152: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

labour and staff colonies are cleared to the satisfaction of theENGINEER-IN-CHARGE.

If the CONTRACTOR fails to comply with the requirements of thisclause on or before the date fixed for the completion of the WORK,the ENGINEER-IN-CHARGE may at the expense of theCONTRACTOR remove such scaffolding, surplus materials andrubbish and dispose off the same as he thinks fit and clean off suchdirt as aforesaid, and the CONTRACTOR shall forthwith pay theamount of all expenses so incurred and shall have no claim inrespect of any such scaffolding or surplus materials as aforesaidexcept for any sum actually realised by the sale thereof.

94.3 COMPLETION CERTIFICATE DOCUMENTS:

For the purpose of Clause 94.0 the following documents will bedeemed to form the completion documents:

i) The technical documents according to which the WORK was carried out.

ii) Six (6) sets of construction drawings showing therein the modification and correction made during the course of execution and signed by the ENGINEER-IN-CHARGE.

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

iv) Certificates of final levels as set out for various works.

v) Certificates of tests performed for various WORKS.

vi) Material appropriation, Statement for the materials issued by the EMPLOYER for the WORK and list of surplus materials returned to the EMPLOYER's store duly supported by necessary documents.

95 Final decision and finalcertificate:

95.1 Upon expiry of the period of liability and subject to theENGINEER-IN-CHARGE being satisfied that the WORKS havebeen duly maintained by the CONTRACTOR during monsoon orsuch period as hereinbefore provided in Clause 80 & 81 and thatthe CONTRACTOR has in all respect duly made-up anysubsidence and performed all his obligations under theCONTRACT, the ENGINEER-IN- CHARGE shall (without prejudiceto the rights of the EMPLOYER to retain the provisions of relevantClause hereof) otherwise give a certificate herein referred to as theFINAL CERTIFICATE to that effect and the CONTRACTOR shallnot be considered to have fulfilled the whole of his obligations underCONTRACT until FINAL CERTIFICATE shall have been given bythe ENGINEER-IN- CHARGE notwithstanding any previous entryupon the WORK and taking possession, working or using of thesame or any part thereof by the EMPLOYER.

96 Certificate and payments onevidence of completion:

96.1 Except the FINAL CERTIFICATE, no other certificates or paymentsagainst a certificate or on general account shall be taken to be anadmission by the EMPLOYER of the due performance of theCONTRACT or any part thereof or of occupancy or validity of anyclaim by the CONTRACTOR.

Page 153: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

97 Deductions from the contractprice:

97.1 All costs, damages or expenses which EMPLOYER may have paidor incurred, which under the provisions of the CONTRACT, theCONTRACTOR is liable/will be liable, will be claimed by theEMPLOYER. All such claims shall be billed by the EMPLOYER tothe CONTRACTOR regularly as and when they fall due. Suchclaims shall be paid by the CONTRACTOR within 15 (fifteen) daysof the receipt of the corresponding bills and if not paid by theCONTRACTOR within the said period, the EMPLOYER may, then,deduct the amount from any moneys due i.e., ContractPerformance Security or becoming due to the CONTRACTORunder the CONTRACT or may be recovered by actions of law orotherwise, if the CONTRACTOR fails to satisfy the EMPLOYER ofsuch claims.

SECTION-VII Taxes and Insurance

98 Taxes, Duties, Octroi etc: 98.1 The CONTRACTOR agrees to and does hereby accept full andexclusive liability for the payment of any and all Taxes, Duties,including Excise duty, octroi etc. now or hereafter imposed,increased, modified, all the sales taxes, duties, octrois etc. now inforce and hereafter increased, imposed or modified, from time totime in respect of WORKS and materials and all contributions andtaxes for unemployment compensation, insurance and old agepensions or annuities now or hereafter imposed by any Central orState Government authorities which are imposed with respect to orcovered by the wages, salaries, or other compensations paid to thepersons employed by the CONTRACTOR and the CONTRACTORshall be responsible for the compliance of allSUB-CONTRACTORS, with all applicable Central, State, Municipaland local law and regulation and requirement of any Central, Stateor local Government agency or authority. CONTRACTOR furtheragrees to defend, indemnify and hold EMPLOYER harmless fromany liability or penalty which may be imposed by the Central, Stateor Local authorities by reason or any violation by CONTRACTORor SUB-CONTRACTOR of such laws, suits or proceedings thatmay be brought against the EMPLOYER arising under, growing outof, or by reason of the work provided for by this CONTRACT, bythird parties, or by Central or State Government authority or anyadministrative sub-division thereof.

Tax deductions will be made as per the rules and regulations inforce in accordance with acts prevailing from time to time.

99 Sales tax/turnover tax: 99.1 Tenderer should quote all inclusive prices including the liability ofSales Tax/Turnover Tax whether on the works contract as a wholeor in respect of bought out components used by theCONTRACTOR in execution of the CONTRACT. EMPLOYERshall not be responsible for any such liability of the CONTRACTORin respect of this CONTRACT.

100 Statutory variations 100.1 Tenderer should quote prices inclusive of excise-duty and sales taxapplicable on finished product. Any statutory variations in ExciseDuty and sales tax on finished product during the contractualcompletion period, shall be to the Employer's account for which theContractor will furnish documentary evidence(s) in support of theirclaims to GAIL. However, any increase in the rate of these taxes

Page 154: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

and duties (E.D. and S.T.) beyond the contractual completionperiod shall be to Contractor's account and any decrease shallbe passed on to GAIL.

101 Insurance: 101.1 GENERAL

CONTRACTOR shall at his own expense arrange secure andmaintain insurance with reputable insurance companies to thesatisfaction of the EMPLOYER as follows:

CONTRACTOR at his cost shall arrange, secure and maintaininsurance as may be necessary and to its full value for all suchamounts to protect the WORKS in progress from time to time andthe interest of EMPLOYER against all risks as detailed herein. Theform and the limit of such insurance, as defined here in togetherwith the under works thereof in each case should be as acceptableto the EMPLOYER. However, irrespective of work acceptance theresponsibility to maintain adequate insurance coverage at all timesduring the period of CONTRACT shall be that of CONTRACTORalone. CONTRACTOR's failure in this regard shall not relieve himof any of his responsibilities and obligations under CONTRACT.

Any loss or damage to the equipment, during ocean transportation,port/custom clearance, inland and port handling, inlandtransportation, storage, erection and commissioning till such timethe WORK is taken over by EMPLOYER, shall be to the account ofCONTRACTOR. CONTRACTOR shall be responsible forpreferring of all claims and make good for the damage or loss byway of repairs and/or replacement of the parts of the Workdamaged or lost. CONTRACTOR shall provide the EMPLOYERwith a copy of all insurance policies and documents taken out byhim in pursuance of the CONTRACT. Such copies of documentshall be submitted to the EMPLOYER immediately upon theCONTRACTOR having taken such insurance coverage.CONTRACTOR shall also inform the EMPLOYER at least 60(Sixty)days in advance regarding the expiry cancellation and/or changesin any of such documents and ensure revalidation/renewal etc., asmay be necessary well in time.

Statutory clearances, if any, in respect of foreign supply required forthe purpose of replacement of equipment lost in transit and/orduring erection, shall be made available by the EMPLOYER.CONTRACTOR shall, however, be responsible for obtainingrequisite licences, port clearances and other formalities relating tosuch import. The risks that are to be covered under the insuranceshall include, but not be limited to the loss or damage in handling,transit, theft, pilferage, riot, civil commotion, weather conditions,accidents of all kinds, fire, war risk (during ocean transportationonly) etc. The scope of such insurance shall cover the entire valueof supplies of equipments, plants and materials to be imported fromtime to time.

All costs on account of insurance liabilities covered underCONTRACT will be to CONTRACTOR's account and will beincluded in VALUE OF CONTRACT. However, the EMPLOYERmay from time to time, during the currency of the CONTRACT, askthe CONTRACTOR in writing to limit the insurance coverage riskand in such a case, the parties to the CONTRACT will agree for amutual settlement, for reduction in VALUE OF CONTRACT to the

Page 155: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

extent of reduced premium amounts.

CONTRACTOR as far as possible shall cover insurance with IndianInsurance Companies, including marine Insurance during oceantransportation.

i) EMPLOYEES STATE INSURANCE ACT:

The CONTRACTOR agrees to and does hereby accept fulland exclusive liability for the compliance with all obligationsimposed by the Employee State Insurance Act 1948 andthe CONTRACTOR further agrees to defend, indemnifyand hold EMPLOYER harmless for any liability or penaltywhich may be imposed by the Central, State or Localauthority by reason of any asserted violation byCONTRACTOR or SUB-CONTRACTOR of theEmployees' State Insurance Act, 1948, and also from allclaims, suits or proceeding that may be brought against theEMPLOYER arising under, growing out of or by reasons ofthe work provided for by this CONTRACTOR, by thirdparties or by Central or State Government authority or anypolitical sub- division thereof.

The CONTRACTOR agrees to fill in with the Employee'sState Insurance Corporation, the Declaration Forms, andall forms which may be required in respect of theCONTRACTOR's or SUB- CONTRACTOR's employees,who are employed in the WORK provided for or thosecovered by ESI from time to time under the Agreement.The CONTRACTOR shall deduct and secure theagreement of the SUB- CONTRACTOR to deduct theemployee's contribution as per the first schedule of theEmployee's State Insurance Act from wages and affix theEmployees Contribution Card at wages payment intervals.The CONTRACTOR shall remit and secure the agreementof SUB-CONTRACTOR to remit to the State Bank of India,Employee's State Insurance Corporation Account, theEmployee's contribution as required by the Act. TheCONTRACTOR agrees to maintain all cards and Recordsas required under the Act in respect of employees andpayments and the CONTRACTOR shall secure theagreement of the SUB- CONTRACTOR to maintain suchrecords. Any expenses incurred for the contributions,making contributions or maintaining records shall be to theCONTRACTOR's or SUB-CONTRACTOR's account.

The EMPLOYER shall retain such sum as may benecessary from the total VALUE OF CONTRACT until theCONTRACTOR shall furnish satisfactory proof that allcontributions as required by the Employees StateInsurance Act, 1948, have been paid. This will be pendingon the CONTRACTOR when the ESI Act is extended tothe place of work.

ii) WORKMEN COMPENSATION ANDEMPLOYER'S LIABILITY INSURANCE:

Insurance shall be effected for all the CONTRACTOR'semployees engaged in the performance of thisCONTRACT. If any of the work is sublet, the

Page 156: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

CONTRACTOR shall require the SUB-CONTRACTOR toprovide workman's Compensation and employer's liabilityinsurance for the later's employees if such employees arenot covered under the CONTRACTOR's Insurance.

iii) ACCIDENT OR INJURY TO WORKMEN:

The EMPLOYER shall not be liable for or in respect of anydamages or compensation payable at law in respect or inconsequence of any accident or injury to any workman orother person in the Employment of the CONTRACTOR orany SUB-CONTRACTOR save and except an accident orinjury resulting from any act or default of the EMPLOYER,his agents or servants and the CONTRACTOR shallindemnify and keep indemnified the EMPLOYER againstall such damages and compensation (save and except andaforesaid) and against all claims, demands, proceeding,costs, charges and expenses, whatsoever in respect or inrelation thereto.

iv) TRANSIT INSURANCE

In respect of all items to be transported by the CONTRACTOR tothe SITE of WORK, the cost of transit insurance should be borneby the CONTRACTOR and the quoted price shall be inclusive ofthis cost.

V) COMPREHENSIVE AUTOMOBILE INSURANCE

This insurance shall be in such a form as to protect theContractor against all claims for injuries, disability, disease anddeath to members of public including EMPLOYER’s men anddamage to the property of others arising from the use of motorvehicles during on or off the `site’ operations, irrespective of theEmployership of such vehicles.

VI) COMPREHENSIVE GENERAL LIABILITYINSURANCE

a) This insurance shall protect the Contractoragainst all claims arising from injuries,disabilities, disease or death of member of publicor damage to property of others due to any act oromission on the part of the Contractor, hisagents, his employees, his representatives andSub-Contractor’s or from riots, strikes and civilcommotion.

b) Contractor shall take suitable Group PersonalAccident Insurance Cover for taking care of injury,damage or any other risks in respect of hisEngineers and other Supervisory staff who are notcovered under Employees State Insurance Act.

c) The policy shall cover third party liability. The thirdparty (liability shall cover the loss/ disablement ofhuman life (person not belonging to theContractor) and also cover the risk of damage to

Page 157: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

others materials/ equipment/ properties duringconstruction, erection and commissioning at site.The value of third party liability for compensationfor loss of human life or partial/full disablementshall be of required statutory value but not lessthan Rs. 2 lakhs per death, Rs. 1.5 lakhs per fulldisablement and Rs. 1 lakh per partial disablementand shall nevertheless cover such compensationas may be awarded by Court by Law in India andcover for damage to others equipment/ property asapproved by the Purchaser. However, third partyrisk shall be maximum to Rs. 10(ten) lakhs todeath.

d) The Contractor shall also arrange suitableinsurance to cover damage, loss, accidents, risksetc., in respect of all his plant, equipments andmachinery, erection tools & tackles and all othertemporary attachments brought by him at site toexecute the work.

e) The Contractor shall take out insurance policy inthe joint name of EMPLOYER and Contractor fromone or more nationalised insurance company fromany branch office at Project site.

f) Any such insurance requirements as are herebyestablished as the minimum policies andcoverages which Contractor must secure andkeep in force must be complied with, Contratorshall at all times be free to obtain additional orincreased coverages at Contractor’s soleexpenses.

vii) ANY OTHER INSURANCE REQUIRED UNDERLAW OR REGULATIONS OR BY EMPLOYER:

CONTRACTOR shall also carry and maintain any and allother insurance(s) which he may be required under anylaw or regulation from time to time without any extra cost toEMPLOYER. He shall also carry and maintain any otherinsurance which may be required by the EMPLOYER.

102 Damage to Property or toany Person or any ThirdParty

102.1 i) CONTRACTOR shall be responsible for making good to the satisfaction of the EMPLOYER any loss or any damage to structures and properties belonging to the EMPLOYER or being executed or procured or being procured by the EMPLOYER or of other agencies within in the premises of all the work of the EMPLOYER, if such loss or damage is due to fault and/or the negligence or willful acts or omission of the CONTRACTOR, his employees, agents, representatives or SUB-CONTRACTORs.

ii) The CONTRACTOR shall take sufficient care in movinghis plants, equipments and materials from one place toanother so that they do not cause any damage to anyperson or to the property of the EMPLOYER or any thirdparty including overhead and underground cables and inthe event of any damage resulting to the property of the

Page 158: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

EMPLOYER or of a third party during the movement of theaforesaid plant, equipment or materials the cost of suchdamages including eventual loss of production, operationor services in any plant or establishment as estimated bythe EMPLOYER or ascertained or demanded by the thirdparty shall be borne by the CONTRACTOR. Third partyliability risk shall be Rupees One lakh for single accidentand limited to Rupees Ten lakhs.

iii) The CONTRACTOR shall indemnify and keep theEMPLOYER harmless of all claims for damages toproperty other than EMPLOYER's property arising underor by reason of this agreement, if such claims result fromthe fault and/or negligence or willful acts or omission of theCONTRACTOR, his employees, agents, representative ofSUB-CONTRACTOR.

SECTION-VIII Labour Laws

103 Labour laws: 103.1 i) No labour below the age of 18 (eighteen) years shall beemployed on the WORK.

ii) The CONTRACTOR shall not pay less than what isprovided under law to labourers engaged by him on theWORK.

iii) The CONTRACTOR shall at hisexpense comply with all labour laws and keep theEMPLOYER indemnified in respect thereof.

iv) The CONTRACTOR shall payequal wages for men and women in accordance withapplicable labour laws.

v) If the CONTRACTOR is covered under the Contract labour(Regulation and Abolition) Act, he shall obtain a licencefrom licensing authority (i.e. office of the labourcommissioner) by payment of necessary prescribed feeand the deposit, if any, before starting the WORK underthe CONTRACT. Such fee/deposit shall be borne by theCONTRACTOR.

vi) The CONTRACTOR shall employ labour in sufficientnumbers either directly or through SUB- CONTRACTOR'sto maintain the required rate of progress and of quality toensure workmanship of the degree specified in theCONTRACT and to the satisfaction of theENGINEER-IN-CHARGE.

vii) The CONTRACTOR shall furnish to the ENGINEER-IN-CHARGE the distribution return of the number anddescription, by trades of the work people employed on theworks. The CONTRACTOR shall also submit on the 4thand 19th of every month to the ENGINEER-IN-CHARGE atrue statement showing in respect of the second half of thepreceding month and the first half of the current month (1)the accidents that occurred during the said fortnightshowing the circumstances under which they happenedand the extent of damage and injury caused by them and

Page 159: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

(2) the number of female workers who have been allowedMaternity Benefit as provided in the Maternity Benefit Act1961 on Rules made thereunder and the amount paid tothem.

viii) The CONTRACTOR shall comply with the provisions of thepayment of Wage Act 1936, Employee Provident Fund Act1952, Minimum Wages Act 1948. Employers Liability Act1938. Workmen's Compensation Act 1923, IndustrialDisputes Act 1947, the Maternity Benefit Act 1961 andContract Labour Regulation and Abolition Act 1970,Employment of Children Act 1938 or any modificationsthereof or any other law relating thereto and rules madethereunder from time to time.

ix) The ENGINEER-IN-CHARGE shall on a report havingbeen made by an Inspecting Officer as defined in ContractLabour (Regulation and Abolition) Act 1970 have thepower to deduct from the money due to theCONTRACTOR any sum required or estimated to berequired for making good the loss suffered by a worker orworkers by reason of non- fulfillment of the Conditions ofthe Contract for the benefit of workers, non-payment ofwages or of deductions made from his or their wageswhich are not justified by the terms of the Contract ornon-observance of the said regulations.

x) The CONTRACTOR shall indemnify the EMPLOYERagainst any payments to be made under and for theobservance of the provisions of the aforesaid Acts withoutprejudice to his right to obtain indemnity from hisSUB-CONTRACTOR's. In the event of theCONTRACTOR committing a default or breach of any ofthe provisions of the aforesaid Acts as amended from timeto time, of furnishing any information or submitting or fillingand Form/ Register/ Slip under the provisions of these Actswhich is materially incorrect then on the report of theinspecting Officers, the CONTRACTOR shall withoutprejudice to any other liability pay to the EMPLOYER asum not exceeding Rs.50.00 as Liquidated Damages forevery default, breach or furnishing, making, submitting,filling materially incorrect statement as may be fixed by theENGINEER-IN- CHARGE and in the event of theCONTRACTOR's default continuing in this respect, theLiquidated Damages may be enhanced to Rs.50.00 perday for each day of default subject to a maximum of onepercent of the estimated cost of the WORK put to tender.The ENGINEER-IN-CHARGE shall deduct such amountfrom bills or Contract Performance Security of theCONTRACTOR and credit the same to the Welfare Fundconstitute under these acts. The decision of theENGINEER-IN-CHARGE in this respect shall be final andbinding.

104 Implementation ofapprentices act, 1961:

104.1 The CONTRACTOR shall comply with the provisions of theApprentices Act, 1961 and the Rules and Orders issuedthereunder from time to time. If he fails to do so, his failure will bea breach of the CONTRACT and the ENGINEER-IN-CHARGEmay, at his discretion, cancel the CONTRACT. The

Page 160: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

CONTRACTOR shall also be liable for any pecuniary liabilityarising on account of any violation by him of the provisions, of theAct.

105 Contractor to indemnifythe employer:

105.1 i) The CONTRACTOR shall indemnify the EMPLOYER andevery member, office and employee of the EMPLOYER,also the ENGINEER-IN-CHARGE and his staff against allactions, proceedings, claims, demands, costs andexpenses whatsoever arising out of or in connection withthe matters referred to in Clause 102.0 and elsewhere andall actions, proceedings, claims, demands, costs andexpenses which may be made against the EMPLOYERfor or in respect of or arising out of any failure by theCONTRACTOR in the performance of his obligationsunder the CONTRACT DOCUMENT. The EMPLOYERshall not be liable for or in respect of or arising out of anyfailure by the CONTRACTOR in the performance of hisobligations under the CONTRACT DOCUMENT. TheEMPLOYER shall not be liable for or in respect of anydemand or compensation payable by law in respect or inconsequence of any accident or injury to any workmen orother person. In the employment of the CONTRACTORor his SUB-CONTRACTOR the CONTRACTOR shallindemnify and keep indemnified the EMPLOYER againstall such damages and compensations and against allclaims, damages, proceedings, costs, charges andexpenses whatsoever in respect thereof or in relationthereto.

ii) PAYMENT OF CLAIMS AND DAMAGES:

Should the EMPLOYER have to pay any money inrespect of such claims or demands as aforesaid theamount so paid and the costs incurred by the EMPLOYERshall be charged to and paid by the CONTRACTOR andthe CONTRACTOR shall not be at liberty to dispute orquestion the right of the EMPLOYER to make suchpayments notwithstanding the same, may have beenmade without the consent or authority or in law orotherwise to the contrary.

iii) In every case in which by virtue of the provisions ofSection 12, Sub-section (i) of workmen's compensationAct, 1923 or other applicable provision of WorkmenCompensation Act or any other Act, the EMPLOYER isobliged to pay compensation to a workman employed bythe CONTRACTOR in execution of the WORK, theEMPLOYER will recover from the CONTRACTOR theamount of the compensation so paid, and withoutprejudice to the rights of EMPLOYER under Section 12,Sub- section (2) of the said act, EMPLOYER shall be atliberty to recover such amount or any part thereof bydeducting it from the Contract Performance Security orfrom any sum due to the CONTRACTOR whether underthis CONTRACT or otherwise. The EMPLOYER shall notbe bound to contest any claim made under Section 12,Sub-section (i) of the said act, except on the writtenrequest of the CONTRACTOR and upon his giving to theEMPLOYER full security for all costs for which theEMPLOYER might become liable in consequence of

Page 161: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

contesting such claim.

106 Health and sanitaryarrangements forworkers:

106.1 In respect of all labour directly or indirectly employed in theWORKS for the performance of the CONTRACTOR's part of thisagreement, the CONTRACTOR shall comply with or cause to becomplied with all the rules and regulations of the local sanitary andother authorities or as framed by the EMPLOYER from time to timefor the protection of health and sanitary arrangements for allworkers.

106.2 The CONTRACTOR shall provide in the labour colony all amenitiessuch as electricity, water and other sanitary and healtharrangements. The CONTRACTOR shall also provide necessarysurface transportation to the place of work and back to the colonyfor their personnel accommodated in the labour colony.

SECTION-IX Applicable Laws and Settlement of Disputes

107 Arbitration: 107.1 Unless otherwise specified, the matters where decision of theEngineer-in-Charge is deemed to be final and binding as providedin the Agreement and the issues/disputes which cannot be mutuallyresolved within a reasonable time, all disputes shall be referred toarbitration by Sole Arbitrator.

The Employer [GAIL (India) Ltd.] shall suggest a panel of threeindependent and distinguished persons to thebidder/contractor/supplier/buyer (as the case may be) to selectany one among them to act as the Sole Arbitrator.

In the event of failure of the other parties to select the SoleArbitrator within 30 days from the receipt of the communicationsuggesting the panel of arbitrators, the right of selection of thesole arbitrator by the other party shall stand forfeited and theEMPLOYER (GAIL) shall have discretion to proceed with theappointment of the Sole Arbitrator. The decision of Employer onthe appointment of the sole arbitrator shall be final and bindingon the parties.

The award of sole arbitrator shall be final and binding on theparties and unless directed/awarded otherwise by the solearbitrator, the cost of arbitration proceedings shall be sharedequally by the parties. The Arbitration proceedings shall be inEnglish language and venue shall be New Delhi, India.

Subject to the above, the provisions of (Indian) Arbitration &Conciliation ACT 1996 and the Rules framed there under shallbe applicable. All matter relating to this contract are subject tothe exclusive jurisdiction of the court situated in the state ofDelhi.

Bidders/suppliers/contractors may please note that theArbitration & Conciliation Act 1996 was enacted by the IndianParliament and is based on United Nations Commission onInternational Trade Law (UNCITRAL model law), which wereprepared after extensive consultation with Arbitral Institutionsand centers of International Commercial Arbitration. The UnitedNations General Assembly vide resolution 31/98 adopted theUNCITRAL Arbitration rules on 15 December 1976.

Page 162: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

107.2 FOR THE SETTLEMENT OF DISPUTES BETWEENGOVERNMENT DEPARTMENT AND ANOTHER AND ONEGOVERNMENT DEPARTMENT AND PUBLIC ENTERPRISEAND ONE PUBLIC ENTERPRISE AND ANOTHER THEARBITRATION SHALL BE AS FOLLOWS:

"In the event of any dispute or difference between the partieshereto, such dispute or difference shall be resolved amicably bymutual consultation or through the good offices of empoweredagencies of the Government. If such resolution is not possible,then, the unresolved dispute or difference shall be referred toarbitration of an arbitrator to be nominated by Secretary,Department of Legal Affairs ("Law Secretary") in terms of theOffice Memorandum No.55/3/1/75-CF, dated the 19th December1975 issued by the Cabinet Secretariat (Department of CabinetAffairs), as modified from time to time. The Arbitration Act 1940(10 of 1940) shall not be applicable to the arbitration under thisclause. The award of the Arbitrator shall be binding upon partiesto the dispute. Provided, however, any party aggrieved by suchaward may make a further reference for setting aside or revisionof the award to Law Secretary whose decision shall bind theparties finally and conclusively.

108 Jurisdiction:The CONTRACT shall be governed by and constructed accordingto the laws in force in INDIA. The CONTRACTOR hereby submitsto the jurisdiction of the Courts situated at DELHI for the purposesof disputes, actions and proceedings arising out of theCONTRACT, the courts at DELHI only will have the jurisdiction tohear and decide such disputed, actions and proceedings.

SECTION-X Safety Codes

109 General: 109.1 CONTRACTOR shall adhere to safe construction practice andguard against hazardous, and unsafe working conditions and shallcomply with EMPLOYER's safety rules as set forth herein. Prior tostart of construction, CONTRACTOR will be furnished copies ofEMPLOYER's "Safety Code" for information and guidance, if it hasbeen prepared.

110 Safety regulations: 110.1 i) In respect of all labour, directly employed in the WORK for the performance of CONTRACTOR's part of this agreement, the CONTRACTOR shall at his own expense arrange for all the safety provisions as per safety codes of C.P.W.D., Indian Standards Institution. The Electricity Act,The Mines Act and such other acts as applicable.

ii) The CONTRACTOR shall observe and abide by all fireand safety regulations of the EMPLOYER. Before startingconstruction work CONTRACTOR shall consult withEMPLOYER's safety Engineers or ENGINEER-IN-CHARGE and must make good to the satisfaction ofthe EMPLOYER any loss or damage due to fire to anyportion of the work done or to be done under thisagreement or to any of the EMPLOYER's existingproperty.

111 First aid and industrialinjuries:

111.0 i) CONTRACTOR shall maintain first aid facilities forits employees and those of its SUB-CONTRACTOR.

Page 163: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

ii) CONTRACTOR shall make outside arrangementsfor ambulance service and for the treatment of industrialinjuries. Names of those providing these services shall befurnished to EMPLOYER prior to start of construction andtheir telephone numbers shall be prominently posted inCONTRACTOR's field office.

iii) All critical industrial injuries shall be reportedpromptly to EMPLOYER, and a copy of CONTRACTOR'sreport covering each personal injury requiring the attentionof a physician shall be furnished to the EMPLOYER.

112 General rules: 112.0 Smoking within the battery area, tank farm or dock limits is strictlyprohibited. Violators of the no smoking rules shall be dischargedimmediately.

113 Contractor's barricades: 113.0 i) CONTRACTOR shall erect and maintainbarricades required in connection with his operation toguard or protect:-

a) Excavations

b) Hoisting Areas.

c) Areas adjudged hazardous by CONTRACTOR's orEMPLOYER's inspectors.

d) EMPLOYER's existing property subject to damageby CONTRACTOR's Operations.

e) Rail Road unloading spots.

ii) CONTRACTOR's employees and those of hisSUB- CONTRACTOR's shall become acquainted withEMPLOYER's barricading practice and shall respect theprovisions thereof.

iii) Barricades and hazardous areas adjacent to, butnot located in normal routes of travel shall be marked byred flasher lanterns at nights.

114 Scaffolding: 114.1 i) Suitable scaffolding should be provided forworkmen for all works that cannot safely be done from theground or from solid construction except such short periodwork as can be done safely from ladders. When a ladderis used an extra Mazdoor shall be engaged for holding theladder and if the ladder is used for carrying material aswell, suitable footholds and handholds shall be providedon the ladder and the ladder shall be given an inclinationnot steeper than 1 in 4 (1 horizontal and 4 vertical).

ii) Scaffolding or staging more than 4 metres above theground or floor, swing suspended from an overheadsupport or erected with stationary support shall have aguard rail properly attached, bolted, braced and otherwiseretarded at least one metre high above the floor orplatform of such scaffolding or staging and extendingalong the entire length of the outside and ends thereof

Page 164: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

with only such openings as may be necessary for thedelivery of materials. Such scaffolding or staging shall beso fastened as to prevent it from swaying from the buildingor structure.

iii) Working platform, gangway and stairway shouldbe so constructed that they should not sag unduly orunequally and if the height of platform of the gangway orthe stairway is more than 4 metres above the ground levelor floor level, they should be closely boarded, should haveadequate width and should be suitably fastened as in ii)above.

iv) Every opening in the floor of a building or in a workingplatform shall be provided with suitable means to preventthe fall of persons or materials by providing suitablefencing of railing whose minimum heights shall be 1metre.

v) Safe-means of access shall be provided to allworking platforms and other working places, every laddershall be securely fixed. No portable single ladder shall beover 9 metres in length while the width between side railsin rung ladder shall in no case be less than 30 cms forladder upto and including 3 metres in length. For longerladder this width should be increased 5mm for eachadditional foot of length. Uniform steps spacing shall notexceed 30 cms. Adequate precautions shall be taken toprevent danger from electrical equipment. No materialson any of the sites or work shall be so stacked or placedto cause danger or inconvenience to any person or public.The CONTRACTOR shall also provide all necessaryfencing and lights to protect the workers and staff fromaccidents, and shall be bound to bear the expenses ofdefense of every suit, action or other proceeding of lawthat may be brought by any person for injury sustainedowing to neglect of the above precautions and pay anydamages and costs which may be awarded in any suchsuit or action or proceeding to any such person or whichmay with the consent of the CONTRACTOR be paid tocompromise any claim by any such person.

115 Excavation and trenching: 115.1 All trenches 1.2 metres or more in depth, shall at all times besupplied with at least one ladder for each 50 metres length orfraction thereof.

Ladder shall be extended from bottom of the trenches to atleast 1metre above the surface of the ground. The sides of the trencheswhich are 1.5M in depth shall be stepped back to give suitableslope or securely held by timber bracing, so as to avoid the dangerof sides to collapse. The excavated materials shall not be placedwithin 1.5 metres of the edge of the trench or half of the trenchwidth whichever is more. Cutting shall be done from top to bottom.Under no circumstances undermining or under-cutting shall bedone.

116 Demolition/general safety: 116.1 i) Before any demolition work is commenced andalso during the progress of the demolition work

Page 165: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

a) All roads and open areas adjacent to the worksite shall either be closed or suitably protected.

b) No electric cable or apparatus which is liable to bea source of danger shall remain electricallycharged.

c) All practical steps shall be taken to preventdanger to persons employed from risk of fire orexplosion or flooding. No floor, roof or other partof the building shall be so overloaded with debrisor materials as to render it unsafe.

ii) All necessary personal safety equipment asconsidered adequate by the ENGINEER-IN-CHARGE,should be kept available for the use of the personsemployed on the SITE and maintained in conditionsuitable for immediate use, and the CONTRACTOR shalltake adequate steps to ensure proper use of equipmentby those concerned.

a) Workers employed on mixing asphaltic materials,cement and lime mortars shall be provided withprotective footwear and protective gloves.

b) Those engaged in white washing and mixing orstacking or cement bags or any material whichare injurious to the eyes be provided withprotective goggles.

c) Those engaged in welding and cutting worksshall be provided with protective face & eyeshield, hand gloves, etc.

d) Stone breakers shall be provided with protectivegoggles and protective clothing and seated atsufficiently safe intervals.

e) When workers are employed in sewers andmanholes, which are in use, the CONTRACTORshall ensure that the manhole covers are openedand are ventilated atleast for an hour before theworkers are allowed to get into the manholes,and the manholes so opened shall be cordonedoff with suitable railing and provided with warningsignals or board to prevent accident to the public.

f) The CONTRACTOR shall not employ men belowthe age of 18 years and women on the work ofpainting with products containing lead in anyform. Wherever men above the age of 18 yearsare employed on the work of lead painting, thefollowing precautions should be taken.

1) No paint containing lead or lead productshall be used except in the form of paste orreadymade paint.

2) Suitable face masks should be supplied foruse by the workers when paint is applied in

Page 166: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

the form of spray or a surface having leadpaint dry rubbed and scrapped.

3) Overalls shall be supplied by theCONTRACTOR to the workmen andadequate facilities shall be provided toenable the working painters to wash themduring and on cessation of work.

iii) When the work is done near any place where there is riskof drowning, all necessary safety equipment should beprovided and kept ready for use and all necessary stepstaken for prompt rescue of any person in danger andadequate provision should be made for prompt first aidtreatment of all injuries likely to be sustained during thecourse of the work.

iv) Use of hoisting machines and tackles including theirattachments, anchorage and supports shall conform to thefollowing standards or conditions:

a) These shall be of good mechanical construction,sound materials and adequate strength and freefrom patent defect and shall be kept in goodworking order.

b) Every rope used in hoisting or lowering materials oras means of suspension shall be of durable qualityand adequate strength and free from patentdefects.

c) Every crane driver or hoisting appliance operator shallbe properly qualified and no person under the ageof 21 years should be in charge of any hoistingmachine including any scaffolding, winch or givesignals to the operator.

d) In case of every hoisting machine and of every chainring hook, shackle, swivel, and pulley block used inhoisting or lowering or as means of suspension, thesafe working load shall be ascertained by adequatemeans. Every hoisting machine and all gearsreferred to above shall be plainly marked with thesafe working load of the conditions under which it isapplicable and the same shall be clearly indicated.No part of any machine or any gear referred toabove in this paragraph shall be loaded beyondsafe working load except for the purpose of testing.

e) In case of departmental machine, the safe workingload shall be notified by the ENGINEER-IN-CHARGE. As regards CONTRACTOR'smachines, the CONTRACTOR shall notify the safeworking load of the machine to theENGINEER-IN-CHARGE whenever he brings anymachinery to SITE of WORK and get it verified bythe Engineer concerned.

v) Motors, gears, transmission lines, electric wiring and otherdangerous parts of hoisting appliances should be provided

Page 167: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

with efficient safeguards. Hoisting appliances should beprovided with such means as to reduce to minimum theaccidental descent of the load, adequate precautionsshould be taken to reduce the minimum risk of any part orparts of a suspended load becoming accidentallydisplaced. When workers are employed on electricalinstallations which are already energised, insulating mats,wearing apparel, such as gloves, sleeves, and boots asmay be necessary should be provided. The workers shallnot wear any rings, watches and carry keys or othermaterials which are good conductors of electricity.

vi) All scaffolds, ladders and other safety devices mentionedor described herein shall be maintained in safe conditionsand no scaffolds, ladder or equipment shall be altered orremoved while it is in use. Adequate washing facilitiesshould be provided at or near places of work.

vii) These safety provisions should be brought to the noticeof all concerned by displaying on a notice board at aprominent place at the work-spot. The person responsiblefor compliance of the safety code shall be named thereinby the CONTRACTOR.

viii) To ensure effective enforcement of the rules andregulations relating to safety precautions, thearrangements made by the CONTRACTOR shall be opento inspection by the Welfare Officer, ENGINEER-IN-CHARGE or safety Engineer of the Administration or theirrepresentatives.

ix) Notwithstanding the above clauses there is nothing inthese to exempt the CONTRACTOR for the operations ofany other Act or rules in force in the Republic of India.The work throughout including any temporary works shallbe carried out in such a manner as not to interfere in anyway whatsoever with the traffic on any roads or footpath atthe site or in the vicinity thereto or any existing workswhether the property of the Administration or of a thirdparty.

In addition to the above, the CONTRACTOR shall abideby the safety code provision as per C.P.W.D. Safety codeand Indian Standard Safety Code from time to time.

117 Care in handlinginflammable gas:

117.1 The CONTRACTOR has to ensure all precautionary measures andexercise utmost care in handling the inflammable gascylinder/inflammable liquids/paints etc. as required under the lawand/or as advised by the fire Authorities of the EMPLOYER

118 Temporary combustiblestructures:

118.1 Temporary combustible structures will not be built near or aroundwork site.

119 Precautions against fire: 119.1 The CONTRACTOR will have to provide Fire Extinguishers, FireBuckets and drums at worksite as recommended byENGINEER-IN-CHARGE. They will have to ensure allprecautionary measures and exercise utmost care in handling theinflammable gas cylinders/ inflammable liquid/ paints etc. asadvised by ENGINEER-IN-CHARGE. Temporary combustiblestructures will not be built near or around the work-site.

120 Explosives: 120.1 Explosives shall not be stored or used on the WORK or on the

Page 168: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

SITE by the CONTRACTOR without the permission of theENGINEER-IN-CHARGE in writing and then only in the mannerand to the extent to which such permission is given. Whenexplosives are required for the WORK they will be stored in aspecial magazine to be provided at the cost of the CONTRACTORin accordance with the Explosives Rules. The CONTRACTORshall obtain the necessary licence for the storage and the use ofexplosives and all operations in which or for which explosives areemployed shall be at sole risk and responsibility of theCONTRACTOR and the CONTRACTOR shall indemnify theEMPLOYER against any loss or damage resulting directly orindirectly therefrom.

121 Mines act: 121.1 SAFETY CODE: The CONTRACTOR shall at his own expensearrange for the safety provisions as required by theENGINEER-IN-CHARGE in respect of all labour directly employedfor performance of the WORKS and shall provide all facilities inconnection therewith. In case the CONTRACTOR fails to makearrangements and provides necessary facilities as aforesaid, theENGINEER-IN- CHARGE shall be entitled to do so and recoverthe costs thereof from the CONTRACTOR.

121.2 Failure to comply with Safety Code or the provisions relating toreport on accidents and to grant of maternity benefits to femaleworkers shall make the CONTRACTOR liable to pay CompanyLiquidated Damages an amount not exceeding Rs.50/- for eachdefault or materially incorrect statement. The decision of theENGINEER-IN-CHARGE in such matters based on reports fromthe Inspecting Officer or from representatives ofENGINEER-IN-CHARGE shall be final and binding and deductionsfor recovery of such Liquidated Damages may be made from anyamount payable to the CONTRACTOR from all the provisions ofthe Mines Act, 1952 or any statutory modifications or re-enactmentthereof the time being in force and any Rules and Regulationsmade thereunder in respect of all the persons employed by himunder this CONTRACT and shall indemnify the EMPLOYER fromand against any claim under the Mines Act or the rules andregulations framed thereunder by or on behalf of any personsemployed by him or otherwise.

122 Preservation of place: 122.1 The CONTRACTOR shall take requisite precautions and use hisbest endeavours to prevent any riotous or unlawful behaviour byor amongst his worker and others employed or the works and forthe preservation of peace and protection of the inhabitants andsecurity of property in the neighborhood of the WORK. In theevent of the EMPLOYER requiring the maintenance of a SpecialPolice Force at or in the vicinity of the site during the tenure ofworks, the expenses thereof shall be borne by the CONTRACTORand if paid by the EMPLOYER shall be recoverable from theCONTRACTOR.

123 Outbreak of infectiousdiseases:

123.1 The CONTRACTOR shall remove from his camp such labour andtheir facilities who refuse protective inoculation and vaccinationwhen called upon to do so by the ENGINEER-IN-CHARGE'srepresentative. Should Cholera, Plague or other infectiousdiseases break out the CONTRACTOR shall burn the huts,beddings, clothes and other belongings or used by the infectedparties and promptly erect new huts on healthy sites as required bythe ENGINEER-IN-CHARGE failing which within the time specifiedin the Engineer's requisition, the work may be done by the

Page 169: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

EMPLOYER and the cost thereof recovered from theCONTRACTOR.

124 Use of intoxicants: 124.1 The unauthorised sale of spirits or other intoxicants, beveragesupon the work in any of the buildings, encampments or tenementsowned, occupied by or within the control of the CONTRACTOR orany of his employee is forbidden and the CONTRACTOR shallexercise his influence and authority to the utmost extent to securestrict compliance with this condition.

In addition to the above, the CONTRACTOR shall abide by thesafety code provision as per C.P.W.D. safety code and IndianStandard Code framed from time to time.

Page 170: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

PROFORMA OF INDEMNITY BOND FOR SUPPLY OF MATERIALS BY EMPLOYER(To be executed on non-judicial stamped paper of appropriate value)

WHEREAS GAIL (INDIA) LTD. (hereinafter referred to as GAIL) which expression shall unless repugnant to thecontext includes their legal representatives, successors and assigns having their registered office at 16, Bhikaiji CamaPlace; R.K.Puram New Delhi has entered into a CONTRACT with ______________________ (hereinafter referred to asthe CONTRACTOR which expression shall unless repugnant to the context include their legal representatives,successors and assigns) for ____________________on the terms and conditions as set out, inter-alia, in theCONTRACT No................. Dated............. and various documents forming part thereof hereinafter collectively referredto as the "CONTRACT" which expression shall include all amendments, modifications and/or variations thereto.

AND WHEREAS

i) GAIL has agreed to supply to the CONTRACTOR, equipment, plants and materials (finished, semi-finishedand raw)for the purpose of EXECUTION of the said CONTRACT by the CONTRACTOR (the equipment,plants and materials to be supplied by GAIL to the CONTRACTOR, hereinafter for the sake of brevity referredto as the "said materials") and pending execution by the CONTRACTOR of the CONTRACT incorporating thesaid materials, the said materials shall be under the custody and charge of the CONTRACTOR and shall bekept, stored, altered, worked upon and/or fabricated at the sole risk and expense of the CONTRACTOR.

ii) As a pre-condition to the supply of the said materials by GAIL to the CONTRACTOR, GAIL has required theCONTRACTOR to furnish to GAIL an Indemnity Bond in the manner and upon terms and conditionshereinafter indicated.

NOW, THEREFORE, in consideration of the premises aforesaid the CONTRACTOR hereby irrevocably andunconditionally undertakes to indemnify and keep indemnified GAIL from and against all loss, damage anddestruction (inclusive but not limited to any or all loss or damage or destruction to or of the said materials orany item or part thereof by theft, pilferage, fire, flood, storm, tempest, lightning, explosion, storage, chemical orphysical action or reaction, binding, warping, exposure, rusting, faulty workmanship, faulty fabrication, orfaulty method or technique of fabrication, strike, riot, civil commotion, or other act or omission or commissionwhatsoever within or beyond the control of the CONTRACTOR, misuse and misappropriation (inclusive butnot limited to the misuse or misappropriation by the CONTRACTOR and the Contractor's servants and/oragents) whatsoever to, or of in the said materials or any part of them thereof from the date that the same orrelative part of item thereof was supplied to the CONTRACTOR upto and until the date of return to GAIL ofthe said materials or relative part of item thereof or completed fabricated works(s) incorporating the saidmaterial and undertake to pay to GAIL forthwith on demand in writing without protest or demur the value asspecified by GAIL of the said material or item or part thereof, lost, damaged, destroyed, misused and/ormisappropriated, as the case may be or, together with GAIL'S costs and expenses (inclusive of but not limitedto handling, transportation, cartage, insurance, freight, packing and inspection costs/or expenses upto) andaggregate limit of Rs._________________________________________________ (Rupees_________________________________________________________________________________________________).

AND THE CONTRACTOR hereby agrees with GAIL that:

i) This Indemnity/Undertaking shall be a continuing Indemnity/ Undertaking and shall remain valid andirrevocable for all claims of GAIL arising hereunder upto and until the midnight of________________. However, if the CONTRACT for which this Indemnity/Undertaking is given isnot completed by this date, the CONTRACTOR hereby agrees to extend the Indemnity/Undertakingtill such time as is required to fulfil the CONTRACT.

Page 171: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

ii) This Indemnity/Undertaking shall not be determined by any change in constitution or upon insolvencyof the CONTRACTOR but shall be in all respects and for all purposes be binding and operative untilpayment of all moneys payable to GAIL in terms of hereof.

iii) The mere statement of allegation made by or on behalf of GAIL in any notice or demand or otherwriting addressed to the CONTRACTOR as to any of the said material or item or part thereof havingbeen lost , damaged, destroyed, misused or misappropriated while in the custody of theCONTRACTOR and/or prior to completion of the completed fabricated work(s) and delivery to jobsite thereof incorporating the said materials shall be conclusive of the factum of the said material oritem or part thereof having been supplied to the CONTRACTOR and/or the loss, damage,destruction, misuse or misappropriation thereof, as the case may be, while in the custody of theCONTRACTOR and/or prior to the completion of the completed fabricated work(s) and delivery tojob site thereof incorporating the said materials without necessity on the part of GAIL to produce anydocumentary proof or other evidence whatsoever in support of this.

iv) The amount stated in any notice of demand addressed by GAIL to the CONTRACTOR as to the valueof such said materials lost, damaged, destroyed, misused or misappropriated, inclusive relative to thecosts and expenses incurred by GAIL in connection therewith shall be conclusive of the value of suchsaid materials and the said cost and expenses as also of the amount liable to be paid to GAIL toproduce any voucher, bill or other documentation or evidence whatsoever in support thereof and suchamount shall be paid without any demur and on demand and no dispute shall be raised concerning thesame.

The undersigned has full power to execute this Indemnity Bond on behalf of the CONTRACTOR under thePower of Attorney dated______.

(SIGNED BY COMPETENT AUTHORITY)

Place:

Damted:

Official seal of the CONTRACTOR

Page 172: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

PROFORMA FOR CONTRACT AGREEMENT LOA No. GAIL / dated -----------

Contract Agreement for the work of ----------------- of GAIL (INDIA) Ltd. made on ---------- between (Name and

Address)------------- , hereinafter called the “CONTRACTOR” (which term shall unless excluded by or repugnant to

the subject or context include its successors and permitted assignees) of the one part and GAIL (INDIA)

LIMITED hereinafter called the “EMPLOYER” (which term shall, unless excluded by or repugnant to the subject

or context include its successors and assignees) of the other part.

WHEREAS

A. The EMPLOYER being desirous of having provided and executed certain work mentioned, enumerated or

referred to in the Tender Documents including Letter Inviting Tender, General Tender Notice, General

Conditions of Contract, Special Conditions of Contract, Specifications, Drawings, Plans, Time Schedule of

completion of jobs, Schedule of Rates, Agreed Variations, other documents has called for Tender.

B. The CONTRACTOR has inspected the SITE and surroundings of WORK specified in the Tender Documents

and has satisfied himself by careful examination before submitting his tender as to the nature of the surface,

strata, soil, sub-soil and ground, the form and nature of site and local conditions, the quantities, nature and

magnitude of the work, the availability of labour and materials necessary for the execution of work, the

means of access to SITE, the supply of power and water thereto and the accommodation he may require and

has made local and independent enquiries and obtained complete information as to the matters and thing

referred to, or implied in the tender documents or having any connection therewith and has considered the

nature and extent of all probable and possible situations, delays, hindrances or interferences to or with the

execution and completion of the work to be carried out under the CONTRACT, and has examined and

considered all other matters, conditions and things and probable and possible contingencies, and generally

all matters incidental thereto and ancillary thereof affecting the execution and completion of the

WORK and which might have influenced him in making his tender.

C. The Tender Documents including the Notice Letter Inviting Tender, General Conditions of Contract, Special

Conditions of Contract, Schedule of Rates, General Obligations, SPECIFICATIONS, DRAWINGS, PLANS,

Time Schedule for completion of Jobs, Letter of Acceptance of Tender and any statement of agreed

variations with its enclosures copies of which are hereto annexed form part of this CONTRACT though

separately set out herein and are included in the expression “CONTRACT” wherever herein used.

AND WHEREAS

The EMPLOYER accepted the Tender of the CONTRACTOR for the provision and the execution of the said WORK

at the rates stated in the schedule of quantities of the work and finally approved by EMPLOYER (hereinafter called

Page 173: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

the "Schedule of Rates") upon the terms and subject to the conditions of CONTRACT.

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND DECLARED AS FOLLOWS:-

1. In consideration of the payment to be made to the CONTRACTOR for the WORK to be executed by him,

the CONTRACTOR hereby covenants with EMPLOYER that the CONTRACTOR shall and will duly

provide, execute and complete the said work and shall do and perform all other acts and things in the

CONTRACT mentioned or described or which are to be implied there from or may be reasonably

necessary for the completion of the said WORK and at the said times and in the manner and subject to the

terms and conditions or stipulations mentioned in the contract.

2. In consideration of the due provision execution and completion of the said WORK, EMPLOYER does

hereby agree with the CONTRACTOR that the EMPLOYER will pay to the CONTRACTOR the

respective amounts for the WORK actually done by him and approved by the EMPLOYER at the Schedule

of Rates and such other sum payable to the CONTRACTOR under provision of CONTRACT, such

payment to be made at such time in such manner as provided for in the CONTRACT.

A N D

3. In consideration of the due provision, execution and completion of the said WORK the

CONTRACTOR does hereby agree to pay such sums as may be due to the EMPLOYER for the services

rendered by the EMPLOYER to the CONTRACTOR, such as power supply, water supply and others

as set for in the said CONTRACT and such other sums as may become payable to the EMPLOYER

towards the controlled items of consumable materials or towards loss, damage to the EMPLOYER'S

equipment, materials construction plant and machinery, such payments to be made at such time and in

such manner as is provided in the CONTRACT.

It is specifically and distinctly understood and agreed between the EMPLOYER and the CONTRACTOR

that the CONTRACTOR shall have no right, title or interest in the SITE made available by the

EMPLOYER for execution of the works or in the building, structures or work executed on the said SITE by

the CONTRACTOR or in the goods, articles, materials etc., brought on the said SITE (unless the same

specifically belongs to the CONTRACTOR) and the CONTRACTOR shall not have or deemed to have

any lien whatsoever charge for unpaid bills will not be entitled to assume or retain possession or control

of the SITE or structures and the EMPLOYER shall have an absolute and unfettered right to take full

possession of SITE and to remove the CONTRACTOR, their servants, agents and materials belonging

to the CONTRACTOR and lying on the SITE.

The CONTRACTOR shall be allowed to enter upon the SITE for execution of the WORK only as a

licensee simpliciter and shall not have any claim, right, title or interest in the SITE or the structures

erected thereon and the EMPLOYER shall be entitled to terminate such license at any time without

assigning any reason.

Page 174: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

The materials including sand, gravel, stone, loose, earth, rock etc., dug up or excavated from the saidSITE shall, unless otherwise expressly agreed under this CONTRACT, exclusively belong to theEMPLOYER and the CONTRACTOR shall have no right to claim over the same and such excavationand materials should be disposed off on account of the EMPLOYER according to the instruction inwriting issued from time to time by the ENGINEER-IN-CHARGE.

In Witness whereof the parties have executed these presents in the day and the year first above written.

Signed and Delivered for and on Signed and Delivered for and

on behalf of EMPLOYER. on behalf of the CONTRACTORs.

GAIL (INDIA) LIMITED (NAME OF THE CONTRACTOR)_______________________________ ____________________________

_______________________________ ____________________________

Date :___________ Date :____________

Place:___________ Place:____________

IN PRESENCE OF TWO WITNESSES

1.___________________________ 1. ________________________

___________________________ ________________________

___________________________ ________________________

2.___________________________ 2. ________________________

___________________________ ________________________ ___________________________ ________________________

Page 175: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc

PART-D

Page 176: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc

PART-D

SPECIAL CONDITIONS OF CONTRACT

Page 177: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc

1.0 SPECIAL CONDITIONS OF CONTRACT(SCC) (Technical)

Page 178: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc

PART-DSPECIAL CONDITIONS OF CONTRACT (Technical)

INDEX

1.0 GENERAL

2.0 THE WORK

2.1 Scope of Work2.2 Scope of Supply2.3 Time schedule2.4 Measurement of works2.5 Terms of payment2.6 Temporary Works2.7 Temporary Fencing2.8 Contractor’s Temporary Structure2.9 Statutory approvals2.10 Quality assurance2.11 Notice and licenses2.12 Working hours2.13 Responsibility of contractor2.14 Electrical works2.15 Additional work/extra works

3.0 CONSTRUCTION

3.1 Rules and regulations3.2 Procedures3.3 Security3.4 Drawings and documents3.5 Pre fabrication woks3.6 Distinction between foundation & super structure3.7 Excavation by blasting3.8 Construction equipment & mechanization of construction activities3.9 Rounding off3.10 Computerized contractor’s billing system3.11 Site organization3.12 Health Safety And Environment (Hse) Management3.13 Leads3.14 Insurance for personal injuries3.15 Strike/lock out by contractor’s employees3.16 Make of materials3.17 General guidelines during and before erection3.18 Construction photographs3.19 Schedule of labour rates3.20 Specific requirements3.21 Preamble to schedule of rates3.22 Erection of equipment & vessels

Page 179: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc

4.0 TESTS, INSPECTION AND COMPLETION4.1 Inspection of Supply Items4.2 Inspection of Works4.3 Final Inspection4.4 Documentation4.5 Statement of final bills-issue of no demand certificate

5.0 CONTRACT DOCUMENT

6.0 DEFINITIONS

7.0 EQUIPMENT DEPLOYMENT CRITERIA

8.0 NO DEVIATION

Page 180: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 1 of 14

1.0 GENERAL

1.1 Special conditions of contract (SCC) shall be read in conjunction with theGeneral Conditions of Contract (GCC). Schedule of rates, specifications ofwork, drawings and any other document forming part of this contractwherever the context so requires.

1.2 Notwithstanding the sub-division of the document into these separatesections and volumes, every part of each with and into the contract so far asit may be practicable to do so.

1.3 Where any portion of the GCC is repugnant to or at variance with anyprovisions of the special conditions of contract, then unless a differentintention appears, the provision(s) of the special conditions of contract shallbe deemed to override the provision(s) of GCC only to the extent that suchrepugnancies of variations in the special conditions of contract are notpossible of being reconciled with the provisions of GCC.

1.4 Wherever it is stated in this Bidding Document that such and such a supply isto be effected or such and such a work is to be carried out, it shall beunderstood that the same shall be effected/carried out by the contractor athis own cost, unless a different intention is specifically and expressly statedherein or otherwise explicit from the context. Contract value (also referred toas Contract price) shall be deemed to have included such cost.

1.5 The materials, design and workmanship shall satisfy the applicable relevantIndian Standards, the job specifications stipulate requirements in addition tothose contained in the standard codes and specifications, these additionalrequirements shall also be satisfied. In the absence of any Standard/Specifications/codes of practice for detailed specifications covering any partof the work covered in this Bidding on the contractor.

1.6 In case of irreconcilable conflict between relevant Indian standards, GCC,Special Conditions of Contract, Specifications, Drawings and Schedule ofRates, the following shall prevail to the extent of such irreconcilable conflict,in order of precedence:

i) Detailed letter of acceptance alongwith statement of agreed variationsand its enclosures such as schedule of rates, labour rates, ets.

ii) Letter/Fax of Acceptanceiii) Special conditions of contractiv) General conditions of contractv) Job/Particular Specificationsvi) Drawingsvii) Technical/Material specificationsviii) Indian standards

The requirements of any statutory body like Indian boiler regulation, TariffAdvisory Committee, Chief controller of Explosives, New Delhi etc, shall

Page 181: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 2 of 14

govern where these are more stringent than the requirements specifiedabove.

2.0 THE WORK

2.1 Scope of work The scope of work covered in this Contract will be as described in Annexure-1

to SCC.

2.2 Scope of Supply

The scope of supply covered in this Contract will be as described in Annexure– 2 to SCC.

2.3 Time schedule

2.3.1 The work shall be executed strictly as per time schedule given in Annexure –3 to SCC. The period of completion given includes the time required formobilisation as well as testing, rectifications, if any, retesting, demobilisationand completion in all respects to the satisfaction of the Engineer-in-Charge.

2.3.2 A joint programme of execution of work will be prepared by the Engineer-in-Charge and Contractor. This programme will take into account the time ofcompletion mentioned in 2.3.1 above.

2.3.3 Monthly/Weekly execution programme will be drawn up by the Engineer-in-Charge jointly with the Contractor based on availability of materials, workfronts and the joint programme of execution as referred to above. Thecontractor shall scrupulously adhere to the Targets/ Programmes bydeploying adequate personnel, Construction Equipment, Tools and Tacklesand also by timely supply of required materials coming within his scope ofsupply as per Contract. In all matters concerning the extent of target set outin the weekly/monthly programme and the degree of achievement, thedecision of the Engineer-in-Charge will be final and binding on the Contractor.

2.3.4 Contractor shall give every day category-wise labour and equipmentdeployment report alongwith the progress of work done on previous day inthe proforma prescribed by the Engineer-in-Charge.

2.4 Measurement of Works

In addition to the provisions of Clause 98.1 of the General Conditions ofContract and associated provisions thereof, the provisions of Annexure – 4 toSCC shall apply.

2.5 Terms of Payment

Terms of Payment will be as specified in Annexure – 5 to SCC.

Page 182: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 3 of 14

2.6 Temporary Works

All temporary works, ancillary works, enabling works, including dewatering ofsurface and subsoil water, temporary drains at the work site, preparingapproaches to working areas, wherever required, for execution of the work,shall be the

2.7 Temporary Fencing

The Contractor shall, at his own costs and expenses, erect and maintain ingood condition temporary fences and gates along the boundaries of the siteassigned to him. The contractor shall fence with bamboo or other materials ofsufficient strength for all excavations and shall light the same at night. TheContractor shall, except when authorised by the Engineer-in-Charge, confinehis men, materials and plant etc. within the site of which he is givenpossession. The Contractor shall not use any part of the site for purpose notconnected with the works unless prior written permission or consent of theOwner/Engineer-in-Charge has been obtained. Access to site shall be madeonly through the approved gateways. The Contractor shall maintain sufficientwatchmen at site to the satisfaction of the Owner/Engineer-in-Charge.

2.8 Contractor’s Temporary Structure

The Contractor may, at his own costs and expenses and subject to theapproval of the Enginner-in-Charge and statutory authorities, constructoffices, stores, workshop and remove the same as per the orders of theEngineer-in-Charge on completion of the contract. Whenever required theContractor shall furnish such details of his temporary works as may be calledfor by the Owner/Engineer-in-Charge as to their safety and efficiency. TheOwner/Engineer-in-Charge may direct those temporary works which heconsiders unsafe or, inefficient be removed and replaced in a satisfactorymanner. The Contractor shall immediately follow Owner/Engineer-in-Charge’sdirection/instruction, on maintenance of all the equipments and he shallensure that they are suitable for the work and is maintained in such amanner as to ensure their efficient working. The Owner/Engineer-in-Charge,may if they deem fit, direct the Contractor to remove from site anyequipment which are not efficient and/or prejudicial to the quality of work tobe replaced by equipment to their satisfaction. The Contractor shallimmediately follow Owner/Engineer-in-Charge’s direction/instruction.

2.9 Statutory Approvals

2.9.1 All associated activities required for obtaining necessary clearances,permissions, approvals, all licenses from all concerned authorities in respectof pipeline & all related works shall be the responsibility of the Contractor andthe cost of the same shall be deemed to have been included in the quotedprices.

The approval from any authority required as per statutory rules andregulations of Central/State Government shall be the Contractor’s

Page 183: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 4 of 14

responsibility unless otherwise specified in the Bidding Document. Theapplication on behalf of the Owner for submission to relevant authoritiesalongwith copies of required certificate complete in all respects shall beprepared and submitted by the Contractor well ahead of time so that theactual construction of the work is into delayed for want of theapproval/inspection by concerned authorities. The inspection of the works bythe authorities shall be arranged by the Contractor and necessarycoordination and liason work in this respect shall be the responsibility of theContractor. However statutory fees paid, if any, for all inspections andapprovals by such authorities shall be reimbursed at actual by the Owner tothe Contractor on production of documentary evidence.

Any change/addition required to be made to meet the requirements of thestatutory authorities shall be carried out by the Contractor free of charge. Theinspection and acceptance of the work by statutory authorities shall however,not absolve the Contract from any of his responsibilities under this Contract.

2.10 Quality Assurance

2.10.1 Detailed quality assurance programme to be followed for the execution ofContract under various divisions of works will be mutually discussed andagreed to.

2.10.2 The Contractor shall establish document and maintain an effective qualityassurance system as outlined in recongnised codes.

2.10.3 Quality Assurance System plans/procedures of the Contractor shall befurnished in the in the form of QA manual. This document should coverdetails of the personnel responsible for the quality assurance, plans orprocedures to be followed for quality control in respect of Design,Engineering, Procurement, Supply, Installation, Testing and Commissioning.The quality assurance system should indicate organisational approach forquality control and quality assurance of the construction activities, at allstages of work at site as well as at manufacturer’s works and despatch ofmaterials.

The Owner/Consualtant or their representative shall reserve the right toinspect/witness, review any or all stages of work at shop/site as deemednecessary for quality assurance.

2.10.4 The Contractor has to ensure the deployment of quality Assurance andQuality Control Engineer(s) depending upon the quantum of work.

2.11 Notice and Licences

The Contractor shall at his costs and expenses give to the Municipal orPanchayat, Police and other authoriities all notices etc., that may be requiredin law to be given and obtain all necessary permissions and licences etc., fortemporary obstructions, enclosures and pay all fees, taxes charges etc. which

Page 184: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 5 of 14

may be leviable by such authorities for that purpose. The Contractor shallmake good any damage to the adjoining property whether public or private.

2.12 Working Hours

Depending upon the requirements, time schedule/ drawnup programmes andthe target set to complete the job in time the works may have to continuebeyond normal working hours to the extent of round the clock and onholidays also for which no extra claim shall be entertained.

2.13 Responsibility of Contractor

Preparing approaches and working area for the movement and operation orthe cranes, leveling the area for assembly and erection shall also be theresponsibility of the Contractor. The Contractor shall acquaint himself withaccess availability, facilities such as railway siding, local labour etc.

The procurement and supply in sequence and at the appropriate time of allmaterials and consumables covered under Contractor’s scope of supply, shallbe entirely the Contractor’s responsibility. Contractor shall not use any of theequipment or materials issued to him by Owner for temporary works,manufacturing erection aids etc. Misuse of materials will be seriously viewedand deduction at penal rates will be made from the Contractors bill for suchquantities that are misused.

Contract Price is deemed to be inclusive of all expenses towards aboveresponsibilities.

2.14 Electrical Works

2.14.1 Subject to provisions of Inspection & Testing in Section-V of the GeneralConditions of Contract, the inspection and tests as required under IndianElectricity Rules-1956 and prescribed in I.S.732 (Part-III)- 1982 shall beconducted.

2.14.2 All tests clearances and certificates required by the State Governmentauthorities for energising/commissioning the electrical system laid by theContractor shall be obtained by the Contractor at his costs and initiative, forwhich the Contractor shall perform such tests and undertake suchrectification and/or changes as may be required.

2.15 Additional Works/Extra WorksOwner reserve their right to execute any additional works/ extra works,during the execution of Work, either by themselves or by appointing anyother agency, even though such works are incidental to and necessary for thecompletion of works awarded to the Contractor. In the event of suchdecisions taken by Owner, Contractor is required to extend necessarycooperation and act as per the instructions of Engineer-in-Charge

Page 185: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 6 of 14

3.0 CONSTRUCTION

3.1 Rules and Regulations

Contractor shall observe in addition to Codes specified in respectivespecification, all national and local laws, ordinances, rules and regulationsand requirements pertaining to the work and shall be responsible for extracosts arising from violations of the same.

3.2 Procedures

Various procedures and method statements to be adopted by Contractorduring the construction as required in the respective specifications shall besubmitted to Engineer-in-Charge in due time for approval. No constructionactivity shall commence unless approved by Engineer-in-Charge in writing.

3.3 Security

The work being in protected area, entry into the work area shall be restrictedand governed by issue of photo gate passes by the Security/CISF. TheContractor shall arrange to obtain through the Engineer-in-Charge, well inadvance, all necessary entry permits/gate pass for his staff and labour andentry and exit of his men and materials shall be subject to vigorous check bythe security staff. The Contractor shall not be eligible for any claim orextension of time whatsoever on this account.

3.4 Protection of Existing Facilities

3.4.1 Contractor shall obtain plans and full details of all existing and plannedunderground services from the relevant Deptt. of Owner and shall followthese plans closely at all times during the performance of work. Contractorshall be responsible for location and protection of all underground lines andstructures at his own cost.

3.4.2 Despite all precautions, should any damage to any structure/ utility etc.occur, the Owner/ authority concerned shall be contacted by the Contractorand repair shah forthwith be carried out by Contractor at his expenses underthe direction and to the satisfaction of Engineer-in-charge and the concernedOwner/ authority.

3.4.3 The Contractor stall not store any materials or otherwise occupy any part ofthe site in a manner likely to hinder the operation of such services.

3.4.4 Contractor shall obtain all safety clearance (viz. Excavation, Hot/ Cold workpermit) from the Owner prior to start of work. Work without safety permitshall not be carried out.

3.4.5 Contractor shall in consultation with Owner and the concerned authorities,take adequate measures for strengthening the existing electric poles,telephone poles etc. in the proximity of the pipeline alignment. Contractor

Page 186: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 7 of 14

shall take adequate protective measures to prevent damage to these facilitiesduring construction. Contractor shall have to adopt such method ofconstruction as will be suitable for working in these areas using the limitedspace available and without causing any damage to these facilities.Contractor shall be deemed to have taken cognizance of all such constraints,etc. while working in this area and Contractor shall not be entitled to claimany extra at a later stage.

3.5 Site Cleaning

3.5.1 The Contractor shall clean and keep clean the work site from time to time tothe satisfaction of the Engineer-in-Charge for easy access to work site and toensure safe passage, movement and working.

3.5.2 If the work involves dismantling any existing structure in whole or part, careshall be taken to limit the dismantling upto the exact point and/or lines asdirected by the Engineer-in-Charge and any damage caused to the existingstructure beyond the said line or point shall be repaired and restored to theoriginal at the Contractors cost and risk to the satisfaction of the Engineer-in-Charge, whose decision shall be final and binding upon the Contractor.

3.5.3 The Contractor shall be custodian of the dismantled materials till theEngineer-in-Charge takes charge thereof.

3.5.4 The Contractor shall dispose off the unserviceable materials, debris etc. toany area within the site premises as decided by the Engineer-in-Charge.

3.5.5 The Contractor shall sort out, clear and stack the serviceable materialobtained from dismantling at places as directed by the Engineer-in-Charge.

3.5.6 No extra payment shall be paid on this account.

3.6 Pre-fabrication Works

The Contractor shall be required to joint tail cable to anode, fill-up backfillmaterials to canisters etc. for the work away from the work site and transportthe pre-packaged material to work site at no extra cost to the Owner.

3.7 Excavation by Blasting

Excavation by blasting is not permitted.

3.8 Construction Equipment & Mechanisation of Construction Activities

Contractor shall, without prejudice to his overall responsibility to execute andcomplete the Work as per specifications and time schedule, adopt as far aspracticable, mechanized construction techniques for major site activities.However, Contractor agrees that he will deploy the required numbers and

Page 187: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 8 of 14

types of the part & machinery applicable for different activities in consultationwith the Engineer-In-Charge during execution of works.

The Contractor shall mechanise the construction activities to the maximumextent by deploying all necessary construction equipment/machinery inadequate numbers and capacities.

The Contractor may have to build temporary access roads to aid his work andthe quoted and agreed rates shall be deemed to include the same.

For speedy execution of work, Contractor shall also ensure use of computersoftware for atleast the following:

(i) Billing(ii) Planning & Scheduling(iii) Progress Reporting(iv) Material Control & Warehousing(v) Safety Records(vi) Resource Deployment(vii) Communication

Contractor further agrees that Contract price is inclusive of all the associatedcosts) which he may incur for actual mobilization, required in respect of useof mechanized construction techniques and that the Owner/Consultant in thisregard shall entertain no claim whatsoever.

3.9 Rounding off

All payments to and recoveries from the Contractor shall be rounded off tothe nearest rupee. Wherever the amount to be paid/recovered consists of afraction of rupee (paise), the amount shall be rounded off to the next higherrupee if the fraction consists of 50 (fifty) paise or more and if the fraction of arupee is less than 60 (fifty) paise, the same shall be ignored.

3.10 Computerised Contractors Billing System

Without prejudice to stipulation in General Condition of Contract, Contractorshould follow following billing system.

The bills will be prepared by the Contractor on their own PCs as per thestandard formats and codification scheme proposed by GAIL/ MECON. TheContractor will be provided with data entry software to capture the relevantbilling data for subsequent processing. Contractor will submit these data toGAIL/ MECON in an electronic media alongwith the hard cop of the bill,necessary enclosures and documents. The Contractor will also ensure thecorrectness and consistency of data so entered with the hard copy of the billsubmitted for payment.

Owner/ MECON will utilize these data for processing and verification of theContractor’s Bills”.

Page 188: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 9 of 14

3.11 Site Organisation

The Contractor shall provide all necessary superintendance during the designand execution of the Works and as long thereafter as the Engineer-in-Chargemay consider necessary for the proper fulfilling of the Contractor’s obligationsunder the Contract. Such superintendence shall be given by sufficient personshaving adequate knowledge of the operations to be carried out including themethods and techniques required, the hazards likely to be encountered andmethods of preventing accident(s) for the satisfactory and safe execution ofthe Work. The workmen deployed ,by the Contractor should also possess thenecessary license etc., if required under any law, rules and regulations.

Subject to the provisions in the Contract Document and without prejudice toContractor’s liabilities and responsibilities to provide adequate qualified andskilled personnel on the Work, Contractor shall augment the same as decidedby the Engineer-in-Charge depending on the exigencies of Work.

3.12 Health Safety and Environment (HSE) Management

After the award of the contract, detailed Health, Safety and Environment(HSE) programmed to be followed for execution of contract under variousdivisions of works will be mutually discussed and agreed to.

The Contractor shall establish document and maintain an effective Health,Safety and Environment (HSE) management system.

In case contractor fails to follow the instructions of Engineer-in-charge withrespect to above clauses, next payment due to him shall not be releasedunless until he complies with the instructions to the full satisfaction ofEngineer-in-charge.The Contractor shall adhere to the Health, Safety and Environment (HSE)management system as per MECON Specification enclosed and GeneralConditions of Contract.

3.13 Leads

For the various works, in case of contradiction, leads mentioned in theSchedule of Rates shall prevail over those indicated in the TechnicalSpecifications.

3.14 Insurance for Personal injuries

The Contractor shall at his own costs and expenses obtain and shall causeany sub-Contractor to obtain such insurances as may be necessary’ to coverthe liability of the Contractor or as the case may be of such subcontractor inrespect of personal injuries and death arising out of or in the course of orcaused during the execution of the works and shall produce or cause anysuch subcontractor to produce for inspection the relevant policy or policestogether with receipt for the premium paid under such policy/policies as and

Page 189: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 10 of 14

when required by the Owner/Engineer-in-Charge.

3.15 Strike/Lock out by Contractor’s Employees

Nonavailability of labour or strike by the Contractor’s employees or lock outshall not be a ground or any excuse for not completing the works within thestipulated time nor shell be a ground or any excuse; for extension of periodof completion of works.

3.16 Make of Materials

3.16.1 All equipment and materials to be supplied under this contract shall be fromapproved vendors as indicated in enclosed Appendix-I to Particular JobSpecification.

3.16.2 Where the makes of materials are not indicated in the Bidding Document,Contractor shall furnish details of proposed makes and supply the same afterwritten approval of Owner. Proposed makes will be considered, providedsufficient information are furnished to the Owner to assess the makesproposed by the Contractor as equivalent and acceptable.

3.17 General Guidelines During and Before Erection

3.17.1 The Contractor shall be responsible for organising the lifting of the structuralelement! equipment in the proper sequence, that orderly progress of thework is ensured and access routes for erecting the otherstructures/equipments are kept open.

3.17.2 During the performance of the work the Contractor at his own cost, shallkeep structures, materials and equipment adequately braced by guys, strutsor otherwise approved means which shall be Supplied and installed by theContractor as required till the installation work is satisfactorily completed.Such guys, shoring, bracing, strutting, planking supports etc. shall notinterfere with the work of other agencies and shall not damage or causedistortion to other works executed by him or other agencies.

3.17.3 Manufacturer’s recommendations and detailed specifications for theinstallation of the various equipment and machines shall be fulfilled by theContractor.

3.17.4 Various tolerances required as marked on the drawings and as perspecifications and instructions of the Engineer-in-Charge, shall be maintained.

Verticality shall be maintained. Verticality shall be verified with theTheodolite/advanced instruments,

Page 190: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 11 of 14

3.18 Construction Photographs

The Owner desires to have two sets of monthly progress reports withphotographs showing the progress of construction. Before utilising anyphotograph for publicity, the Contractor shall obtain prior approval of theOwner.

3.19 Schedule of Labour Rates

DELETED

3.20 Specific Requirements

Specific requirements spelt out in various technical parts of the BiddingDocument shall be followed by Contractor.

3.21 Preamble to Schedule of Rates

Preamble to schedule of rates attached with SOR is only indicative & shall notbe the basis for any extra item at a later date.

3.22 Erection of Equipment & VesselsIt may be noted by the Contractor that erection of equipment and columns byderrick shall not be permitted. Contractor will have to arrange crane ofsuitable capacity for the erection of such equipments. It is, therefore, advisedthat the Contractor should go into the details of the equipments to be erectedand identify suitable capacity cranes which he proposes to use for sucherection,

Cranes of adequate capacities shall be mobilized by the Contractor to enablemodular erection. Owner shall not provide any crane facilities.

4.0 TESTS, INSPECTION AND COMPLETION

4.1 Inspection of Supply ItemsAll inspections and tests shall be made as required by the specifications formingpart of this contract. Contractor shall advise Owner/ Consultant in writing atleast 10 days in advance of the date of final inspection/tests. Manufacturesinspection or testing certificates for equipment and materials supplied, may beconsidered for acceptance at the discretion of Owner/ Consultant. All coststowards testing etc. shall be borne by the contractor within their quoted rates.All inspection of various items shall be carried out based on Quality AssurancePlan, which will be submitted by the Contractor and duly approved by Owner/Consultant.

4.2 Inspection of Works

4.2.1 The contractor shall carry out the various tests as enumerated in the technicalspecifications of this tender document and no separate payment shall be madeunless otherwise specified in schedule of rates.

Page 191: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 12 of 14

4.2.2 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 carriedout by Contractor at his own cost.

4.2.3 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 codes ofpractice furnished by him during the approval of design package.

4.2.4 The Contractor shall provide for purpose of inspection, access ladders, lightingand necessary instruments at his own cost including Low Voltage (24 V) lightingequipments for inspection work

4.2.5 Any work not conforming to the execution drawings, specifications or codesshall be rejected forthwith and the Contractor shall carryout the rectifications athis own cost.

4.2.6 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.

4.2.7 Inspection and acceptance of the work shall not relieve the Contractor from anyof his responsibilities under this Contract.

4.3 Final Inspection

After completion of all tests as per specification the whole work will besubject to a final inspection to ensure that job has been completed as perrequirement. If any defect is noticed, the Contractor will be notified by theEngineer-in-Charge and he shall make good the defects at his own cost andrisk with utmost speed. If, however, the Contractor fails to attend to thesedefects within a reasonable time (time period shall be fixed by the Engineer-in-Charge) then Engineer-in-Charge may have defects rectified at Contractor’scost.

When these works are carried out at the risk and cost of the Contractor, theEngineer-in-charge would recover the actual cost incurred towards labour,supervisions and material, consumables or otherwise, plus 100% towardsoverheads from any pending bill of the Contractor or the security deposit.

4.4 Documentation

4.4.1 Completion Documents

The following documents shah also be submitted by the Contractor intriplicate as a part of completion documents:

a) Materiel test and analysis certificate (Original + 3 sets)

Page 192: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 13 of 14

b) Test certificate from manufacturers for material supplied by theContractor (Original + 3 sets)

c) Material appropriation statement as required.d) Six set of construction drawing showing therein the execution of the

work duly approved by the Engineer-in-Charge alongwith one set ofreproducible on polyester film (drawings prepared by Contractor) andcomplete set of drawings in CD (One No.).

e) Other documents as mentioned in Technical Specification,

4.4.2 “AS BUILT” Drawings

Refer Job Specification/Technical Specification.

4.5 Statement of Final Bills-Issue of No Demand Certificate

The final bill of Contractor shall be accompanied by no-demand certificatefrom the following departments of the Owner:i) Administration & Personnel Department regarding vacation of land,

housing accommodation, recovery of tents etc.ii) Fire and Safety Officer and CISF.

The Contractor shall obtain such no-demand certificates from the concernedauthorities and furnish the same to the Engineer-in-Charge.

5.0 CONTRACT DOCUMENT

The Contractor is required to execute a formal Agreement as per the Form ofContract, with the Owner. For execution of the Agreement, Stamp Paper ofappropriate value shall be provided by the Contractor after ascertaining itsvalue.

Till the time, the Contract is executed between Owner & Contractor, thefollowing documents shall be deemed to constitute the Contract:

i) Letter/Fax of Acceptance.ii) Bidding Document alongwith set of drawings.iii) Addendum to Bidding Document, if any.iv) Bid of Contractor consisting of:

a) Schedule of Rates as accepted by Owner.b) Deployment Schedule of Supervisory Personnelc) Deployment Schedule of Construction Equipmentd) Organisation Charte) Any other document of Bidder’s offer as decided by Owner.

The documents as mentioned at SI. No. b, c & d shall be considered asindicative and shall be augmented from time to time to complete the Workwithin the stipulated time.

Page 193: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Special Condition of Contract - PCP.doc Page 14 of 14

6.0 DEFINITIONS

6.1 “Bid” means the offer (unpriced as welt as priced) submitted by a Bidder inresponse to the Invitation to Bid.

6.2 “Bidding Document” also referred to as Tender Document means thedocument issued to a prospective bidder to enable him to submit his Bid. Thisshall include all documents as per the Master Index.

6.3 “Addendum/Amendment’ means a document issued to Bidders whichincorporates changes/corrections/additions to the Bidding Document. Thisshall form part of Bidding Document.

6.4 “OWNER”, “Client”, ‘Company’ or “GAIL” appearing anywhere in this BiddingDocument shall mean the GAIL (India) Limited (Govt. of India Undertaking),having its registered office at 16, Bhikaiji Cama Place, R. K. Puram, NewDelhi-110066 and includes its successors and assigns.

6.5 “Bidder’/”Tenderer” shall mean any company, firm or body who submit thebid consequent upon issue of Bidding Document.

7.0 EQUIPMENT DEPLOYMENT CRITERIA

7.1 Contractor shall meet the requirement regarding deployment of minimumnumber of equipments as indicate in Annexure-9 to SCC.

7.2 Contractor shall own the critical equipments as per quantity mentioned inAnnexure-B.

7.3 Contractor shall indicate and establish the source of availability of equipmentdeploys.

7.3.1 In case of owned equipment, contractor are required to submit documentaryevidence of ownership alongwith the bid either of the option mentioned asfollows :-i) Registration Certificate of the Equipmentii) Invoice by the supplier/ delivery challan of equipmentiii) Insurance coverage of the equipment

7.3.2 In case of equipment are hired, commitment letter alongwith the proof ofownership from the supplier on the availability of equipments for the projectshall be furnished alongwith the bid.

8.0 THIS BEING “NO DEVIATION” TENDER, NO DEVIATIONS/STIPULATIONS SHALL BE ENTERTAINED. OFFERS CONTAINING ANYDEVIATIONS SHALL BE LIABLE FOR REJECTION.

Page 194: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

2.0 ANNEXURE TO SCC (Technical)

Page 195: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

C O N T E N T S

Annexure-1 : Scope of Work

Annexure-2 : Scope of Supply

Annexure-3 : Time Schedule

Annexure-4 : Measurement Work

Annexure-5 : Terms of Payment

Annexure-6 : Specification for Quality Assurance System requirements fromBidders

Annexure-7 : Specification for Health, Safety and Environment (HSE)Management

Annexure-8 : Skilled manpower to be deployed

Annexure-9 : Major equipment to be deployed

Page 196: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

SCOPE OF WORK(ANNEXURE-1 TO SPECIAL CONDITIONS OF CONTRACT)

Page 197: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

1.0 SCOPE OF WORK

1.1 Scope of work shall be as mentioned in Particular Job Requisition No.MEC/23J9/05/21/M/001/001A(PCP).

Page 198: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

SCOPE OF SUPPLY(ANNEXURE-2 TO SPECIAL CONDITIONS OF CONTRACT)

Page 199: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

1.0 SCOPE OF SUPPLY

1.1 Owner’s Scope of Supply - NIL

1.2 Contractor’s Scope of Supply

Contractor’s scope of supply shall be as mentioned in Cathodic Protection Work RequisitionNo. MEC/23J9/05/21/M/001/001A(PCP) attached with Bidding Document.

Page 200: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

TIME SCHEDULE(ANNEXURE-3 TO SPECIAL CONDITIONS OF CONTRACT)

Page 201: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

TIME SCHEDULE

Sl.No.

Name of Work Time of Completion

1. Permanent Cathodic Protection Worksi) 4” φ, 6.0 km long Bhushan Steel - Cross River Mall

– EDM Pipeline Project of M/s GAIL in NCR Region

3 months from the date of FOIincluding mobilisation period

Note:

1) The time of completion shall be reckoned from the date of award of contract, whichshall be the date of issue of Letter/ Fax of intent.

2) The time indicated above is for completing all the works in all respects the completionschedule as per specifications, codes, drawings and instructions of Engineer-in-charge.

________________________________(STAMP & SIGNATURE OF BIDDER)

Page 202: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

MEASUREMENT OF WORK(ANNEXURE-4 TO SPECIAL CONDITIONS OF CONTRACT)

Page 203: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

1.0 GENERAL

1.1 The mode of measurement shall be as mentioned in relevant standard specificationincorporated in the Bidding Document. Any other mode of measurements not coveredin above specifications shall be followed in accordance with relevant BIS codes/Schedule of Rates/ Specifications etc. and/ or as decided by Engineer-in-charge.

1.2 Payment will be made on the basis of joint measurements taken by Contractor andcertified by Engineer-in-charge. Measurement shall be based on “Approved forConstruction” drawings, to be the extent that the work conforms to the drawings anddetails are adequate.

1.3 Wherever work is executed based on instructions of Engineer-in-charge or details arenot adequate in the drawings, physical measurements shall be taken by Contractor inthe presence of Engineer-in-charge.

1.4 Measurements of weights shall be in metric tonnes corrected to the nearest Kilogram.Linear measurements shall be in meters corrected to the nearest centimeters.

1.5 The weights mentioned in the drawing or shipping list shall be the basis for payment. Ifmountings for panels etc. are packed separately, their erection weights shall include allmountings.

1.6 Welds, bolts, nuts, washers etc. shall not be measured. Rates for structural steel workshall be deemed to include the same.

1.7 No other payment either for temporary works connected with this Contractor for anyother item such as weld, shims, packing plates etc. shall be made. Such items shall bedeemed to have been included for in the rates quoted.

1.8 Measurement will be made for various items under schedule of rates on the followingbasis as indicated in the unit column.

i) Weight : MT or Kgii) Length : M (Metre)iii) Number : No.iv) Volume : Cu.Mv) Area : Sq.M

2.0 PIPING

2.1 Length of pipes shall be measured along the curvilinear centre of the pipelines laid/installed and shall include all types of specials, fittings, mitre bends etc. but excluding alltypes of valves. Length of valves shall be excluded from piping measurement and shallbe considered on number basis.

Page 204: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

TERMS OF PAYMENT(ANNEXURE-5 TO SPECIAL CONDITIONS OF CONTRACT)

Page 205: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

1.0 TERMS OF PAYMENT

1.1 The basis for payment against various items shall be below :

A) Permanent Cathode Proteetion System (Item No. 1)

i) 5% on design approval of PCP Package.ii) 40% on supply and acceptance of material at site as per approved bill of

material indicated in PCP design package.iii) 30% on installation, testing, pre-commissioning and commissioning.iv) 20% on completion of all works including Interference detection & it’s

mitigation of the entire length of 4” dia. Bhushan Steel Cross River Mall –EDM Pipeline Project envisaged in tender document in all respects andacceptance by Engineer-in-charge.

v) 5% on completion of as-built documents & drawings.

B) Transformer Rectifier Unit (Item No. 2)

i) 50% on inspection and receipt of all CPTR Unit at site as per approveddrawing & documents of CPTR Unit.

ii) 35% on erection, testing & pre-commissioning of all the CPTR Unit.iii) 10% on commissioning of all the units connected with pipelines

envisaged in tender document.iv) 5% on completion of all works in all respects and submission of as built

documents/ drawings.

1.2 Bidder/ Contractor shall submit invoices to Owner/ EIC fortnightly in a standardsformats as instructed by Owner/ EIC. Each invoice shall be supported bydocuments acceptable to owner and certified by EIC/ Owner’s representatives.Payments made by Owner to the Contractor for any part of work shall not beenthat the owner has accepted the work.

2.0 MOBILISATION ADVANCE (M.A.)

A maximum of 10% (Ten percent) of contract value will be paid to Contractor asmobilisation advance on furnishing of Bank Guarantee of equivalent amount as perthe format enclosed at Annexure-13 to SCC and valid till completion of the workand such mobilisation advance will be paid in following stages with simple interest.

2.1 2.5% of the awarded contract price shall be paid as an initial advance after signingof the contract and on submission of the following documents :-

a) Invoice in triplicate for equivalent amount.

b) Provided however, that Contractor has already furnished Bank Guaranteetowards Performance Security.

Page 206: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

2.2 7.5% of the awarded contract price shall be paid on development of equipments asmentioned in bid document and on submission of the following documents :-

a) Invoice in triplicate for equivalent amount.b) Certificate by the Engineer-in-charge that Contractor has established Site

Office, Storage shed, etc. and has physically deployed all equipments as perthe Contract.

3.0 INTEREST ON M.A.

The above advance released to the Contractor will attract an interest rate (mediumterm) at PLR charged by SBI (applicable as on date of award) + 2% p.a. onreducing balance basis.

4.0 RECOVERY OF M.A.

The mobilisation advance so paid as above plus interest will be recovered fromrunning account bills of the Contractor @12.5% of released amount). Interest willbe calculated on balance advance on the basis of date of payment of theContractor’s running bill. This recovery will continue till recovery of full advance, inno case later than 80% payment of the Contract Price released to the Contractor.Balance amount, if any, remaining unrecovered shall be deducted in full from thepre-final bill.

Page 207: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

SPECIFICATIONFOR

QUALITY ASSURANCE SYSTEM REQUIREMENTS(Annexure - 6 to SCC)

(For Details – Refer our Technical Specification No. 05/62/S/66 ofthe same enclosed in Vol-II of the Tender)

Page 208: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

STANDARD SPECIFICATIONFOR

HEALTH, SAFETY AND ENVIRONMENTAL (HSE)MANAGEMENT AT CONSTRUCTION SITES

(ANNEXURE – 7 to SCC )(FOR DETAILS – REFER OUR TECHNICAL SPECIFICATION No. 05/62/S/65 OF THE

SAME ENCLOSED IN VOL-II OF THE TENDER)

Page 209: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

ANNEXURE – 7 to SCC

Page 210: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

SKILLED MANPOWER TO BE DEPLOYED(Annexure-8 of Special Condition of Contract)

Page 211: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

ANNEXURE-8Sheet 1 of 1

PROPOSED SITE ORGANIZATION

The BIDDER is to indicate here the proposed site organization he proposes to set up for executionof the work. It is understood that this will be augmented from time to time depending on therequirements for timely completion of work, as directed by Engineer-in-Charge. The BIDDER shallfurnish the Bio-data of Site-in-Charge and key personnel to be deployed at site.

Sl.No.

Clarification of Personnel Qualification Experience

SIGNATURE OF BIDDER

Page 212: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

MAJOR EQUIPMENTS TO BE DEPLOYED(Annexure-9 of Special Condition of Contract)

Page 213: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

ANNEXURE - 9Sheet 1 of 1

DETAILS OF EQUIPMENT TOOLS & TACKLES

The bidder shall specify in the form given below list of proposed Equipment including Car/ Jeep tobe deployed for the work if awarded to the bidder. These equipment shall be in proper workingcondition. IT is understood that this will be augmented from time to time depending on therequirements for timely completion of work as directed by Engineer-in-charge.

Sl.No.

Description ofEquipment

Make Capacity Location Owner

SIGNATURE OF BIDDER

Page 214: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc

3.0 PARTICULAR JOB REQUISITIONFOR

PERMANENT CATHODIC PROTECTION WORKSOF

4” φ, 6.0 km long M/s Bhushan Steel – Cross River Mall –East Delhi Mall Pipeline of M/s GAIL in NCR Region of East Delhi

Page 215: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc

CONTENTS

Sl.No. Description

1.0 GENERAL

2.0 PROJECT DETAILS FOR PERMANENT CATHODIC PROTECTION SYSTEM

3.0 SCOPE OF WORK

4.0 MISCELLANEOUS WORKS

5.0 JOB SPECIFICATION

6.0 MAKES OF EQUIPMENTS AND MATERIALS

7.0 INSPECTION, TESTING AND COMMISSIONING

8.0 DRAWINGS, STANDARD SPECIFICATION AND INSTALLATION STANDARDS

9.0 RESOURCES/ FACILITIES

10.0 PROJECT SCHEDULING & MONITORING

11.0 CONSTRUCTION

12.0 DOCUMENTATION

13.0 ORDER OF WORKS/ PERMISSIONS/ RIGHT OF ENTRY/ CARE OF EXISTINGSERVICES

14.0 MAKE OF MATERIAL/ BOUGHT OUT ITEMS

15.0 INSPECTION OF SUPPLY ITEMS

16.0 ESCALATION

17.0 DOCUMENTS TO BE SUBMITTED ALONGWITH R.A. BILLS

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

19.0 ANNEXURE-I (DATA SHEET FOR CATHODIC PROTECTION TR UNIT)

Page 216: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 1 of 14

1.0 GENERAL

1.1 Introduction

1.1.1 M/s GAIL (India) Limited have laid below-mentioned underground steel pipelinesindicated in CP Schematic Drawing No. MEC/23J9/05/21/M/001/PCP,R0 totransport natural gas to various consumers in NCR Region of East Delhi.

i) 4” dia., 300#, 3.5 km (approx.) long 3LPE Coated Steel Pipeline fromDespatch Terminal in the premises of M/s Bhushan Steel to ReceivingTerminal in the premises of M/s Cross River Mall.

ii) 4” dia., 300#, 2.5 km (approx.) long 3LPE Coated Steel Pipeline fromDespatch Terminal in the premises of M/s Bhushan Steel to ReceivingTerminal of M/s Paharpur/ Pacific Mall/ East Delhi Mall.

These gas pipelines are externally coated with 3 layer side extruded polyethylene.However 3 layer PE coating alone cannot protect the pipelines from corrosion dueto combined attack of chemicals like acid, sulphates, chlorides from the soil andground water. Hence the above pipelines are presently protected from corrosionby Sacrificial Cathodic Protection System.

Insulating joints have been provided on the above ground pipelines beforeleaving/ entering the ground. The pipelines are crossing various roads, rivers, HT& LT overhead lines, railway traction lines (AC traction system) and otherpipelines/ services etc. along its route.

Based on past experience & review of existing pipeline conditions, it is intended toinstall independent permanent impressed current cathodic protection system atPaharpur Gas Receiving Terminal as indicated in CP Schematic Drawing No.MEC/23J9/05/21/M/001/PCP,R0 for the protection of above pipelines fromcorrosion using tubular type noble mixed metal oxide coated titanium anodespowered by a automatic outdoor type transformer rectifier unit for minimumservice life of 35 years

1.2 Standards

1.2.1 The work shall be performed in conformity with this specification, standardspecifications and installation standards enclosed elsewhere in this tender andcode of practices of the Bureau of Indian Standards. In case of any conflict, thestipulations under this specification shall govern.

1.2.2 In addition, the work shall also conform to the requirements of the following :

a) The Indian Electricity Act, and the rules framed thereunder.b) The Fire Insurance Regulations.c) The regulations laid down by the Chief Electrical Inspector of the state

government/ Central Electricity Authority (CEA).d) The regulations laid down by the Factory Inspector.e) The regulations laid down by the Chief Controller of Explosives.

Page 217: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 2 of 14

f) Any other regulations laid down by the Central, State or Local Authoritiesfrom time to time during the execution of this contract.

g) OISD Standards

1.2.3 The design, selection and installation of equipment and materials shall alsoconform to the requirements of the relevant latest standards of :

a) BS Specification and codes of practiceb) OISD Standard 138c) IS:8437 (Part-II)/ 8062 (Part-I)d) NACE Standardse) DNV Publicationsf) IEEE Publications

1.3 Guarantee

1.3.1 The contractor shall guarantee the installation against any defects ofworkmanship and materials (supplied by the contractor) for a period 24 monthsafter supply of CP material at site or 12 months after successful commissioning atsite, which ever is earlier. Any damage or defects connected with the erection ofmaterials, equipments of fittings supplied by the contractor that may beundiscovered at the time of issue of the completion certificate, or may arise orcome to light thereafter, shall be rectified or replaced by the contractor at his ownexpense as deemed necessary and as per the instruction of the Engineer-in-charge within the time limit specified by Engineer-in-charge.

1.3.2 The above guarantee shall be applicable for the quality of work executed as wellas for the equipment/ cable/ fittings/ other material supplied by the contractor.

1.4 Site Conditions

The equipment offered and the installation shall be suitable for continuousoperation under the following site conditions :

Ambient temperature : 45°C (max.)Max relative humidity : 90%Altitude : Less than 1000m above MSLAtmosphere: Tropical Atmosphere.

2.0 PROJECT DETAILS FOR PERMANENT CATHODIC PROTECTION SYSTEM

2.1 The salient features of the pipelines for which permanent impressed current cathodicprotection systems are to be installed are as follows :

2.1.1 Diameter of Line Pipes

2.1.1.1 4” dia., 300# for Bhushan Steel – Cross River Mall Pipeline

2.1.1.2 4” dia., 300# for Bhushan Steel – EDM Pipeline

Page 218: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 3 of 14

2.1.2 Wall Thickness of Line Pipes

2.1.2.1 4" NB - 6.4mm for Bhushan Steel – Cross River Mall Pipeline

2.1.2.2 4" NB - 6.4mm for Bhushan Steel – EDM Pipeline

2.1.3 Pipeline Length

2.1.3.1 3.5 km (approx.) long from M/s Bhushan Steel to M/s Cross River Mall.

2.1.3.2 2.5 km (approx.) long from M/s Bhushan Steel to M/s Paharpur/ Pacific Mall/ EastDelhi Mall.

2.1.4 Material

API 5 L Gr. B for the Pipelines indicated under Item 2.1.1 above.

2.1.5 Pipe Coating

3 layer side extruded PE for the pipelines indicated under item 2.1.1 above.

2.2 Power Supply Parameters

2.2.1 4” φ for Bhushan Steel – Cross River Mall – EDM Pipeline Project

Power Supply for PCP 240 V AC, ±10%, 1 Phase

3.0 SCOPE OF WORK

3.1 4” φ, 6.0 km long Bhushan Steel Pipeline Project – Cross River Mall –East Delhi Mall Pipeline Project of M/s GAIL in NCR Region.

3.1.1 Design, detailed engineering, supply, installation, testing & commissioning ofpermanent cathodic protection system by impressed current method to protectthe external surfaces of 3LPE Coated steel pipeline of 4” φ, 6.0 km long PipelineNetwork against corrosion for minimum services life of 35 years using mixedmetal oxide coated titanium tubular anodes as per MECON’s StandardSpecifications for Permanent CP System no. MEC/TS/05/62/016B.

The scope shall include but not limited to the following :-

i) Selection of plot for impressed current anode ground bed near the GasReceiving Terminal installed in the premises of M/s Paharpur Plant.

ii) Carrying out soil resistivity survey at impressed current anode ground bedplot as per specification for design of anode ground beds.

iii) Development of topo sheets which should be suitable for use in landacquisition etc.

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

v) Providing anode ground beds at Paharpur terminal end.

Page 219: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 4 of 14

vi) Supply, installation, testing & commissioning of minimum eight numbersMixed Metal Oxide Coated Titanium Tubular Anodes alongwith unarmoured10mm2 stranded copper conductor, single core, 1100V grade, XLPEinsulated & PVC sheathed tail cables of required length. Actual numbers ofanode & length of tail cable shall be finalised during the approval of designcalculation submitted by the Contractor after carrying out soil resistivitysurvey at impressed current ground bed plot. No extra payment shall bemade to contractor due to increase in quantity of anode.

vii) Supply, installation, testing & commissioning of ALJB & CJB as perspecification & drawing.

viii) Supply, installation, testing & commissioning of 3 Nos. reference cell abovethe under ground pipeline as per specification & drawing alongwithreference cable.

ix) Supply, laying, connection to pipe by pin brazing and termination of allXLPE insulated PVC Sheathed, 1100V grade single core copper cables likeone number 35mm2 armoured anode cable, one number 35m2 armouredcathode cable, three numbers 6mm2 armoured measurement cable, etc.for PCP system, including interconnecting incoming one number 3 core x16mm2 AYFY HR PVC power cable from power supply panel to TR Units asper specification & drawing.

x) Supply installation, testing & commissioning of AC operated automaticoutdoor type TR Unit of 50V/ 50Amp output rating with canopy for PCPSystem as per specifications no. MEC/05/S/26/072, data sheets no.MEC/DS/05/26/NCR/072-01 enclosed with this tender document.

xi) Supply, installation, testing & commissioning of complete earthing systemof TR Unit as per specification & drawing.

xii) Disconnection of temporary cathodic protection system which do not formpart of permanent cathodic protection system at site.

xiii) Testing & Commissioning of PCP system.xiv) Carrying out interference detection & its mitigation for the whole length of

pipeline envisaged in tender document.xv) All civil/ structural works related to cathodic protection system including

supply of bricks cement & steel etc. required for the completion of systemshall also include in the scope of Contractor.

4.0 MISCELLANEOUS WORKS

4.1 The contractor shall co-ordinate with owner of crossing of other services asrequired for interference detection and mitigation, CP commissioning etc. forproper implementation of permanent cathodic protection system of the completepipeline indicated under item 2.1.1 above.

5.0 JOB SPECIFICATION

5.1 General

Various electrical works covered under this contract like equipment erection,cabling and grounding works etc. shall be performed in accordance with thefollowing specifications attached with this tender.

Page 220: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 5 of 14

Erection, testing and commissioning of certain special equipments shall beperformed in accordance with supplier’s instructions and directions of theEngineer-in-charge.

The equipments/ materials to be supplied by the contractor shall conform to therequirements of the applicable standard specifications enclosed with the tenderdocument.

5.2 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 :

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.

6.0 MAKES OF EQUIPMENTS AND MATERIALS

All equipments/ materials supplied by the contractor shall be as per the list ofAnnexure-I enclosed with this tender document.

7.0 INSPECTION, TESTING AND COMMISSIONING

7.1 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.

7.2 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.

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

7.4 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 andare in good working condition and that it will operate as intended.

7.5 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 thetests shall be submitted to Owner/ Engineer-in-charge.

7.6 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-up

Page 221: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 6 of 14

contractor shall provide skilled/ unskilled personnel and supervision round theclock at his cost. The number and category of workmen and duration up to whichrequired will be decided by the Engineer-in-charge. Any defects noticed duringthe start-up trial relating to the equipment supplied and work carried out by theContractor, will be rectified by the contract at his own cost.

7.7 Engineer-in-charge shall have the right to get these defects rectified at the riskand cost of the contractor if he fails to attend to these defects immediately asdesired.

7.8 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.

8.0 DRAWINGS, STANDARD SPECIFICATION AND INSTALLATIONSTANDARDS

8.1 Please refer Volume-II of II enclosed with this tender document for standardspecifications, installation drawings etc.

8.2 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.

8.3 The purpose of the CP schematic route diagram & plot plan for proposed PCPStation enclosed with Volume-II of II this tender document is to enable thetenderer to make an offer in line with the requirements of the Owner. These areindicative and issued for tendering purposes only. Construction shall be done asper drawings/ specifications approved by the Owner/ Consultant during the courseof execution of work.

8.4 After the job completion, contractor shall prepare “AS-BUILT” drawings. Finalcertified as built drawings shall be submitted by the contractor to owner in boundvolume with one set of reproducible original sepia plus five sets of prints.

8.5 Standard Specifications & drawings enclosed with Volume-II of II of this TenderDocuments.

8.5.1 Specification

Sl.No. Title Drawing/ Document No.1. Specification for Permanent Cathodic Protection System MEC/TS/05/62/016B

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

3. Specification for Cathodic Protection TR Units MEC/05/S/26/072

4. Standard Specification for Health Safety and Environment MEC/05/62/S/65Management at Construction Sites

6. Standard Specification for Quality Assurance System Requirement MEC/05/62/S/66

Page 222: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 7 of 14

8.5.2 Standard Drawings

1. Prepacked Zinc Anode MEC/SD/05/62/16/01

2. Prepacked Magnesium Anode MEC/SD/05/62/16/02

3. Magnesium Ribbon Anode MEC/SD/05/62/16/03

4. Test Station with Foundation Details MEC/SD/05/62/16/04

5. Test Station Connection Schemes MEC/SD/05/62/16/05

6. Galvanic Anode Installation MEC/SD/05/62/16/06

7. Permanent Copper – Copper SulphateReference Cell & Installation Details

MEC/SD/05/62/16/10

8. Shallow Anode Ground Bed (PCP) MEC/SD/05/62/16/11

9. Anode Lead Junction Box MEC/SD/05/62/16/12

10. Electrode for Earthing System MEC/SD/05/26/16/13

11. Earth Electrode in Test Pit MEC/SD/05/26/16/14

8.5.3 Drawings for Tender purpose

1. CP Schematic Route Diagram for Bhushan Steel MEC/23J9/05/21/M/001/PCP,R0Cross River Mall – EDM Pipeline Project

2. Layout for Proposed PCP Station at Receiving MEC/23J9/05/21/M/002/PCP,R0Terminal (Paharpur)

9.0 RESOURCES FACILITIES

9.1 Recruitment of Personnel by Contractor

The Contractor shall not recruit personnel of any category from among those whoare already employed by the other agencies working at the sites but shall makemaximum use of local labour available.

9.2 Construction Water and Power SupplyNo water and power will be provided by the owner. It should be the responsibilitiesof the contractor to arrange water and power at his own cost.

9.3 Land for Residential Accommodation

Owner shall not provide any land for residential accommodation of contractors staffand labour.

10.0 PROJECT SCHEDULING & MONITORING

The following schedules/documents/reports shall be prepared and submitted by theBidder/Contractor for review/approval at various stages of the contract.

Page 223: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 8 of 14

10.1 Alongwith Bid

a) Time Schedule

The Completion Time Schedule for the work (including mobilization period)as per Appendix-I to Invitation for bid, PART-A of Tender in all respect, fromthe date of issue of telex/telegram/letter/Fax of Intent.

The Bidder is required to submit a Project Time Schedule in Bar Chart Form,alongwith the Bid. The Schedule shall cover all aspects like sub-ordering,manufacturing and delivery, indicated in the Bid Document. The Ownerinterface activities shall be clearly identified with their latest required dates.Owner reserves the right to disqualify the Bidder if the above Schedulesubmitted 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 Scheduling andmonitoring, the extent of computerization, level of detailing, tracingmethodology etc. with the name of computer package and sample outputs.

10.2 After the Award of Contract

a) Overall Project Schedule

The Contractor shall submit within 1 week of Fax of Intent, a sufficientlydetailed over all Project Schedule in the activity network form, clearlyindicating the major milestones, interrelationship/ interdependence betweenvarious activities together with analysis of critical path and floats.

The network will be reviewed and approved by Engineer- in-Charge and thecomments if any shall be incorporated in the network before issuing thesame for implementation. The network thus finalised shall form part of thecontract document and the same shall not be revised without the priorpermission from Engineer-in- Charge during the entire period of contract.

b) Progress Measurement Methodology

The contractor is required to submit within 1 week of award of WORK, themethodology of progress measurement of sub-ordering, manufacturing/delivery, sub- contracting construction and commissioning works and thebasis of computation of overall services/physical progress informed. Ownerreserves the right to modify the methodology in part or in full.

c) Functional Schedules

The contractor should prepare detailed functional schedules in line withnetwork for functional monitoring and control and submit scheduled progresscovers for each function viz. ordering, delivery and construction.

Page 224: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 9 of 14

10.3 Project Review Meetings

The Contractor shall present the programme and status at various reviewmeetings as required.

a) Weekly Review Meeting

Level of : Contractor’s/Consultant’s RCM/Participation Site Incharge & Job Engineers.

Agenda : a) Weekly programme v/s actualachieved in the past week &programme for next week.

b) Remedial Actions and hold up analysis.c) Client query/ approval.

Venue : Site Office

b) Monthly Review Meeting

Level of : Senior Officers of GAIL/MECON andParticipation Contractors.

Agenda : a) Progress Status/ Statisticsb) Completion Outlookc) Major hold ups/slippagesd) Assistance requirede) Critical issuesf) Client query/ approval

Venue : GAIL/MECON Office/ Site at the discretion ofOwner/ MECON

10.4 Progress Reporting Proforma

A) Monthly Progress Report

This report shall be submitted on a monthly basis within 10(ten) calendardays from cut-off date, as agreed upon covering overall scenarios of thework. The report shall include, but not limited to the following :

a) Brief Introduction of the work.b) Activities executed/ achievements during the month.c) Schedule versus actual percentage progress and progress curves

for Detail Engg. Sub-ordering, Manufacturing/ Delivery, Sub-contracting, Construction, Commissioning and Overall and quantumwise status & purchase orders against schedule.

d) Area of concern/ problem/ hold-ups, impacts and action plans.e) Resources deployment status.f) Annexures giving status summary for drawings, MRs, deliveries,

sub-contracting and construction.g) Procurement status for items to be supplied by Contractor.

Page 225: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 10 of 14

B) Weekly Reports

The report will be prepared and submitted by the Contractor on weeklybasis and will cover following items :

a) Activities programmed and completed during the week.b) Resource deployed men and machines.c) Quantities achieved against target in constructiond) Record of Mandays lost.e) Construction percentage progress schedule and actual.

C) Daily Repots

a) Activity programme for the dayb) Progress of the previous day and commutative progress.c) Manpower & machinery deployed.

10.4 Progress Reports

10.4.1 CONTRACTOR shall make every effort to keep the OWNER adequately informed asto the progress of the WORK throughtout the CONTRACT period.

CONTRACTOR shall keep the OWNER informed well in advance of the constructionschedule so as to permit the OWNER to arrange for requisite inspection to be carriedout in such a manner as to minimize interference with progress of WORK. It isimperative that close coordination be maintained with the OWNER during all phasesof WORK.

10.4.2 By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER adetailed report covering the progress as of the last day of the previous month.These reports will indicate actual and scheduled percentage of completion ofconstruction as well as general comments of interest or the progress of variousphases of the WORK. The frequency of progress reporting by the CONTRACTORshall be weekly.

10.4.3 Once a week, CONTRACTOR shall submit a summary of the WORK accomplishedduring the preceding week in form of percentage completion of the various phasesof the WORK, to the OWNER.

10.4.4 Progress reports shall be supplied by CONTRACTOR with documents such as chart,networks, photographs, test certificate etc. Such progress reports shall be in theform and size as may be required by the OWNER and shall be submitted in at least 3(three) copies.

10.4.5 Contractor shall prepare daily progress report (DPR) in the desired format andsubmit it to Engineer-in-charge alongwith schedule of next day to Engineer-in-charge.

Page 226: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 11 of 14

11.0 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 to theWORK at all times. The presence or absence of a OWNER's representative does notrelieve the CONTRACTOR of the responsibility for quality control in all phases of theWORK. In the event that any of the WORK being done by the CONTRACTOR or anySUB-CONTRACTOR is found by OWNER's representatives to be unsatisfactory or notin accordance with the DRAWINGS, procedures and SPECIFICATIONS, theCONTRACTOR shall, upon verbal notice of such, revise the work in a manner toconform to the relevant DRAWINGS, procedures and SPECIFICATIONS.

11.1 Rules & Regulations

CONTRACTOR shall observe in addition to Codes specified in respective specification,all National and Local Laws, Ordinances, Rules and Regulations and requirementspertaining to the WORK and shall be responsible for extra costs arising fromviolations of the same.

11.2 Procedures

Various procedures and method statements to be adopted by CONTRACTOR duringthe construction as required in the respective specifications shall be submitted toOWNER in due time for APPROVAL. No such construction activity shall commenceunless approved by OWNER in writing.

11.3 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.

11.4 Erection and Installation

The CONTRACTOR shall carry out required supervision and inspectionas 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 to havefree access to the WORK at all times. If an OWNER's representative notifies theCONTRACTOR's authorised representative not lower than a Foreman of anydeficiency, 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.

11.5 Construction Aids, Equipment, Tools & Tackles

CONTRACTOR shall be solely responsible for making available for executing thework, all requisite Construction Equipments, Special Aids, Cranes, Tools, Tackles and

Page 227: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 12 of 14

testing equipments and appliances. Such construction equipments etc. shall besubject to examination by owner and approval for the same being in first classoperating condition. Any discrepencies pointed out by OWNER shall be immediatelygot rectified, repaired or the equipment replaced altogether, by CONTRACTOR.OWNER shall not in any way be responsible for providing any such equipment,machinery, tools and tackles.

The OWNER reserves the right to rearrange such deployment depending upon 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.

12.0 DOCUMENTATION

12.1 "As Built" Drawings

Notwithstanding the provisions contained in standard specifications, upon completionof WORK, the CONTRACTOR shall complete all of the related drawings to the "ASBUILT" stage and provide the OWNER, the following :-

a) One complete set of all original tracings.b) Six complete bound sets of CONTRACTOR's specifications including design

calculations.c) Six complete sets, in the form of hand bound volumes, of the manufacturer's

data book for all the equipments, instruments etc. including certified printsand data. Data books shall be completed with index as to tag numbersassociated with manufacturer's data shown, Equipment data shall include asa minimum requirement the principle and descriptions of operations,installation and maintenance instructions, drawings and dimensions, parts listand priced purchase orders including those of major sub-vendors andsuppliers. Requirements pertaining to "VENDOR DATA REQUIREMENT"attached with standard specifications for the documents to be included in theData Book for each equipment, instruments etc. shall also be complied with.

d) Six bound copies each of the Spare Parts Data Books and the LubricantsInventory Schedule.

e) Soft copy of all the as built drawings prepared in AutoCAD in one set of re-writable compact Disc and photographs covering measure activities at site.

f) The Contractor shall submit coloured photographs covering all the activitiesof pipeline constructions highlighting the progress or other areas of work in 2sets to Engineer-in-charge at site office alongwith monthly progress report.Similarly photographs for problem areas should be submitted well in advancewith a proposed methodology to execute the works and meet theconstruction schedule. The cost of same shall be deemed to be inclusive inthe rates and no separate payment shall be made.

g) All as-built drawings as mentioned in specification for documentationenclosed elsewhere in the tender.

h) Pre-commissioning/commissioning check list.i) Completion Certificate issued by Owner’s Site Engineer.j) No claim certificate by the Contractor.

Page 228: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 13 of 14

13.0 ORDER OF WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OF EXISTINGSERVICES.

13.1 The order in which the WORK shall be carried out shall be subject to the approval ofthe Engineer-in-charge and shall be so as to suit the detailed method of constructionadopted by the CONTRACTOR, as well as the agreed joint programme. The WORKshall be carried out in a manner so as to enable the other contractors, if any, towork concurrently.

OWNER reserves right to fix up priorities which will be conveyed byEngineer-in-Charge and the CONTRACTOR shall plan and execute work accordingly.

13.2 Existing Service

13.2.1 Drains, pipes, cables, overhead wires and similar services encountered in course ofthe works shall be guarded from injury by the CONTRACTOR at his own cost, so thatthey may continue in full and uninterrupted use to the satisfaction of the Ownersthereof, or otherwise occupy any part of the SITE in a manner likely to hinder theoperation of such services.

13.2.2 Should any damage be done by the CONTRACTOR to any mains, pipes, cables orlines (whether above or below ground etc.), whether or not shown on the drawingsthe CONTRACTOR must make good or bear the cost of making good the samewithout delay to the satisfaction of the Engineer-in-Charge.

14.0 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’sname.

15.0 INSPECTION OF SUPPLY ITEMS

All inspections and tests shall be made as required by the specifications forming partof this contract. Contractor shall advise Owner/ Consultant in writing at least 10days in advance of the date of final inspection/tests. Manufactures inspection ortesting 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.

16.0 ESCALATION

The Unit Rates quoted shall be kept firm till completion of work, and no priceEscalation shall be paid.

Page 229: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Particular Job RFQ PCP Works-R.doc Page 14 of 14

17.0 DOCUMENTS TO BE SUBMITTED/ PRODUCED ALONGWITH R.A. BILLS

i) Computerized R.A. Bill/ Manual Bill, with IT No./ ST No./ Labour LicenceNo. printed thereon.

ii) ESI/ EPF clearance certificates for the last month alongwith R.A. Bills.iii) Insurance Policy as per relevant clauses of Contract Agreement.iv) Attendance Register and Salary Records.v) Photocopy of the measurement book to be attached with R.A. Bills.vi) Any other document required for the purpose of processing the bills.vii) Registration Certificate with Sales tax authorities of state concerned.

Page 230: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

LIST OF SUPPLIERS OF MAJORBOUGHT-OUT ITEMS

(Appendix-I to Particular Job Specification of Work)

Page 231: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

APPENDIX-ISheet 1 of 2

VENDOR LIST

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

Page 232: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

APPENDIX-ISheet 2 of 2

VENDOR LIST

4) Portable Reference Cell : MC Miller (USA)

5) Permanent Reference Cell : Corrtech, Consultech, CCS, CPES, CTS

6) AC/ DC Operated Automatic : M/s Raychem RPGTransformer Rectifier Unit/CPPSM Unit

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

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

9) 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

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

2) Nippon Japan

Page 233: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Annexure-1 of 9.doc

DATA SHEET FOR CATHODIC PROTECTIONTRANSFORMER RECTIFIER UNIT

(Annexure – I to Particular Job Specification of Work)

Page 234: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\DS - 2343 - CP TR Unit-072-01-1-R.doc

ANNEXURE-I1. Type : IP-55 for outdoor type (Dust & weather proof)

2. Cooling : Air Cooling

3. Quantity : One

4. Input Power Supply : 240 V ± 10%, 50 Hz ± 5%, 1 Phase

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

6. Number of output circuits : One

7. Rated output Voltage (+ve earthed) : 0 to 50 V DC ± 1%

8. Rated Output Current : 0 to 50 Amp ± 1%

9. Derating factor for transformer : 50% excess current capacity

10. Derating factor for diodes/ SCRs : Voltage-300 % factor of safety Current-400 % factor of safety

11. Ripple & Hum : Less than 5 % at rated load

12. Pipe to soil potential setting range (Vps) : 0 to (-) 2500 mV, ± 15 mV

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

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

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

16. Number of reference cells for control : Three

REV NO. DATE ZONE DESCRIPTION BY APPDREVISION REFERENCES DRG. NO.

NAME DATE CHKD DATEDSGN

CLIENT : GAIL (India) Limited

DRWN PROJECT : NCR Region, Delhi (Zone-II)

MECON LIMITED

SCALE : NTS Sheet 1 of 3APPROVED DATA SHEET FOR CATHODICPROTECTION TRANSFORMER

RECTIFIER UNITDATA SHEET NO.:MEC/DS/05/26/NCR/072-01

REV1

Page 235: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\DS - 2343 - CP TR Unit-072-01-1-R.doc

17. Full Load efficiency of Rectifier : More than 80 %

18. Site conditionsAmbient Temperature : 45°C (max.)Relative Humidity : 99% (max.)Altitude above mean sea level : Less than 1000m above MSLSpecific Environment : Tropical Atomosphere

19. Shade for final paint : RAL 7032

20. Commissioning at site : By Manufacturers only

21. Full Load efficiency of Transformer : Not Less than 95 %

22. Meters : Digital Meters (Four & Half Digits) fora) AC input voltage and currentb) DC output voltage and currentc) Reference voltage (P.S.P.)

23. Alarm & Indication : a) Mains on (visual)b) DC output on (visual)c) DC supply fail (Audio)d) Structure/ pipe under protection

(Audio & Visual)e) Structure/ pipe overprotection

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

(Visual)g) DC output over current (Visual)

24. Protection : a) Lightning arrestor on AC & DCsides.

b) HRC fuses in input supply linesand in each DC leads.

c) Surge supressors on input,output and across each diode &SCR.

REV NO. DATE ZONE DESCRIPTION BY APPDREVISION REFERENCES DRG. NO.

NAME DATE CHKD DATEDSGN

CLIENT : GAIL (India) Limited

DRWN PROJECT : NCR Region, Delhi (Zone-II)

MECON LIMITED

SCALE : NTS Sheet 2 of 3APPROVED DATA SHEET FOR CATHODICPROTECTION TRANSFORMER

RECTIFIER UNITDATA SHEET NO.:MEC/DS/05/26/NCR/072-01

REV1

Page 236: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\DS - 2343 - CP TR Unit-072-01-1-R.doc

25. Guaranteed Technical Particulars :

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

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

26.3 PSP Regulation (Better than ±15 mV) *

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

Note: All pipe to soil potentials (PSP) measured/ set values specified are w.r.t. copper-coppersulphate half cell.

* To be furnished by Vendors alongwith the offer.

REV NO. DATE ZONE DESCRIPTION BY APPDREVISION REFERENCES DRG. NO.

NAME DATE CHKD DATEDSGN

CLIENT : GAIL (India) Limited

DRWN PROJECT : NCR Region, Delhi (Zone-II)

MECON LIMITED

SCALE : NTS Sheet 3 of 3APPROVED DATA SHEET FOR CATHODICPROTECTION TRANSFORMER

RECTIFIER UNIT DATA SHEET NO.:MEC/DS/05/26/NCR/072-01

REV1

Page 237: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\DS - 2343 - CP TR Unit-072-01-1-R.doc

ANNEXURE-II

ACCEPTABLE MAKES FOR COMPONENTS

Material Make

Contactors : Siemens/ L&T/ BCH/Telemechnique

Moulded Case Circuit Breaker : GE/ Cromption/ L&T

Miniature circuit breaker : MDS/ Indoasian/ Havell

Transformer : Indcoil/ Kappa Electrical/ AE

Switches, Fuses, Fuse base : Siemens/ L&T/ GE

PB Elements/ Indication Lamps : Siemens/ L&T/ Teknic/ Concord/BCH

Selector Switch : EE/ Siemens/ Kaycee/ L&T/ Jyoti

Terminals : Elmex/ Tosha/ Technoplast/Connect Well

Meters : AEP/ Simco/ IMP/ GEC/ Rishab

Cable Glands : Victory/ Power Engg./ Commet/Electromac/ Standard MetalIndustries

(List of suppliers for solid state devices shall be furnished by the vendor for Owner’sapproval).

REV NO. DATE ZONE DESCRIPTION BY APPDREVISION REFERENCES DRG. NO.

NAME DATE CHKD DATEDSGN

CLIENT : GAIL (India) Limited

DRWN PROJECT : NCR Region, Delhi (Zone-II)

MECON LIMITED

SCALE : NTS Sheet 1 of 1APPROVED DATA SHEET FOR CATHODICPROTECTION TRANSFORMER

RECTIFIER UNITDATA SHEET NO.:MEC/DS/05/26/NCR/072-02

REV1

Page 238: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

\\Fateh_singh\pcp\Summary of Prices.doc

PART – F

SCHEDULE OF RATESFOR

PERMANENT CATHODIC PROTECTION WORKSOF

Bhushan Steel – CROSS RIVER MALL – EAST DELHI MALLPIPELINE PROJECT

Page 239: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

SCHEDULE OF RATESFOR

PERMANENT CATHODIC PROTECTION WORKS OF BHUSHAN STEEL - CROSS RIVER MALL - EAST DELHI MALL PIPELINE PROJECTSheet 1 of 2

Sl. Descriptoin of Item Unit Qty.No. Figures1.0 PERMANENT CATHODIC PROTECTION WORKS

Design, detailed engineering, supply, installation, testing & commissioning of permanent cathodicprotection system by impressed current method to protect the external surfaces of 3LPE Coated steelpipeline of 4” dia., 6.0 km long Pipeline Network against corrosion for minimum services life of 35 yearsusing mixed metal 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 include but not limited to the following :-

- Selection of plot for impressed current anode ground bed near the Gas Receiving Terminal installed inthe premises of M/s Paharpur Plant.

- Carrying out soil resistivity survey at impressed current anode ground bed plot as per specification fordesign of anode ground beds.

- Development of topo sheets which should be suitable for use in land acquisition etc.

- Design of anode bed of shallow construction as per national/ international standard & specification.

- Providing anode ground beds at Paharpur terminal end.

- Supply, installation, testing & commissioning of minimum eight numbers Mixed Metal Oxide CoatedTitanium Tubular Anodes alongwith unarmoured 10mm2 stranded copper conductor, single core, 1100Vgrade, XLPE insulated & PVC sheathed tail cables of required length. Actual numbers of anode andlength of tail cable of each anode shall be finalised during the approval of design calculation submitted bythe Contractor after carrying out soil resistivity survey at impressed current ground bed plot. No extrapayment shall be made to contractor due to increase in quantity of anode.

- Supply, installation, testing & commissioning of ALJB & CJB as per specification & drawing.

- Supply, installation, testing & commissioning of 3 Nos. reference cell above the under ground pipeline asper specification & drawing alongwith reference cable.

Amount (Rs.)Words

d:\fateh\small consumers\pcp\SOR - PCP System-R Mainline SOR No. 05/21/23J9/CP/001A(PCP)/SOR, Rev-1

Page 240: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

SCHEDULE OF RATESFOR

PERMANENT CATHODIC PROTECTION WORKS OF BHUSHAN STEEL - CROSS RIVER MALL - EAST DELHI MALL PIPELINE PROJECTSheet 2 of 2

Sl. Descriptoin of Item Unit Qty.No. Figures

- Supply, laying, connection to pipe by pin brazing and termination of all XLPE insulated PVC Sheathed,1100V grade single core copper cables like one number 35mm2 armoured anode cable, one number35m2 armoured cathode cable, three number 6mm2 armoured measurement cable, etc. for PCP system,including one number interconnecting incoming 3 core x 16mm2 AYFY HR PVC power cable from powersupply panel to TR Units as per specification, drawing & approved PCP design package submitted bycontractor after survey.

- Supply, installation, testing & commissioning of complete earthing system of TR Unit as per specification& drawing.

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

- Testing & Commissioning of PCP system.

- Carrying out interference detection & its mitigation for the whole length of pipeline envisaged in tenderdocument.

- All civil/ structural works related to cathodic protection system including supply of bricks cement & steeletc. required for the completion of system shall also include in the scope of Contractor.

2.0 TRANSFORMER RECTIFIER UNIT

2.1 Supply, installation, testing & commissioning of AC operated automatic outdoor type TR Unit of 50V/50Amp output rating with canopy for PCP System as per specifications no. MEC/05/S/26/072 and datasheets no. MEC/DS/05/26/NCR/072-01.

No. 1

Amount (Rs.)Words

d:\fateh\small consumers\pcp\SOR - PCP System-R Mainline SOR No. 05/21/23J9/CP/001A(PCP)/SOR, Rev-1

Page 241: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

\\Fateh_singh\pcp\Summary of Prices.doc

Tender No. 05/51/23J9/GAIL/CP/001A,R-1(PCP)

Summary of Bidder's Prices - (To Be Indicated In Indian Rupees)

Name of Project: Permanent Cathodic Protection Works of Bhushan Steel – CrossRiver Mall - East Delhi Mall Pipeline Project(SOR No. 05/21/23J9/CP/001A(PCP)/SOR, Rev-1)

OFFER : (In Figures) (In Words)

1. Total Cost of PCP Work : Rs. ____________ Rs. ___________________________

2. Total Cost of CP Rectifier/ : Rs. ____________ Rs. ___________________________CPPSM Units

3. Total Contract Prices : Rs. ____________ Rs. ___________________________

4. Rebate offer (if any) : Rs. ____________ Rs. __________________________percentage of totalcontract price asshown in Sl.No. 3

5. Grand Total Price : (in figs) ____________________________________after applying Rebate

(3 - 4) : (in words)____________________________________

_______________________(SIGNATURE OF BIDDER)

Page 242: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\old data\FATEH\Small Consumers\PCP\Cover - Janu-CP.doc

GAIL (India) Limited

TENDER DOCUMENT

FOR

PERMANENT CATHODIC PROTECTION WORKSOF

4” φ, 6.0 km long M/s Bhushan Steel – Cross River Mall –East Delhi Mall Pipeline of M/s GAIL in NCR Region of East Delhi

VOL- II OF II

TENDER NO.: 05/51/23J9/GAIL/CP/001A,R-1(PCP)

MECON LIMITEDSCOPE MINAR

15th Floor, North TowerLaxmi Nagar District Centre

DELHI – 110 092June,2006

Page 243: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\old data\FATEH\Small Consumers\PCP\Contents- drawings List.doc

C O N T E N T SOF

VOLUME-II OF IIPage 1 of 1

A) SPECIFICATION

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

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

3. Specification for Cathodic Protection TR Units MEC/05/S/26/072

4. Standard Specification for Health Safety and Environment MEC/05/62/S/65Management at Construction Sites

6. Standard Specification for Quality Assurance System Requirement MEC/05/62/S/66

B) STANDARD DRAWINGS

1. Prepacked Zinc Anode MEC/SD/05/62/16/01

2. Prepacked Magnesium Anode MEC/SD/05/62/16/02

3. Magnesium Ribbon Anode MEC/SD/05/62/16/03

4. Test Station with Foundation Details MEC/SD/05/62/16/04

5. Test Station Connection Schemes MEC/SD/05/62/16/05

6. Galvanic Anode Installation MEC/SD/05/62/16/06

7. Permanent Copper – Copper SulphateReference Cell & Installation Details

MEC/SD/05/62/16/10

8. Shallow Anode Ground Bed (PCP) MEC/SD/05/62/16/11

9. Anode Lead Junction Box MEC/SD/05/62/16/12

10. Electrode for Earthing System MEC/SD/05/26/16/13

11. Earth Electrode in Test Pit MEC/SD/05/26/16/14

Drawings for Tender purpose

1. CP Schematic Route Diagram for Bhushan Steel MEC/23J9/05/21/M/001/PCP,R0Cross River Mall – EDM Pipeline Project

2. Layout for Proposed PCP Station at Receiving MEC/23J9/05/21/M/002/PCP,R0Terminal (Paharpur)

Page 244: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

PROCESS & PIPING DESIGN SECTIONMECON LIMITEDDELHI - 110 092

TECHNICAL SPECIFICATIONFOR

PERMANENT CATHODIC PROTECTION SYSTEM

SPECIFICATION NO. : MEC/TS/05/62/016B, R-1

Page 245: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 2 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

C O N T E N T S

1.0 SCOPE

2.0 CODES AND STANDARDS

3.0 SYSTEM IMPLEMENTATION

4.0 CORROSION SURVEY

5.0 CATHODIC PROTECTION DESIGN PARAMETERS

6.0 CATHODIC PROTECTION DESIGN CRITERIA

7.0 SYSTEM DETAILS

8.0 INSTALLATION

9.0 SHOP INSPECTION AND TESTING

10.0 PACKING AND TRANSPORT

11.0 FIELD TESTING AND COMMISSIONING

12.0 INTERFERENCE MITIGATION

13.0 CLOSE INTERVAL POTENTIAL SURVEY

14.0 DRAWINGS AND DOCUMENTS

15.0 INSTRUMENTS, TOOLS AND SPARES

16.0 INFORMATION REQUIRED WITH BID

Page 246: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 1 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

1.0 SCOPE

1.1 This specification defines the requirements of system design, engineering, equipment/materials, installation, testing and commissioning of a permanent impressed currentCathodic Protection System for underground cross-country pipelines includingsupplementing of corrosion survey, close interval potential logging survey,investigations for interaction / interference problems and mitigation of the same andtaking corrective action of the protection system is found in adequate/ damaged atany location after mitigation of the same.

This specification provides the basic parameters to develop a suitable permanentimpressed current cathodic protection system for the structures requiring protection.All data required in this context shall be taken into consideration to develop anacceptable design and for proper engineering of the system.

Compliance with these specifications and / approval of any documents submitted bycontractor shall in no case relieve the contractor of his contractual obligations.

1.2 Unless otherwise specified in job specifications for contracts involving complete systemdesign, supply of material /equipment, system installation and commissioning,integration of the permanent impressed current CP system with the temporary CPsystem (whether provided by a different contractor or included alongwith permanentCP system) shall be the responsibility of the permanent CP contractor whose scopeshall include disconnection of sacrificial anodes wherever required.

This specification includes certain activities which are common with the temporarycathodic protection facilities. In cases where temporary and permanent cathodicprotection works are being executed by the same agency, the common activitieswould be completed as part of temporary cathodic protection system. In cases wheretemporary and permanent cathodic protection works are being executed by differentagencies, the contractual scope of work shall be referred for further details.

2.0 CODES AND STANDARDS

The system design, performance and materials to be supplied shall, unless otherwisespecified, conform to the requirements of the following latest relevant applicablespecifications :

BIS SpecificationsBS specification and codes of practiceANSI specificationNFPA publicationsNACE publicationsIEC publicationsDNV publications

Page 247: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 2 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

IEEF publicationsDIN publications

In case of conflicting requirements amongst any of the above standards, thepublication having most stringent requirement shall be governing.

3.0 SYSTEM IMPLIMENTATION

All work to be performed and supplies to be effected as a part of contract shall requirespecific approval of owner or his authorised representative. Major activities requiringapproval shall include but not limited to the following :

a) Corrosion survey data interpretation report and plot plans for land acquisition.b) Conceptual system design.c) Basic engineering package.d) Purchase requisition for major equipment and vendor approval.e) Detailed engineering package.f) Field testing and commissioning procedures.g) Procedures for interference testing and mitigation.h) As built documentation.

i) CPL survey procedure.

4.0 CORROSION SURVEY

4.1 General

4.1.1 The details of corrosion survey including soil resistivity data along the right of way andother data required for CP design are attached with this specification. However,verification of its veracity and adequacy shall be the entire responsibility of thecontractor. In addition contractor shall have to generate / collect additional datarequired for completeness of the job.

4.1.2 To carry out soil resistivity measurement (at pipeline depth) Wenner’s 4-pin method oran equivalent method approved by owner shall be used. Survey instruments shall havemaximum AC and DC ground current rejection feature.

4.2 Soil resistivity survey at impressed current anode ground bed plot

4.2.1 Each selected anode bed plot shall be sub- divided into sub-plots. Sizes of sub-plotsshall depend upon the expected depth for soil resistivity investigations. Each of thesesub-plots shall be investigated for restivity data individually. Sufficient observationsshall be taken at each of these sub-plots as required and desired by Owner/ Owner’srepresentative to obtain sufficient information about sub- soil stratification and,wherever possible, to establish the depth of water table/ basement. The number of

Page 248: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 3 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

subplots at each ground bed plot may very from six to ten. The exact number of sub-plots etc shall be decided at site in consolation with OWNER/ OWNER’s representative.

4.2.2 Number, location, demarcation and size of sub-plots and number of sets of resistivityobservations required for each sub-plot shall be individually decided for each groundbed plot location.

4.2.3 One or more ground bed plots may be required to be selected and surveyed at eachCP station to form a suitable ground bed.

4.3 Topographic Surveys

Cathodic protection stations consisting of anode ground bed, CP power supplyequipment etc. alongwith all associated cabling upto pipeline and any other relatedequipment and accessories for CP stations shall be demarcated on the ground. Groundplots so demarcated shall be surveyed for all other topographical and cadestralfeatures and topo- sheets shall be developed by the CONTRACTOR which should besuitable for use in land acquisition etc.

4.4 Additional data to be collected

The following data shall be collected to generate design data for evaluation ofinteraction / interference possibilities due to presence of other services in ROW/vicinity. Client shall provide assistance for liaison work to the extent possible.

i) Route and types of foreign services / pipeline in and around or crossing theright of way (including those existing and those which are likely to come upduring contract execution).

ii) Diameter, wall thickness, pressure, soil cover, and coating scheme used in caseof pipelines.

iii) Details of the existing cathodic protection system protecting and services i.e.location, rating, type of protection, anode beds, test station locations and theirconnection scheme.

iv) Remedial measures existing on foreign pipeline/ services to prevent interaction.v) Graphical representation of existing structure/ pipe-to-soil potential records,

T/R unit current / voltage readings.vi) Possibility of integration / isolation of CP systems which may involve

negotiations with owners of other services.vii) Information on existing and proposed DC/AC power sources and system using

earth return path in the vicinity of the entire pipeline route such as HVDCsubstations, fabrication yards with electric welding etc.

viii) Crossing and parallel running of electrified and non-electrified traction(alongwith information regarding operating voltage, AC/DC type etc.) as wellas abandoned tracks near ROW having electrical continuity with the tracks in

Page 249: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 4 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

use and the track to soil potential measurement using Cu to CuSo4 half cellafter tracks in use.

ix) Crossing or parallel running of any existing or proposed HT AC/DC overheadpower lines alongwith details of voltage, AC/DC type etc.

x) Voltage rating, phases, sheathing details of underground power cables alongROW or in its vicinity.

xi) Any other relevant information that may be needed in designing andimplementation proper protection scheme for the proposed pipeline.

Unless otherwise mentioned, contractor shall conduct necessary potential gradientsurveys for any existing anode ground beds that may interfere with the CP system ofthe pipelines covered under this project.

4.5 Report

On completion of all field work, a report incorporating all the results generated fromsurveys and details of additional data collected shall be furnished. The report shall alsocontain detailed interpretation of survey results and resistivity data enclosed, probableinterference prone areas etc. to form a design basis for the scheme of cathodicprotection. This report shall also include various drawings prepared in connection withthe above work. The soil resistivity values shall be plotted on semilog graph sheets.

5.0 CATHODIC PROTECTION DESIGN PARAMETERS

5.1 Protection current density range :

i) Pipeline with FBE Coating

Pipeline Surroundings Minimum pipe protection currentdensity Milli-amp./sq. mtr. *

Normal Soil 0.3Marshy Area 0.5

High Resistivity Area (more than 100ohm-mtr. Resistivity)

0.25

ii) Pipeline with Polyethylene Coating

Pipeline Surroundings Minimum pipe protection currentdensity Milli-amp./sq. mtr. *

Normal Soil 0.120Marshy Area 0.200

High Resistivity Area (more than 100ohm-mtr. Resistivity)

0.100

The pipe to soil “ON” potential must not exceed a value more negative than (-) 1.5V.

Page 250: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 5 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

* Actual current density to be adopted shall be decided based on soil and otherenvironmental conditions, proximity of foreign pipelines and structures andother interference areas affecting the installation. Where considered necessaryfor satisfactory protection of pipeline, the current density shall be suitablyincreased by Contractor.

5.2 Safety Factory (SF) : 1.3

5.3 Protection Current Density to beconsidered for Pipeline without Coatingin Soil

(I2) : 10 mA/m2

5.4 Service Life (SL) : 30 years

5.5 Type of Anode : MMO Coated Titanium Anode/ HiSiCrFe Anode

5.6 Anode Consumption Rate 0.2 kg/amp Year for HiSiCrFe anode2.0 mg/ Amp Year for MMO Titaniumanode

5.7 Type of Tail Cable : XLPE Insulated/ PVC Sheathed

5.8 Size of Tail Cable : 10mm2

5.9 Type of Anode bed : Horizontal/ Vertical/ Deepwell

5.10 Shape of Anode for Swallow BedSystem

: Sheet Steel Canistered Anode pre-packaged with petroleum coke breeze

5.11 Shape of Anode for deep well anodebed

: String Anode

5.12 Current Density for Anode 10 Amp/m2 for HiSiCrfe Anode100 Amp/m2 for MMO Titanium anode

5.13 Anode Utilisation Factor (UF) : 0.85 for centrally connected HiSiCrFeanode / MMO Titanium Anode0.6 for centrally connected HiSiCrFeanode

5.14 Total Circuit Resistance(Anode to ground resistance, anode &cathode cable resistance & pipe to earthresistance for CP System

(RC) : 0.5 - 1.0 ohm

Page 251: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 6 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

5.15 Coating Resistance : 10,000 ohm/m2 for normal soil4,500 ohm/m2 for marshy area15,000 ohm/m2 for high resistvity area

5.16 Steel resistivity : 2.2 x 10-5 ohm-m

5.17 Cathode Polarisation at Drainage Point(Off Potential)

: (-) 1.25 V (max.)

5.18 Cathode Polarisation at farthest Point(Off Potential)

: (-) 0.95V (min)

5.19 Pipeline Natural Potential : (-) 0.45 V

6.0 CATHODIC PROTECTION DESIGN CRITERIA

Cathodic protection system shall be designed to meet the following criteria:

i) The pipe to soil potential measurements shall be between (-) 0.95 V (Off)(-) 1.25 V (Off) with respect to a copper/ copper sulphate reference electrodeusing current interrupter installed in power supply line.

ii) In rare circumstances, a minimum polarisation shift of (-) 100 millivolts may beaccepted as an adequate level of cathodic protection for the pipeline with thewritten approval of owner.Discretion to use any of the criteria listed above shall solely rest with theowner/ owner’s representative.

iii) A positive potential swing of 50 to 100 millivolts shall be considered assufficient to indicate the presence of an interaction situation requiringinvestigation and incorporation of mitigation measures by the CONTRACTOR.

7.0 SYSTEM DETAILS

The system shall include the following major equipment / sub-system unless otherwisespecified in project specifications :- CP stations- TR units/ cathodic protection power supply modules (CPPSM).- Anode ground beds and anodes.- Anode lead junction box.- Test stations.- Permanent reference cells.- Electrical resistance probes.- Polarisation cell/ surge divertor/ grounding cell/ spark gap arrester- CP system at cased crossing.- Cables.

Page 252: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 7 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

The detailed specification of each system and equipment shall be furnished by theCONTRACTOR. However, certain minimum requirements for the major equipment arehighlighted in this document.

All equipment shall be new and procured from approved reputed manufacturers.Equipment offered shall be filed proven. Equipment requiring specialised maintenanceor operation shall be avoided as far as possible. Protytype equipment shall not beaccepted. Make and construction of all materials shall be subject to owner’s approval.

As far as possible, equipment including test stations, anode lead junction boxes etc.shall be located in safe non-hazardous areas. However, all equipment to be installed inhazardous areas shall be of flameproof type confirming to IS:2148 and suitable for gasgroups IIA & IIB and temperature class – T3.

7.1 Cathodic Protection Stations

The number and exact locations of CP stations shall be worked out based on thecorrosion survey data collected. In addition, the following guidelines shall be followedfor selecting the locations.

i) Number of CP stations and their selected location shall ensure that theseremain valid and are adequate for the full design life of the system afterconsidering all foreseeable factors.

ii) As far as possible, the availability of nearly low resistivity areas for location ofassociated ground beds must be ensured while selecting the locations of CPstations.

iii) As far as possible, locations of intermediate CP stations shall co-incide with thelocations of SV stations.

The proposed locations of CP stations are detailed in project specifications. The sameshall be verified for adequacy by the contractor and any additional requirements shallbe clearly brought out at the bidding stage itself.

7.2 Transformer Rectifier Unit/ CPSSM

7.2.1 Cathodic protection transformer rectifier unit (T/R Unit) working on controlledrectification principle shall supply power for cathodic protection system. The T/R unitshall be provided at CP stations where reliable power supply is available and specifiedin project Specification.

The T/R unit shall be filed proven. The design, internal component quality, ratings andlayout of components shall ensure high MTBF and low MTTR.

The T/R unit shall conform to MECON’s specification no MEC/TS/05/62/072 and T/Runit data sheet.

Page 253: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 8 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

7.2.2 Cathodic Protection Power supply Module (CPPSM) for supply of power to CathodicProtection System shall work on DC input power supply & control the output DCsupply using power switch mode principle. The CPPSM shall be field proven. Thedesign, internal components, quality, rating & layout of components shall ensure highMTBF & low MTTR. The CPPSM shall conform to MECON Standard Specification No.MEC/TS/05/62/072A and CPPSM Data Sheet.

7.2 Anode Ground Beds and Anodes

i) Each CP station shall have an independent anode ground bed which may be ofshallow or deep well construction depending upon the corrosion data collectedby the contractor. Deep well ground beds may also be used in the congestedlocations where availability of suitable land for spread out ground beds isrestricted.

ii) Ground bed shall be located electrically remote from the pipeline. Nearest partof the anode bed shall atleast be 100 metres away from the pipeline. Theanodes installed in the ground shall be located in perennially moist strata,wherever possible. Horizontal ground beds shall be at right angles to thepipeline, as far as possible.

iii) Anodes shall be of MMO coated titanium anode or HiSiCrFe anode. alongwithtail cable.

MMO Titanium Anode - As per manufacturer’srecommendation

MMO Anode Dimension -Weight of Anode - Recommended by manufacturer

w.r.t. dimensionMax. Recommended - 100 A/m2

Current densityService Life - 35 yearsAnode Cable - Single MMO Anode – XLPE/PVC

Streng MMO Anode – EPR/CSPECable Length - As required

High Silicon Chromium Cast Iron AnodeAnode shall conform to ASTM A518M-86, Gr-III & composition shall be asbelow :-

Silicon : 14.2 – 14.75%Manganese : 1.5% max.Carbon : 0.7 – 1.1%Chromium : 3.25 – 5.0%Copper : 0.5% max.Molybdenum : 0.2% max.Iron : Reminder

Page 254: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 9 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

The anode shall be hollow type centrally connected or solid type endconnected, cable to anode joint shall be reliable and adequate for derigh life ofanode.

iv) Sheet steel anode canisters of adequate size shall be provided for each anodeof selected Anode canisters shall be filled with petroleum coke breeze with atypical carbon content of 91.77%. String anode shall be used for days wellground bed.In case of deep well ground beds calcined fluid petroleum coke breeze with atypical carbon content of 91.77% shall be provided in the well surrounding theanodes.

v) Each shallow anode bed shall contain anodes with canisters positionedhorizontal or vertical in the soil with suitable backfill at appropriate depth withrespect to configuration horizontal or vertical.

vi) Layout of anode installation in anode bed shall be detailed out in drawingsshowing anode installation details, anode grouping, anode wiring, anode cablerouting etc.The deepwell anode ground bed details shall include the details of anodes,deepwell casing, anode positioning, anode cable supporting, deepwell gasventing, active, passive portions of ground bed etc.

vii) Anodes shall be supplied complete with tail cables which shall be long enoughfor termination on their associated junction boxes without intermediate joints.Exact lengths and termination details shall be indicated in constructiondrawings by Contractor.

viii) Anode bed separation from pipeline shall be tested for interaction.ix) Potential gradient around the anode bed shall be within safety requirements

and its effective boundary shall be defined and secured.x) In case two parallel pipelines running in the same ROW. The anode ground

beds of respective pipelines shall be located on the respective sides of thepipelines.

xi) The depth of deepwell anode ground bed shall be sufficient enough to reduceanode influence on incidental structures within proposed location.

7.3 Anode Junction Boxi) Depending on the size and configuration of anode ground beds, one or more

anode junction boxes shall be provided at each ground bed.All cable tails from individual anodes shall be terminated onto these anodejunction boxes which shall be further connected to anode cable coming fromCP station power source.

ii) Junction boxes shall have sheet steel enclosure of minimum 3 mm thicknessand hinged lockable shutters. They shall be weatherproof with degree ofprotection IP-55. Junction boxes shall have anode bus and terminal plate withadequate number of antiloosening type of identified terminals. Provision shallbe made for measurement and control of individual anode current by providing

Page 255: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 10 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

suitable shunt and resistors. Anode disconnecting link shall be provided foreach anode circuit. 30% spare terminals shall be provided.

iii) In case of sectionalized ground beds, an additional common anodedisconnecting link for each section of ground bed shall be provided fordisconnection of any section of ground bed.

7.5 Cathode Junction Box

One cathode junction box shall be provided at each CP Station for Permanent Pipe tosoil potential measurement circuit & cathode connection. Junction boxes shall havesheet steel enclosure of minimum 3 mm thickness and hinged lockable shutters. Theyshall be weatherproof with degree of protection IP-55. Junction boxes shall havecathode bus and terminal plate with adequate number of antiloosening type ofidentified terminals.

7.4 Test Stationsi) Test stations shall be provided along the pipeline ROW for monitoring the

performance of the cathodic protection system at intervals not exceeding 1000meters. In addition to above, test stations shall also be provided at thefollowing locations :-a) At both sides of major road crossings.b) At all insulating joints.c) At vulnerable locations with drastic changes in soil resistivity.d) At locations of grounding cells, surge diverters and polarisation cells.e) At HT AC/DC overhead line crossings selected locations where HT

overhead is in the vicinity of the pipeline.f) At railway line crossings and along running parallel to the pipeline.g) At both sides of major river crossings.h) At high voltage cable crossing or along routes where HV cables are

running in parallel.i) In the vicinity of DC network or grounding systems where interference

problems are suspected.j) At crossings of other pipelines/ structures.k) At the locations of reference cell and ER probe installation.l) At both sides of cased crossings.m) Locations where interference is expected.n) At any other locations considered necessary by OWNER/ OWNER’S

representative.

ii) Bond stations shall be provided at required locations as a means to monitorand control current flow between the pipeline and foreign pipelines / structuresthat may exist in common ROW.

iii) Test stations with current measuring facility shall be provided at interval notexceeding 3.0 KM, at each intermediate CP station drainage point (to measurepipeline current on any one side of pipeline from drainage point), at

Page 256: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 11 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

interference prone areas, on both sides of major river crossings and at least attwo additional locations along the pipeline ROW between two CP stations.

iv) All test stations shall have weatherproof enclosure, with hinged lockableshutter and degree of protection IP-55. Enclosure shall be made of sheet steelof atleast 3 mm thickness and shall be suitable for MS post mounting.

v) Test station shall be installed with the face of the test station facing thepipeline. The nameplate of test stations shall carry the following minimuminformation :- Test station number- Chainage in Km.- Test station connection scheme- Distance from pipe line in mtrs.- Direction of product flow.

vi) Number of terminals and different schemes of wiring shall be as per the teststation connection scheme sketch. Minimum twenty percent spare terminalsshall be provided in each test station.

vii) The location of all the test station shall be marked with their connectionscheme and other relevant information on alignment sheets. A detailed test-station schedules shall be prepared.

7.5 Permanent Reference Cellsi) High purity copper / copper sulphate reference cells with proven high reliability

shall be provided for stable pipe to soil potential measurement reference at CPstations and at computerized test station locations along ROW.

ii) Three numbers reference electrodes shall be installed at each cathodicprotection station.iv) The reference cell for high resistivity areas shall be suitable for the prevailing

dry soil conditions to give maximum service life.v) Permanent reference cells shall be installed with backfill material.vi) Silver/ Silver Chloride reference cells in place of copper / copper sulphate cells

shall be provided at marshy area locations where water table is high and sub-soil water or soil shows chlorine concentration more than 300 PPM.

vii) The cable from reference cells shall be provided upto CP power source at CPstations. The cable shall be routed through cathod junction box near pipeline.

viii) The life of reference cell shall be minimum 20 years under installed condition.

7.6 Electrical Resistance Probe

Where specified in project specifications, electrical resistance probes utilising theelectrical resistance technique shall be provided along the pipeline at marshy areasand at vulnerable locations to monitor the external corrosion activity on the pipeline.The lead wires of the probe shall be connected to pipeline and terminated inside test

Page 257: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 12 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

station enabling periodic resistance measurement with the probe using a portablemeasuring instrument.

The material of the E/R probe element shall be of the same alloy as of the pipelinematerial.

The E/R probes shall be provided preferably at the bottom portion of pipeline. Thelocations of E/R probes shall be got approved.

Portable E/R probe reading instrument shall be supplied by contractor.

7.7 Polarisation Cell and Surge Divertor / Grounding Cell

i) Where high voltage (66 KV and above) transmission line runs in parallel orcrosses the pipeline, the pipeline shall be grounded through polarisation cells &zinc anodes of minimum 20 kg net each. Alternatively, grounding could bedone directly with zinc galvanic anodes of minimum 20 kg net each at thediscretion of owner. Grounding shall be done at regular intervals wheretransmission lines run parallel within 25 meter of the pipeline to ground anysurges on the pipeline that would appear in case of transmission line faults.

ii) In case of continuous induction of voltage on the pipeline beyond safe limits isexpected or observed during commissioning due to HV Line of any rating orothers equipment., the pipeline shall be grounded to the earth system ofnearest HV transmission tower of the transmisison line causing the voltageinduction through polarisation cell or the pipeline shall be grounded to aseparate earthing system of zinc galvanic anodes through polarisation cell.Alternatively, the pipeline shall be directly grounded with zinc galvanic anodesof minimum 20 kg net each at the discretion of the owner. The polarisation cellshall be installed in test station.

iii) Spark gap arrestor alongwith zinc ground cell shall be connected across eachinsulating joint to protect in from high voltage surges.

iv) Alternatively, zinc grounding cell may be provided across insulating joints alongROW where the pipeline on both the sides of the insulating joint arecathodically protected and difference of protection voltage is not more then 0.4volts.

v) The total system including cables, cable termination, anodes/ surge divertorsshall be suitable for the anticipated fault current at the location of installation.

vi) Unless otherwise specified on data sheet, the minimum rating of groundingcells, polarisation cells and surge diverters shall be as below:

a) Grounding Cell

- Type : Zinc, 2 or 4 plate type.- Current rating : Suitable to pass more than 10KA surge b) Polarisation cell

Page 258: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 13 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

Type:- Solid station Electrolytic tie multi pairs S.S plate grounding cell.

c) Spark Gap Arrester

- Type : Spark gap.- Current, 8/20 : 100 Kilo Amp.

micro second wave- Spark- over, AC Voltage- 50 Hz : 1 KV- Impulse (1.2/50 : 2.2 KV

micro sec)

vii) The grounding cell, spark gaparrester and polarisation cell system shall beadequately sized and suitable for the design life of permanent CP system. Thedirectly buried zinc or magnesium anodes shall also be adequately sized for thelife of the permanent CP system, taking into consideration discharge from theanodes. The grounding system shall have minimum resistance to earth torestrict the pipeline voltage as per NACE Criteria.

viii) HT transmission overhead lines of voltage below 66KV also required mitigationmeasures should be provided to take care of continuous induction of voltageinterface due to presence of transmission line in close proximity.

7.8 CP at cased crossing

i) At cased crossing where casing is coated, the casing shall be protected bysacrificial anode installations which shall be provided at both ends of casing.The anode installation shall be sized based on the permanent C.P. designparameters and design life specified for the main pipeline but where casing isuncoated additional protection for casing is not required.

The carrier pipe inside the casing shall be protected by zinc ribbon anodes weldconnected to the outer surface of bottom of carrier pipe extending upto hourhand position of 4 and 8 o’clock. The anodes shall be placed at close intervalsas per design calculations and shall be sized based on the permanent CPdesign parameters and design life.

7.9 Painting

The sheet steel used for fabrication shall be thoroughly cleaned and degreased toremove mill scale, rust, grease and dirt. Fabricated structures shall be pickled and thenrinsed to remove any trace of acid. The under surface shall be prepared by applying acoat of phosphate paint and a coat of yellow zinc chromate primer. The under surfaceshall be free from all imperfections before undertaking the finishing coat.

Page 259: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 14 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

After preparation of the under surface, spray painting with two coats of final paintshall be done. The finished panels shall be dried in ovens in dust free atmosphere.Panel finish shall be free from imperfections like pinholes, orange peels, runoff paintetc. Bidder shall furnish detailed painting procedure alongwith bids.

All unpainted steel parts shall be cadmium plated to prevent rust formation.

7.10 Cables

i) Cables shall be annealed high conductivity tinned stranded copper conductor,XLPE insulated, PVC sheathed, 650/1100 V grade, armoured forCathode/Anode / measurement cable. Unless otherwise specified in projectspecifications, the size of the copper conductor shall be minimum 35 sq. mm.for anode and cathode cables, 6 sq. mm. for potential measurement andreference cells, 10 sq. mm. for current measurement, 25 sq. mm. for bonding/grounding and 10 sq. mm. for anode tail cables. The anode tail cables shall beXLPE insulated & PVC sheathed and not be armoured and length shall besufficient for termination on anode lead junction box without any joint. PEsleeves shall be provided for unarmoured cables.

ii) The T/R unit incomer cable shall be minimum 10 sq. mm. aluminium, 650/1100V PVC insulated, armoured, PVC sheathed.

7.11 Panel Cabling and cable glands

Adequate space shall be provided inside the panel for termination of cables.Termination shall be performed using crimped lugs. Tags with cable numbersengraved on it shall be attached to each cable at both ends. Cable glands shall bedouble compression type of Nickel/ Chromium plated brass. The lugs shall be of tinnedcopper. Phases of AC power cables shall be identified with red, yellow, blue PVCadhesive material.

The armour of the cables from pipeline to CP station (potential measurement,reference cell & drainage cables etc.), CP station to ground bed (anode cable) and teststation to pipeline shall be earthed only at one end of the cable to avoid armourcarrying CP current.

8.0 INSTALLATION

8.1 Cable Laying

j) Cables shall be laid in accordance with approved layout drawings to beprepared by the contractor. No straight through joint shall be permitted in asingle run of cable. Cable route shall be carefully measured and cables cut torequired length. Enough slackness in cable shall be provided near anodes toaccount for any settling of anode.

Page 260: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 15 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

ii) All cables inside station / plant area shall be laid at a depth of 0.75 M. Cablesoutside station / plant area shall be laid at a depth of 1.5m. Cables shall be laidin sand under brick cover and back filled with normal soil. Outside station /plant area, the routes shall be marked with polythylene cable warning matsplaced at a depth of 0.9 mtr. from the finished grade.

iii) In case of above ground cable installations, all un-armoured CP cables shall belaid in GI conduits of sufficiently large size.

iv) All underground unarmoured cables shall run through PE sleeves. Distantmeasurement cables and permanent reference cell cables routed along thepipeline shall be carried at the top of the carrier pipe by securely strapping itwith adhesive tape or equivalent as required.

v) RCC or GI pipes of proper size shall be provided for all underground cables forroad crossings.

vi) Cables shall be neatly arranged in trenches in such a manner that criss-crossing is avoided and final take-off to equipment is facilitated.

8.2 Cable to pipe connections

All cable connections to the pipeline including charged foreign pipelines shall be madeby an approved exothermic process. A suitable water proof sealing system of the cableconnections shall be made which will be compatible with parent coating system of thepipeline after exnothernice process.

For charged pipeline pin-brazing shall be used. Eutectic solder shall not be acceptablefor charged or non-charged pipeline.

8.3 Ground bed fencing

A chain link fencing shall be provided around each ground bed location as per jobrequirements.

8.4 Civil Works

All civil works as per enclosed specifications associated with the complete cathodicprotection system are included in scope of contractor. This shall include providingcable trenches and foundations for all equipment, outdoor T/R units, anode leadjunction boxes, all test stations, polarisation cells, etc.

9.0 SHOP INSPECTION AND TESTING

i) Owner/ Owner’s representative shall visit the works during manufacture ofvarious equipment to assess the progress of work as well as to ascertain thatonly quality raw materials are used. All necessary assistance shall be providedby contractor and vendors during such inspections.

Page 261: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 16 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

ii) The minimum testing, inspection requirements for all components / equipmentshall conform to requirement as defined in the relevant codes and standards.Detailed inspection and testing procedures alongwith the acceptance criteriashall be prepared by contractor for Owner’s approval.

iii) Test certificates including test records, performance curves etc. shall befurnished with sufficient information to identify the equipment to which thecertificate referes and must carry project title, owner’s name and purchaseorder details etc.

iv) Owner reserves the right to ask for inspection of all or any item 7under thecontract and witness all tests and carryout inspection or authorise hisrepresentative to witness tests and carryout inspection. Contractor shall notifythe Owner/ Owner’s representative atleast 20 days in advance giving exactdetails of tests, dates and addresses of locations where the tests would becarried out.

10.0 PACKING AND TRANSPORT

All equipment / material shall be protected for inland/marine, transport, carriage atsite and outdoor storage during transit and at site. All packages shall be clearly, legiblyand durably marked with uniform block letters giving the relevant equipment /material details. Each package shall contain a packing list in a water proof envelope.Copies of the packing list, in triplicate, shall be forwarded to owner prior to despatch.All items of material shall be clearly marked for easy identification against the packinglist.

11.0 FIELD TESTING AND COMMISSIONING

11.1 System Testing at Site

The contractor shall furnish the detailed field testing and commissioning proceduresfor approval. Field tests as per these approved procedures shall be carried out on theequipment / systems before these are put into service. Acceptance of the completeinstallation shall be contingent upon inspection and test results. Field testing shallinclude but not be limited to the following.

i) Contractor shall carryout pre-commissioning operation after completion ofinstallation of the system including all pre-commissioning checks, setting of allequipment, control and protective devices. All site tests, reliability andperformances tests shall be carried out by contractor.

ii) Before the electrical facilities are put into operation, necessary tests shall becarried out to establish that all equipment, devices, wiring and connection havebeen correctly installed, connected and are in good working condition asrequired for the intended operation.

iii) Owner/ Owner’s representative may witness all tests. At least one week’snotice shall be given before commencing the tests.

Page 262: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 17 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

iv) All tools, equipment and instruments required for testing shall be provided bycontractor.

v) Generally, the following minimum tests must be carried out and recorded inproformas given in subsequent clauses :

Checking : Visual inspection, comparison with drawings and specifications.

Inspection : Detailed physical inspection, if necessary, by taking apartthe component parts.

Testing : Simulation tests of equipment to determine itsoperational fitness.

a) Cables- Cable no.- Voltage grade.- Conductor cross section- Continuity check- Voltage test- Insulation resistance values between each core & earth, between cores.

All cables shall be tested by 500V megger.

b) E/R Probe- Location / Identification number- Checking of wiring as per schematics- Resistance reading of probe

c) Reference Cell- Location- Potential reading- Type of cell

d) Insulating JointInsulation resistance across the joint shall be checked before and aftercharging the pipeline by means of insulating joint tester. Pipe to soil potentialof both protected and non-protected sides of the insulating joint shall bechecked before and after energisation of CP system.

e) Surge Diverter- Location / identification number- Rating- Check for healthyness

Page 263: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 18 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

f) Polarisation Cell- Location / Identification number- Rating- Check for electrolyte- Check for wiring- Check standby current drain after CP system energisation. (Current drain with

respect to voltage across the cell shall be recorded).- Details of grounding provided for the polarisation cell.

g) Spark Gap Arrester- Location/ identification NO- Ratings- Check for healthiness

h) Anode Ground Bed- Location / Station- Check for actual layout and compliance with drawings- Resistance of each individual anode- Current dissipation by each individual anode with respect to anode voltage- Total resistance of complete anode bed- Mutual interference

i) Grounding Cell- Location- Type / no. of anodes- Ratings

11.2 CP Commissioning Procedure

A model commissioning procedure for a 2 station CP system of a pipeline is givenbelow for general guidance. Contractor shall develop detailed commissioningprocedure as per this guideline and get it approved before commencing CP systemcommissioning activities.

i) On completion of installation of anode beds and other systems as envisaged inthis specification, they shall be individually checked, tested and comparedagainst the agreed specifications and procedure.

ii) The CP commissioning shall be carried out with current interrupter provided inthe output of the CP TR/ ECU Unit to measure CP “ON” & “OFF” potentials.

iii) Current dissipated by each anode shall be corrected through anode leadjunction box.

iv) Electrical continuity of the entire pipeline shall be verified in conformity withdesign.

v) Input resistance of the pipeline at all the drainage points shall be checked andrecorded.

Page 264: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 19 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

vi) All current measuring test stations shall be calibrated and recorded.vii) Temporary protection facilities provided (if any) which do not form part of

permanent CP shall be disconnected from the system & removed unless agreedotherwise.

viii) The pipeline shall be allowed to depolarize for atleast 72 hours after switching‘off’ the protection (if any) of all other pipelines in the common R.O.W.

ix) Before the pipeline are put on charge by switching ‘on’ any of the CP stations,natural structure-to-electrolyte potential values at all the test stations of thesystem shall be measured with respect to Copper/ Copper Sulphate half cell.

x) CP station no. 1 shall be energised so as to achieve a maximum pipe soilpotential (PSP) as specified at the test station nearest to the drainage point,and observations on either spread of protected portion of pipeline under thisCP station shall be taken for PSP values pipeline current values across thecross section of the pipeline shall also be determined at all the intended teststations influenced by this station.

xi) CP station no. 1 shall now be switched ‘off’’ and CP station no. 2 shall beswitched ‘on’ and measurement procedure as adopted in above step (at cl. IX)shall be repeated.

xii) All the CP stations of the system shall be switched ‘off’ and the pipelines shallbe allowed to depolarize. All the CP stations in the system shall then besimultaneously switched 'on' and PSP values at the drainage points of pipelineshall be brought to a value of maximum PSP as specified, and a complete setof PSP observations shall be taken.

Another complete set of PSP observations shall be taken after lines havestayed on charge for 24/ 48 hours. If there are appreciable differences in theseobservations as compared to those of earlier set, a third set of observationsshall be taken after 72 hrs. Maximum drainage point protective potentials shallnot be allowed to go beyond the maximum PSP values as specified, in anycase.

The output of all CP stations shall then be so adjusted that the sites ofoccurrence of least negative protective potentials are increased to (-) 1.00 V. Afull set of observations shall again be taken 72 hrs. after the adjustment ofpotentials and the protection system shall be left in this state of operation.

xiii) Care shall be exercised to ensure that power supply remains uninterruptedduring the period of commissioning. In case of an interruption, the test inprogress shall be repeated after allowing time for polarization. More sets ofobservations may be advised to be taken by the Owner/ Owner'srepresentative in any of the above mentioned steps.

xiv) PSP values at each of the test stations of the existing pipelines shall bemeasured and plotted where existing pipelines run in parallel to the newpipeline and mutual interference situations between the pipelines shall beidentified and necessary mitigation shall be carried out.

Page 265: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 20 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

Interference situations shall also be identified and mitigated by comparingdifferent sets of readings taken at same test stations at different intervals oftime under identical conditions where positive potential swing exceed 50 mV.

xv) Final records of testing and commissioning including graphical representationof final structure to electrolyte potential readings shall be compiled withinterpretation in consolation with owner/ owner's representative andsubmitted.

xvi) As a result of these tests, if any deficiencies are found in the system, the sameshall be rectified by the contractor at no extra cost or time effect, to thecomplete satisfaction of Owner/ Owner's representative. Such deficiencies shallinclude mitigation of interference problems that may be found existing in thecourse of testing and commissioning. A set of PSP observations shall also betaken during the peak of the first dry season after commissioning the systeminto regular operation. Any deficiency found in the protection of the pipelineshall have to be rectified by the contractor at his own cost.

xvii) If it is found during commissioning that the sites of occurrence of leastnegative protective potentials are less negative than (-) 1.00 V even after 72hrs. of operation, then the drainage point potentials shall be increaseddepending upon anode ground bed currents in consolation with Owner/Owner's representative In any case, the drainage point protective 'ON'potential values shall not exceed the PSP values specified at cl. 5.1 of thisdocument and the pipe to soil 'OFF' potential shall not exceed a value morenegative than (-) 1.20 V at any location on the pipeline.

xviii) The current dissipated by individual anodes shall be measured from the anodelead junction box and corrected for equal dissipation to the extent possiblekeeping the total ground bed current same.

12.0 INTERFERENCE MITIGATION

12.1 Investigation shall be made for stray current electrolysis of the pipeline, mutualinterference between the pipeline and foreign pipelines / structures, interference onforeign pipelines / structures due to the CP of the pipeline and ground bed,interference on metallic structures which lie in between pipeline and ground bed ornear to ground bed, AC induction on pipeline due to overhead high voltage powerlines, interference due to high voltage DC lines, electric traction etc.

12.2 Measurements including pipe to soil potentials and pipe currents etc. on the pipeline /structure being CP protected and on foreign pipelines / structures, and groundpotential gradient etc. shall be made to investigate the current discharge and pickuplocations. In case of fluctuating stray currents, investigations shall be madecontinuously over a period of time and if required simultaneously at different locationsto find out the stray current source (s). Recorders shall be preferably be used for longtime measurements.

Page 266: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 21 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

12.3 Wherever foreign pipelines which may or may not be protected by an independent CPsystem run in parallel to the protected pipeline, either in the same trench or very nearto the protected pipeline and are not bonded to it, investigations shall be performedfor current discharge points on both the pipelines.

12.4 Mitigative measures shall be provided depending upon the type of interference. Theseshall include installation of bond with variable resistor and diodes, installation ofgalvanic anodes for auxiliary drainage of current, adjustment/ relocation (if possible)of offending interference source, provision of electrical shield etc. depending on thetype of interference.

Bond with foreign pipelines / structures as a mitigation measure shall be providedwhere the owners of the foreign pipelines / structures have no objection. Otherwisealternative mitigatio measures shall be provided. Wherever bonding is provided formitigaiton, the bonding resistor shall be adjusted for optimum value for minimum / nointerference. Galvanic anodes installed as a mitigaiton measure shall be adequatelysized for the design life specified for permanent CP system.

12.5 Where high voltage (66 KV and above) transmission lines run in parallel or cross thepipeline, the pipeline shall be grounded through polarisation cells at regular intervalsto ground any surge on the pipeline that would appear in case of transmission linefaults. Alternatively, grounding could also be done with galvanic anodes (Magnesiumor Zinc depending on pipeline voltage) at the discretion of the owner. These groundinginstallation shall be provided wherever transmission lines run within 25 mtr. of thepipeline.

A.C. voltage measurements shall also be made on the pipeline to find out continuousinduction of voltage beyond safe limits. In such a case, the pipeline shall be groundedto ht enearest transmission galvanic (zinc or magnesium) anodes at the discretion ofthe owner.

13.0 CLOSE INTERVAL POTENTIAL SURVEY

Where specified, contractor shall carry out a close internal potential survey over theentire length of pipeline by computerised potential logging method and identifysuspected holiday spots on the pipeline coating, after the back filling has beenconsolidated sufficiently and CP system has stabilized. Contractor shall identify thenecessary pipe coating required to be repaired. Detailed procedures for running thissurvey shall be submitted for approval.

The close interval potential logging survey shall be carried out at approx. 0.75mintervals & both “ON & “OFF” potentials shall be measured by operating the currentinterrupters of CP TR/ ECU unit during survey

Page 267: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 22 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

14.0 DRAWINGS AND DOCUMENTS

14.1 General

i) Within three weeks from the date of issue of Purchase Order, Contractor shallsubmit four copies of the list of all drawings / data/ manuals / procedures to besubmitted for approval, identifying each document by a number anddescriptive title and schedule date. This list shall be revised and extended, asnecessary, during the progress of work.

ii) All drawings and documents shall be in English and shall follow metric system.Number of copies for each submission shall be as follows unless specifiedotherwise :

Submission No. of copies

a) For Review/ Approval 6 copies

b) Drawings issued for 6 copiesexecution / construction

c) Final / As-built drgs. 6 copes and one set of reproducible.

d) Operation / Maintenance 6 copiesManual, Vendor data

14.2 Contract Drawings and Documents

As a part of the contract, drawings and documents to be furnished by the contractorshall include but are not limited to the following :

i) Report on corrosion survey.ii) Basis of system design and design calculations, equipment selection criteria

and sizing calculations.iii) Bills of material, material requisitions and Purchase requisitions.iv) Detailed construction drawings (including as-built status).

a) Separate layout drawings for each CP station showing anode- ground bedlocation, anode- ground bed installation details, CP station location, cablelaying, ROW location. Drainage connection location, permanent reference celllocations and topographic details of the entire area.

b) Equipment layout, cable layout and schedules.

Page 268: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 23 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

c) Marker drawings for cable route, anode-ground bed, drainage connectionpoint, permanent reference cell, E/R probe, polarisation cell, pipeline groundinganodes, grounding cells, etc.

d) Fabrication details of High Silicon cast iron canistered anode with tail cable.e) Fabrication, connection and installation drawing for anode-junction box.f) Anode- ground bed construction and installation details for horizontal anode-

ground bed and deep well ground bed.g) Fabrication, installation and connection scheme drawing for different types of

test-stations.h) Fabrication and installation details of Copper/ Copper Sulphate type, Silver/

Silver Chloride type and Zinc type permanent reference cells, E/R probes,grounding cells, surge divertor, etc.

i) Fabrication and installation details of polarisation cell and its enclosure/housing.

j) Cable to pipe joint details for charged and non charged pipelines.k) Incorporation of corrosion survey data, CP stations, test stations, anode beds,

polarisation cells, grounding cells, grounding anodes, surge divertors etc. andother relevant features of CP system in pipeline alignment sheets and otherrelated drawings.

l) Identification of sections of pipeline affected by interference, sources ofinterference, details of interference mitigation arrangements provided. Variousmeasurement data at all relevant test stations with and without mitigaitonmeasures provided.

m) Detailed commissioning report including various measurement data at all teststations.

n) Vendor drawings and catalogues, test certificates.o) Operation and maintenance manual.p) Miscellaneous- Equipment inspection and testing procedures.- Construction, installation procedures.- Field testing and commissioning procedures.- Procedures and report on close interval potential survey.- Procedure for monitoring of cathodic protection after commissioning.- Quality control procedure.

15.0 INSTRUMENTS, TOOLS AND SPARES

i) Contractor shall provide a list of all instruments, tools and tackles necessary forproper operaiton and maintenance of complete cathodic protection system andassociated equipemnt alongwith prices.

ii) Contractor shall provide a list of spares and consumables required alongwithprices for proper operaiton and maintenance of complete cathodic protectionsystem and associated equipment for two years’ operaiton of the system.

Page 269: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

MECON LIMITEDDelhi

PROCESS & PIPINGDESIGN SECTION

TECHNICAL SPECIFICATION FORPERMANENT CATHODICPROTECTION SYSTEM

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/016B REV-1 Page 24 of 24

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Permanent Cathodic Proection - 016B-R1.doc

16.0 INFORMATION REQUIRED WITH THE BID

Bidders are advised in their own interest to provide the following informationalongwith the bid offer without which the bids are liable for summary rejection :

a) Basis and calculations for preliminary system design of permanent cathodicprotection system.

b) List of formula to the used for detailed system design calculations, with briefexplanations.

c) Basis of system design, design calculations, equipment selection criteria, sizingcalculations alongwith characteristic curves for various equipments.

d) Preliminary bill of material for major equipment.e) Details of the equipment/ material offered along with technical leaflets /

related literature / catalogues, make, rating, type test certificates etc.f) Dimensions, weight and general arrangement drawings for each offered

equipment.g) List of instruments, tools, tackles offered for maintenance and operation.h) List of recommended maintenance / operation spares.i) Clause wise deviations, if any, to the specifications alongwith justifications.

Page 270: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Specification - Corrosion Survey - 016C.doc

PROCESS & PIPING DESIGN SECTIONMECON LIMITEDDELHI - 110 092

TECHNICAL SPECIFICATIONFOR

CORROSION SURVEY

SPECIFICATION NO. : MEC/TS/05/62/016C

Page 271: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Specification - Corrosion Survey - 016C.doc

C O N T E N T SSl.No. Description Page No.

1.0 SCOPE

2.0 CODES AND STANDARDS

3.0 GENERAL

4.0 SOIL RESISTIVITY SURVEY

5.0 TESTS ON SOIL SAMPLES

6.0 ADDITIONAL DATA COLLECTION

7.0 REPORT

8.0 INFORMATION REQUIRED WITH BID

Page 272: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Specification - Corrosion Survey - 016C.doc

Page 1 of 5

1.0 SCOPE

The specification covers the corrosion survey including measurement ofsoil resistivity, chemical analysis of soil/ water and other cathodicprotection related data collection along right of way of the pipelines.

2.0 CODES AND STANDARDS

Equipment and measurement techniques shall unless otherwisespecified, conform to the requirement of following latest applicablestandards:-

BIS SpecificationsBS Specifications and Codes of PracticeNACE Publications

3.0 GENERAL

This specification defines the basic guidelines for carrying out thecorrosion survey. Contractor shall be responsible for providingnecessary data interpretation based on corrosion survey measurementwhich is intended to form a basis for design of cathodic protectionsystem for the pipeline to be burried along ROW.

4.0 SOIL RESISTIVITY SURVEY

4.1 Unless otherwise specified the soil resistivity measurements shall becarried out at intervals of approximately 500 mtr. along the ROW.Where soil resistivity is less than 100 ohm mtr and two successivereadings differ by more than 2:1 then additional soil resistivity readingsin between the two locations shall be taken.

4.2 To carryout the soil resistivity measurement Wenner’s 4 pin method orapproved equal shall be used. The depth of resistivity measurementshall be around the burial depth of the pipeline or 1.5 mtrapproximately. At locations where multi layer soil with large variationin resistivity/ corrosiveness is expected and/ or locations specificallyadvised by Owner or his representative resistivity measurements atadditional depth of upto 2.5 mtr (approx.) or more shall be taken. Ingeneral the resistivity of soil which shall be surrounding the pipe shall

Page 273: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Specification - Corrosion Survey - 016C.doc

Page 2 of 5

be measured. Hence the depth of measurement/ electrode spacingsmay vary depending on totography and strata at the area. In general,electrode spacing, shall be approximately equal to 1.5 times the depthof the pipelines.

4.3 At places where Right-of-way has not yet been cleared measurementshall eb made right over the centre line of pipeline route surveyedaccounting for the cuttings/ fillings also.

4.4 Observations shall be made enclosing the soils adjoining the trenchwherever pipeline trenching has already been done.

4.5 The observations shall be made enclosing the soil immediatelysurrounding the pipeline route where right of way has been cleared buttrenching has not been done.

4.6 All measurement shall be taken at right angles to the right of wayunless otherwise asked by Owner or his representative at site.

4.7 At places in right of way where other pipelines are already existing careshall be taken to precisely locate such pipes line and take suchprecautions that observations are not adversely affected by presence ofsuch pipelines.

4.8 Care shall also be taken that the observations are not influenced bypresence of other earth currents in the area especially in the vicinity ofHT lines and plants using earth return in their source of power etc.

4.9 Wherever possible/ advised by Owner or his representative depth ofwater table shall be determined by resistivity observations.

4.10 All measurements shall be made and recorded in metric units. Whilerecording the data reference to the nearest point shall be made. Theprovide visual representation of variations in the resistivities along rightof way, values shall be plotted on semilog graph sheets. The resistivitygraph shall also indicate the resistivities at additional depths measuredat various locations and depth of water table.

Page 274: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Specification - Corrosion Survey - 016C.doc

Page 3 of 5

5.0 TESTS ON SOIL SAMPLES

Soil/ water samples shall be collected along the right of way foranalysis. Samples shall be collected on an average at one location perevery 10 km along right of way with minimum at two locations. Exactlocations shall be decided at site depending on the type of soil, soilresistivity and in consultation with Owner or his representative. Thesoil samples shall be collected at 1 mtr and 2 mtr depth at eachlocation.

The collected soil/ water samples shall be analysed to determinepresenceand percentage of corrosive compounds including moisturecontent, oxygen activity and pH value.

6.0 ADDITIONAL DATA COLLECTION

The following data shall be collected with a view to generate designdata of evaluation of cathodic protection interaction possibilities due topresence of other services in right of way and its vicinity.

6.1 Route and types of foreign service/ pipelines in and around or crossingthe right of way.

6.2 Diameter, wall thickness, pressure, soil cover etc. of the foreignpipeline.

6.3 Voltage rating, phases and sheathing details of parallel running orcrossing cables with ROW.

6.4 Foreign pipeline coating details.

6.5 Details of exiting cathodic protection systems protecting the servicesincluding rating and location of grounds bed test station locations andconnections schemes etc. Where pipeline is likely to pass close to anyexisting ground bed, necessary anode-bed potential gradient surveyshall be carried out.

6.6 Interference remedial measures existing on foreign pipelines/ services/shall be collected from the owner of the foreign pipeline/ services.

Page 275: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Specification - Corrosion Survey - 016C.doc

Page 4 of 5

6.7 Graphical representation of existing structure/ pipe to soil potentialrecords, Transformer Rectifier Unit/ CP Power source voltage/ currentreadings.

6.8 Possibilities of integration/ isolation of the pipeline CP System withforeign pipeline/ structure CP System, which may involved negotiationwith Owner’s of foreign services.

6.9 Information on existing and proposed DC/ AC power sources andsystem in the vicinity of the entire right of way.

6.10 Crossing and parallel running of electrified and non-electrified railwaytracks alongwith details of operating voltage and type (AC/ DC).

6.11 Crossings or parallel running of any H.T. AC/ DC overhead line with inapproximately 25 mtr from ROW alongwith details of voltage rating,fault level etc.

6.12 Any other relevant information that may be needed in designing andimplementing of proper cathodic protection scheme for the proposedpipeline.

7.0 REPORT

On completion of all the field and laboratory work an interim reportincorporating results generated from surveys, additional data collected,results of test carried out, etc. shall be submitted for comments/approval. The final report incorporating comments/ missing data shallbe furnished for records. The report alongwith various drawings,graphs etc. prepared in connection with the work shall be submittedalongwith six prints by the contractor.

8.0 INFORMATION REQUIRED WITH BID

Bidder shall provided following information alongwith the bid withoutwhich the bids are liable for summary rejection.

8.1 Instruments that will be used for carrying out soil resistivity survey.

Page 276: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\old data\FATEH\MP Region\Kailaras\Tender RFQ\TCP&PCP\Specification - Corrosion Survey - 016C.doc

Page 5 of 5

8.2 Measures that will be taken to avoid foreign pipelines/ HT lines etc.affecting the soil resistivity observations.

8.3 Measurement location identification procedure.

8.4 Procedure for collection of soil samples.

8.5 Description of soil test procedure.

8.6 Specification of soil testing instruments.

8.7 Formats for presentation of results.

Page 277: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

GAIL (India) Limited

TECHNICAL SPECIFICATIONFOR

TRANSFORMER RECTIFIER UNITFOR

CATHODIC PROTECTION SYSTEM

SPECIFICATION NO. MEC/05/S/26/072

MECON LIMITEDDELHI - 110 092

Page 278: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

CONTENTS

Sl.No. Description

1.0 SCOPE

2.0 STANDARDS

3.0 GENERAL REQUIREMENT

4.0 DRAWINGS AND DOCUMENTS

5.0 INSPECTION

6.0 ANNEXURES

1) DATA SHEETS2) APPROVED VENDORS FOR COMPONETS

Page 279: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

Page 1 of 7

1.0 SCOPE

The intent of this specification is to define the requirements ofTransformer Rectifier Unit for Cathodic Protection System for undergroundpipelines.

2.0 STANDARDS

2.1 In general the equipment covered by this specification shall unlessotherwise specified be in the line with the requirement of any of the latestapplicable standards of:

a) Bureau of Indian Standards (BIS)b) British Standard Institution (BSI)c) American Standard Institution (ANSI)d) International Electroc Technical Commission (IEC)

2.2 Wherever the requirements in this specification are in conflict with any ofthe above Standards, the requirements under this specification shall bebinding.

3.0 GENERAL REQUIREMENTS

3.1 Constructional Features

a) Sheet steel clad, floor mounted, freestanding design.b) Minimum sheet steel thickness shall be 2mm (3mm for out door

application).c) IP-55 for Outdoor type (dust & weather proof) as specified in MR/

Location.d) Assembled on base channel of minimum height 50mm and 2.5mm

thickness.e) Zinc bichromated and passivated hardware.f) Suitable lifting arrangement.g) Cable entry from bottom, 2mm thick removable gland plates.h) Panel designation with screwed nameplate shall have letter not less

than 2.5mm high.i) Device identification on front door and inside the panel shall be of

non-rusting metal.j) All metal parts of the panel to under go surface treatment that

includes cleaning, chemical degreasing, pickling in acid, coldrinsing, phosphating and passivating followed by spraying with twocoats of epoxy based primer and two coats of epoxy based paint ofapproved colour & shade.

Page 280: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

Page 2 of 7

k) Natural cooled dry type.l) Space heater with necessary thermostat and panel illumination

shall be provided in the Transformer Rectifier Unit.

3.2 Equipment Description

The TR unit shall be complete with following main section:

- Transformer and input controls.- Rectifier and filter.- Out put protection.- System controls.- Controls, indication and metering

3.2.1 Transformer and Input Controls

The transformer shall be natural cooled, class-F insulation, and dry typewith separate primary and secondary windings. An intermediate earthscreen shall be provided between primary and secondary windings.Transformer shall be vacuum impregnated with epoxy varnish andbacked.

Unless otherwise specified transformer shall have primary with tappingsfor ± 2.5%, ± 5%.

3.2.2 A moulded case circuit breaker with thermal over load and short circuitrelease shall be provided at the input of the transformer and shall alsoserve as power ON/ OFF switch.

3.3 Rectifier and Filters

3.3.1 The rectifier shall be made of thyristors and diodes as basic components.The rectifier shall be full wave and fully controlled type. The current ratingof thyristors and diodes shall be at least two times the nominal loadcurrent and voltage rating shall be sufficient to coordinate protection withlightning arrestor provided at the output. Shunt Zeeners/ MOV shall beprovided across the rectifier elements for protection.

The rectifier elements shall have humidity/ moisture resistant finish andmounted in sufficiently sized heat sink. The rectifier elements shall haveprotection against high dv/ dt and di/ dt.

Page 281: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

Page 3 of 7

3.3.2 Adequate filtering shall be provided on the DC output of the rectifier tolimit the ripple content to less than 5% at rated output.

The rectifier system shall be of natural air-cooled type.

3.3.3 For TR units with multiple output circuits, each output circuit shall haveindependent rectifier and filter fed from separate secondary windings ofthe transformer.

3.4 Output Protection

MCB having thermal over load shall be provided on both the terminals ofthe output mainly for output isolation purpose. A lightning arrestor ratedfor 10 KA impulse current discharge capacities and rated voltage,maximum spark over voltage rating suitable to protect the TR unit againstlightning surges. For TR units with multiple output circuits each outputcircuit shall have independent protections.

3.5 System Controls

3.5.1 The TR unit shall have two distinct modes of operation (independent foreach output circuit) as below:

a) Manual Mode (Automatic Voltage & Current Control Mode)

In manual mode the output voltage of TR unit shall be continuouslyadjustable over the entire rated output voltage range. The setoutput voltage (VOS) shall remain constant irrespective of outputcurrent. Current limit feature shall be provided in this mode ofoperation. The current limit (IPS) shall be continuously adjustablefrom zero to rated output current.

b) Auto Mode

In this mode operation the output of the TR unit shall operate in anexternal closed loop with pipe-to-soil potential (PSP) in feed backloop. The TR unit shall adjust the output voltage so that the PSP asmeasured by reference cell always remains equal to the set

Page 282: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

Page 4 of 7

potential. The set potential (Vps) shall be continuously adjustableover the specified range.

The unit shall be designed to operate with the number of referencecells as specified in data sheet. The TR unit shall automaticallyselect the lowest reference cell having less negative potential thanthe others and use the same for auto control (e.g. (-)0.85 V is lessnegative than (-)0.95 V)

In case of open circuit or short circuit potential being less negativethan a minimum set potential (Vrs) for the controlling referencecell, the TR unit shall sense these conditions as reference cellfailure and shall automatically switch over to the other healthyreference cell for control. Should a fault occur in all the referencecells, the output current of the TR unit shall adjust automatically toa preset value (Vps), which shall be adjustable.

In no case shall the maximum PSP be allowed to exceed thespecified maximum potential in any combination of circumstances.(The maximum potential is the maximum PSP measured by any ofthe connected non-faulty ref. cell).

3.5.2 The unit shall continuously monitor the PSP and necessary annunciationshall be provided in case of PSP either exceeding the specified maximumlimit (Vpm) or remaining lower than the specified minimum limit (Vpn).

3.5.3 The output regulation for no load to full load variation with input voltagevariation from max. to min. shall be better than ±0.5% through out therange of output voltage and over the specified ambient temperaturevariation.

3.5.4 The TR unit shall be suitable for grounding of positive terminal of theoutput.

3.6 Controls, Indication and Metering

3.6.1 Followings controls shall be provided on TR units front door.

a) On/ Off controls for input through MCCB.

Page 283: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

Page 5 of 7

b) On/ Off controls for output through MCB.

c) Auto/ Manual Selector switch.

d) Potentiometers for VOS, VPS and IPS settings

3.6.2 Followings controls shall be provided inside the module:

a) Potentiometer for Vrs, Vpm and Vpn settings.

3.6.3 TR units shall have following indicating lights :

a) TR unit On/ Off.

b) Reference cell controlling (number of lamps same as number ofreference cells).

c) Reference cell faulty (number of lamps same as number ofreference cells).

d) Pipeline over protected.

e) Pipeline under protected.

f) Auto-mode failure.

It shall be possible to switch-off all the indication lamps by a single switch.

3.6.4 Followings metering (Digital type) shall be provided on the TR unit :

a) Output voltage.

b) Output current.

c) Voltmeter to measure PSP (Set and actual through a selector switchfor all the reference cells).

d) Input voltage and current.

Page 284: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

Page 6 of 7

3.6.5 For units having multiple output, each output circuit shall haveindependent controls, Indication and metering.

4.0 DRAWINGS AND DOCUMENTS

4.1 The following documents shall be submitted alongwith the offer:

a) List of Deviation – no deviations are allowed.b) List (break-up) of two years operation and maintenance spares.c) List of special tools and tackles required.d) Block diagram of TR system offered.e) TR Panel dimensions.

4.2 The following drawings shall be submitted for approval within 2 weeks ofaward of contract:

a) GA

b) Schematic

c) Bill of Material

d) Wiring diagram for reference

4.3 Final drawings, test certificates, operation & maintenance manual,erection and field-testing procedure shall be submitted alongwith despatchof equipments.

5.0 INSPECTION

Inspection and testing of equipment shall be carried out by the Owner/Consultant at the works of the contractor on final product to ensureconformity of the same with the acceptable criteria of technicalspecification, approved drawings and reference national/ internationalstandards.

5.1 The contractor shall submit Quality Assurance Plan (QAP) for respectiveequipments within 3 weeks of award of contract.

Page 285: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

Page 7 of 7

QAP shall be prepared and furnished by the contractor in MECON FormNo. 11.20(4.4). F-10 alongwith their internal in process quality checks.

5.2 Temperature Rise (Heat Run) Test shall be conducted on one unit of eachrating.

Page 286: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc

SPECIFICATIONFOR

HEALTH, SAFETYAND

ENVIRONMENT (HSE)MANAGEMENT

SPECIFICATION NO. : MEC/S/05/62/65, R-0

(PROCESS & PIPELINE DESIGN SECTION)

MECON LIMITEDDELHI - 110 092

Page 287: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc

C O N T E N T S

Clause No. Title Page No.

1.0 SCOPE 1

2.0 REFERENCE DOCUMENTS 1

3.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) REQUIREMENTS 1 - 6

4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR 6 - 7

ANNEXURES

1. ANNEX-A-RELEVANT I.S. CODES 8

2. ANNEX-B-REPORTING FORMATS – 5 NOS. 9 – 18

3. ANNEX-C-DO’s & DON’T’S ABOUT SAFETY ASPECTS AS PER FACTORIES ACT

Page 288: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 1 of 19

1.0 SCOPE

This specification establishes the Healthy, Safety and Environment (HSE)management requirement to be compiled with by the Contractors duringconstruction.

Requirement stipulated in this specification shall supplement therequirement of HSE management given in relevant Act (S)/ legislations.General Condition of Contract (GCC) Special Condition of Contract (SCC)and Job Specifications. Where different documents stipulate differentrequirements, the most stringent shall be adopted.

2.0 REFERENCES

This document should be read in conjunction with following:

- General Conditions of Contract (GCC)- Special Conditions of Contract (SCC)- Job Specifications- Relevant IS Codes (refer Annexure-A)- Reporting Formats (refer Annexure-B)

3.0 REQUIREMENT OF HEALTH, SAFETY & ENVIRONMENT (HSE)MANAGEMENT SYSTEM TO BE COMPLETED BY BIDDERS.

3.1 Management Responsibility

3.1.1 The Contract should have a document HSE policy to cover commitment ofthe organization to ensure health, safety and environment aspects in theirline of operations

3.1.2 The HSE management system of the Contractor shall cover HSErequirement including but not limited to what specified under clause 1.0 &2.0 mentioned above

3.1.3 Contractor shall be fully responsible for planning and implementing HSErequirement to the satisfaction of the company. Contractor as a minimumrequirement shall designate/deploy the following to co-ordinate theabove:

No. Of workers deployedUp to 250 - Designate one safety supervisor who

will guide the workers from time to

Page 289: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 2 of 19

time, as well as impart training basicguidelines at least weakly once.

Above 250 & upto 500 - Deploy one qualified and experiencedsafety Engineer/ Officer who will guidethe workers from time to time as well asimpart basic guideline & training at leastweakly once.

Above 500 - One additional safety engineer/Officer(for every 500 or less) whose function will be as mentioned

above

Contractor shall indemnify and hold harmless GAIL/ MECON & theirrepresentative’s from any and all liabilities arising out of non fulfillment ofHSE requirements.

3.1.4 The Contractor shall ensure that the Health, Safety and Environment(HSE) requirements are clearly understood & faithfully implemented at alllevels, at each and every site/ work place.

3.1.5 The Contractor shall promote and develop consciousness for Healthy,Safety and Environment among all personnel working for the Contractor.Regular awareness programs and fabrication shop/work site meeting shallbe arranged on HSE activities to cover hazards involved in variousoperations during construction.

3.1.6 Arrange suitable first aid measures such as First Aid Box, trainedpersonnel to give First Aid, Stand by Ambulance or Vehicle and install fireprotection measures such as: adequate number of steel buckets with sandand water and adequate fire extinguishers to the satisfaction of GAIL/MECON.

3.1.7 The Contractor shall evolve a comprehensive planned and documentedsystem for implementation and monitoring of the HSE requirements. Thisshall submitted to GAIL & MECON for approval well in advance, prior tostart of work. The monitoring for implementation shall be done by regularinspection and compliance to the observations thereof. The Contractorshall get similar HSE requirements implemented at his sub-contractor (s)work site/ Office. However, compliance of HSE requirement shall be thesole responsibility of the Contractor. Any review/ approval by GAIL/MECON shall not absolve the Contractor of his responsibility/ liability inrelation to all HSE requirements.

Page 290: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 3 of 19

3.1.8 Non-Conformance on HSE by the Contractor (including his Sub-contractors) as brought out during review/ audit by MECON/ OWNERrepresentative shall be resolved forthwith by Contractor. Compliancereport shall be possibility submitted to MECON/ GAIL at the earliest.

3.1.9 The Contractor shall ensure participation of his Resident Engineer/Site-in-Charge in the Safety Committee/HSE Committee meetings arranged byGAIL/ MECON. The compliance of any observation shall be arrangedurgently. Contractor shall assist GAIL/MECON to achieve the targets set bythem on HSE during the project implementation.

3.1.10 The Contractor shall adhere consistently to all provisions of HSErequirements. In case of non-compliance or continuous failure inimplementation of any of HSE provisions; GAIL/ MECON may imposestoppage of work without any Cost & Time implication to Owner and/orimpose a suitable penalty for non-compliance with a notice of suitableperiod, upto a cumulative limit of 1.0% (one percent) of Contract valuewith a ceiling of Rs. 10 lakhs. This penalty shall be in addition to all otherpenalties specified else where in the contract. The decision of imposingstoppage of work, its extent & monitory penalty shall rest withMECON/GAIL & binding on the Contractor.

3.1.11 All fatal accidents and other personnel accidents shall be investigated by ateam of Contractor’s senior personnel for root cause and recommendcorrective and preventive actions. Findings shall documented and suitableactions taken to avoid recurrences shall be communicated toGAIL/MECON. GAIL/MECON shall have the liberty to independentlyinvestigate such occurrences and Contractor shall extend all necessaryhelp and co-operation in this regard.

3.2 House Keeping

3.2.1 Contractor shall ensure that a high degree of house keeping is maintainedand shall ensure the followings:

a. All surplus earth and debris are removed/disposed off from theworking site to identified location (s).

b. Unused/Surplus Cables Steel items and steel scrap lying scatteredat different places within the working areas are removed toidentified location (s).

Page 291: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 4 of 19

c. All wooden scrap, empty wooden cable drums and othercombustible packing materials shall be removed from work place toidentified location(s).

d. Roads shall be kept clear and materials like pipes, steel, sand,boulders, concrete chips and bricks, etc. shall not be allowed in theroads to obstructs free movement of men & machineries.

e. Fabricated steel structurals, pipes & piping materials shall bestacked properly for erection.

f. Water logging on rods shall not be allowed.

g. No parking of trucks/ trolleys, cranes and trailors etc. shall beallowed on of roads, which may obstruct the traffic movements.

h. Utmost care shall be taken to ensure over all cleanliness and properup keep of the working areas.

i. Trucks carrying sand, earth and pulverized materials etc. shall becovered while moving within the plant areas.

3.3 Healthy, Safety and Environment

a) The Contractor shall provide safe means of access to any workingplace including provision of suitable and sufficient scaffolding atvarious stages during all operations of the work for the safety of hisworkmen, and GAIL/ MECON. Contractor shall ensure deploymentof appropriate equipment and appliances for adequate safety andhealthy of the workmen and protection of surrounding areas.

b) The Contractor shall ensure that all their staff workers includingtheir sub-Contractor (s) shall wear Safety Helmet and Safety shoes.Contractor shall also ensure use of safety belt, protective goggles,gloves etc. by the personnel as per jobs requirements. All thesegadgets shall conform to relevant IS specification equivalent.

c) Contractor shall ensure that a proper Safety Net System shall beused at appropriate locations. The safety net shall be located notmore than 30 feet (9.0 metrs) below the working surface at site toarrest or to reduce the consequences of possible fall of personsworking at different heights.

Page 292: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 5 of 19

d) Contractor shall ensure that flash back arrester shall used whileusing gas Cylinders at site. Cylinders shall be mounted on trollys.

e) The Contractor shall assign to his workmen, tasks commensuratewith their qualification, experience and state of health for driving ofvehicles, handling and erections of materials and equipment’s. Alllifting equipments shall be tested certified for its capacity beforeuse. Adequate and suitable lighting at every work place andapproach there to shall be provided by the contractor beforestarting the actual work/ operation at night..

f) Hazardous and/or toxic material such as solvent coating or thinnersshall be stored in appropriate containers.

g) All hazardous materials shall be labeled with the name of thematerials, the hazards associated with its use and necessaryprecautions to be taken.

h) Contractor shall ensure that during the performance of the work allhazards to the health of personnel have been identified assessedand eliminated.

i) Chemical spills shall be contained & cleaned up immediately toprevent further contamination.

j) All personnel exposed to physical agents such as ionizing or non-ionizing radiation ultraviolet rays or similar other physical agentsshall be provided with adequate shielding or protectioncommensurate with type of exposure involved.

k) Where contract or exposure of hazardous materials could exceedlimits or could otherwise have harmful affects, appropriate personalprotective equipment’s such as gloves, goggles, aprons, chemicalresistant clothing and respirator shall be used

l) Contractor shall ensure the following facilities at work sites:

I) A Crèche where 10 or more female workers are havingchildren below the age of 6 years.

II) Reasonable Canteen facilities are made available atappropriate location depending upon site conditions.

Page 293: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 6 of 19

m) Suitable facilities for toilet, drinking water, proper lighting shall beprovided at site and labor camps, commensurate with applicableLaws/Legislation.

n) Contractor shall ensure storage and utilization methodology ofmaterial that are not detrimental to the environment. Whereverrequired Contractor shall ensure that only the environment friendlymaterial are selected.

o) All person deployed at site shall be knowledgeable of and complywith the environmental laws, rules & regulation relating to thehazardous materials substance and wastes. Contractor shall notdump, release or otherwise discharge or dispose off any suchmaterials without the authorization of GAIL/ MECON.

4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR

4.1 On Awards of Contract

The Contractor shall prior to start of work submit his Health. Safety andEnvironment Manual of procedure and HSE Plans for approval byGAIL/MECON. The Contractor shall participate in the pre-start meetingwith GAIL/MECON to finalize HSE plans including the following.

- Job procedure to be followed by Contractor for activities coveringHandling of equipment’s, Scaffolding, Electric Installation,describing the risks involved, actions to be taken and methodologyfor monitoring each.

- Organizations structure alongwith responsibility and authorityrecords/ reports etc. on HSE activities.

4.2 During job execution

4.2.1 Implement approved Health, Safety and Environment managementprocedure including but not limited to as brought our under para 3.0.Contractor shall also ensure to:

- Arrange workmen compensation insurance, registration under ESIAct, third party liability insurance etc. as applicable.

- Arrange all HSE permits before start of activities (as applicable) likeher work, confined space, work at heights, storage of

Page 294: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 7 of 19

Chemicals/explosives materials and its use and implement allprecautions mentioned therein

- Submit timely the completed check list on HSE activities, MonthlyHSE report, accident report, investigation report, etc. as perGAIL/MECON requirements. Compliance of instructions on HSE shallbe done by Contractor and informed urgently to GAIL/MECON.

- Ensure that resident Engineers/Site-In-Charge of the Contractorshall amend all the Safety Committee/HSE meeting arranged byGAIL/ MECON only in case of his absence from site, a secondssenior most person shall be nominated by him in advance andcommunicated to GAIL/MECON.

- Display at site office and work locations caution boards, list ofhospitals for emergency services available.

- Provided posters, banners, for safe working to promote safetyconsciousness

- Carryout audits/inspection at sub Contractor work as per approvedHSE documents & submit the reports for GAIL/MECON review.

- Assistk in HSE audits by GAIL/ MECON and submit compliancereport.

- Generate & submit HSE records/ reports as per HSE Plan.

- Appraise GAIL/MECON on HSE activities at site.

Page 295: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 8 of 19

ANNEXURE-A

RELEVANT IS-CODES FOR PERSONNEL PROTECTION

IS:2925-1984 : Industrial Safety Helmets.

IS:4770-1968 : Rubber gloves for electrical purposes

IS:6994-1973 (Part-I) : Industrial Safety Gloves (Leather & Cotton)

IS:1989-1986 (Part-I & III): Leather safety boots and shoes.

IS:3738-1975 : Rubber knee boots

IS:5557-1969 : Industrial and Safety rubber knee boots.

IS:6519-1971 : Code of practice for selection, care and repair ofSafety footwear

IS:11226-1985 : Leather Safety footwear having direct moulding sole.

IS:5983-1978 : Eye protectors.

IS:9167-1979 : Ear protectors.

IS:3521-1983 : Industrial Safety belts and harness.

Page 296: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 9 of 19

ANNEXURE-BFormat – 1.0

1.0 HEALTHY, SAFETY & ENVIRONMENT(HSE) PLAN

Project:________________________________ Contractor:_______________________________

date:___________________________________ Owner:______________________________________

(To be prepared & submitted by each Construction Agency)

Performing Function Audit FunctionActivityDescription

Procedure/W.I./

Guidelines

Code ofConformance Performance Checker Approver Customer Review/

Audit Requirements

PREPARED BY REVIEWED APPROVED BY

Page 297: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline
Page 298: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 11 of 19

2.0 MONTHLY CHECKLIST CUM COMPLIANCE REPORT REGARDING HSE (1/6)

Project: _________________________ Contractor :_______________________Date: _________________________ Owner :________________________Inspection By:___________________

Note: write ‘NC’ (Not Concern) wherever any of the items are not applicable

Item Yes No Remark ActionHOUSEKEEPINGWaste containers provided and usedSanitary facilities adequate and CleanPassageways and Walkways ClearGeneral neatness of working areasProper Material StorageWooden Boards properly stacked & nailsremovedCords, leads out of walk and traffic waysScraps removed from the work siteOtherPERSONNEL PROTECTIVEEQUIPMENTGoggies: shieldsFace protectionHearing protectionSafety Shoes providedHand protectionRespiratory Masks etc.Safety BeltsSafety Helmets OtherEXCAVATIONS/ OPENINGSExcavation permitExcavated earth kept away from edgeDewatering pump kept away from edgeSafe access into excavated areaOpenings properly covered or barricadedExcavations shoredExcavations barricadedOvernight lighting providedOther

Page 299: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 12 of 19

MONTHLY CHECKLIST CUM COMPLIANCE REPORT REGARDING HSE (2/6)

Item Yes No Remark ActionWELDING CUTTINGValid not work permitFlashback arrester provided forcylindersPower cable not crossing the weldingcableAdequate earthing providedNo combustible materials kept nearwelding & cutting worksGas cylinder chained upright & kept introlleysCables and hoses not obstructingScreens or shields usedFlammable materials protectedFire extinguisher (s) accessibleOtherSCAFFOLDINGFully decked platformGuard and intermediate rails in placeToe boards in place & tied properlyAdequate shoringAdequate accessOtherLADDERSExtension side rails I m aboveTop of landingProperly secured at top & bottomAngle ± 70° from horizontalOther

Page 300: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 13 of 19

MONTHLY CHECKLIST CUM COMPLIANCE REPORT REGARDING HSE (3/6)

ITEM YES NO REMARK ACTIONHOISTS, CRANES AND DERRICKSCondition of cables and sheaves OKCondition of slings, chains, hooks andeyes OKInspection and maintenance logsmaintainedOutinggers usedSingh/barricades providedSignals observed and understoodQulified opretorsOtherMACHINERY, TOOLS ANDEQUIPMENTProper instructionSaftey devicesProper cordsInspections and maintenanceOtherVEHICLE AND TRAFFICRules and regulations observedInspection and mantinanceLicensed driversOthers

Page 301: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 14 of 19

MONTHLY CHECKLIST CUM COMPLIANCE REPORT REGARDING HSE (4/6)

Item Yes No Remark ActionTEMPORARY FACILITIESEmergency instruction postedFire extinguishers providedFire-aid equipmentSecured against storm damageGeneral nemesesIn accordance with electricalrequirementsOtherFIRE PREVENTIONPersonnel instructedFire extinguishers checkedNo smoking in prohibited areas.Hydrants clearOtherELECTRICALProper wiring & earthingELCB’s providedGround fault circuit interruptorsProtection against damagePrevention of tripping hazardsProper electrical cable jointsLight poles securedClear way to power distribution boardProper rating of fuses

Page 302: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 15 of 19

MONTHLY CHECKLIST CUM COMPLIANCE REPORT REGARDING HSE (5/6)

Item Yes No Remark ActionHANDLING AND STORAGE OFMATERIALSProperly stored or stackedPassageways clearOtherFLAMMABLE GASES AND LIQUIDSContainers clearly identifiedProper storageFire extingui HSErs nearbyOtherWORKING AT HEIGHTErection planSafety netsSafety belts tied properlyIlluminationNo loose material at heightNO body under working areaAll openings coveredOtherENVIRONMENTChemical and other Effluents properlydisposedCleaning liquid of pipes disposed offproperlySeawater used for hydrotestingdisposed off as per agreed proceedingLubricant Waste/Engine oils properlydisposedWaste from Canteen office, sanitationetc. disposed properlyDisposal of surplus earth, strippingmaterials, Oily rags and combustiblematerials done properlyGreen belt protection

Page 303: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 16 of 19

MONTHLY CHECKLIST CUM COMPLIANCE REPORTREGARDING HSE (Contd…. 6/6)

Item Yes No Remark ActionHEALTH CHECKSHygienic conditions at labour campsOLAvailability of First Aid facilitiesProper sanitation at site, officer andlabour campsArrangements of medical facilityMeasures for dealing with illnessAvailability of potable drinking watersfor workmen & staff.Provision of cretches for children.ERECTIONSlings/ D’shakle checkedSignal ManTag line for guiding the loadProtecting the slings from sharp edgesNo loose materials at heightLadder & platform welding inspectedNo one under the suspended loadStay ropeSWL

___________________Signature of Resident

Engineer with Seal

Page 304: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 17 of 19

ANNEXURE-BFormat-3

3.0 ACCIDENT REPORT(To be submitted by Contractor after every accident within 2 hours of accident)

Report No:___________________Date: _______________________

Name of Site:-_______________________CONTRACTOR______________________

NAME OF THE INJURED………………………………………………………………………………..FATHER’S NAME………………………………………………………………………………………..SUB-CONTRACTOR M/S………………………………………………………………………………..DATE & TIME OF ACCIDENT………………………………………………………………………….LOCATION ………………………………………………………………………………………………BRIEF DESCRIPTION OF ACCIDENT

CAUSE OF ACCIDENT

NATURE OF INJURY/DAMAGE

MEDICAL AID PROVIDED/ACTIONS TAKEN

INTIMATION TO LOCAL AUTHORITIES

DATE: SIGNATURE OF CONTRACTORWITH SEAL

To : OWNER………………………….. 1 COPY: RCM/SITE-IN-CHARGE, MECON 1 COPY

Page 305: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 18 of 19

ANNEXURE-BFormat-4

4.0 SUPPLEMENTARY ACCIDENT & INVESTIGATION REPORT

Project:_____________________ Supplementary to Report No: _________(Copy enclosed)

Site:________________________ Date:_______________________

Contractor:______________________

NAME OF THE INJURED …………………………………………………………………………….FATHER’S NAME…………………………………………………………………………………...SUB-CONTRACTOR M/S……………………………………………………………………………...DATE & TIME OF ACCIDENT………………………………………………………………………LOCATION……………………………………………………………………………………………

BRIEF DESCRIPTION & CAUSE OF A ACCIDENT

NATURAL OF INJURY/DAMAGE

COMMENTS FROM MEDICAL PRACTITIONER WHO ATTENDED THE VICTIM/INJURED

SUGGESTED IMPROVEMENT IN THE WORKING CONDITION IF ANY

LOSS OF MANHOURS AND IMPACT ON SITE WORKS

ANY OTHER COMMENT BY SAFTEY OFFICER.

Date : __/__/__/ SIGNATURE OF CONTRACTORWITH SEAL

To : OWNER…………………………… 1 COPY: RCM/SITE-IN-CHARGE, MECON 1 COPY

Page 306: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification for HS & E(HSE)M - 65-3.doc Page 19 of 19

5.0 MONTHLY Health, Safety & Environment (HSE) REPORT(To be submitted by each Contractor)

Actual work start Date:________________ For the Month of:__________________

Project:_____________________________ Report No:________________________

Name of the Contractor:________________ Status as on:_______________________

Name of Work:_______________________ Name of Safety officer:_______________

Item This Month CumulativeTotal strength (Staff –Workmen)Number of HSE meeting organizedat siteNumber of HSE awarenessprogrammes conducted at siteWhether workmen compensationpolicy taken

Y/N

Whether workmen compensationpolicy valid

Y/N

Whether workmen registeredunder ESI Act

Y/N

Number of Fatal AccidentNumber of Loss Time Accident(Other than Fatal)Other accident (Non Loss Time)Total No. of AccidentTotal man-hours workedMan-hour loss due to fire andaccidentCompensation cases raised withInsuranceCompensation cases resolved andpaid to workmenRemark

Date: __/__/__ Safety Officer/RCM(Signature and name)

To: OWNER…………………….. 1 COPY RCM/SITE-IN-CHARGE MECON 1 COPY

Page 307: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

SPECIFICATIONFOR

QUALITY ASSURANCE SYSTEMSREQUIREMENTS

SPECIFICATION NO. MEC/S/05/62/66

(PROCESS & PIPELINE DESIGN SECTION)

MECON LIMITEDDELHI - 110 092

Page 308: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

MECON LIMITEDREGD. OFF : RANCHI (BIHAR)

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATION

SPECIFICATION NO. PAGE 1 OF 9TITLE QUALITY ASSURANCE SYSTEMS

REQUIREMENTS MEC/S/05/62/66 REVISION 0

CONTENTS

Sl.No. Description Page No.

1.0 INTRODUCTION 1

2.0 DEFINITIONS 1 - 2

3.0 CONTRACTORS SCOPE OF WORK 2 - 4

4.0 QUALITY ASSURANCE REQUIREMENTS 4 - 7

ATTACHMENTS

TITLE NUMBER

FORMAT FOR QUALITY PLAN FORMAT 00001

FORMAT FOR OBSERVATION ON FORMAT 00002

PREPARED BY CHECKED BY APPROVED BY

Page 309: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

MECON LIMITEDREGD. OFF : RANCHI (BIHAR)

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATION

SPECIFICATION NO. PAGE 2 OF 9TITLE QUALITY ASSURANCE SYSTEMS

REQUIREMENTS MEC/S/05/62/66 REVISION 0

1.0 INTRODUCTION

This specification establishes the Quality Assurance Requirements to be met bythe sub-contractors (including turnkey Contractors) and their sub-vendors.

In case of any conflict between this specification and other provisions of thecontract/ purchase order, the same shall be brought to the notice of MECON,at the stage of bidding and shall be resolved with MECON, prior to theplacement of order.

2.0 DEFINITION

Bidder

For the purpose of this specification, the word “Bidder” means the person(s),firm, company or organisation who is under the process of being contracted byMECON/ Owner for delivery of some products (including service). The word isconsidered synonymous to supplier, contractor or vendor.

Correction

Action taken to eliminate the detected non-conformity.

Refers to repair, rework or adjustment and relates to the disposition of anexisting non-conformity.

Corrective Action

Action taken to eliminate the causes of an existing non-conformity, defect orother undesirable situation in order to prevent recurrence.

Preventive Action

Action taken to eliminate the causes of a potential non-conformity, defect orother undesirable situation in order to prevent its recurrence.

Process

Set of inter-related resources and activities which transform inputs intooutputs.

Page 310: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

MECON LIMITEDREGD. OFF : RANCHI (BIHAR)

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATION

SPECIFICATION NO. PAGE 3 OF 9TITLE QUALITY ASSURANCE SYSTEMS

REQUIREMENTS MEC/S/05/62/66 REVISION 0Special Process

Processes requiring pre-qualification of their process capability.

3.0 CONTRACTORS SCOPE OF WORK

3.1 Prior to award of contract

The bidder shall understand scope of work, drawings, specifications andstandards etc., attached to the tender/ enquiry document, before he makes anoffer.

The bidder shall submit milestone chart showing the time required for eachmilestone activity and linkages between different milestone activities alongwithoverall time period required to complete the entire scope of work.

The bidder shall develop and submit manpower and resource deploymentchart.

The bidder shall submit, alongwith the bid, a manual or equivalent documentdescribing/ indicating/ addressing various control/ check points for the purposeof quality assurance and the responsibilities of various functions responsiblefor quality assurance.

3.2 After the award of contract

The bidder shall submit the schedule for submission of following documents inthe kick-off meeting or within two weeks of the placement of order, whicheveris earlier.

• Detailed Bar Chart• Quality plan for all activities, required to be done by the bidder, to

accomplish offered scope of work.• Inspection and test plans, covering various control aspects.• Job procedures as required by MECON/ Owner.• Procurement schedule for items to be supplied by contractor covering

inspection of the same.

Various documents submitted by the bidder shall be finalised in consultationwith MECON. Here it shall be presumed that ones a bidder has made an offer,he has understood the requirements given in this specification and agrees to

Page 311: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

MECON LIMITEDREGD. OFF : RANCHI (BIHAR)

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATION

SPECIFICATION NO. PAGE 4 OF 9TITLE QUALITY ASSURANCE SYSTEMS

REQUIREMENTS MEC/S/05/62/66 REVISION 0

comply with them in totality unless otherwise categorically so indicated duringpre-award stage through agreed deviation/ exception request. All QualityAssurance Plan (QAP) documents shall be reviewed by concerned functionalgroups of MECON and the bidder shall be required to incorporate all commentswithin the framework of this specification at this stage of the contract. It isalso obligatory on the part of the bidder that obtains approval on every QualityAssurance Plan (QAP) documents, before he starts using a particular documentfor delivery of contracted scope of work. Participation of MECON/ Owner inreview/ approval of quality plan/ QAP documents does not absolve thecontractor of his contractual obligations towards specified and intended use ofthe product (or service) provided/ to be provided by him under the contract.

3.3 During job execution

During job execution, the bidder shall fully comply with all quality documentsubmitted and finalised/ agreed against the requirements of this specification.Approval of MECON on all these documents shall be sought before start ofwork.

Bidder shall produce sufficient quality records on controlled/ agreed formssuch that requirements given in this specification are objectively/demonstrable.

Bidder shall facilitate MECON/ Owner during quality/ technical audits at hisworks/ sites.

Bidder shall discharge all responsibilities towards enforcement of thisspecification on all his sub-contractors for any part of the scope which is sub-contracted.

4.0 QUALITY ASSURANCE SYSTEM REQUIREMENTS

4.1 The bidder shall nominate an overall incharge of the contract titled as “ProjectManager” for the scope of work of agreed contract. The name of this personshall be duly intimated to MECON including all subsequent changes, if any.MECON shall correspond only with the project manager of the bidder on allmatters of the project. The project manager of the bidder shall be responsiblefor co-ordination and management of activities with bidder’s organisation andall sub-vendors appointed by the bidder.

Page 312: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

MECON LIMITEDREGD. OFF : RANCHI (BIHAR)

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATION

SPECIFICATION NO. PAGE 5 OF 9TITLE QUALITY ASSURANCE SYSTEMS

REQUIREMENTS MEC/S/05/62/66 REVISION 0

After award of work, the bidder may review augmentation of manpower andresources deployment chart (submitted earlier), detail it out, if so consentedby MECON/ Owner and resubmit the same as “issued for effectiveimplementation of the project”.

4.2 The bidder shall plan the contract scope of work on quality plan format suchthat no major variation is expected during delivery of contract scope of work.These quality plan shall be made on enclosed format complete in all respect.The quality plan shall be assumed to be detailing bidder’s understanding andplanning for the contract/ offered scope of work. The bidder shall plan thetype of resources including various work methodology which he agrees toutilize for delivery of contract scope of work.

4.3 The bidder is required to review the contract at all appropriate stages toevaluate his capabilities with respect to timely and quality completion of allactivities pertaining to contracted scope of work and shall report forconstraints, if any to MECON/ Owner.

4.4 The design activities, if any, performed during delivery of contract scope ofwork shall be so controlled that the outputs is reliable enough. It is expectedthat during development of design, the bidder shall take recourse to detailedchecking, inter departmental reviews and documented verification methods.

4.5 For all documents which the bidder is likely to utilise for delivery of contractscope of work, a system must exist which assures that latest/ requiredversion(s) of the document(s) is available at all location/ point of use.

4.6 In case the bidder decides to sub-contract any part/ full of the contract scopeof work (without prejudice to main Contractual condition), the bidder shall :

• Evaluate the technical and financial capabilities and past performance ofthe sub-contractor(s) and their products and/ or services beforeawarding them with the sub-contracted scope of work. Selection of asub-contractor should meet MECON approval in documented form.

• Requirement of this specification shall be enforced on sub-contractedagency also. The bidder shall choose sub-contractor based on theircapability to meet requirements of this specification also.

Page 313: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

MECON LIMITEDREGD. OFF : RANCHI (BIHAR)

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATION

SPECIFICATION NO. PAGE 6 OF 9TITLE QUALITY ASSURANCE SYSTEMS

REQUIREMENTS MEC/S/05/62/66 REVISION 0

Note: It may so happen that, in a given situation, a sub-contractor may nothave a system meeting the requirements of this specification. In allsuch eventualities, bidder may lend his system to sub-contractor for thecontract such that sub-contractor effectively meets the requirements ofthis specification. In all such cases MECON shall be duly informed.

4.7 Bidder shall establish adequate methodology such that the materials suppliedby the Owner/ MECON shall be adequately preserved, handled and made useof for the purpose for which they are provided.

4.8 All output delivered against contract scope of work shall be suitably identifiedin such a manner that either through identification or some other means,sufficient traceability is maintained which permits effective resolution of anyproblem reported in the outputs.

4.9 Critical activities shall be identified and the bidder is required to havedocumented methodologies which he is going to utilize for carrying out suchactivities under the contract scope of work. Wherever it is difficult to fullyinspect or verify the output (special process), bidder shall pre-qualify, theperformers and methodologies.

4.10 All inspections carried out by the bidder’s surveillance/ inspection staff shall beconformity to quality plans and/ or inspection and test plans. All inspectionresults shall be duly documented on controlled/ agreed forms such that resultscan be co-related to specific product, that was inspected/ tested.

4.11 All inspection, measuring & test equipments (IMTEs) shall be duly calibrated asper National/ International standards/ codes and only calibrated and certifiedIMTEs shall be utilized for delivery of contract scope of work.

4.12 All outputs/ products delivered against contract scope of work shall be dulymarked such that their inspection status is clearly evident during all stages/period of the contract.

4.13 All non-conformities (NCs) found by the contractor’s inspection/ surveillancestaff shall be duly recorded, including their disposal action. The deficienciesobserved during stage of the product, shall be recorded and resolved suitably.Effective corrective and preventive action shall be implemented by the bidderfor all repetitive NCs, including deficiencies.

Page 314: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

MECON LIMITEDREGD. OFF : RANCHI (BIHAR)

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATION

SPECIFICATION NO. PAGE 7 OF 9TITLE QUALITY ASSURANCE SYSTEMS

REQUIREMENTS MEC/S/05/62/66 REVISION 0

4.14 All deficiencies noticed by MECON/ Owner representative(s) shall be recordedon a controlled form (Format No. 00002). Such deficiencies shall be analysedby the bidder and effective and appropriate correction, corrective andpreventive actions shall be implemented. Bidder shall intimate MECON/ Ownerof all such corrective and preventive action implemented by him.

4.15 Bidder shall establish appropriate methodologies for safe and effectivehandling, storage, preservation of various materials/ inputs encounteredduring delivery of contract scope of work.

4.16 Bidder shall prepare sufficient records for various processes carried out by himfor delivery of contract scope of work such that requirements of thisspecification are objectively demonstrable. In case MECON/ Owner finds thatenough objective evidence/ recording is not available for any particularprocess, bidder shall be obliged to make additional records so as to providesufficient objective evidence. The decision of MECON/ Owner shall be finaland binding on such issues.

4.17 The bidder shall arrange internal quality audits at quarterly intervals, toindependently assess the conformance by various performers to therequirements of this specification. The findings of such assessment shall beduly recorded and a copy shall be sent to MECON/ Owner for review.

4.18 For all special processes, bidder shall deploy only qualified performers.Wherever MECON/ Owner observes any deficiency, the bidder shall arrangethe adequate training to the performer(s) before any further delivery of work.

Page 315: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

MECON LIMITEDREGD. OFF : RANCHI (BIHAR)

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATION

SPECIFICATION NO. PAGE 8 OF 9TITLE QUALITY ASSURANCE SYSTEMS

REQUIREMENTS MEC/S/05/62/66 REVISION 0

Page 316: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

OBSERVATION OF QUALITY ASPECTSFORMAT - 00002

Job No. and Description No. :Issued to : M/s Date :

Location of Work :Item of Work :

Recommended Course of ActionDetails of Observation(Deficiency)

Time Allowed for Correction :

Issued by : _____________________________________Name of Signature of RCM, MECON Site

Corrective Action taken report by Contractor/ Vendor :

Date : Name and Signature

Distribution (before resolution) :Project ManagerOwner

Chief Business ExecutiveMECON

MECON InspectionNew Delhi

Resident ConstructionManager, MECON Site

Verification of Resolution by MECON :

Date : Name of Signature

Distribution (before resolution) :Project ManagerOwner

Chief Business ExecutiveMECON

MECON InspectionNew Delhi

Resident ConstructionManager, MECON Site

Page 317: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\TS\Specification - Quality Assurance Plan - Reqd. - 66.doc

FORMAT – 00001Bidder’s Quality Plan Project Name : PO/ Contract Ref:

General Performing Functions Inspection Functions Audit FunctionActivity Description Procedure

NumberCode of

ConformancePerformer Checker Reviewer/

ApproverSampling

PlanTesting andInspection

Code

Type of(Approval)

Surveillance

Audit Scope Owner’s/ MECONReview/ AuditRequirement

Note: 1) The bidder ensures that the filled up format conforms to minimum requirements on Quality Plan/ Quality Assurance, specified by MECON on drawings/ standards/ specifications/ write-up.2) The bidder confirms that document is issued for information/ approval of Owner/ MECON for the project implementation

Page 318: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

C:\Documents and Settings\gailweb\Desktop\Anayat1\NIT - CP.doc

NOTICE INVITING TENDER

Tender No. : 05/51/23J9/GAIL/CP/001A, R-1 (PCP) Client : GAIL (India) Limited Project : Natural Gas Pipeline Project of M/s GAIL in NCR Region of Delhi Item : Permanent Cathodic Protection Works of 4” φ, 6.0 km Long M/s Bhusan Steel –

Cross river Mall – East Delhi Mall Pipeline of M/s GAIL in NCR Region of East Delhi

Bid Submission : Upto 1500 Hrs. of 02.11.2006 Bid Eligibility Criteria : The bids of vendor who fulfils this eligibility criteria shall only be considered for

evaluation. For Bid Eligibility Criteria

Click

Page 319: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\BQC _ NCR (23J9).doc Page 1 of 2

ANNEXURE-I

BIDDER’S EVALUATION CRITERIA (BEC) FOR PERMANENT CATHODICPROTECTION WORKS OF 4” φ, 6.0 KM LONG M/S BHUSHAN STEEL – CROSSRIVER MALL – EAST DELHI MALL GAS PIPELINE PROJECT OF M/S GAIL IN NCRREGION OF DELHI.(TENDER ENQUIRY NO. 05/51/23J9/GAIL/CP/001A, R-1 (PCP)

1.0 BRIEF PROJECT DETAILS

M/s GAIL (India) Limited have laid below-mentioned underground steel pipelinesindicated in CP Schematic Drawing No. MEC/23J9/05/21/M/001/PCP,R0 to transportnatural gas to various consumers in NCR Region of East Delhi.

i) 4” dia., 300#, 3.5 km (approx.) long 3LPE Coated Steel Pipeline fromDespatch Terminal in the premises of M/s Bhushan Steel to ReceivingTerminal in the premises of M/s Cross River Mall.

ii) 4” dia., 300#, 2.5 km (approx.) long 3LPE Coated Steel Pipeline fromDespatch Terminal in the premises of M/s Bhushan Steel to ReceivingTerminal of M/s Paharpur/ Pacific Mall/ East Delhi Mall.

The above pipelines are presently protected from corrosion by Sacrificial CathodicProtection System. Now it is intended to install independent permanent impressedcurrent cathodic protection system at Paharpur Gas Receiving Terminal for theprotection of above pipelines from corrosion using tubular type noble mixed metaloxide coated titanium anodes powered by a transformer rectifier unit for minimumservice life of 35 years.

2.0 SCOPE OF WORK

2.1 Design, detailed engineering, supply, installation, testing & commissioning ofpermanent cathodic protection system by impressed current method to protect theexternal surfaces of 3LPE Coated steel pipeline of 4” φ, 6.0 km long Pipeline Networkagainst corrosion for minimum services life of 35 years using mixed metal oxidecoated titanium tubular anodes as per MECON’s Standard Specifications forPermanent CP System no. MEC/TS/05/62/016B.

The bidder has to quote for the entire work envisaged in the tender document.

3.0 BIDDERS EVALUATION CRITERIA

3.1 Technical

3.1.1 The bidder shall be a reputed Cathodic Protection Contractor.

3.1.2 The bidder must posses proven track record for design, engineering, supply,installation, testing & commissioning of Cathodic Protection System of buried crosscountry pipeline.

3.1.3 The bidder must have executed at least one Permanent Cathodic Protection Worksfor 4” (or above) dia., 5.0 km (or above) long buried cross country hydrocarbonpipeline involving design, engineering, supply, installation, testing, commissioning

Page 320: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\BQC _ NCR (23J9).doc Page 2 of 2

under a single contract in the last five years reckoned from the date of submission ofbid.

3.2 Financial

3.2.1 The minimum annual turnover achieved by the bidder as per their audited financialresults during any one of the last three financial years i.e. 2002-03, 2003-04, 2004-05 shall be Rs. 3.5 lakhs.

3.2.2 Bidder’s net worth as per last audited financial statement i.e. for the financial year2004-05 shall be positive.

3.2.3 Bidder’s Return on Equity shall be positive as per the last audited financial statementi.e. for the financial year 2004-2005.

3.2.4 The bidder shall have minimum working capital of Rs. 70,000/-.

The working capital shall be as per the last financial year i.e. 2004-2005. If thebidder’s working capital is inadequate, the bidder shall supplement this with a letterfrom his bank, having a net worth not less than Rs. 100 crores confirming theavailability of line of credit to meet the shortfall in specified working capitalrequirement.

3.3 Bidder shall not be affiliated with a firm or entity, (i) that has provided consultingservices related to Works to Employer during preparatory stages of Works or of theProject of which the Works form a part, or (ii) that has been hired (or is proposed tobe hired) by Employer as Engineer/ Consultant for the contract.

3.4 The bidder shall not be under a declaration of ineligibility by Employer for corrupt orfraudulent practices as defined in ITB.

3.5 The bidder is not put on holiday by GAIL or black listed by any GovernmentDepartment / Public Sector.

3.6 Any job executed by a bidder for its own concern shall not be considered asexperience for the purpose of meeting BEC.

3.7 Bidder shall meet the technical, as well as, commercial qualification criteria as statedabove. Bidder shall furnish necessary documentary evidence such as LOA Copy/Audited Financial Statement alongwith the bid, to justify meeting the stipulatedqualification criteria. In absence of requisite documents, the bid of the bidder shall besummarily rejected without making any reference to the tender.

Page 321: GAIL (India) Limited · D:\Rajesh\Bhusan Steel\Tender\CP Works\Retender\Construction Tender-Vol - I of II.doc TABLE OF CONTENT FOR VOLUME-I OF II Name of Project : Natural Gas Pipeline

ATT123918.txt-----------------------Mecon Ltd, Delhi, India

Page 1