bahadurgarh tikrikalan pipeline projectimghost1.indiamart.com/tenders/doc/2010-01-11/289... ·...
Post on 20-Apr-2020
21 Views
Preview:
TRANSCRIPT
Hindustan Petroleum Corporation Ltd. (A Government of India Enterprise)
BAHADURGARH TIKRIKALAN PIPELINE PROJECT
BID DOCUMENT FOR
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS
AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
TENDER NO.: 9000203-HD-10002 (05/51/23LK/HPCL/001(i))
Procurement under National Competitive Bidding
Prepared and issued by:
MECON Limited (A Government of India Enterprise), 15th Floor, North Tower, SCOPE Minar Laxmi nagar District centre, Delhi-110092
Hindustan Petroleum Corporation Ltd. (A Government of India Enterprise)
BAHADURGARH TIKRIKALAN PIPELINE PROJECT
BID DOCUMENT FOR
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS
AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
VOL I OF IV (COMMERCIAL)
TENDER NO.: 9000203-HD-10002 (05/51/23LK/HPCL/001(i))
This Document is issued to: -------------------------------------- -------------------------------------- -------------------------------------- -------------------------------------- Issued by: DGM (Contracts) MECON Limited (A Government of India Enterprise), 15th Floor, North Tower, SCOPE Minar Laxmi nagar District centre, Delhi-110092
TABLE OF CONTENTS
I Section 1 Notice Inviting Tender (NIT) – National Competitive Bidding Request For Quotation (RFQ) including Cut-out Slips
II Section 2 Instructions to Bidders
III Section 3 Special Conditions of Contract
Annexures to SCC, Particular Job Specifications
IV Section 4 General Terms and Conditions of Works Contract
V. Section 5 Bid Form
VI Section 6 Agreed Terms & Conditions – Questionnaire
VII Section 7 Proforma/Annexures/Various Bank Guarantee Formats
VIII Section 8 Health, Safety and Welfare Plan During Construction
Technical Specifications IX Section 9
Attached separately as Vol II of IV, III of IV & IV of IV
X Section 10 Price Schedule
XI Section 11 Completion Schedule
SECTION – 1
- NOTICE INVITING TENDER ( NIT ) - REQUEST FOR QUOTATION (RFQ)
NOTICE INVITING TENDER
TENDER FOR CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS
AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE PROJECT
PROJECT OWNER EPCM CONSULTANT
HINDUSTAN PETROLEUM CORPORATION LIMITED (HPCL) (A Govt. of India Enterprises) 2nd Floor, Gresham Assurance House, Fort Mumbai
MECON Limited 15th Floor, SCOPE Minar Laxmi Nagar, District Centre Delhi – 110 081 Ph No.: 22041872/22447417 Fax No.: 011-2241214/22401203 Email: cont@delhi.mecon.co.in, mecondly@bol.net.in
Electronic digitally signed & sealed (encrypted) e-tender are invited under two bid system as per details given below:- A: TENDER NO. 9000203-HD-10002 (05/51/23LK/HPCL/001 (i))
TENDER FOR CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8”DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE PROJECT, HPCL 1. DETAILS OF BID DOCUMENT:
A1 On-line confirmation for bid participation by bidder
From 18.12.2009 (1400 hours ) to 18.01.2010 (1000 Hours )
A2 Tender submission due date Up to 18.01.2010 (1500 Hours)
A3 Online Un priced Bid opening From 1530 Hours on 18.01.2010
A4 Tender document fee NIL
A5 EMD Rs.26.4 lacs
2. Bids are to be submitted online only at site http://eproc.hpcl.co.in. Bids received in
any other form shall not be accepted. For viewing details including EMD, LOCATIONS etc. Please visit our web site www.hindustanpetroleum.com and go to tender section by clicking the link “Tenders”. For on-line bidding, please visit website http://eproc.hpcl.co.in . Bids received in any other form shall not be accepted. For viewing details including EMD, Locations etc. Please visit our website www.hindustanpetroleum.com and go to tender section by clicking the link “Tenders”. For online bidding please visit website http://eproc.hpcl.co.in. click the link “Vendor Instruction Manual” and follow the procedure given therein. HPCL reserves the right to extend price/ purchase preference as per prevailing guidelines of Government of India.
DGM (Contracts)
MECON Limited, Delhi
NOTICE INVITING TENDER (NIT) – NATIONAL COMPETITIVE BIDDING BID DOCUMENT NO9000203-HD-10002 (05/51/23LK/HPCL/001 (i))
TENDER FOR CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS
AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE PROJECT
MECON Limited, Delhi on behalf of M/s. Hindustan Petroleum Corporation Limited (HPCL), invites sealed bids under two bid system FOR CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8”DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE PROJECT, HPCL 1.0 Brief Project details M/s Hindustan Petroleum Corporation Limited proposed to lay 2 parallel pipeline from proposed dispatch station inside existing Bahadurgarh Terminal in Haryana to Tikarikalan, Delhi Border).Three petroleum products namely ULSHSD, ULMS & SKO from existing storage tank will be transported through these pipelines. Both the pipeline i.e 8” x 15 km (approx) for transporting ULMS & 10” x 15 km (approx) for transporting ULSHSD / SKO will be laid in the same trench. 2.0 SCOPE OF WORK:
In brief scope is given below : i) Construction of Tap-off / Hook-up from existing product tanks namely,
ULSHSD, ULMS & SKO.
ii) Construction of aboveground interconnecting piping & manifold from Tap-off at existing product tanks to Despatch Terminal inside Bahadurgarh Terminal.
iii) Laying of 10” NB & 8” NB x ~ 15.0 km (Approx.) underground pipeline from Bahadurgarh Despatch Terminal to Tikarikalan Receiving Terminal in common trench.
iv) Installation of TCP & impressed current permanent Cathodic Protection System for the pipeline.
v) Installation of Metering Facility, MOVs ,Scrapper Traps at HPCL’s Despatch Terminal at Bahadurgarh & Receiving Terminal at Tikarikalan.
vi) Construction of Control Room Building (36 m x 16 m) at Receiving Terminal, Tikarikalan.
vii) Construction of a Building ( 16 m x 12 m) adjacent existing control room & inter-connected at Despatch Terminal, Bahadurgarh
viii) Construction of electrical MCC room and DG yard
ix) Construction of Structural Piping Shed for Piping Station.
x) Laying of 12 Fiber OFC in 40 mm HDPE Duct for SCADA & Telecommunication System and hook-up with the existing SCADA & Telecommunication System.
xi) All associated Electrical & Instrumentation Works. xii) The job involves all activities of Mainline Laying including road, canal,
river, railway crossings alongwith associated terminal works including installation of pumps & metering facility, Mechanical, Civil & Structural, Architecture, Electrical, Instrumentation, SCADA and Telecommunication works.
xiii) Supply of all materials under scope of supply except the free issue
items.
xiv) Installation of Centrifugal Pumps (8 Nos.) at HPCL Despatch Terminal at Bahadurgarh.
3.0 BID QUALIFICATION CRITERIA Bidder shall meet all of the following criteria 3.1 Financial: The minimum annual turnover achieved by the bidder as per their audited financial
results in each of the three preceding financial/calendar years ending with 31-03-09. (2006, 2007 & 2008 for companies having financial year ending in December or 2006-07, 2007-08 & 2008-09 for companies having financial year ending other than December) shall be Rs.28.0 Crores.
3.2 Technical 3.2.1 Bidder should have carried out and completed all of the following, within last seven
years reckoned from 30-11-09
i) Laying including testing and Pre-commissioning of buried Cross country hydrocarbon Pipeline (coated) of minimum 6” in diameter and minimum 10km length.
AND
ii) Installation, testing & commissioning of Station Piping and mechanical equipments in
petrochemical or hydrocarbon installations with owner supplied material and or contractor supplied material.
AND
iii) Construction of RCC building directly or by engaging civil contractor. Contract
should be in the name of bidder.
3.2.2 Bidder during the last seven years reckoned from 30-11-09, shall have carried out and completed similar work as under:
a. Three similar completed works, each costing not less than Rs.6.56 Crores.
OR b. Two similar completed works, each costing not less than Rs.8.2 Crores.
OR c. One similar completed work costing not less than Rs.13.12 Crores
Note: Similar works shall mean Laying, testing & commissioning of cross country hydrocarbon pipeline OR Installation testing and commissioning of Station Piping works in oil/Petrochemical industry OR Composite works comprising of Mechanical, electrical & instrumentation works in hydrocarbon industry.
3.3 WHO CAN BID: Parties who are affiliates of one another can decide which Affiliate
will make a bid. Only one affiliate may submit a bid. Two or more affiliates are not permitted to make separate bids directly or indirectly. If 2 or more affiliates submit a bid, then any one or all of them are liable for disqualification. However up to 3 affiliates may make a joint bid as a consortium, and in which case the conditions applicable to a consortium shall apply to them. “Affiliate” of a Party shall mean any company or legal entity which:
(a) Controls either directly or indirectly a Party, or (b) Which is controlled directly or indirectly by a Party; or (c) Is directly or indirectly controlled by a company, legal entity or partnership
which directly or indirectly controls a Party. “Control” means actual control or ownership of at least a 50% voting or other controlling interest that gives the power to direct, or cause the direction of, the management and material, business decisions of the controlled entity.
3.3.1 Bids may be submitted by:
(a) A single person/ entity (called sole bidder); (b) A newly formed incorporated joint venture (JV) which has not completed 3
financial years from the date of commencement of business. (c) A consortium (including an unincorporated JV) having a maximum of 3
(three) members (d) An Indian arm of a foreign company.
3.3.2 Fulfilment of Eligibility criteria and certain additional conditions in respect of each of
the above 4 types of bidders are stated below, respectively:
(a) The sole bidder (including an incorporated JV which has completed 3 financial years after date of commencement of business) shall fulfil each eligibility criteria.
(b) In case the bidder is a newly formed and incorporated joint venture and which has not completed three financial years from the date of commencement of business, then either the said JV shall fulfill each eligibility criteria or any one constituent member/ promoter of such a JV shall fulfill each eligibility criteria. If the bid is received with the proposal that one constituent member/ promoter fulfils each eligibility criteria, then this member/promoter shall be clearly identified and he/it shall assume all obligations under the contract and provide such comfort letter/guarantees as may be required by HPCL. The guarantees shall cover inter alia the commitment of the member/ promoter to complete the entire work in all respects and in a timely fashion, being bound by all the obligations under the
contract, an undertaking to provide all necessary technical and financial support to the JV to ensure completion of the contract when awarded, an undertaking not to withdraw from the JV till completion of the work, etc.
(c) In case the bidder(s) is/are a consortium (including an unincorporated JV), then the following conditions shall apply:
1. Each member in a consortium may only be a legal entity and not an
individual person. 2. The Bid shall specifically identify and describe each member of the
consortium; 3. The consortium member descriptions shall indicate what type of legal
entity the member is and its jurisdiction of incorporation (or of establishment as a legal entity other than as a corporation) and provide evidence by a copy of the articles of incorporation (or equivalent documents);
4. One participant member of the consortium shall be identified as the “Prime member” and contracting entity for the consortium;
5. This prime member shall be solely responsible for all aspects of the Bid/ Proposal including the execution of all tasks and performance of all consortium obligations;
6. The prime member shall fulfill each eligibility criteria; 7. A commitment shall be given from each of the consortium members in
the form of a letter signed by a duly authorized officer clearly identifying the role of the member in the Bid and the member’s commitment to perform all relevant tasks and obligations in support of the Prime/lead member of the Consortium and a commitment not to withdraw from the consortium;
8. No change shall be permitted in the number, nature or share holding pattern of the Consortium members after pre-qualification, without the prior written permission of the HPCL.
9. No change in project plans, timetables or pricing will be permitted as a consequence of any withdrawal or failure to perform by a consortium member;
10. No consortium member shall hold less than 25% stake in a consortium;
11. Entities which are affiliates of one another are allowed to bid either as a sole bidder or as a consortium only;
12. Any person or entity can bid either singly or as a member of only one consortium.
(d) In case the bidder is an Indian arm (subsidiary, authorized agent, branch
office or affiliate) of a foreign bidder, then the foreign bidder shall have to fulfill each eligibility criteria. If such foreign company desires that the contract be entered into with the Indian arm, then a proper back to back continuing (parent company) guarantee shall be provided by the foreign company clearly stating that in case of any failure of any supply or performance of the equipment, machinery, material or plant or completion of the work in all respects and as per the warranties/ guarantees that may have been given, then the foreign company shall assume all obligations under the contract. Towards this purpose, it shall provide such comfort letter/guarantees as may be required by HPCL. The guarantees shall cover inter alia the commitment of the foreign company to complete the entire work in all respects and in a
timely fashion, being bound by all the obligations under the contract, an undertaking to provide all necessary technical and financial support to the Indian arm or to render the same themselves so as to ensure completion of the contract when awarded, an undertaking not to withdraw from the contract till completion of the work, etc.
4.0 Bid Security (Earnest Money Deposit – EMD) 4.1 AS STATED ABOVE. 5.0 COMPLETION SCHEDULE: 5.1 The entire work shall be completed as per completion schedule provided in Bid
Document. 6.0 GENERAL: 6.1 No extension in the bid due date shall be considered on account of delay in receipt of bid
document by mail. 6.2 Bidder can download the Bid Document from HPCL’s Website
http://www.hindustanpetroleum.com or MECON’s website (www.meconlimited.co.in). However, the Bids have to be submitted online in e-Procurement site of HPCL only. Bid submitted in any other form would not be accepted.
6.3 HPCL / MECON will not be responsible for cost incurred in preparation and delivery of bids,
regardless of the conduct of outcome of the bidding process. 6.4 HPCL / MECON reserve the right to reject any or all the bids received at its discretion without
assigning any reason whatsoever. 6.5 Bids received after stipulated due date and time, due to any reasons whatsoever including
postal delays, will not be considered. 6.6 HPCL / MECON will follow purchase and price preference policies as per prevailing guidelines
of Government of India. 6.7 EMD (original instrument: DD/Pay order/ Banker’s Cheque or Bank Guarantee) should be kept
in separate envelope (superscribed with tender number, job & due date) and should be deposited by tender due date / time, in the tender box provided in the office at MECON, Delhi at the address provided above. While submitting the bid on-line, bidders would be required to upload the scanned copy of EMD instrument (DD / pay order / banker’s cheque or bank guarantee) or EMD exemption document ( self declaration in case of Public sector undertaking or copy of valid registration certificate in case of units registered with NSIC) at the place provided for the same.
Offer received without requisite EMD as explained above shall be rejected.
For submitting the bid on-line it would be mandatory for bidders to obtain digital certificate (which will enable data encryption as well as digital signing). For information regarding digital certificate, bidders may visit http://www.cca.gov.in. For submitting the bid online, bidders are advised to follow the step by step procedure given under the link “Vendor Instruction Manual” at website http://eproc.hpcl.co.in. In case bidders are unable to access the site http://eproc.hpcl.co.in they may contact at Phone: (022) 32444300, or 9987715722 (Ms.
Soumya) at Mumbai on all working days during office hours.
The on-line bidding would comprise broadly following steps – • Enrolment by vendor at http://eproc.hpcl.co.in (can be done without digital
certificate) by clicking the link “Supplier Registration”. • The system generated challenge phrase will be sent to vendor at e-mail address
provided by him during enrolment. • The vendor would be required to login at http://eproc.hpcl.co.in with this challenge
phrase along with his user id & password. The vendor has to complete 2 page registration forms.
• As soon as vendor fills two page registration forms, he should put a request letter on letterhead (giving tender number) to HPCL for approving his enrolment. The request may be sent through fax at , 022-22642352 or by e-mail to ssvprasad@hpcl.co.in
• After enrolment, vendor would be required to login and register his digital certificate (to be obtained by vendor) at website.
• After registering digital certificate vendor can participate in the public tender. • The vendors who are already enrolled at website: http://eproc.hpcl.co.in need not to
enrol again and vendors who have already got valid digital certificate (enabling data encryption as well as digital signing) are not required to procure another digital certificate.
v) HPCL will not be responsible for the cost incurred in preparation and submission of
bids including the cost of digital certificate, regardless of the conduct of outcome of the biding process.
vi) HPCL shall not be responsible for any expenses incurred by bidders in connection with the preparation & submission of their bids, site visit and other expenses incurred during bidding process.
vii) Fax/e-mail bids shall not be accepted. viii) HPCL reserves the right to accept or reject any one or all the tenders without
assigning any reason. ix) The evaluation of this tender is lowest delivered cost basis. HPCL shall not be bound
to accept the lowest tender and reserves right to accept any or more tenders in part. Decision of HPCL in this connection shall be final.
x) Hindustan Petroleum Corporation Ltd (HPCL) has developed the “Grievance Redressal Mechanism" to deal with references / grievances if any that is received from parties who participated/ intends to participate in the Corporation Tenders. The details of the same are available on this website.
Completed Tenders in all respect should be submitted on-line at website http://eproc.hpcl.co.in by the tender due date/ time. Unpriced (Technical) bids shall be opened on-line and participating bidders can view / witness the same on-line by logging in at website http://eproc.hpcl.co.in. Bidders would not be allowed to submit their bid after stipulated tender due date and time. For details, please refer “INSTRUCTION TO BIDDERS”. HPCL will follow the purchase preference and price preference policy as per prevalent guidelines of Govt. of India.
REQUEST FOR QUOTATION RFQ.No. 9000203-HD-10002 (05/51/23LK/HPCL/001(i)) Date: 18.12.2009
Owner HINDUSTAN PETROLEUM CORPORATION LIMITED
Project BAHADURGARH TIKRIKALAN PIPELINE PROJECT
Item
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8”DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES
Bid Due Date 18.01.2010, UPTO 1500 HRS (IST) Unpriced Bid Opening ONLINE 18.01.2010 at 1530 hrs
Pre-bid conference At 11.00 hrs on 29.12.2010 at MECON, Delhi.
To:
Priced Bid Opening It will be e-tender opening – Date &Time will be as per the calender
Gentlemen, MECON Limited on behalf of HPCL invites you to submit bid under national competitive bidding for the above work in complete accordance with the Bid Documents / Attachments. IMPORTANT NOTE : BIDDERS ARE REQUESTED TO NOTE THAT ORIGINAL BID SECURITY (EMD AMOUNT) SHOULD PHYSICALLY REACH US AT BELOW MENTIONED ADDRESS BEFORE DUE DATE & TIME OF TENDER:
DGM (CONTRACTS), MECON Limited, 15th Floor, North Tower, Scope Minar, Laxmi Nagar District centre, Delhi – 110092. Tel: 0091–11– 22401129; Fax: 011-22041214/22401203 IF ORIGINAL BID SECURITY (EMD AMOUNT) DOES NOT REACH OUR OFFICE BEFORE DUE DATE & TIME OF TENDER, BIDDERS OFFER WILL BE OUTRIGHTLY REJECTED. 1.0 FAX/Telex/Telegraphic bids/ E-Mail bids shall be rejected. 2.0 The work order/Purchase order will be issued by the Owner. 3.0 Owner reserves the right to allow Price Preference to Domestic Bidders and Purchase
Preference to Public Undertakings as admissible under the prevailing policy. 4.0 HPCL/ MECON reserve the right to reject any or all the bids. IMPORTANT: 1. No correspondence through Representative firm will be entertained. 2. Please specify Tender Number in all your correspondence. . THIS IS NOT AN ORDER
Yours faithfully,
for and on behalf of Hindustan Petroleum Corporation Limited DGM (Contracts) MECON Limited,
Delhi IMPORTANT: Please specify Bid Document Number in all your correspondence.
E – TENDER TERMS / INSTRUCTIONS TO BIDDERS 1) This is only a Tender Enquiry and not an order. 2) The tender should be submitted online at website http://eproc.hpcl.co.in
only, by the due date and time, as specified in the tender. Late / delayed tenders submitted on line after the due date and time, for whatsoever reasons will not be considered. The Server Date & Time as appearing on the HPCL website (http://eproc.hpcl.co.in) shall only be considered for the cut-off date and time for receipt of tenders. Offers sent through post, telegram, fax, telex, e-mail, courier will not be considered.
3) Partially completed / incomplete tenders shall not be considered. 4) All communication regarding the tender including queries, if any, and
submission of offers shall be done online within the e-Procurement system at website http://eproc.hpcl.co.in
5) Two Bid System
Bidders are required to submit offer in Two parts, namely “Unpriced” & “Priced”.
6) Validity
Quoted prices shall be valid for a period of 120 days from the due date / extended due date for the placement of order.
7) Bidders shall be required to arrange all resources, including Digital IDs and Internet Connections at their own cost, for participating in online tenders at HPCL e-Procurement site http://eproc.hpcl.co.in.
8) HPCL shall not be responsible for any delays reasons whatsoever in
receiving as well as submitting offers, including connectivity issues. HPCL shall not be responsible for any postal or other delays in submitting EMD / tender cost wherever applicable.
9) HPCL will not be responsible for the cost incurred in preparation and
submission of bids including the cost of digital certificate, regardless of the conduct of outcome of the biding process.
10) EMD (EARNEST MONEY DEPOSIT)
���� ������ � ���� �� ��� ���������� ������ ���� �� ����������
������� ����� ���� ������ ��� ����� ��� �� ����������� ���� � ��� �������� � � �������� ������� ��� ����
���������� ����� � ��� ���� ������ ���� ������ ��� ����������� � ������� ��� ���� ���������� ����� �� ��� ����
������ ���� ������� ����� � ��� ���� ��� ��� ������ ��� ��� ������ ���������� ��� ���� �� ���������������������� �� � �
������������������!"��������� ��������������������� �#������������ ������������������������� ����� ���� ��� ��������
�� ��!�� ������������ ����� ��� ������$����%�&�'���������������� ��������������� �� ����������(� ��� ���������������
�� ������ ����)������� ������� ����*�������� ���������������� +�� �� �*�� ��� (� �� ,- $� �$���� ��� #����� �*�� �� ����
�� ����� �����.�� ��������������������������
���� ����*����� ��� ���� /� ��%)��� ����%� �������� $���� 0'������ ������ �� ������� � �� � ��� ����� � �#���������������(� �� ����������"��1������ ��������������
����� ���� ��������� �%� �������� �� �����.����#����
��� �� ������ ��� �"�#� ��$�%�&� '� (&)�*&���$+�
�(,(���+�"$�*-+�$�(�+&)��*���)&()&�+")$�
�+���%&�-���)*-����.�$��#�))&��� -"&�(/��/�&)����#)&+���*�0�"�'122�223/����)������� ������� ����*�����+�� ���*�� ���(� ��,- $�������������� �������������������.�� ���������� ������ � ��$����
����*��!�)������� ��)1)��� � ����������� �������#����2)$3��������� ���������������������� ���������������!���� ���������� ��������� �%� �����������(�� ��#���
�
4���� ���� ��*� �� ��� ��!����� ������ (����� � ������� ��������� �� ������� �������� ���� ��� ���� � ���� %� ���������%�
�������������������*����� ��0'�����.�� ���������� ������������� ��������������)������� ������� ����*��0'���������
#������*�� �� ������ ����� �������������� ���*�� ���(� ��,- $��� � ����������#�������� �������
�0�������#��(� ��� ������� ��������.���������#������#�
��������"� �����
Units registered under NSIC are entitled to exemption from payment of earnest money, fee for tender documents and security deposit for performance up to specified limits of volumes.��
55� 0����������4��� ��� ��4�� ��� ������ ����������������/�)��������� ���� �%��� ������ �����(��������� �� ����� ��� ���� ����� ���� �� ���� ����� ��� �� �� �� � � ���� � ���
����� �� ��� ���� ����� ����� ���� ����� �� ��� ����� ��� ������������ ��������� ���#���� ����� �� ����������������� ���
��(� � ����� ��#� #���� ����� �� ��(�� ��� �� (�� �� ����� ����� �� ����� � � ���� � ��� ���� ��� ���� ���� �� ��
�� ����� ��� �� ����� ���� ������ � ��������������(�����*� ��"���
�56� Bidders are requested to quote all applicable taxes in % in the
unpriced bid. The taxes mentioned by bidder in techno-commercial sheet on-line (service tax, works contract tax, any other tax etc.) will be calculated on the amount [ � ( item quantity X item rate quoted by bidder)] except the education cess which would be calculated on service tax. For arriving at the total offer value of the bidder, the taxes quoted by him shall be added to �( item quantity X item rate quoted by bidder). In case bidder wants to apply particular tax on part of the contract value, bidder should mention the equivalent tax in % in techno-commercial sheet / screen while quoting taxes on-line. For example if bidder wants to quote service tax as 12% on 40 % of � ( item quantity X item rate), the bidder should mention the service tax as 4.8%.��
In case bidder quotes some / all taxes as 0%, it would be concluded that bidder’s quote is inclusive of all taxes applicable on tender due date / time or extended due date/ time.��
The bidders not quoting taxes as above may mention applicability of taxes / item wise taxes under “EXCEPTION & DEVIATION STATEMENT (Bid Form)”.�
�
13) Request for extension of tender submission due date, if any, received from bidders within 72 hours of tender submission due date / time, shall not be considered.
14) Clarifications sought/ queries received from bidders /vendors/parties on
tender, within last seven days of bid due date, will not be entertained by HPCL. Please refer query end date / time in tender calendar after which no query posted by bidder shall be considered. However HPCL reserves
the right to respond the queries after cut off date / time mentioned in tender calendar.
15) Please note that queries related to scope of job, tender specifications,
terms & conditions etc should be submitted on –line only (by logging in at http://eproc.hpcl.co.in) by the query end date / time specified in the tender consolidated view / NIT view/ tender calendar. The reply of queries sent by bidders/ messages issued by HPCL pertaining to tender shall be available on tender message borad. HPCL, at its sole discretion, may not entertain the queries sent by post / fax/ e-mail or through any other mode of communication.
16) Tender opening (unpriced bid as well as priced bid) will be done online at the
time and dates specified in the tender. Vendors who have responded to the tender are requested to login at the specified date and time at HPCL e-procurement website (http://eproc.hpcl.co.in) for witnessing the tender opening (unpriced bid as well as priced bid in case of technically accepted vendors).
17) HPCL reserves the right to accept any tender in whole or in part or reject any or all tenders without assigning any reason. HPCL reserves right to accept any or more tenders in part. Decision of HPCL in this regard shall be final and binding on the bidder.
18) HPCL shall follow Purchase Preference / Price Preference as per prevailing guidelines of Government of India.
19) Grievance Redressal Mechanism :
Hindustan Petroleum Corporation Limited (HPCL) has developed a “Grievance Redressal Mechanism” to deal with references / grievances if any that are received from parties who participated / intend to participate in the Corporation Tenders. The details of the same are available on our website www.hindustanpetroleum.com.
SECTION – 2
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS INDEX
ARTICLE SR.
NO. DESCRIPTION
1.0 COST OF BIDDING
2.0 BID DOCUMENT
3.0 SEALING & MARKING OF BIDS
4.0 AMENDMENT OF BID DOCUMENT
5.0 LANGUAGE OF BID
6.0 DOCUMENTS COMPRISING THE BIDS
7.0 BID FORM AND PRICE SCHEDULE
8.0 FORMAT AND SIGNING OF BID
9.0 PREPARATION & SUBMISSION OF BIDS
10.0 BID DUE DATE
11.0 PERIOD OF VALIDITY OF BIDS
12.0 LATE BIDS
13.0 MODIFICATION & WITHDRAWAL OF BIDS
14.0 OPENING OF BIDS
15.0 EVALUATION OF BIDS
16.0 REJECTION CRITERIA
17.0 COMPARISON OF BIDS
18.0 CONTACTING THE OWNER / CONSULTANT
19.0 AWARD CRITERIA
20.0 OWNER’S / CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
21.0 NOTIFICATION OF AWARD
22.0 ISSUE OF ORDER
23.0 PROJECT LOCATION
Instructions to Bidders 1.0 COST OF BIDDING: 1.1 The bidder shall bear all costs associated with the preparation and submission of the
bid, and Hindustan Petroleum Corporation Limited (HPCL) / MECON Limited (MECON), will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
2.0 BID DOCUMENT 2.1 The bidder is expected to examine all instructions, forms, terms and specifications in
the bid document. The Invitation for Bids (IFB) together all its attachments thereto, shall be considered to be read, understood and accepted by the bidder, unless deviations are specifically stated seriatim by the bidder. Failure to furnish all information required by the bid document or submission of a bid not substantially responsive to the bid document in every respect will be at bidder's risk and may result in the rejection of his bid.
2.2 The bidder’s scope of work as specified in the Technical Specification shall be in strict
compliance with the scope detailed therein and in the bid document. 3.0 SEALING & MARKING OF BIDS: 3.7 Public Sector Enterprises and Firms registered with NSIC are exempted from
submission of Bid Security. Public Sector Enterprises are requested to give a self declaration on their letter head to this effect, which should be submitted in a sealed envelope marked as Part -I as mentioned in Cl no. 3.1.1 above.
3.8 Bidders registered with NSIC are also requested to submit self declaration on their
letter head to this effect alongwith a copy of their Valid Registration certificate, specifying limit of volume and other details which should be submitted in a separate sealed envelope no. 1 marked as Part – I as mentioned in Cl no. 3.1.1 above.
3.9 Bid Security strictly in the proforma attached with these documents shall be
submitted in Original . Bids received without original bid security, shall not be opened for evaluation.
4.0 AMENDMENT OF BID DOCUMENT 4.1 At any time prior to the bid due date, the Owner/ Consultant may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bid Document.
4.2 The amendment will be notified in writing to all prospective Bidders who have been
issued the Bid Document and will be binding on them. 4.3 In order to afford prospective Bidder, reasonable time in which to take the
amendment into account in preparing their bids, the Owner/ Consultant may, at its discretion, extend the bid due date.
5.0 LANGUAGE OF BID
5.1 The bid prepared by the Bidder and all correspondence/ drawings and documents
relating to the bid exchanged by Bidder and the Owner/ Consultant shall be written in ENGLISH language, provided that any printed literature furnished by the Bidder may be written in another language so long as accompanied by an ENGLISH translation, in which case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern.
6.0 DOCUMENTS COMPRISING THE BIDS 6.1 The bid prepared by the Bidder shall comprise the following components:
UNPRICED BID
a. Original Bid Security to be submitted in physical form. - Bidders are advised to instruct their banks not to post Bid Security directly to Owner as the same has to be forwarded to MECON Limited at their Delhi office..
FOLOWING MUST BE SUBMITTED ONLINE:- b. Documentary evidence establishing Bidder’s claim for meeting qualification
criteria as stipulated in the Bid Document. c. Audited Annual Report of previous three financial years. d. Documentary evidence establishing Bidder’s eligibility to bid and that the
work conform to the Bid Document. e. Price Schedule (with Price figures blanked) completed in accordance with the
requirements specified in the bid document. f. Agreed Terms & Conditions (Section 6) duly filled-in.
g. Declaration with the bid qualification criteria that bidder has not been banned
or delisted by any Government or quasi Government agencies or PSU's as per Section-7 of the Bid Document.
h. Bidder shall furnish the concurrent commitment and execution plan
considering the concurrent commitments. i. Integrity Pact duly stamped and signed. j. One set of tender document duly stamped and signed on each page as a
token of acceptance. k. For the Instrumentation Works the Contractor shall submit a MOU entered
with Instrumentation party who have carried out instrumentation works of this magnitude in hydrocarbon industry during the last 7 years.
l. The contractor who intends to carryout civil works through subcontractor
must submit MOU entered with them. The civil contractor must have carried out RCC civil buildings works within the time frame during the last 7 years.
m. Any other information/details/documents/data required as per Bid Document.
PRICED BID : Price Bid must be submitted online on HPCL website.
7.0 DEVIATION SHEET NAME OF WORK : …………………………………. BIDDING DOCUMENT NO. : ……………………………….
EXCEPTION AND DEVIATIONS STATEMENT Bidder shall list all the deviations in the following given format only. Bidder may stipulate exceptions and deviations to Bidding Document, if considered unavoidable as per the following format:
Sl. No.
Page No. of Tender Document
Clause No. Subject Deviations
The exceptions/deviations should be uploaded in e-proc site only, any exceptions/deviations brought out elsewhere in the Bid shall not be construed as valid. SIGNATURE OF BIDDER ____________________ NAME OF BIDDER ____________________ 8.0 FORMAT AND SIGNING OF BID void 9.0 PREPARATION & SUBMISSION OF BIDS 9.1 Bids shall be submitted online at e-procurement site of HPCL. Owner/ consultant
shall be not responsible for Bids submitted at any other office of Consultant or the Owner.
9.2 Documents mentioned in the Bid Document shall be submitted along with the bid by
the Bidder. 9.3 Addenda/Corrigenda to the Bid Document, if issued, must be signed and submitted
along with the bid.
9.4 Bidders are advised to submit bids based strictly on the terms & conditions and
specifications contained in the Bid Document and not to stipulate any deviations. 9.5 Each Bidder shall submit only one bid. A Bidder who submits more than one bid
alternative bids will be rejected. 10.0 BID DUE DATE AND TIME 10.1 Bids must be received online by the Consultant/HPCL as specified in the Notice for
Bids (IFB) not later than the date and time specified in the Bid Document. 10.2 The Consultant may, at its discretion, on giving reasonable notice by letter/fax/e-
mail, or any written communication to all prospective Bidders who have been issued the bid documents, extend the bid due date, in which case all rights and obligations of the Owner/ Consultant and the Bidders, previously subject to the bid due date, shall thereafter be subject to the new bid due date as extended.
11.0 PERIOD OF VALIDITY OF BIDS 11.1 Bids shall be kept valid for 120 days from the final bid due date. A bid valid for a
shorter period shall be considered as non-responsive and rejected by the Owner/Consultant. The Bidder shall not be entitled during the said period of 120 days, without the consent in writing of the Owner/Consultant to revoke or cancel its bid or to vary the bid given or any term thereof. In case of Bidder revoking or canceling its bid without the consent of the Owner in writing, the Owner shall forfeit the Bid Security furnished by Bidder.
11.2 Notwithstanding above, the Owner/Consultant may solicit the Bidder’s consent to an
extension of the period of bid validity. The request and the responses thereto shall be made in writing. The bid security shall also be accordingly extended.
12.0 LATE BIDS 12.1 Any bid received by the Consultant after the bid due date and time prescribed in IFB
will not be opened and shall be rejected. 12.2 Telex/ Telegraphic/ Telefax/ E-mail offers will not be considered and shall be
rejected. 13.0 MODIFICATION AND WITHDRAWAL OF BIDS No bid shall be allowed to be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of bid validity specified by the Bidder. Withdrawal of a bid during this interval shall result in the forfeiture of Bidder’s bid security.
14.0 OPENING OF BIDS 14.1 Bids will be opened through e-procurement site of HPCL. 14.2 BID SECURITY AND UNPRICED BID (PART-I):
14.2.1 On the day and time of bid opening, Unpriced Bid (envelope- 1) shall be opened
Online on HPCL’s e-procurement website. 14.3 PRICED BID OPENING (PART-II): 14.3.1 Only those bids who meet the qualification criteria, and are technically/commercially
acceptable shall be qualified for opening of Priced bid (Envelope 2) at a later date, informed in advance.
15.0 EVALUATION OF BIDS 15.1 The Consultant will examine the bids to determine whether they are complete,
whether any computational errors have been made, whether the documents have been properly signed and whether the bids are generally in order.
15.2 The bids without requisite Bid Security and/or not in the prescribed proforma will not
be considered and bids of such Bidder(s) shall be rejected. 15.3 Qualification of Bidder: The experience details and financial, technical capabilities of
the Bidders shall be examined to determine whether the Bidder(s) meet the Qualification Criteria mentioned in the Notice Inviting Tender (NIT).
15.4 To assist in the examination, evaluation and comparison of Unpriced bids, the
owner/Consultant may, at its discretion, ask the Bidder clarifications on the bid. The request for such clarifications and the response thereto shall be in writing.
15.5 Prior to the evaluation and comparison of the bid, the Owner/Consultant will
determine the substantial responsiveness of each bid to the bidding documents. For the purpose of this Article, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding document without material deviations or reservations. The Owner’s/Consultant’s determination of a bid responsiveness is to be based on the contents of the bid itself without recourse to the extrinsic evidence.
15.6 A bid determined as substantially non-responsive will be rejected by the
Owner/Consultant and shall not subsequently be allowed by the Owner/Consultant to be made responsive by the Bidder by correction of the non-conformity.
16.0 REJECTION CRITERIA
Bidder’s Bid shall be considered non-responsive and rejected, if deviations are taken to the under mentioned provisions of Bid Documents by the Bidder: -
Sl.NO. CLAUSE REFERENCE DOCUMENT
i) Bid Security Clause No 4.0 of NIT ii) Security Deposit Clause No 4.b of GCC
iii) Period of validity of bids shorter than specified Clause No 11.0 of ITB iv) Force Majeure Clause No 13 of GCC v) Defect Liability Period Clause No 5.n of GCC
vi) Statutory Levies Clause No 7.d of GCC vii) Payment terms sought by Bidder Clause No 37 of SCC ix) Liquidated Damages Clause No 10.0 of GCC for delay in completion
xii) Integrity Pact duly stamped As per Section 7 & signed to be submitted along with offer
Definitions: SCC : SPECIAL CONDITIONS OF CONTRACT ITB : INSTRUCTIONS TO BIDDERS GCC : GENERAL CONDITIONS CONTRACT
16.1 Bids that do not meet the qualification criteria as specified in the bid document shall
be rejected. 16.2 A bid with incomplete scope of work and/or which does not meet the technical
requirements as specified in the bid document shall be considered as nonresponsive and rejected.
16.3 Price must be furnished in the Price Schedule format enclosed and shall be strictly
based on the terms specified under "Bid Prices" & "Taxes & Duties" specified in the bid document. Non-compliance of this requirement shall make the bid liable for rejection.
16.4 Conditional bids will be liable for rejection. 17.0 COMPARISON OF BIDS 17.1 The Consultant will evaluate and compare bids previously determined to be
substantially responsive pursuant to the provisions of the bid document. 17.2 Arithmetical errors will be rectified on the following basis:-
If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price will be corrected. If there is a discrepancy between the total amount and the sum of total prices, the sum of the total prices shall prevail and the total bid amount will be corrected.
17.3 PURCHASE / PRICE PREFERENCE 17.3.1 Owner/Consultant reserves the right to allow purchase preference to Public Sector
Undertaking / Enterprises and Purchase / Price preference to SSI units registered with NSIC as admissible under the existing policies of the Government of India.
17.3.2 Situations where preference not granted to Small Scale Units:
To make the grant of price preference more meaningful, price preference should be
accorded on a tender to tender basis. The question of granting price preference will not arise in the following situations:
1. Where the Small Scale Unit had succeeded in securing orders for same items,
in competition (i.e. without price preference) with the large scale units during the preceding 12 months. For this purpose the SSI Unit will be required to give a declaration in writing in case they have obtained orders on the above lines.
2. Where Small Scale Unit is lowest for some items without price preference and
lowest for other items with price preference. (In such case, order for items where SSI is lowest with price preference will be placed only if SSI matches the rates with lowest delivered rates for those items).
3. Where competition is amongst Small Scale Units alone. 4. Where the items are exclusively reserved for purchase from the Small Scale
Units. 5. Where tenders are received from both Small Scale and Large Scale Units; and
the lowest offer is from the Small Scale Unit and its capacity is more than sufficient to meet the requirement.
6. Where the value of the tender exceeds the value limit given in the certificate
produced by the SSI Unit or where the certificate does not cover the commodity tendered for.
18. CONTACTING THE OWNER/ CONSULTANT 18.1 Subject to Article 15.4 above no Bidder shall contact the Owner/Consultant on any
matter relating to its bid, from the time of bid opening to the time the Contract is awarded.
18.2 Any efforts by a Bidder to influence the Owner/Consultant in the Owner’s/
Consultant’s bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder’s bid.
19.0 AWARD CRITERIA
The Owner will award the Contract to the successful Bidder whose bid has been determined to be the lowest evaluated, responsive bid, provided further that the Bidder is determined to be qualified to satisfactorily perform the Contract.
20.0 OWNER’S/CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT
ANY OR ALL BIDS 20.1 Owner/ Consultant reserves the right to accept or reject any bid, and to annul the
bidding process and reject all bids, at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or; any obligations to inform the affected Bidder or Bidders of the ground for the Owner’s/Consultant’s action.
20.2 The submission of any bid connected with these documents and specifications shall constitute an agreement that the Bidder shall have no cause for action or claim, against the Owner for rejection of his bid. The Owner shall always be at liberty to reject or accept any bid or bids at his sole discretion and any such action will not be called into question and the Bidder shall have no claim in that regard against the Owner.
21.0 NOTIFICATION OF AWARD 21.1 Prior to the expiration of period of bid validity, the Owner/ Consultant will notify the
successful Bidder in writing or by fax to be confirmed in writing, that his bid has been accepted. The Notification of Award will constitute the formation of the Contract.
21.2 Completion Period shall be counted from the date of notification of award (Letter/Fax
of Intent). 22. 0 ISSUE OF ORDER 22.1 After the successful Bidder has been notified that his bid has been accepted, the
Owner will send to such Bidder a detailed Order incorporating all the terms and conditions agreed between the parties.
22.2 Within 15 days of receipt of the detailed Order, the Bidder shall sign and return it to
the Owner, in token of acceptance of the Order.
SECTION 3 SPECIAL CONDITIONS OF CONTRACT
GENERAL 1.1 Special Conditions of Contract (SCC) shall be read in conjunction with the General
Conditions of Contract (GCC) also referred to as General Terms & Conditions of Contract, Schedule of Rates, specifications of work, drawings and any other document forming part of this Contract wherever the context so requires.
1.2 Not withstanding the sub-division of the document into these separate sections and
volumes, every part of each shall be deemed to be supplementary of every other part and shall be read with and into the Contract so far as it may be practicable to do so.
1.3 Where any portion of the GCC is repugnant to or at variance with any provisions of
the Special Conditions of Contract, then unless a different intention appears, the provision(s) of the Special Conditions of Contract shall be deemed to override the provision(s) of GCC only to the extent that such repugnancies or variations in the Special Conditions of Contract are not possible of being reconciled with the provisions of GCC.
1.4 Wherever it is stated in this Bidding Document that such and such a supply is to be
affected or such and such a work is to be carried out, it shall be understood that the same shall be affected and /or carried out by the CONTRACTOR at his own cost, unless a different intention is specifically and expressly stated herein or otherwise explicit from the context. Contract Price shall be deemed to have included such cost.
1.5 The materials, design & workmanship shall satisfy the applicable relevant
International / Indian Standards, the job specifications contained herein & codes referred to. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied. In the absence of any Standard / Specifications / Codes of practice for detailed specifications covering any part of the work covered in this bidding document, the instructions / directions of HPCL / MECON will be binding upon the CONTRACTOR.
1.6 In case of contradiction between relevant International / Indian standards, GCC,
Special Conditions of Contract, Specifications, Drawings and Schedule of Rates, the following shall prevail in order of precedence.
i) Detailed Purchase Order along with Statement of Agreed Variations, if any,
and its enclosures. ii) Schedule of Rates with Quantities. ii) Fax of Intent (FOI)/Letter of Intent (LOI) iv) Scope of Work v) Technical Specifications vi) Drawings vii) Special Conditions of Contract viii) General Conditions of Contract ix) Instructions to Bidders x) Relevant Indian / International Standards/ Specifications.
1.7 SAFETY, FIRE FIGHTING AND SPECIFIC REQUIREMENTS OF HPCL / MECON CONTRACTOR shall supply Eight Nos IS Stamped DCP Fire Extinguishers and Eight
No.s Fire buckets with sand at SITE. These items can be taken back by the CONTRACTOR after completion of work at the respective sites. In case of damage to any of the above items,
CONTRACTOR shall arrange for replacement/ repair within 48 hours. Sand shall also be maintained dry by the CONTRACTOR with fresh supply, whenever required. Work permit may not be issued by HPCL in the absence of above items.
1.7.2 Safety Helmets shall be provided to all the personnel employed by CONTRACTOR.
Shoes and Gloves shall also be provided in adequate number by the CONTRACTOR. 1.7.3 Safety Belts and Harnesses shall be provided by the CONTRACTOR in adequate
number for the workers working at heights 1.7.4 All Diesel driven equipment shall be provided with proper flame arrestors, Mufflers,
etc as applicable. 1.7.5 Proper earthing shall be provided for all welding equipments and generators 2. THE WORK 2.1 Scope of Work & Scope of Supply 2.1.1 The scope of work and Scope of Supply covered in this Contract will be as described
in Scope of work for respective sections, Job Specifications, Standard Specifications, Drawings, and Schedule of Rates etc.
2.2 Time Schedule 2.2.1 It is described in detail elsewhere in the tender document. 2.2.2 Time is the essence of this Contract. The period of completion given includes the
time required for mobilization as well as testing, rectifications, if any, retesting, demobilization and completion in all respects to the satisfaction of the HPCL / MECON.
2.2.3 A programme of execution of work will be prepared by the CONTRACTOR and the
same will be reviewed and approved by HPCL / MECON. This programme will take into account the time of completion period of the Contract.
2.2.4 Monthly / weekly execution programme will be drawn up by the CONTRACTOR based
on availability of materials, work fronts and the execution as referred to above. The CONTRACTOR shall scrupulously adhere to the Targets / Programmes by deploying adequate personnel, Construction Equipment, Tools and Tackles and also by Timely Supply of required materials coming within his scope of supply as per Contract. In all matters concerning the extent of target set out in the weekly / monthly programme and the degree of achievement, the decision of the HPCL / MECON will be final and binding upon the CONTRACTOR.
2.2.5 CONTRACTOR shall give every day category-wise labour and equipment deployment
report along with the progress of work done on previous day in the Performa prescribed by the HPCL / MECON.
2.3 Measurement of Works 2.3.1 Mode of measurement will be as specified in Specifications or Schedule of Quantities. 2.4 Payment Office Payment will be released within 15 days of submission of duly certified Running
Account Bills at Disbursement section at Mumbai after deduction of WCST(Works Contract Sales Tax) or VAT whichever is applicable, IT(lncome Tax) and any other statutory deduction as applicable from time to time, Any MRR(Materials Received Report- An internal document forwarded by HPCL Site in-Charge/ Engineer to Disbursement Section along with Contractor's Bill and duly certified measurement sheets for release of payment) Deductions, LD, etc. In case of Final Bill, Payment will be released within 45 days of submission of duly certified Final Bill along with all requisite documents, drawings, etc. Payment break up for various items covered in SOR/PRICED BID is as indicated as Appendix 1 to SCC. No further alteration is permitted in approved payment break up.
2.5 Temporary Works 2.5.1 All temporary works, enabling works, including dewatering of surface and Subsoil
water, preparation and maintenance of temporary drains at the work site, preparation and maintenance of approaches to working areas, wherever required, for execution of the work, shall be the responsibility of the CONTRACTOR and all costs towards the same shall be deemed to have been included in the quoted prices.
2.6 Quality Assurance 2.6.1 Detailed quality assurance programme to be followed for the execution of Contract
under various divisions of works will be mutually discussed and agreed to. 2.6.2 The CONTRACTOR shall establish, document and maintain an effective quality
assurance system as outlined in the specifications and various codes and standards. 2.6.3 Quality Assurance System plans / procedures of the CONTRACTOR shall be furnished
in the form of a QA manual. This document should cover details of the personnel responsible for the quality assurance, plans or procedures to be followed for quality.
2.6.4 The HPCL / MECON or their representative shall reserve the right to inspect/witness,
review any or all stages of work at shop/site as deemed necessary for quality assurance and / or timely completion of the work.
2.6.5 In case HPCL / MECON feels that CONTRACTOR's Engineer(s)/ Supervisor are.
Incompetent or insufficient, CONTRACTOR has to deploy other experienced Engineer(s)/ Supervisor as per site requirement and to the full satisfaction of HPCL / MECON.
2.6.6 Processing of bills for payment will be subject to compliance by the Contractor of the
instruction given by HPCL / MECON. 2.7 Leads
2.7.1 For the various works, in case of contradiction, leads mentioned in the Schedule of Quantities shall prevail over those indicated in the Technical specifications.
2.8 Other Special Conditions of Contract
2.8.1 ROYALTY, INCOME TAX, SERVICE TAX AND PRICES
Royalty All royalties etc., as may be required for any Borrow Areas, including right of way etc., to be arranged by Contractor shall be deemed to have been included in the quoted prices. Income Tax Income Tax at the prevailing rate as applicable from time to time shall be deducted from Contractor’s Bills as per Income Tax Act and quoted rates shall be inclusive of this. Owner will issue the TDS(Tax Deduction at Source) Certificate.
Firm Prices
The contract price shall remain firm and fixed till the completion of work in all respects and no escalation in prices on any account shall be admissible to the Contractor.
2.8.2 Taxes, Duties, Octroi, Levies etc.
The quoted prices shall be deemed to be inclusive of all taxes including Works Contract Sales Tax, Sales Tax, Service Tax, duties, octroi, levies, cess etc. and Contractor shall not be eligible for any compensation on these accounts. Any statutory variation / liability on account of taxes, duties, octroi, cess etc. shall also be to Contractor’s account.
The Contractors shall note that in the state of Haryana they should comply to the provisions under BOCW Act 96, its central rule 98, BOCW cess Act 96 and Rules 98. As per the above acts 1% cost of construction is required to be paid for amending licence and this amount will be paid to Haryana Building and Construction worker’s welfare Board and the same will be recovered from the contractor. Contractor shall register this contract under 'Works Contract Service" as per sub clause (zzzza) of section 65(105) of the Finance Act.1994 as amended by Finance Act, 2007. Contractor shall exercise the option of payment of service tax either under "Works Contract (Composition Scheme for payment of service tax) Rules, 2007" or payment of service tax based on the Valuation under Rule 2A of the "Service tax (Determination of Value) Rules, 2006 ", whichever results in lower incidence of service tax to the Owner.
2.8.2. Bidders shall give the Undertaking that they are not on the Holiday list of HPCL. Any
bidder found on Holiday list of HPCL will be rejected. 2.8.3. CONTRACTOR to specify the lay down area required for his working at site. HPCL has
all the rights to finalize the area allocation and the same shall be binding on the CONTRACTOR.
2.8.4 Drilling of Bore well for construction waters shall be carried out by CONTRACTOR at
his own cost. Location of Bore Well identified within plot area by CONTRACTOR shall be acceptable to HPCL / MECON. Bore well should be retained after completion of work. Statutory approval for bore well drilling as necessary shall be in Contractor’s scope.
2.8.5. The successful bidder shall provide the methodology for mobilization of all the
resources and also to provide job execution strategy to complete the job as per scope of this Tender well within the Time Schedule Stipulated. MECON and HPCL will review bidder strategy of job execution and on acceptance will enter into Memorandum Of Agreement (MOA) before issuing of the final Work Order to the successful bidder.
2.8.6. The following Insurances the contractor has to take while working in the site:
1. The Contractor has agreed to abide bythe ESI act, 1948, he has to deduct the employees contribution, remit, file all the declarations, forms, maintain records etc.
2. Inland transit insurance will be arranged by the contractor at his own cost. 3. The Contractor has to take workman's compensation insurance. If the work is
given to sub contractor, the sub contractor has to take the insurance. For employees not covered by the insurance taken by the sub contractor, the contractor has to take the insurance.
4. Automobile Liability Insurance: The contractor has to take insurance to cover
all risks for the vehicles plying. 5. Fire Insurance: The Contractor within 2 weeks after award of the contract, as
to insure the works, plant and equipment etc until the completion of the contract against loss or damage by accident, fire or any other cause with insurance company duly approved by HPCL / Consultant.
3. ROYALTY 3.1 Royalty 3.1.1 All royalties etc., as may be required for any Borrow Areas, including right
of way etc., to be arranged by Contractor shall be deemed to have been included in the quoted prices.
. 3.1.2 CONTRACTOR's quoted rates should include the royalty on different applicable items
as per the prevailing State Government rates. Any increase in prevailing rate of royalty shall be borne by the CONTRACTOR at no extra cost to the HPCL / MECON.
4. PROVIDENT FUND, LABOUR, LABOUR LAWS AND SITE REQUIREMENTS 4.1 Provident Funds 4.1.1 The CONTRACTOR shall strictly comply with the provisions of Employees Provident
Fund Act and register himself with Regional Provident Fund Commissioner (RPFC) before commencing work. The CONTRACTOR shall deposit Employees and Employers
contributions to the RPFC every month. The CONTRACTOR shall furnish along with each Running bill, the challan / receipt for the payment made to the RPFC for the preceding month.
The CONTRACTOR shall furnish the code number allotted by the RPFC Authority to the HPCL/MECON before commencing the work.
4.2 Labour License 4.2.1 Before starting of work, CONTRACTOR shall obtain a license from concerned
authorities under the Contract Labour (Abolition and Regulation) Act 1970, and furnish copy of the same to HPCL / MECON.
4.3 Labour Relations 4.3.1 In case of labour unrest/labour dispute arising out of non-implementation of any law,
the responsibility shall solely lie with the CONTRACTOR and he shall remove/resolve the same satisfactorily at his cost and risk.
4.3.2 The CONTRACTOR shall at all times take all reasonable precautions to prevent any
unlawful, riotous or disorderly conduct by or amongst his staff and labour and to preserve peace and protection of persons and properly in the neighbourhood of the Works against such conduct.
4.4 Employment of Labour 4.4.1 The CONTRACTOR shall not recruit personnel of any category from among those
who are already employed by other agencies working at site but shall make maximum use of local labour available.
4.5 House Keeping 4.5.1 It is the responsibility of the CONTRACTOR to maintain general cleanliness and
proper housekeeping at work site. CONTRACTOR shall organize disposal of excavated earth /garbage/ rubbish/ scrape, electrode butts etc. on day to day basis to identified disposal areas/safe areas as per HPCL / MECON.
4.5.2 The CONTRACTOR shall dispose off the unserviceable materials, debris etc.,to the
earmarked area within / outside the Plant premises as decided by the HPCL /MECON. No extra payment shall be paid on this account. Serviceable materials shall be stored in designate area separately after obtaining acknowledgement of HPCL Officer.
4.5.3 MECON Review/Approval of Drawings, Design and other documents submitted by
CONTRACTOR 4.5.3.1 Mecon will normally require and utilize a maximum time frame of ten (10) working
days from the date of Receipt for Review/Approval of Drawings, Design and other documents submitted by CONTRACTOR. Upon Review of the submitted documents, MECON may give their comments and ask for redesign/ resubmission after necessary rectifications/ modifications and the time frame of 10 working days will be applicable for same.
4.6 Protection of Existing Facilities 4.6.1 CONTRACTOR shall obtain all safety clearance (viz. Excavation, Hot/Cold work
permit) 4.6.2 CONTRACTOR shall obtain plans and full details of all existing and planned
underground services from HPCL / MECON and shall follow these plans closely at all times during the performance of work. CONTRACTOR shall be responsible for location and protection of all underground lines and structures at his own cost.
4.6.3 Despite all precautions, should any damage to any structure / utility etc. occur, the
CONTRACTOR shall contact the HPCL / MECON / authority concerned and CONTRACTOR shall forthwith carry out repair at his expenses under the direction and to the satisfaction of HPCL / MECON and the HPCL / MECON/concerned authority.
4.6.4 CONTRACTOR shall take all precautions to ensure that no damage is caused to the
existing pipelines, cables etc., during construction. Existing structures, existing Compound wall, Tiling and other items damaged / disturbed during construction shall be repaired and restored to their original condition by CONTRACTOR after completion of construction to the complete satisfaction of HPCL / MECON.
4.6.5 If required, CONTRACTOR shall in consultation with HPCL / MECON and the
concerned authorities, take adequate measures for strengthening the existing electric poles, Cast iron pipes, sewer lines, GI Pipelines telephone poles etc in the proximity of proposed Construction works. CONTRACTOR shall take adequate protective measures to prevent damage to these facilities during construction.
4.6.6 CONTRACTOR shall have to adopt such method of construction as will be suitable for
working in these areas using the limited space 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 claim any extra at a later stage.
4.7 Work Front 4.7.1 The work involved under this Contract may include such works as have to be taken
up and completed after other agencies have completed their jobs. The CONTRACTOR will be required and bound to take up and when the fronts are available for the same and no claim of any sort whatsoever shall be admissible to the CONTRACTOR on this account.
4.8 Site Facilities 4.8.1 The CONTRACTOR shall arrange for the following facilities at site, for workmen
deployed/ engaged by him at his own: i) Arrangement for First Aid. ii) Arrangement for clean & potable drinking water. iii) A creche where 10 or more women workers are having children below the
age of years. iv) Any other facility/utility as may be required under the Contract as per the
existing legislation. v) Rest rooms / toilets for site staff / labour. 4.9 CONTRACTOR's Site Office and Stores 4.9.1 HPCL shall provide space only for CONTRACTOR's site office and stores and
fabrication yard, if any at site. However, same shall be dismantled prior to submission of Final Bill.
4.9.2 The CONTRACTOR's Labour and Staff will be permitted to stay within the premises at
designated locations identified by HPCL It is proposed that such labour camps shall be confined to 1 location.
4.9.3 The CONTRACTOR shall remove all temporary buildings / facilities etc., before
leaving the site after completion of works in all respect. 4.9.4 The CONTRACTOR will be responsible for carry out the warehouse management &
material control of his supplied items in accordance with approved warehousing & material control procedure, which is to be submitted by the CONTRACTOR during kickoff meeting.
4.10 Construction 4.10.1 Rules and Regulations
CONTRACTOR shall observe in addition to Codes specified in respective specification, all national and local laws, ordinances, rules and regulations and requirements pertaining to the work and shall be responsible for extra costs arising from violations of the same.
5. Procedures 5.1 CONTRACTOR shall prepare & submit all the plans, procedures & documents to
HPCL/ MECON as specified in the contract. 5.2 Construction Execution plan CONTRACTOR shall submit Construction Execution Plan to HPCL/ MECON for
review/approval pre award of Work Order, while providing the Project Execution Strategy. The Plan shall detail the execution methodology of the CONTRACTOR during construction phase of the PROJECT covering following aspects as minimum:
5.2.1 CONTRACTOR’S Construction Execution Plan shall include: 5.2.1.1 CONTRACTOR’S manpower and equipment deployment schedule on monthly basis,
also to be provided pre award of Work Order, while providing the Project Execution Strategy.
5.2.1.2 Other plans of CONTRACTOR and procedures to be submitted at least four (4) weeks
prior to start of respective activity at site include the following as a minimum:
a. Temporary facilities, etc. b. Monsoon counter measures and preparation
c. Emergency Evacuation Procedure d. Storm Management Plan
5.3 Security 5.3.1 The CONTRACTOR shall arrange to obtain through the HPCL / MECON, well in
advance, all necessary entry permits/gate passes for his staffs and labourers and entry and exit of his men and materials shall be subject to vigorous checking by the security staff.
5.4 Drawings and Documents 5.4.1 Drawings accompanying the Bidding Document are indicative of scope of work and
issued for bidding purpose only. Purpose of these drawings is to enable the tenderers to make an offer in line with the requirements of the HPCL / MECON.
5.4.2 The CONTRACTOR as per scope of work shall carry out preparation of detailed and
working drawings. Detailed construction layout drawings as needed shall be prepared by CONTRACTOR and got reviewed by HPCL / MECON before taking up the work.
5.5 Survey and Level/Setting out Work 5.5.1 The HPCL / MECON shall furnish the relevant existing grid point with Bench Mark on
the land. It shall be CONTRACTOR's responsibility to shift the existing benchmark to his work site to set out the necessary control points and alignment of the various works. The CONTRACTOR shall have to employ efficient survey team for this purpose and the accuracy of such setting out works shall be the CONTRACTOR's sole responsibility.
5.5.2 The CONTRACTOR shall at his own expense provide all assistance, which the HPCL /
MECON may require for checking the setting out of works. 5.5.3 The CONTRACTOR shall be entirely responsible for the horizontal and vertical
alignment, the level and correctness of every part of the work and shall rectify any errors or imperfections therein. The CONTRACTOR at his own cost shall carry out such rectifications, when instructions are issued to his effect by the HPCL / MECON or his representative.
5.6 Checking of Levels 5.6.1 CONTRACTOR shall be responsible for checking levels / orientation / alignment of all
Foundations, fixtures, etc. well in advance of taking up erection work, and bring to the notice of HPCL / MECON, discrepancies, if any. Necessary rectifications on account of any minor variations shall be carried out by the CONTRACTOR within the contracted rates.
5.7 Construction Equipment & Mechanisation of Construction Activities 5.7.1 The CONTRACTOR shall without prejudice to his overall responsibility to execute and
complete the work as per specifications and Time Schedule, progressively deploy adequate equipments, and tools & tackles and augment the same as decided by the HPCL / MECON depending on the exigencies of the work so as to suit the
construction schedule. The HPCL / MECON shall supply no construction Equipment, CONTRACTOR to ensure deployment of all required tools, tackles & equipments and take all safety precautions during execution of work.
5.7.2 The CONTRACTOR shall mechanize the construction activities to the maximum extent
by deploying all necessary construction equipment / machinery in adequate numbers and capacities.
5.8 Rounding off 5.8.1 All payments to and recoveries from the CONTRACTOR shall be rounded off to the
nearest rupee. Wherever the amount to be paid / recovered consists of a fraction of a rupee (paise), the amount shall be rounded off to the next higher rupee if the fraction consists of 50 (fifty) paise or more and if the faction of a rupee is less than 50 (fifty) paise, the same shall be ignored.
5.9 CONTRACTOR's Billing System 5.9.1 HPCL will provide an approved format for Measurement sheets, Bill Summary and Bill
Abstract. CONTRACTOR has to ensure that these data are updated for each subsequent RA and Final Bill. CONTRACTOR has to capture measurements, Abstract and Bill on format provided by HPCL on PC.
5.9.2 HPCL will utilize these data for processing and verification of the CONTRACTOR’s bill. 5.10 Site Organization 5.10.1 The CONTRACTOR shall without prejudice to his overall responsibility to execute and
complete the works as per specifications and time schedule progressively deploy adequate qualified and experienced personnel together with skilled /unskilled manpower and augment the same as decided by HPCL / MECON depending on the exigencies of work to suit the construction schedule without any additional cost to HPCL.
5.10.2 CONTRACTOR shall provide all necessary superintendence during the execution of
the Works and as long thereafter as the HPCL / MECON may consider necessary for the proper fulfilling of the CONTRACTOR's obligations under the Contract Such superintendence shall be given by sufficient persons having adequate knowledge of the operations to be carried out (including the methods and techniques required, the hazards likely to be encountered and methods of preventing accidents) for the satisfactory and safe execution of the Work. The workmen deployed by the CONTRACTOR should also possess the necessary license etc., if required under the existing laws, rules and regulations.
5.11 Additional / Extra Works
HPCL reserves the right to execute any additional works / extra works, during the execution of work, either by themselves or by appointing any other agency, even though such works are incidental to and necessary for the completion of works awarded to the CONTRACTOR. The CONTRACTOR identified vide this tender shall not raise any objections, whatsoever to all such steps taken by HPCL.
5.12 Responsibility of CONTRACTOR 5.12.1 It shall be the responsibility of the CONTRACTOR to obtain the approval for any
revision and/or modifications decided by the CONTRACTOR from the HPCL / MECON before implementation. Also such revisions and / or modifications if accepted / approved by the HPCL / MECON shall be carried out at no extra cost to the HPCL. Any change required during functional requirements or for efficient running of system, keeping the basic parameters unchanged and which has not been indicated by the CONTRACTOR in the data / drawings furnished along with the offer shall be carried out by the CONTRACTOR at no extra cost to the HPCL.
5.12.2 All expenses towards mobilization at site and demobilization including bringing in
equipment, work force, materials, dismantling the equipment, clearing the site etc. shall be deemed to be included in the prices quoted and no separate payments on account of such expenses shall be entertained. It shall be noted that the quoted rates are deemed to include mobilization of workforce equipments, tools & tackles and working during time extension granted by HPCL
5.12.3 It shall be entirely the CONTRACTOR's responsibility to provide, operate and
maintain all necessary construction equipment, scaffoldings and safety gadgets, lifting tackles, tools and appliances to perform the work in a workman like and efficient manner and complete all the jobs as per time schedule.
5.12.4 Preparing approaches and working area for the movement and operation of the
lifting equipments, leveling the areas for assembly and erection shall also be responsibility of the CONTRACTOR. The CONTRACTOR shall acquaint himself with access availability facilities, local labour etc. to provide suitable allowances in his quotation. The CONTRACTOR may have to build temporary access roads to aid his own work, which shall also be taken care of while quoting for the work.
5.12.5 The procurement and supply in sequences and at the appropriate time of all
Materials, and consumables shall be entirely the CONTRACTOR's responsibility and his rates for execution of work will be inclusive of supply of all these items.
5.13 Coordination with other agencies 5.13.1 CONTRACTOR shall be responsible for proper coordination with other agencies
operating at the site of work so that work may be carried out concurrently, without any hindrance to others. The HPCL/ MECON shall resolve disputes, if any, in this regard, and there decision shall be final and binding on the CONTRACTOR.
5.14 Underground and overhead structures 5.14.1 The CONTRACTOR will familiarize himself with and obtain information and details
from the HPCL / MECON in respect of all existing structures, overhead lines, existing pipelines and utilities existing at the job site before commencing work. The CONTRACTOR shall execute the work in such a manner that the said structures, utilities, pipelines etc. are not disturbed or damaged, and shall indemnify and keep indemnified the HPCL from and against any destruction thereof or damages thereto.
5.15 Statement of final bills -issue of No Claim/ No Due Certificate
5.15.1 The CONTRACTOR shall furnish a No-Due declaration indicating that there are no balances dues to his sub-vendor/sub-CONTRACTORs along with the Final Bill and a No-Claim Certificate declaring that there are no balances or pending Claims from HPCL towards the subject PO.
5.16 Working hours
Depending upon the requirement, time schedule / drawing programmes and the target set to complete the job in time, the works may have to continue beyond normal working hours to the extent of round the clock and Holidays also, for which no extra claim shall be entertained.
6. TESTS, INSPECTION ANO COMPLETION 6.1 Tests and Inspection 6.1.1 The CONTRACTOR shall carry out the various tests as enumerated in the technical
specifications of this Bidding Document and technical documents that will be furnished to him during the performance of the work at no extra cost to the HPCL.
6.1.2 All the tests either on the field or at outside laboratories concerning the execution of
the work and supply of materials by the CONTRACTOR shall be carried out by CONTRACTOR at his cost.
6. 1.3 The work is subject to inspection at all times by the HPCL / MECON. The
CONTRACTOR shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this bidding document, the technical documents that will be furnished to him during performance of work and the relevant codes of practice.
6.1.4 Compressed air for carrying out works shall be arranged by the CONTRACTOR at his
own cost, For material supplied by HPCL, CONTRACTOR shall carry out the tests, if required by the HPCL / MECON, and the cost of such tests shall be reimbursed by the HPCL at actual to the CONTRACTOR on production of documentary evidence.
6.1.5 All results of inspection and tests will be recorded in the inspection reports, pro-
forma of which will be approved by the HPCL / MECON. These reports shall form part of the completion documents. Any work not conforming to execution drawings, specifications or codes shall be rejected and the CONTRACTOR shall carry out the rectifications at his own cost.
6.2 Final Inspection 6.2.1 After completion of all tests as per specification the whole work will be subject to a
final inspection to ensure that job has been completed as per requirement. If any defect is noticed, the CONTRACTOR will be notified by the HPCL / MECON and he shall make good the defects with utmost speed. If however, the CONTRACTOR fails to attend to these defects within a reasonable time (time period shall be fixed by the HPCL / MECON) then HPCL / MECON may have defects rectified at CONTRACTOR's cost.
6.3 Inspection of Supply Items
6.3.1 All inspection and tests on bought out items shall be made as required by specifications forming part of this contract. Various stages of inspection and testing shall be identified after receipt of Quality Assurance Programme from the CONTRACTOR / manufacturer.
6.3.2 Inspection calls shall be given for association of HPCL / MECON, as per mutually
agreed programme in prescribed proforma, giving details of equipment and attaching relevant test certificates and internal inspection report of the CONTRACTOR. All drawings, general arrangement and other contract drawings, specifications, catalogues etc. pertaining to equipment offered for inspection shall be got approved by HPCL / MECON and copies shall be made available to HPCL / MECON before hand for undertaking inspection.
6.3.3 The CONTRACTOR shall ensure full and free access to the inspection engineer of
HPCL / MECON at the CONTRACTOR's or their sub-CONTRACTOR's premises at any time during contract period to facilitate him to carry out inspection and testing assignments
6.3.4 The CONTRACTOR / sub -CONTRACTOR shall provide all instruments, tools,
necessary testing and other inspection facilities to inspection engineer of HPCL / MECON free of cost for carrying out inspection.
6.3.5 Where facilities for testing do not exist in the CONTRACTOR's / sub-CONTRACTOR's
laboratories, samples and test pieces shall be drawn by the CONTRACTOR / subCONTRACTOR in presence of Inspection Engineer of HPCL / MECON and duly sealed by the latter and sent for tests in Government approved test house or any other testing laboratories approved by the Inspection Engineer at the CONTRACTOR's cost.
6.3.6 The CONTRACTOR shall comply with the instructions of the Inspection Engineer fully
and with promptitude. 6.3.7 The CONTRACTOR shall ensure that the equipment / assemblies / component of the
item required to be inspected are not assembled or dispatched before inspection. 6.3.8 The CONTRACTOR shall not offer any item for inspection in painted conditions unless
otherwise agreed in writing with the HPCL / MECON. 6.3.9 The CONTRACTOR shall ensure that the items once rejected by the inspection
engineer are not used in the subsequent works. Where parts rejected by the inspection engineer have been rectified or altered, such parts shall be segregated for separate inspection and approval, before being used in the work.
6.3.10 On satisfactory completion of final inspection and testing, inspection certificate shall
be issued in requisite copies for all accepted items. For stage inspection and for rejected items, only inspection memo shall be issued indicating therein the details of observations and remarks.
6.3.11 All inspections and tests shall be made as required by the specifications forming part
of this contract. CONTRACTOR shall advise HPCL in writing at least fifteen days in advance of the date of final inspection / tests. Manufacturer’s inspection or testing certificate for items and materials supplied may be considered for acceptance, at the
discretion of HPCL / MECON. All costs towards testing etc. shall be borne by the CONTRACTOR within their quoted rates.
6.4 Documentation 6.4.1 Completion Documents
The following documents shall also be submitted by the CONTRACTOR in Triplicate as part of completion documents:
a) Test certificate for materials supplied by the CONTRACTOR. b) Certified records of field tests on materials / equipment, as applicable. c) Material appropriation statement as required. d) Construction drawings showing therein the a built conditions of the work duly
approved by the HPCL / MECON along with one set of reproducible on polyester film (drawings prepared by CONTRACTOR)
e) Other documents as mentioned in Technical Specification.
6.4.2 "AS BUILT" Drawings
Upon completion of work, the CONTRACTOR shall complete all drawings to "As built" status (including all vendor / Sub -vendor's drawings for bought out items) and provide the MECON, the following:
a) One complete set of all original tracings / reproducible. b) Three complete sets of prints.
7. OTHERS 7.1 Project Scheduling and Monitoring 7.1.1 The following schedules / documents / reports shall be prepared and submitted by
the CONTRACTOR for review / approval at various stages of the contract. 7.2.1 Along With Bid
The Bidder is required to submit as Project Time Schedule in PERT/Bar Chart Form, along with the Bid. The Schedule shall cover all activities including mobilization etc. as per the completion time stipulated in the Bidding Document.
7.2.2 After placement of Purchase Order
Upon placement of Purchase Order, CONTRACTOR has to furnish a detailed PERT/bar chart as spelt out in the section Scope of Work for this work. CONTRACTOR to submit procurement plans for various item falling under their scope to supply under this tender along with PERT/Bar Chart.
7.2.3 Project Review Meetings
The CONTRACTOR shall present the programme and status at various review meetings as required. CONTRACTOR will provide his authorized nominee at site to take participation in weekly meeting to sign the Records of Meeting.
i) Weekly Review Meeting
Level of participation: HPCL’S Site-in-charge / MECON and Contractors engineers on the job.
Agenda: a) Weekly programme v/s actual achieved in the past
week and programme for next week. b) Remedial Actions and hold up analysis.
ii) Monthly Review Meeting
Level of partaicipation: HPCL's Senior officials, Consultant & Contractor
Agenda: a) Progress Status / statistics. b) Completion Outlook c) Major hold ups / slippages. d) Assistance required. e) Critical issues. f) Client query / approval.
Venue As decided by HPCL / MECON.
7.2.4 Progress Reports
i) Monthly Progress Report CONTRACTOR shall provide industry accepted weightages for the various jobs covered in the work including procurements as per HPCL / MECON directions. Scheduled vs Actual progress shall be reported on a monthly basis in S-Curve form. Necessary catch-up plan for any lags noticed shall be formulated by CONTRACTOR and submitted for HPCL / MECON's review & approval. The catch- up plan shall be duly implemented by the CONTRACTOR. This report shall be submitted in three copies on a monthly basis within ten calendar days from cut-off date as agreed upon, covering overall scenario of the work. The report shall include but not be limited to the following: a) Brief introduction of the work Activities executed / b) Achievements during the month. c) Scheduled vs actual percentage progress and progress curves for sub-
ordering, manufacturing / delivery, sub-contracting, construction activities and overall quantum wise status of purchase orders against scheduled.
d) Areas of concern / problems / hold ups, impact and action plans. e) Resource deployment status
f) Annexure giving status summary for Material Requisitions and deliveries, sub contracting and construction
Distribution: MECON Two copies & One at Site.
ii) Weekly Report
This report (3 copies) will be prepared and submitted by the CONTRACTOR on weekly basis and will cover following items:
a) Activities programmed and completed during the week. b) Resources deployment status (manpower and machineries) c) Qty. achieved against target in construction. d) Record of Man-days lost. e) Areas of concern f) Construction percentage progress scheduled and actual.
Distribution: MECON Two Copies & One at Site.
iii) Daily Report:
Daily report in duplicate as out lined in 2.2.5 of SCC and any other additional information/data/guideline/job procedure sought by HPCL / MECON shall be submitted without fail to HPCL / MECON at site by CONTRACTOR. CONTRACTOR will submit on daily basis Progress Report to be generated at site in E Form through E-Mail @ the address provided by HPCL / MECON giving all the details including valid reasons for delay if any vis-a-vis to commitment i.e weekly plan /monthly plan /approved bar chart.
7.3 General Environment Requirement 7.3.1 The CONTRACTOR has to ensure efficient use of natural resources like water, fuel oil
and lubricants. The CONTRACTOR should ensure proper awareness to workers to maintain a green and clean environment inside / outside the plant. The CONTRACTOR must collect and dispose of all the waste and scrap materials at the designated place only as directed by Engineer -in -Charge.
8. General 8.1 It shall be distinctly understood that notwithstanding the reviews and suggestions if
any, by the HPCL / MECON, the sole and ultimate responsibility for the stability and performance of the form work and staging and all other temporary works shall be that of the CONTRACTOR.
8.2 The partners or Directors of the CONTRACTOR shall meet the officers of the HPCL/
MECON at the site of works or at their respective offices whenever requested to do so.
8.3 In order to exercise the required degree of constant control over the ingredients of
concrete and their proportions the CONTRACTOR shall set up proper supervision. A Measuring Glass for checking the silt content of sand shall be maintained and same shall be diligently recorded for every lot of sand on daily basis.
Any other apparatus deemed necessary by the HPCL / MECON or its consultants for proper control shall be provided by the CONTRACTOR at his own cost.
8.4 HPCL / MECON may ask for any tests to be performed on any construction material.
Such test shall be performed at the CONTRACTOR's expenses either at site, in the site laboratory or elsewhere as directed by HPCL / MECON. The opinion of HPCL / MECON on the mode of testing and interpretation of the results thereof shall be final and binding on the CONTRACTORs and shall be without appeal.
8.5 HPCL reserves the right to use the premises and any portion of site for execution of
any work not included in this contract which the HPCL may desire to get executed by other agencies. The CONTRACTOR shall allow all reasonable facilities for the execution of such work but shall not be required to provide any plant or material for which work except by special arrangement with the HPCL in such a manner as not to impede the progress of the works included in this contract and the CONTRACTOR shall not be responsible for any damage or delay which may happen or be occasioned by such work.
8.6 In addition to previous stipulations, the CONTRACTOR shall be represented at site at
all times during the tenure of the contract by responsible and qualified engineers approved by HPCL / MECON. Such engineers shall form the CONTRACTOR's project management and site supervisory team. They shall be in constant attendance upon all activities of the work.
8.7 Limited area will be provided within the Premises by HPCL for storing materials.
However, partition and temporary roof if required for ensuring proper storage shall be provided by the CONTRACTOR. Safety & Security of the materials brought by the party will be totally their own and HPCL / MECON cannot be held responsible in any manner.
8.8 The CONTRACTOR shall confirm to the provisions of the Govt. Act relating to the
work and to the regulations and bylaws of the local authorities. The CONTRACTOR shall give all notices required by the said Act and obtain all required permissions and licenses and pay all fees payable to such authorities in connection with constructing and maintaining temporary power and water supply at the site for the said project. All aspects of temporary works including their stability shall be the sole and ultimate responsibility of the CONTRACTOR.
8.9 Labour camp shall be erected with the prior approval of HPCL / MECON.
Frequency of testing of various materials shall be as per QAP/ITP. Testing of various materials should be carried out as per the relevant IS standards/ International Standards mentioned in the technical specifications attached to the tender. Party should submit manufacturer's certificates for the various materials and the above tests will be carried out in addition to the certificates submitted. Cost of testing should be borne by the party. In case of delay in testing materials, HPCL / MECON reserves the right to have the same tested at party's cost.
8.10 Frequency of testing of various materials shall be as per QAP/ITP. Testing of various
materials should be carried out as per the relevant is standards / international standards mentioned in the technical specifications attached to the tender. party should submit manufacturer’s certificates for the various materials and the above tests will be carried out in addition to the certificates submitted. Cost of testing should be borne by the party. In case of delay in testing materials, HPCL/MECON reserves the right to have the same tested at party’s cost.
8.11 This project is subjected to inspection by various audit/vigilance agencies of government of India/Hindustan Petroleum Corporation Ltd. If any inspection of works is carried by such agencies, CONTRACTOR shall extend his full co-operation to these agencies in examining records, works etc. On inspection by such agencies, in their inspection report, if it is pointed out that CONTRACTOR has not carried out work according to guideline laid down in these tender documents and also if any recoveries in some items are pointed out therein, same shall be recovered from CONTRACTOR's R/A bills / final bill. The items under dispute shall not be paid in full till inspection agency gives their No-Objection report.
8.12 Sand has to be tested for silt content, particle size and organic impurities. If silt
content is more than 8% the fine aggregate / sand has to be profusely washed and cleaned to reduce silt content to acceptable level.
9. WATER:
Contractor shall arrange the supply of Water for Construction. 10. POWER:
Power required for this work shall be arranged by CONTRACTOR only. 11. SITE DRAINAGE
All water, which may accumulate on the site during the progress of work or in trenches and excavations from other than, expected risk shall be removed from the site to the satisfaction of HPCL / MECON at the CONTRACTOR’s expense.
12. The CONTRACTOR shall at all times give access to the staff of the statutory bodies
as well as other agencies associated with the project and shall provide them all facilities like scaffolding, water, lighting etc. at site for discharging their duties.
13. CONTRACTOR’s Personnel shall be available at all reasonable working hours to
receive instructions, notices or communications and clear away on completion and make good all works distributed.
14. The CONTRACTOR shall provide and maintain proper temporary sheds for the
storage and protection of materials etc. and other work that may be brought or executed in the site including the tools and materials of CONTRACTORs and remove on completion. Sheds for storage of cement of adequate capacity as directed by HPCL / MECON shall be provided and the same have floors raised from the ground. The CONTRACTOR will be responsible for storage of cement in good and water tight condition.
15. The CONTRACTOR shall provide at his cost all temporary lighting arrangement
required for the works to enable the CONTRACTORs to complete the work in the specified time including that for the work man of any CONTRACTOR or special tradesman
16. Watching and Lighting: The CONTRACTOR shall provide and maintain at his own
expense all lights, night illumination of the premises, Guards, fencing and watching as and when necessary or required by the HPCL/ MECON for the protection of works
or for the safety and convenience of those employed on the works or the public. 17. Theodolite, levels, plump bobs, prismatic compass, chain, steel and metallic tape and
all other surveying instruments found necessary on the works shall be provided by the CONTRACTOR for the due performance of their contracts as instructed by HPCL / MECON. HPCL/ MECON will use any or all measure instruments or tools belonging to the CONTRACTOR as and when he chooses for checking the complete works as well as the work in progress
18. All scaffolding and ladders that may be necessary for taking measurements at site
will be provided by the CONTRACTOR. 19. No work shall be done during the absence of HPCL / MECON representative. 20. The CONTRACTOR shall not be permitted to enter on (other than for inspection
purpose) or Take possession of site until instructed to do so by HPCL / MECON in writing. The portions of the site to be occupied by the CONTRACTOR shall be defined and/or marked on the site plan failing which these shall be indicated by HPCL/ MECON at site and the operations beyond the areas, in respect of any land permitted by the HPCL for the use of the CONTRACTOR for the purpose of or in connection with the contract, the same shall be subject to the following and such other terms and condition as may be imposed by HPCL. Such use or occupations shall not confer any right of tenancy of the land to the CONTRACTOR.
21. The CONTRACTOR shall have no right to put up any construction of his own of any
nature or type on HPCL’s land except temporary constructions for storage of equipment’s for the work under the contract or as a resting place for the labourers employed by him for the work provided that he obtain the requisite previous permission in writing from HPCL / MECON. In accordance with the HPCL procedure with permission they would be entitled to refuse in their absolute discretion. Such construction will be erected at the CONTRACTORs own cost. The CONTRACTOR shall at his own cost demolish all such constructions and remove the debris thereof. As also all his materials and equipment’s and clean and level the site thereof before handing over the completed work to the HPCL.
22. The CONTRACTOR shall provide if necessary or if required for the site all temporary access thereof and shall alter adapt and maintain the same as required from time to time and shall take up and clear them away as and when no longer required and as and when ordered by HPCL / MECON and make good all damages done to the site. The CONTRACTOR shall note that the final bill will not be certified for payment till the action as above is completed by the CONTRACTOR to the entire satisfaction of HPCL / MECON.
23. All drawings, tracings, photo prints and writing (except letter) shall be the sole
property of HPCL and must be returned to them on completion of work. The drawings maintained on the site are to be carefully mounted on boards of appropriate size. They are to be protected from ravages from termites, ants, silverfish and other insects.
24. The completion of the work may entitle working in the monsoon also. The
CONTRACTOR must maintain labour force as may be required for the job and plan and execute the construction and erection according to the prescribed schedule No extra rate will be considered for such work in monsoon. The Time schedule includes
monsoon window period also. Hence request for time Extension due to monsoon may not be entertained by HPCL.
25. During the execution of the work CONTRACTOR must check his work with his
drawings. The CONTRACTOR shall be responsible for all the errors in this connection and shall have to rectify all defects and / or error at his own cost failing which HPCL reserves the rights to get the same rectified at the risk and cost of the CONTRACTOR.
26. During inclement weather the CONTRACTOR shall suspend concreting and plastering
for such time as HPCL / MECON may direct and shall protect from injury all works in the course of erection.
27. Should the work be suspended by reason of rain, strike, lockouts or other cause the
CONTRACTOR shall take all precautions necessary for the protection of the work at his own expense shall make good any damages arising from any of this cause.
28. All rubbish including muck and water, as it accumulates from time to time during the
progress of the work shall be cleared through proper drainage arrangement so as not to hamper the progress of various other site works in progress such as tankages etc.
29. The CONTRACTOR shall provide suitable pillar with flat tops and build the same in
concrete for temporary benchmarks. All the pegs for setting out the works and fixing the necessary levels required for the execution thereof shall if desired by the HPCL / MECON likewise be built in masonry at such places and in such manner as the HPCL may determine
30. The CONTRACTOR shall cover up and protect from injury due to any cause to all new
work and any other requisite protection for the whole of the works executed whether by himself or special tradesman or sub CONTRACTORs and any damage caused must be made good by the CONTRACTORs at his own expense.
31. Identity Cards 31.1 The CONTRACTOR shall be given approved identity cards to all his workers, which
will have to be produced by the CONTRACTORs’ workmen as and when demanded by the HPCL’s representatives or Security men.
31.2. Action where there is no specification
In case of any class of work over which there is no specification mentioned, the same shall be carried out in accordance with the latest edition of Indian Standard Specifications subject to the approval of the Consultants and Client.
31.3. Typographical or Clerical Errors The HPCL / MECONs clarifications regarding partially omitted particulars or
typographical or clerical errors shall be final and binding on the CONTRACTOR. 31.4. As Built Drawings
CONTRACTOR shall within one month of completion of work submit ’As Built’
drawings (original tracings and 3 sets of prints) of all the works carried out by him. CONTRACTOR will not receive final payment in case of failure to comply with this condition.
31.5 Removal of Debris
CONTRACTOR shall arrange to dispose off debris and any other waste product created while carrying out the work, outside Client’s premises. The CONTRACTOR shall take due care while disposing of such waste materials and ensure that any rules/regulations laid down by Municipal Corporation, Client or any other statutory Body are not violated. The CONTRACTOR shall be responsible and answerable to any complaint arising out of improper disposal of wastage. Quoted rate shall involve the cost of same and no extra payment shall be made towards this account.
31.6 The CONTRACTOR shall submit original copies of invoices for verification if asked by
HPCL/MECON, order forms for any materials purchased for project work, to HPCL/ MECON.
32. The rates quoted by the tenderer in the schedule of quantities will be deemed to be
for the finished work and shall include all charges for:
a) Plant, double scaffolding, frame work, English ladders, ropes, nails, spikes, tools, materials and workmen, protection from weather, temporary supports, platform and the maintenance of the same.
b) All temporary canvas, lights, tarpaulin, barricade, water shoots etc. c) All such temporary weather-proof sheds at such places and in a manner
approved by the Consultants for the storage and protection of materials against the effects of sun and rain.
d) All testing of materials. e) No tools and plants shall be issued by the Client under the Contract. The
CONTRACTOR should provide the temporary ply partition to cover certain location of Bank premises wherever necessary.
f) Rates quoted by CONTRACTOR are deemed to include deployment of competent Quality Control Engineers from Start to completion of work for upkeep and maintain all QA/QC records in accordance to ITP/QAP/Relevant codes/any other requirement as specified in Tender.
33. No scaling of any drawings shall be carried out at site by workmen/labour during
execution of work. The details required for the execution of any item shall be timely given by the client/consultants in weekly co-ordination site meetings.
34. Weekly site co-ordination meetings shall be attended by the CONTRACTORs working
on site & proper intimation should be given to the client/consultants in order to monitor the project more efficient way. The relative decision for the execution of tender items shall be given in these meetings by client/consultants by producing working drawings/hand-made sketches if any.
35. Working on holidays
For timely completion of project, CONTRACTOR is required to deploy more labour & fluent material supply as required on site as directed by consultant and HPCL. The normal working hours will be from 0900 hrs to 1730 hrs on normal working days
from Monday through Saturday and excluding Sundays and holidays. Permission for working beyond 1730 hrs on normal working days from Monday through Saturday and for working on Sundays & Holidays may be permitted by HPCL based on written request by CONTRACTOR. Concreting activity may not be permitted to be carried out after daylight hours.
It is therefore imperative that the CONTRACTOR mobilises sufficient manpower and tools & tackles to complete the work within 0900 hrs to 1730 hrs from Monday through Saturday only excluding Sundays & holidays.
36. Audits Of Contract:
The project is subject to inspection by various audit/vigilance agencies of government of India/Hindustan Petroleum Corporation Ltd., if any inspection of works is carried by such agencies, CONTRACTOR shall extend his full cooperation to these agencies in examining records, works etc. On inspection by such agencies, if it is pointed out that CONTRACTOR has not carried out work according to guidelines laid down in the tender document, immediate rectifications shall be taken up at no extra cost; and also if any recoveries against some items are pointed out therein, the same shall be recovered from CONTRACTOR’s RA bills/final bill. The items under dispute shall not be paid in full till the job is completed to satisfaction of the inspection agency.
37. Payment Terms
Refer Annexure-I to SCC 38. Clause 3.6 of GCC stands modified and shall now read as follows :
The quantities indicated in the Tender are approximate. The approved schedule of rates of the contract will be applicable for variations upto plus 25% of the contract value and for minus variations without any limit. No revision of schedule of rates will be permitted for such variations in the contract value, including variations of individual quantities, addition of new items, alterations, additions/deletions or substitutions of items, as mentioned above. Quantities etc. mentioned and accepted in the joint measurement sheets shall alone be final and binding on the parties.
39. Unless otherwise stated the tender is on item rate basis. The quantities in the
Schedule of Quantities approximately indicates the total extent of work. Payment will be made on the actual quantities installed at site and any excess supply shall be taken back by the Contractor.
40. Liability Clause
It is expressly understood and agreed by and between Bidder and M/s Hindustan Petroleum Corporation Limited, (Indian Public Sector Undertaking) that M/s Hindustan Petroleum Corporation Limited is entering into this agreement solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the Government of India is not a party to this agreement and has no liabilities, obligations or rights hereunder. It is expressly understood and agreed that M/s Hindustan Petroleum Corporation Limited is an
independent legal entity with power and authority to enter into contracts solely on its own behalf under the applicable Laws of India and general principles of Contract Law. The Bidder expressly agrees, acknowledges and understands that M/s Hindustan Petroleum Corporation Limited. is not an agent, representative or delegate of the Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly Bidder hereby expressly waives, releases and foregoes any and all actions or claims, including cross claims, impleader claims or counter claims against the Government of India arising out of this contract and covenants not to sue to Government of India as to any manner, claim, cause of action or thing whatsoever arising of or under this agreement.
41. DEFINITIONS / NOTES 41.1 The terms ‘Bidder’, ‘Contractor’, `Seller’, `Supplier’ or ‘Vendor’ stated anywhere in
the Bid Document carry the same meaning. 41.2 The terms `Client’, ‘Owner’, ‘Purchaser’ stated any where in the Bid Document refer
to Hindustan Petroleum Corporation Limited (HPCL). 41.3 The term `Consultant’ shall means MECON Limited. 41.4 The term ‘Contract’, ‘Order’ stated anywhere in the Bid Document carry the same
meaning. 42. Arbitration: Public Sector vs Government Dept. vice versa 42.1 In the event of any dispute or difference between the parties hereto such dispute or
difference shall be resolved amicably by mutual consultation or through the good offices of empowered agencies of the Govt . If such resolution is not possible then the unresolved dispute of difference shall be referred to arbitration of an arbitrator to be nominated by Secretary, Dept of Legal Affairs (Law Secretary) The arbitration and Conciliation act , 1996 shall not be applicable to the arbitration under this clause. The award of the arbitrator shall be binding upon the parties to the dispute provided however that any party aggrieved by such award may appeal for setting aside or revision of the award to Law Secretary whose decision shall bind the parties finally and conclusively. The said appeal should be filed within the period specified in the award of the arbitrator.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURES TO SPECIAL CONDITIONS OF
CONTRACT
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURES TO SCC
C O N T E N T S Annexure-1 : Scope of Work Annexure-2 : Scope of Supply Annexure-3 : Time Schedule Annexure-4 : Measurement Work Annexure-5 : Terms of Payment Annexure-6 : Specification for Quality Assurance System requirements from
Bidders Annexure-7 : Specification for Health, Safety and Environment (HSE)
Management Annexure-8 : Conditions for issue & reconciliation of material Annexure-9 : List of minimum nos. of construction equipment to be deployed Annexure-9A : List of Minimum Equipments required to be owned by the tenderer Annexure-9B : List of hired/ Leased equipment alongwith MOU from the owner to
be submitted by the single bidder/ leader of the consortium Annexure-10 : Minimum no. of skilled labour to be deployed Annexure-11 : Schedule of Labour Rate Annexure-12 : Schedule of Equipment Rate Annexure-12A : Recovery Rate for Non-Deployment of Minimum Equipment Annexure-12B : Recovery Rate for Non-Deployment of Minimum Manpower
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
SCOPE OF WORK (ANNEXURE-1 TO SPECIAL CONDITIONS OF CONTRACT)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURE-1 TO SCC
1.0 SCOPE OF WORK
Scope of work shall be as detailed in Particular Job Specification, Technical Specifications, Schedule of Rates & various other parts of this Bidding Document.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
SCOPE OF SUPPLY (ANNEXURE-2 TO SPECIAL CONDITIONS OF CONTRACT)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURE-2 TO SCC
1.0 SCOPE OF SUPPLY 1.1 Owner’s Scope of Supply Owner’s scope of supply shall be as specified in Particular Job Specification, Technical
Specifications, Schedule of Rates & various other parts of the Bidding Document. Free Issue Materials shall be issued to the Contractor from the designated store(s) of
Owner. Contractor shall be responsible for lifting the free issue materials from Owner’s storage point(s) and transporting the same to work site(s) at his own cost.
HPCL’s designated store for this project shall be located at HPCL Bahadurgarh, Haryana. Conditions for Issue And Reconciliation of Materials shall be as per Document enclosed
as Annexure-8 to Special Conditions of Contract. 1.2 Contractor’s Scope of Supply All materials except what is under Owner’s scope of supply as mentioned in Clause No.
1.1 above, and required for successful completion of works in all respects shall be supplied by the Contractor and the cost of such supply shall be deemed to have been included in the quoted price without any additional liability on the part of Owner.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
TIME SCHEDULE (ANNEXURE-3 TO SPECIAL CONDITIONS OF CONTRACT)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURE-3 TO SCC
TIME SCHEDULE
Name of Work Time of Completion CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
COMPLETION OF CONSTRUCTION WORKS OF TWO PARALLEL 10’’X15 KM AND 8” X 15 KM U/G PIPELINES TRENCH FROM BAHADURGARH TO TIKARIKALAN, TAP-OFF/HOOK UP WITH EXISTING PRODUCT TANKS, INTERCONNECTING ABOVE GROUND COMPLETE PIPING SYSTEM, DISPATCH & RECEIVING TERMINAL WORKS INCLUDING COMPLETE ERECTION OF ALL PUMPS (8 NOS) AND COMMISSIONING ASSISTANCE, CONTROL ROOMS, STRUCTURAL SHEDS AND ALL ASSOCIATED MECHANICAL, CIVIL, STRUCTURAL, ELECTRICAL, INSTRUMENTATION, SCADA & TELECOMMUNICATION WORKS, CP WORKS AT BAHADURGARH & TIKARIKALAN AS PER SCOPE OF WORKS GIVEN IN TENDER WITHIN THE TIME PERIOD AS DETAILED BELOW: 26 WEEKS FROM THE DATE OF FOI. IT SHOULD BE NOTED THAT THE PERIOD OF COMPLETION GIVEN INCLUDES PREPARATION OF DRAWINGS (IF REQUIRED), PROCUREMENT AND SUPPLY OF MATERIAL INCLUDING THEIR INSPECTION AND TESTING, MOBILISATION AT SITE, CONSTRUCTION, LAYING, FABRICATION, ERECTION, INSPECTION, TESTING, RECTIFICATION (IF ANY) AND UPTO PRECOMMISSIONING OF FOLLOWING FACILITIES : A) PIPELINE UPTO HYDRO-TESTING
(READY FOR TAKING PRODUCT) B) TERMINALS AFTER TESTING (READY
FOR TAKING PRODUCT) C) PUMPS (READY FOR TAKING PRODUCT) D) CP SYSTEM READY FOR
COMMISSIONING E) ELECTRICAL & INSTRUMENTATION
READY FOR FINAL INTEGRATED TESTING & COMMISSIONING
4 WEEKS FOR OVERALL COMMISSIONING IN ALL RESPECTS TO THE ENTIRE SATISFACTION OF HPCL/MECON FROM THE
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
DATE OF ADVISE TO COMMENCE COMMISSIONING.
Note: 1) The time of completion shall be reckoned from the date of award of contract, which shall
be the date of issue of letter/ Fax of Intent.
2) The time indicated is for completing all the works in all respects as per specifications, codes, drawings and instructions of Engineer-in-charge.
_______________________________ (STAMP & SIGNATURE OF BIDDER)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
MEASUREMENT OF WORK (ANNEXURE-4 TO SPECIAL CONDITIONS OF CONTRACT)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURE-4 TO SCC MEASUREMENT OF WORK
1.0 GENERAL 1.1 The mode of measurement shall be as mentioned in relevant standard specification
incorporated in the Bidding Document. Any other mode of measurements not covered in above specifications shall be followed in accordance with relevant BIS codes/ Schedule of Rates/ Specifications etc. and/ or as decided by Engineer-in-charge.
1.2 Payment will be made on the basis of joint measurements taken by Contractor and
certified by Engineer-in-charge. Measurement shall be based on “Approved for Construction” drawings, to be the extent that the work conforms to the drawings and details are adequate.
1.3 Wherever work is executed based on instructions of Engineer-in-charge or details are not
adequate in the drawings, physical measurements shall be taken by Contractor in the presence of Engineer-in-charge.
1.4 Measurements of weights shall be in metric tonnes corrected to the nearest Kilogram.
Linear measurements shall be in meters corrected to the nearest centimeters. 1.5 The weights mentioned in the drawing or shipping list shall be the basis for payment. If
mountings for panels etc. are packed separately, their erection weights shall include all mountings.
1.6 Welds, bolts, nuts, washers etc. shall not be measured. Rates for structural steel work
shall be deemed to include the same. 1.7 No other payment either for temporary works connected with this Contractor for any other
item such as weld, shims, packing plates etc. shall be made. Such items shall be deemed to have been included for in the rates quoted.
1.8 Measurement will be made for various items under schedule of rates on the following
basis as indicated in the unit column.
i) Weight : MT or Kg ii) Length : M (Metre) iii) Number : No. iv) Volume : Cu.M v) Area : Sq.M
2.0 PIPING 2.1 Length of pipes shall be measured along the curvilinear centre of the pipelines laid/
installed and shall include all types of specials, fittings, mitre bends etc. but excluding all types of valves. Length of valves shall be excluded from piping measurement and shall be considered on number basis.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
TERMS OF PAYMENT (ANNEXURE-5 TO SPECIAL CONDITIONS OF CONTRACT)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURE-5 TO SCC
TERMS OF PAYMENT Pending completion of the whole works, provisional progressive payments for the
part of work executed by the contractor shall be made by Owner on the basis of said work completed and certified by the Owner’s representative as per the agreed milestone payment schedule and the percentage break-ups given below.
Contractor shall submit his invoices to the Owner’s representative fortnightly in the manner as instructed by Owner. Each invoice will be supported by documentation acceptable to Owner and certified by the Owner’s representative. Payments made by owner to the contractor for any part of the work shall not deem that the Owner has accepted the work. All payments against running bills are advance against the work and shall not be taken as final acceptance of work / measurement carried out till the final bill. Owner will release payment through e-payments only as detailed in the bidding document.
1.0 MAINLINE WORKS 1.1 Pipeline Laying with Associated Works 1.1.1 Completion of site development, stacking, clearing : 15% progressively
and grading of ROU, trenching by excavation
1.1.2 Completion of fabrication, alignment, stringing, : 25% progressively field welding, radiography (NDT).
1.1.3 Completion of joint coating & lowering : 20% progressively 1.1.4 Completion of tie-ins, NDT, Joint Coating and : 10% progressively backfilling 1.1.5 Completion of hydro testing, dewatering, swabbing : 15% progressively
1.1.6 Completion of magnetic cleaning plus electronic : 5% progressively geometry pigging and restoration 1.1.7 Completion of all activities and their acceptance. : 10%
Submission of final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
The above payment shall be made subject to the following :
i) The stage payment of 10% as per sub-clause 1.1.4 above will be released on
completion of continuous stretch of 5 km. ii) For discontinuity on account of major crossings specified in SOR, crossing length shall
not be taken into account for (i) above for payment purposes. The payment towards such crossings shall be made on the basis of item rate in SOR.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
1.2 For Lumpsum Items For all lumpsum items included in schedule of rates, contractor shall furnish price
break-up for quoted lumpsum prices for the approval of Engineer-in-charge. Payment for such item shall be made accordingly. In this regard decision of Engineer-in-charge shall be final and binding to the bidder.
1.3 Major Crossing & Other items not covered above or elsewhere in the Tender
a) Completion of individual items of work : 90% progressively b) Completion of all activities and their acceptance. : 10%
Submission of final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
2.0 CATHODIC PROTECTION WORKS The basis for payment against various items shall be as follows : 2.1 Temporary Cathode Protection System
a) 5% on placement of order on sub-vendor. b) 5% on design approval of TCP Package. c) 60% on receipt of material at site and acceptance thereof. d) 20% on installation, testing, pre-commissioning and commissioning. e) 10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
2.2 Permanent Cathode Protection System
a) 5% on placement of order on sub-vendor. b) 5% on design approval of PCP Package. c) 50% on receipt of material at site and acceptance thereof. d) 30% on installation, testing, ON / OFF PCP Survey, CIPL Survey
interference detection & its mitigation of the entire length of 10” pipeline, pre-commissioning and commissioning,
e) 10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
3.0 Other items not covered above or elsewhere in the tender
a) Completion of individual item of work as per : 90% progressively SOR including supplies wherever involved
b) Completion of all activities and their acceptance. : 10%
Submission of final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
4.0 TERMINALS WORKS
4.1 Piping Works
a) 55% on fabrication of piping. b) 25% on erection, alignment, welding complete to achieve mechanical
completion. c) 10 on flushing, testing, draining, drying, etc. d) 10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
4.2 Civil Works (Except control room building which shall be paid as indicated
in respective SOR)
a) 90% on completion of work on prorate basis as certified in running bills. b) 10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
4.3 Structural Works
a) 5% on approval of fabrication drawings. b) 55% on supply and acceptance of material at site. c) 15% on fabrication. d) 15% on erection, alignment, welding, painting, etc. e) 10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
4.4 Items including supply of finished goods (Mechanical, Electrical &
Instrumentation)
a) 5% on placement of order on sub-vendor. b) 65% on receipt of material at site and acceptance thereof. c) 15% on erection, alignment, welding, grouting, painting, etc. d) 5% on testing. e) 10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
4.5 Equipment Erection Works (Installation of Pumps, Scrapper Trap, Basket
Filter, etc.)
a) 45% on transportation and installation in position. b) 30% after initial alignment, leveling and grouting. c) 15% after final alignment and making ready for commissioning. d) 10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
4.6 Electrical and Instrumentation Works
a) 80% on completion of installation. b) 10% on testing. c) 10% on completion of all activities and their acceptance. Submission of
final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
4.7 For Lumpsum Items For all lumpsum items included in schedule of rates, contractor shall furnish price
break-up for quoted lumpsum prices for the approval of Engineer-in-charge. Payment for such item shall be made accordingly. In this regard decision of Engineer-in-charge shall be final and binding to the bidder.
4.8 Supply of Materials and All Other Works
a) Completion of individual items of work : 90% progressively b) Completion of all activities and their acceptance. : 10%
Submission of final documents, final bill and acceptance of these by owner thereafter for successful closure of work order.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
SPECIFICATION FOR QUALITY ASSURANCE SYSTEM REQUIREMENTS
(Annexure - 6 to SCC ) (For Details – Refer our Technical Specification No. 05/62/S/66 of the
same enclosed in Vol-II of the Tender)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
STANDARD SPECIFICATION FOR
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)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
CONDITIONS FOR ISSUE AND RECONCILIATION OF MATERIAL
(ANNEXURE – 8 to SCC)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURE-8 TO SCC 1.0 CONDITIONS FOR ISSUE OF MATERIALS Whenever any material is issued by Owner, following conditions for issue of material
in addition to other conditions specified in the contract shall be applicable. 1.1 Necessary indents will have to be raised by the Contractor as per procedure laid
down by the Engineer-in-charge from time to time, when he requires the above material for incorporation in permanent works.
1.2 Materials will be issued only for permanent works and not for temporary works,
enabling works etc. unless specifically approved by the Engineer-in-charge and the same shall not be taken into account for the purpose of materials reconciliation.
1.3 The contractor shall beer all other cost including lifting, carting from issue points to
work site/ contractor’s store, custody and handling etc. and return of surplus/ serviceable scrap materials to Owner’s storage points to be designated by the Engineer-in-charge etc. No separate payment for such expenditure will be made.
1.4 No material shall be allowed to be taken outside the plant without a gate pass. 1.5 The contractor shall be responsible for proper storage, preservation and watch &
ward of the materials. 1.6 Reconciliation of Owner supplied materials 1.6.1 Every month, the contractor shall submit an account for all materials issued by
Owner in the proforma prescribed by the Engineer-in-charge. On completion of the work the contractor shall submit “Material Appropriation Statement” for all materials issued by the Owner in the proforma prescribed by the Engineer-in-charge.
All coated line pipes as per line pipe specifications enclosed elsewhere in the bidding
document, shall be issued on linear measurement basis. Optical Fibre Cables shall be issued in drum lengths of 4 km on linear measurement basis. Joints etc. shall be issued on number basis. All other piping materials shall be issued on numbers basis. All cut pieces pipes measuring in length measuring 2m to 9m when returned to Owner’s storage points after bevelling, shall be considered as serviceable material. All cut pieces of pipes measuring less than 2m will be treated as wastage/ scrap. All pipes above 9m will be considered as good pipe.
a) For the purpose of accounting of coated line pipes following maximum allowances
shall be permitted. i) Unaccountable wastage 0.1% ii) Scrap (all cut pieces of pipes measuring less than 2 m) 0.25% iii) Serviceable materials (all cut pieces of pipes measuring 0.5%
2m upto 9m) Unaccountable wastage/ scrap shall be at actuals as per site assessment subject to
maximum as stated above.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
The percentage allowance shall be accounted on the basis of final weld book chainage for main pipeline and erected/ approved fabrication drawings for station piping as mentioned below :
b) For the purpose of accounting of station piping, all cut pieces measuring in length of
1m and above when returned to Owner’s storage points after bevelling, shall be treated as serviceable materials. All cut pieces of pipes measuring less than 1m will be treated as scrap. For the purpose of station piping following maximum allowances shall be permitted:
i) Unaccountable wastage 0.1% ii) Scrap (all cut pieces of pipes measuring less than 1 m) 1.0% iii) Serviceable materials (all cut pieces of pipes measuring 2.0% 1m and above) Unaccountable wastage/ scrap shall be at actuals as per site assessment subject to
maximum as stated above. c) For the purpose of accounting of optical fibre cable & other materials used in
telecommunication works. Reconciliation work for Owner supplied materials shall be carried out as per the scope detailed in particular scope of work, SOR and relevant specification enclosed elsewhere with the tender.
For the purpose of cables following maximum allowances shall be permitted : i) Unaccountable wastage 0.1% ii) Scrap (all cut pieces of cables measuring less than 40m) 0.25% iii) Serviceable materials (all cut pieces of cables measuring 0.25% 40 meter and above) Unaccountable wastage/ scrap shall be at actuals as per site assessment subject to
maximum as stated above. 1.6.2 All unused, scrap materials and salvageable materials shall be the property of the
Owner and shall be returned by the Contractor category-wise at his cost to the Owner’s designated store yard(s). In case the Contractor fails to do so/ or exceeds the limits of allowances specified above for scrap/ serviceable materials, then recovery for such quantities not returned as well as returned in excess of permitted limit by the Contractor will be done at the penal rate i.e. 125% of landed cost at the time of final bill/ closing of contract by Engineer-in-charge shall be effected from the Contractor’s bill(s) or from any other dues of the Contractor to the Owner. Contractor shall be responsible for the adjustment/ weighment/ measurement of the surplus materials to be returned to the store. Contractor shall also be responsible for suitable segregation of returned materials into separate stacks of serviceable and scrap materials.
1.6.3 Wherever certain material is covered under Contractor’s scope of supply whether
part or in full for any item of work covered under SOR, no allowance towards wastage/ scrap etc. shall be accounted for during execution stage.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
MINIMUM NO. OF MAJOR EQUIPMENTS/ MOBILISATION EQUIPMENT SCHEDULE TO BE
DEPLOYED (Annexure-9, 9A & 9B of Special Condition of Contract)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURE-9 TO SCC
LIST OF MINIMUM NOS. OF CONSTRUCTION EQUIPMENT TO BE DEPLOYED
Sl. No. Equipment Description Qty. (Nos.)
1. Grader 1 2. Dozer D7/ D6 Or, Equivalent 2 3. Excavator or Back-Hoe (≥ Hitachi 100 or equivalent) 2 4. Side Boom or Pipe Layer Or, Equivalent 4 5. Hydra-( 8-10 MT) 4 6. Diesel Welding Machine 16 7. DG Set 120 kVA + Stabilizer As required 8. Automatic Bevelling Machine 2 9. Internal Clamp ND 10” 4 10. External Clamp ND 10” 4 11. Internal X-ray Unit 2 12. External X-ray Unit 2 13. Gamma Ray Unit 2 14. Radiography Film Viewer 2 15. Sand Blasting Unit 4 16. Air Compressor (Minimum 300 CFM) 2 17. Air Compressor (Minimum 600 CFM) 1 18. Holiday Detector 4 19. Dewatering Pump 6 20. Water Filling Pump of Adequate Capacity 3 21. Dosing Pump of Adequate Capacity 1 22. Pressurization Pump – Motorised (Adequate capacity) 2 23. Dead weight tester, pressure recorder, temperature recorder) 2 Sets 24. Pipe Bending Machine with Pneumatic Mandrel (10” NB) 2 25. Horizontal Augur Boring Machine 1 26. Pipe Trailers of adequate size 4 27. Concrete mixture machine 8 28. Rock breaking M/c 1 29. Hand Drill (Pneumatic) with compressor 2 30. Pipe Locator 1
Note: 1. Meeting the requirement of minimum construction equipments as given above, is a part of Bidder
Evaluation Criteria. Bidder shall confirm compliance for deployment of above equipments.
2. Bidder is required to mobilise the above minimum critical equipments in good working condition and suitable to lay this 10” diameter pipeline. Bidder is required to augment the above list with additional numbers / categories of equipments as per actual requirement and instruction of Engineer-In-Charge without any additional financial implication to client.
3. Bidder shall replace any defective / damaged equipments promptly to complete the work without any time & cost implication to the client / owner.
4. After completion of certain activities, in case equipments are not required the same can be demobilised with prior approval of Engineer-In-Charge.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURE-9A TO SCC
LIST OF MINIMUM EQUIPMENTS REQUIRED TO BE OWNED BY THE BIDDER Sl. No Equipment Description Nos.
1. Hydra – 8-10 MT 2 2. Excavator or Back-Hoe (≥ Hitachi 100 or equivalent) 1 3. Bending Machine with Pneumatic Mandrel (10” NB) 1 4. Internal Clamp ND 10” 2 5. Diesel Welding Machine 6
Note: Bidder are required to submit documentary evidence of ownership of the above equipments as indicated below :- 1. The bidder shall submit either of the following documents to establish that they own the equipment.
a) Registration certificate issued by regulating authority OR b) Insurance coverage OR c) Certificate from Chartered Accountant, certifying that the bidder owns the
equipments and the same are available for this Project. OR d) Invoice / Delivery Challan. OR e) "For equipment to be purchased" - Purchase order duly accepted by equipment supplier
and with equipment delivery to project site, meeting the equipment deployment schedule.
2. Certificate from Chartered Engineer certifying that the bidder own equipments are under good
health and working condition.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 58
ANNEXURE-9B TO SCC
LIST OF HIRED/ LEASED EQUIPMENT TO BE SUBMITTED BY THE BIDDER CATEGORY-1
Sl. No.
Equipment Description Qty. (Nos.)
1. Grader 1 2. Dozer D7/ D6 Or, Equivalent 2 3. Excavator or Back-Hoe (≥ Hitachi 200 or equivalent) 1 4. Excavator or Back-Hoe (≥ Hitachi 100 or equivalent) 1 5. Side Boom or Pipe Layer Or, Equivalent 4 6. Hydra-( 8-10 MT) 2 7. Diesel Welding Machine 10 8. Internal Clamp ND 10” 2 9. Internal X-ray Unit 2 10. External X-ray Unit 2 11. Gamma Ray Unit 2 12. Radiography Film Viewer 2 13. Sand Blasting Unit 4 14. Air Compressor (Minimum 600 CFM) 2 15. Water Filling Pump of Adequate Capacity 3 16. Dosing Pump of Adequate Capacity 1 17. Pressurization Pump – Motorised (Adequate capacity) 2 18. Dead weight tester, pressure recorder, temperature recorder) 2 Sets 19. Pipe Bending Machine with Pneumatic Mandrel (10” NB) 2 20. Horizontal Augur Boring Machine 1 21. Rock breaking machine with excavator 1
CATEGORY-2
Sl. No.
Equipment Description Qty. (Nos.)
1. DG Set 120 kVA + Stabilizer As required 2. Automatic Bevelling Machine 4 3. External Clamp ND 10” 8 4. Air Compressor (Minimum 300 CFM) 2 5. Holiday Detector 4 6. Dewatering Pump 3 7. Pipe Trailers of adequate size 4 8. Concrete mixture machine 8 9. Hand Drill (Pneumatic) with compressor 2 10. Pipe Locator 2
Note: 1) For equipment under Category-1 bidders are required to submit the documentary evidence for
Ownership/ Hiring/ Lease of equipments listed in this category. a) For Hired/ Lease Equipments : The documentary evidence shall be MOU from the hiring/
lease agency of the equipment alongwith the bid. Bidder shall be responsible for timely delivery of these equipments at the site at stipulated time.
b) For Owned Equipments : The proofs of ownership will be as stated in Annexure-9A. 2) Equipments in Category-2 : No documents are required to be submitted alongwith the bid.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 35
MINIMUM NO. OF SKILLED MANPOWER TO BE DEPLOYED
(Annexure-10 of Special Condition of Contract)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 35
ANNEXURE-10 TO SCC
MINIMUM NUMBER OF SKILLED MANPOWER TO BE DEPLOYED Sl. No
Description Requirement
1. Linepipe Welders 15 Nos. 2. Station Pipeline Welders 5 Nos. 3. Sand Blaster 3 Nos. 4. Insulators 4 Nos. 5. Heavy Equipment Operators As per Eqpt. List 6. Other Equipment Operators As per Eqpt. List 7. Pipe Fitters 6 Nos. 8. Gas Cutters 4 Nos. 9. Radiographer Level-II 2 Nos.
10. Mechanic 5Nos. 11. Grinder As required 12. Drivers (Backhoe/ Crane/ Dover) As required 13. Riggers/ Helper As required 14. Survey Teams 2 Nos. 15. Foreman 4Nos. 16. Supervisors One for each activity 17. Engineer 4 Nos. 18. Project Manager 2 Nos. 19. Engineer (M/L Civil & Mechanical) 2 Nos. 20. Terminal-in-charge 2 Nos. 21. Terminal Engineer (Mechanical) 2 Nos. 22. Terminal Engineer (Civil) 2 Nos. 23. Terminal Engineer (Electrical) 2 Nos. 24. Terminal Engineer (Instrumentation) 2 Nos. 25. Engineer (Telecom Work) 2 Nos. 26. QC In-charge & Engineer for Welding 1 No. 27. QC In-charge & Engineer for NDT 1 No. The above proposed list of skilled manpower is the minimum to be deployed by Contractor
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 35
SCHEDULE OF LABOUR RATES (Annexure-11 of Special Condition of Contract)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 35
ANNEXURE –11 to SCC SCHEDULE OF LABOUR RATES
(FOR EXTRA WORKS) _________________________________________________________________ Sl. Classification Rates in INR for 8 hours No. Personnel _________________________________________________________________ Standard Time (Rs) _________________________________________________________________ 1. Engineer 750/- 2. Surveyor Foreman 500/- 3. Pipe Fitter 200/- 4. Pipe Welder 500/- 5. Gas Cutter 200/- 6. Grinder 200/- 7. Mason 200/- 8. Plumber 200/- 9. Carpenter 200/- 10. Painter 200/- 11. Electrician 200/- 12. Cable Jointer 175/- 13. Instrument Technician 300/- 14. Rigger 150/- 15. Watchman/Helper 100/- 16. Concrete Mixer Operator 150/- 17. Heavy Machine Operator 300/-
_______________________ (SIGNATURE OF BIDDER)
NOTES:- Rates are final and Tenderer is to sign only without deviation.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 35
EQUIPMENT HOURLY RENTAL RATES FOR EXTRA WORKS/ RECOVERY RATES
(Annexure-12, 12A & 12B of Special Condition of Contract)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 35
ANNEXURE-12 TO SCC
EQUIPMENT HOURLY RENTAL RATES FOR EXTRA WORKS -------------------------------------------------------------------------------------------- SL. DESCRIPTION OF HOURLY RENTAL RATES FOR NO. EQUIPMENT EXTRA WORKS INCLUDING CONSUMABLES 1. Dozers Rs. 1100/- 2. Back Hoe 1.2 m3 Rs. 1500/- 3. Back Hoe 0.7 m3 Rs. 1000/- 4. Side Boom 45 ton Rs. 2000/- 5. Side Boom 15 ton Rs. 1200/- 6. Boring machine Rs. 7040/- 7. Bending machine Rs. 400/- 8. Welding machine Rs. 300/- 9. Compressors 210 CFM Rs. 500/- 10. Crane upto 15 T Rs. 1100/- 11. Dewatering Pumps Rs. 125/- 12. Internal Clamps Rs. 50/- 13. Holiday detector Rs. 50/- 14. Diesel operated power generators Rs. 200/- 15. Grinding machine Rs. 50/- 16. Gas cutting set with cylinders Rs. 100/- 17. Compressor 600 CFM Capacity Rs. 750/- 18. Trucks Rs. 225/- 19. Car/Jeep Rs. 200/- 20. Pipe beveling m/c Rs. 150/- 21. Tractor with trolley Rs. 225/- 22. Tripod with 5 Tons Chain Rs. 100/- Pulley Block 23. Pipe Trailor 20 T capacity Rs. 450/- 24. High pressure test pump Rs. 450/- upto 200 Bar capacity 25. Dumper Rs. 350/- 26. External x-ray with generator Rs. 500/- ---------------------------------------------------------------------------------------------------------------
_______________________ (SIGNATURE OF BIDDER)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 35
ANNEXURE-12A TO SCC
RECOVERY RATE FOR NON-DEPLOYMENT OF MINIMUM EQUIPMENT
Sl. No.
Description Minimum Recovery Rate per day (Minimum 8
Hours) for non-mobilisation of equipment
1. Grader 4000 2. Dozer D7/ D6 4000 3. Excavator/ Back-Hoe (≥ Hitachi 200 or equivalent) 3200 4. Side Boom/ Pipe Layer or equivalent 3500 5. JCB Or, Excavator/ Back-Hoe (≥ Hitachi 100 or
equivalent) 3000
6. Hydra(≥ 8.5 MT)/ Crane 3500 7. Diesel Welding Machine/ Welding Rectifier 2000 8. DG Set 120 kVA + Stabilizer 1600 9. Automatic Bevelling Machine 750 10. Internal Clamp ND 10” 600 11. External Clamp ND 10”/ 6”/ 4” 600 12. Internal X-ray Unit (Complete) 4500 13. External X-ray Unit (Complete) 4500 14. Gamma Ray Unit (Complete) 4500 15. Radiography Film Viewer 500 16. Sand Blasting Unit (Complete) 1000 17. Air Compressor (Minimum 300 CFM) 1500 18. Air Compressor (Minimum 600 CFM) 3000 19. Holiday Detector 400 20. Dewatering Pump 500 21. Water Filling Pump of Adequate Capacity 500 22. Pressurizing / Hydrotesting Pump – Motorised of
adequate capacity 1200
23. Complete hydrotesting kit (dead weight tester, pressure instrument, temperature, inst. etc.)
3000
24. Pipe Bending Machine 4000 25. Horizontal Augur Boring Machine 2700 26. Pipe Trailor of adequate size 3000 27. Concrete mixture 500 28. Rock breaking machine with excavator 4000 29. Dosing pump of adequate capacity 1000 30. Hand Drill (Pneumatic) with compressor 1000 31. Pipe Locator 500
Note: Refer SCC for detail of recovery procedure.
________________________ (SIGNATURE OF BIDDER)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\HPCL-BTPL\composite works\Final tender\Annexures-SCC.doc Page 0 of 35
ANNEXURE-12B TO SCC
RECOVERY RATE FOR NON-DEPLOYMENT OF MINIMUM MANPOWER Sl. No
Description Minimum Recovery Rate per day (Minimum 8 Hours) for non-deployment
of manpower 1. Linepipe Welders 1500 2. Station Pipeline Welders 1500 3. Sand Blaster 500 4. Insulators 750 5. Heavy Equipment Operators 1000 6. Other Equipment Operators 750 7. Pipe Fitters 500 8. Gas Cutters 300 9. Radiographer Level-II 800
10. Mechanic 500 11. Grinder 400 12. Drivers (Backhoe/ Crane/ Dover) 1000 13. Riggers/ Helper 250 14. Survey Teams 700 15. Foreman 400 16. Supervisors 500 17. Engineer 1200 18. Project Manager 1800 19. Engineer (M/L Civil & Mechanical) 1200 20. Terminal-in-charge 1200 21. Terminal Engineer (Mechanical) 1200 22. Terminal Engineer (Civil) 1200 23. Terminal Engineer (Electrical) 1200 24. Terminal Engineer (Instrumentation) 1200 25. Engineer (Telecom Work) 1200 26. QC In-charge & Engineer for Welding 1500 27. QC In-charge & Engineer for NDT 1400 The above proposed list of skilled manpower is the minimum to be deployed by Contractor
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 1 of 153
9.0 PARTICULAR JOB SPECIFICATION [CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH
TIKRIKALAN PIPELINE PROJECT]
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 2 of 153
CONTENTS Sl.No. Description 1.0 General & Project Description 2.0 Work Tendered 3.0 Scope of Work 4.0 Scope of Supply 5.0 Documents, Specifications, Standards & Drawings 6.0 Resources/ Facilities 7.0 Project Scheduling & Monitoring 8.0 Construction 9.0 Documentation 10.0 Survey and Level/ Setting out Work 11.0 Order of Works/ Permissions/ Right of Entry/ Care of Existing Services 12.0 Make of Material/ Bought Out Items 13.0 Inspection of Supply Items 14.0 Escalation 15.0 Documents to be submitted alongwith R.A. Bills 16.0 Insurance for Free Issue Material 17.0 Special Points pertaining to Specification 18.0 Appendix-I (List of Approved Parties for Bought out items) 19.0 Appendix-II ( Data Sheets for Mechanical Items etc.) 20.0 Appendix-III (Amendment to Technical Specification / Standard) 21.0 Annexures to PJS
Annexure-I : Technical Input of Civil & Structural Works Annexure-II : Technical Input of Instrumentation Works Annexure-III : Technical Input of Telecom Works Annexure-IV : Technical Input of Cathodic Protection Works Annexure-V : Technical Input of Fire Fighting Works
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 3 of 153
1.0 GENERAL & PROJECT DESCRIPTION 1.1 GENERAL 1.1.1 Special Condition of Contract shall be read in Conjunction with the General
Conditions of Contract, specification of work, Drawing and any other documents forming part of this contract wherever the context so requires.
1.1.2 Notwithstanding the sub-division of the documents into these separate sections and
volumes every part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the contract so far as it may be practicable to do so.
1.1.3 Where any portion of the General Condition of Contract is repugnant, to or at
variance with any provisions of the Special Conditions of Contract, unless a different intention appears, the provisions of the Special Conditions of Contract shall be deemed to over-ride the provisions of the General Condition of Contract and shall to the extent of such repugnancy, or variations, prevail.
1.1.4 The materials, design and workmanship shall satisfy the relevant INDIAN
STANDARDS, the TECHNICAL SPECIFICATIONS contained herein and CODES referred to. Where the technical specification stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied.
1.1.5 Wherever it is mentioned in the specifications that the CONTRACTOR shall perform
certain work or provide certain facilities, it is understood that the CONTRACTOR shall do so at his cost and the VALUE OF CONTRACT shall be deemed to have included cost of such performance and provisions, so mentioned.
1.1.6 It will be Contractor’s responsibility to bring to the notice of Engineer-in-charge any
irreconcilable conflict in the contract documents before starting the work(s) or making the supply with reference which the conflict exists.
1.1.7 In the absence of any specifications covering any material, design of work(s) the
same shall be performed/ supplied/ executed in accordance with Standard Engineering Practice as per the instructions/ directions of the Engineer-in-charge, which will be binding on the Contractor.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 4 of 153
1.2 PROJECT DESCRIPTION
M/s Hindustan Petroleum Corporation Limited proposed to lay 2 parallel pipeline from proposed dispatch station inside existing Bahadurgarh Terminal in Haryana to Tikarikalan Delhi Border).Three petroleum products namely ULSHSD, ULMS & SKO from existing storage tank (some future tanks also considered ) will be transported through these pipelines. Both the pipeline i.e 8”x 15 km proposed for ULMS & 10”x15km proposed for ULSHSD / SKO transportation. Will be laid in the same trench. The 8” x 15 km will transport 250 m3/hr (6 hrs pumping per day) of ULMS & 10” x 15 km will transport 350 m3/hr (6 hrs pumping per day) of ULSHSD / SKO as per requirement from Bahadurgarh Dispatch (Near Delhi Border)Terminal to proposed Tikarikalan receipt station. The following main facilities are envisaged. (a) Pumping cum Despatch station at Bahadurgarh. (b) Cross country pipeline between Bahadurgarh dispatch station to Tikarikalan
receipt station. (c) Receipt at Tikarikalan.
Products to be transported
ULSHSD (Ultra Low Sulphur High speed Diesel ) ULMS (Ultra Low Sulphur Motor Spirit ) SKO (Superior Kerosine Oil )
The pipeline network is enclosed as schematic drawing no.
MEC/23LK/05/21/M/000/1021, R0. Project Details Description of Sections - Mainline and Terminals 1.2.1 General
The work being tendered is covered as indicated below : Main line
Sl. No.
Sections Scope of Work
1. Bahadurgarh Despatch Terminal (HPCL premises) To Tekarikalan Terminal
- Laying of both U/G Pipeline in common trench in HPCL ROU as per alignment sheet
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 5 of 153
Sl. No.
Sections Scope of Work
2.
Tap –off cum Despatch Terminal at Bahadurgarh
Mechanical: - Tap off shall be provided from existing pipeline of different
product tanks as follows: - Tap off /hookup form existing product tanks out let piping For SKO,ULMS, ULMS(Future),ULSHSD and ULSHD(new) as per construction drawing. - Installation of MOVs - Installation of Filtration & Metering Facilities. - Installation of Scrapper Launcher - Installation of pumps (8 Nos.) - Installation of TSV - All connecting under ground/above ground terminal piping
system - Installation of TCP & impressed current permanent Cathodic
Protection System - Fire fighting facilities - Erection of DG Set - Sump Tank & Pumps - Corrosion Inhibitor Dosing Pumping System, tank etc. - Rupture Disk - Rotometer - Pumps - Complete erection & assistance in commissioning of
main & booster Pumps including Instrumentation Works. Instrumentation: - Field mounted/control room instruments as per P&ID and
PJS (instrumentation) Scada & Telecommunication: - 12 Fiber OFC shall be laid in 40 mm HDPE Duct shall be
used for SCADA & Tele-communication System - Hook-up with existing scada & telecom system Structural: - Construction of structural shed for main pumps & booster
pump Sets . - Pipe supports Civil: - Construction of building (16 x12 sqm) adjacent to existing control room building - Area pavement , pipe supports - Extension of existing control room (3 m along length x 8 m along width). Fire fighting : Extension of fire fighting facilities.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 6 of 153
Sl. No.
Sections Scope of Work
3.
Receiving Terminal at Tikarikalan
Mechanical: -Erection of Pressure control valve, basket filter,Turbine flow meter,TSV, Meter proving facilities etc - Installation of MOVs - Installation of Filtration & Metering Facilities. - Installation of Scrapper receiver system - All connecting under ground/above ground terminal piping
system - Installation of TCP & impressed current permanent Cathodic
Protection System - Fire fighting facilities. Instrumentation: - Turbine flow meter and flow computer - Field mounted/control room instruments as per P&ID and PJS (instrumentation) - Fire & leak detection system Scada & Telecommunication: - 12 Fiber OFC shall be laid in 40 mm HDPE Duct shall be
used for SCADA & Tele-communication System Structural: - Construction of structural shed for main pumps & booster
pump Sets . - Car Parking shed - Pipe supports Civil: -Construction of control room building ( 36 x16 sqm) -Area pavement & pipe supports - Equipment foundation - Electrical DG Room - Sump tank - SW/RW Sump and Pump House - DW Sump and pump House
1.2.2 Description of the facilities covered in the above are described in following
clauses. 1.2.2.1 Tap-off (from different product tanks areas) to proposed Dispatch inside
HPCL Terminal
a) The following Tap –off /hook up from the existing product tank out let piping shall be constructed :
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 7 of 153
Product Tanks Existing pipeline size Tap-off)
SKO 14” 14”
ULMS 16” 10”
ULMS (FUTURE) -------- 10”
ULSHSD 16” 16”
ULSHSD (NEW) --------- 16” b) Aboveground piping
The above ground piping for different product viz. ULSHSD, ULMS & SKO size 16’’ shall be constructed between various product tank to the proposed Dispatch Terminal as per approved constriction drawing and P&IDs.
1.2.2.2 Dispatch Terminal
Tap-off cum Despatch Terminal will have following facility :
1) MOV: 2 nos. each line - 14’’ for SKO,16” for ULSHSD and 10” for ULMS.
2) Pumping facility: Service- ULMS a) Booster Pump 2 nos (1 Working + 1 Sand by) b) Mainline pump 2 nos (1 Working + 1 Sand by) for ULMS service Service- ULSHSD/SKO
a) Booster Pump 2 nos ( 1 Working + 1 Sand by) b) Mainline pump 2 nos ( 1 Working + 1 Sand by) for ULMS service Corrosion Inhibitor dosing Pumps Service
Service : Corrosion inhibitor No. of Pump: 2 nos for ULMS (1W+1S) 2 nos for ULSHSD/SKO (1W+1S) 3 ) Filtration Facility: Turbine Flow Meter 2 nos. (1 W + 1 S) for SKO/ ULSHSD service 2 no. (1 W + 1 S) for ULMS service 4) Metering Facility: 2 nos (1 W + 1 S) for SKO/ ULSHSD service 2 nos (1 W + 1 S) for ULMS service 5) Cathodic Protection : Impressed current type CP system to be provided
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 8 of 153
6) Local PG, TG and Control Room based instruments.
7) TSV all TSV vents shall be connected in existing system.
8) Control room: existing control room shall be extended. Proposed facilities are to be hooked-up with the existing control system. Only field mounted and control room mounted instruments have been envisaged. A separate building shall be constructed adjustment to the existing control room building to cater the further requirement.
9) Construction of 2 nos of pump sheds for Booster and mainline pump 10) Existing fire fighting facilities available at Bahadurgarh Terminal end shall be
utilized in receiving terminal. 11) All associated civil, structural, electrical, instrumentation, Scada &
Telecommunication work.
1.2.2.3 Proposed New Pipeline
The proposed new pipeline shall be originated from Pump outlet manifold located at existing Bahadurgarh Terminal in Haryana & shall be terminate at Tikarikalan (Delhi Border). The new pipeline will be 8” O.D. & 15 km (approx.) & other will be 10” O.D. & 15 km (approx.) in length. The basic objective of these new pipeline are to transport ULSHSD/ SKO (6 hrs per day) at 350 m3/hrs & ULMS to 250 m3/hrs (6 hrs per day) to Tikarikalan.
1.2.2.3.1 Details of Proposed Pipeline
Mainline Section : HPCL’s Despatch Terminal at
Bhadurgarh to Tikarikalan Receiving Station.
Length of Pipeline : 30 Km (Approx.) (15 km each for 8” &
10”) Flow Rate : 350 m3/hr (for ULSHSD / SKO) 250 m3/hr (for ULMS) Pipeline Diameter : 10” NB (ULSHSD/ SKO) 8 ”NB (ULMS) Pipeline Thickness : 6.4 and 7.1 mm Material : API 5L (ERW) Pipeline Grade : Gr.-B , PSL-2 Material of Construction : CS (Carbon Steel)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 9 of 153
Pipeline Rating : 300# Rating Corrosion Allowance : 0.5 mm Roughness (micron) : 45 Pigging facilities : Permanent pigging facilities suitable
for “Intelligent Pigs” are provided Operating Pressure : 20.8 kg/cm2(g) (for ULSHSD/SKO) 20.5 kg/cm2(g) (for ULMS) Design Pressure : 49 kg/cm2(g) Design Temp. : + 0 to 65 0C (aboveground) + 0 to 45 0C (underground) External Coating : 3 LPE Pig Launcher / Receiver : Considered Class Location : Zone-IV
Pipeline Design Parameters Pipeline Operating Life : 35 Years Onstream Days/ Year : 300 days /Year (6 hrs @ per day) Pipeline Diameter : 10” NB (ULSHSD/ SKO) 8” NB (ULMS) Pipeline Length : (15 km each for 8” & 10” ) Design Code : ANSI/ ASME B31.4 Pipeline Laying : Buried Sub-Soil Temperature : 25°C through out the entire length of
pipeline (1.0 meter below ground) Pipeline Corrosion protection system: 3 LPE External Coating as well as
Impressed Current Cathodic Protection System for entire pipeline.
1.2.2.4 Receiving Terminal at Tikarikalan :
The following facility shall be provided at Receiving Terminal :
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 10 of 153
i) Pressure Control Valve with Bypass : 2 No. ii) Basket Filter : 4 Nos. iii) Turbine Flow Meter : 6 Nos. iv) Flow Computer (Panel Mounted) : 6 Nos. v) TSV : 20 Nos vi) Meter Proving Facility : vii) Leak Detection System viii) Fire Fighting Facilities
IR Based Detection System
IR based detection system having adequate nos. of fixed detectors at various critical locations in the Receiving Terminal shall be provided for continuous monitoring of hydrocarbon level in the air in the proximity of filtration, pressure reduction & metering unit, piping etc. the basis of location for the same shall be based on wind direction, component density and coverage of detections in Receiving Terminal & same shall be integrated with SCADA, RTU through serial communication.
- The panel (completely wired) for housing the monitor/ controller for detectors
with delays, hooters/ annunciates indicating the location shall be provided in the control room.
viii) Fire & leak Detection System :
Suitable fire and detection system for control room and field area are to be provided with receiver instruments in control room with fire alarm siren and siren power supply shall be from 3 .
The supply shall include fire detectors monitor / controllers and enunciators in fire panel to be placed in control room. The fire and detector system layout shall cover the entire plant area system as per NFPA-72 standard.
The location & type of fire and detection system to be provided in different areas in as follows : Type Location Detectors : Control room and in all closed room Fixed Type Thermal Detector : Control room IR Type Gas Detector : Filtration, Pressure Reduction & Metering Area Manual Call Point / Break Glass : Exist doors of the control room building in
receiving terminal. ix) CP System : impressed current type permanent catodic protection system
shall be provided for 10’’ and 8” pipeline x) Civil Works : i) Area Pavement, Pipe Support.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 11 of 153
ii) Equipment foundation for Basket Filter, Metering skid etc. iii) Control Room Building . iv) Electrical DG Room. v) Sump Tank. vi) Area for SRVS & Control valve. vii) Metering Basket filter and DT viii) SW/RW Sump and Pump House. ix) DW Sump and Pump House. x) Scrapper Area. xi) Car Parking Shed.
xii) All associated civil, structural, electrical, instrumentation, scada & Tele
communication work as per repective particular job specification.
2.0 WORK TENDERED 2.1 The work tendered in this bid package consists of supply (in CONTRACTOR's
scope), fabrication, installation, testing and commissioning of the terminal piping, mainline, Despatch terminal at Bahadurgarh, Receiving terminal at Tikarikalan including all equipment and Associated Mechanical, Civil, Structural, Electrical, Instrumentation & SCADA works.
2.2 All works of the section & terminals included in the scope will be done
simultaneously from the date of issue of FOI. Bidder will organise equipment and manpower accordingly to meet this requirement as per instruction of Engineer-in-charge.
3.0 SCOPE OF WORK The scope of work shall generally be, but not limited to the following:- 3.1 Procurement 3.1.1 CONTRACTOR shall procure and supply all the materials other than OWNER
supplied materials, required for permanent installation of main pipeline and terminals in sequence and at appropriate time. All equipment, materials, components etc. shall be suitable for the intended service. Approved vendor list has been indicated in the bid package for various items. For items, which are not covered in the vendor list, CONTRACTOR shall obtain Owner’s prior approval for the vendor. Equipment requiring specialized maintenance or operation shall be avoided as far as possible. Equipment offered shall be field proven.
3.1.2 CONTRACTOR shall procure all materials, components, equipment, consumable
etc. required for successful completion of the pipeline system. CONTRACTOR shall also procure and supply spares required for pre-commissioning and commissioning/ start up as recommended for all items supplied by him as per specifications provided in the bid package. Where no specification is available in the contract, the same shall be prepared by the CONTRACTOR based on the piping material specification and shall be subject to Owner’s approval.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 12 of 153
3.1.3 Material take-off with complete description of size, rating, material, thickness and
specifications. 3.1.4 Only single offer shall be provided by the bidder fully complying to specifications/
drawings/ requirements for Owner’s review and approval. CONTRACTOR shall provide for inspection of the items at vendor's works by the OWNER/ Owner’s REPRESENTATIVE or by a reputed inspection agency and shall submit inspection reports for Owner’s clearance.
3.1.5 Stores management for contractor supply items as well as free issue materials
including receipt, warehousing, preserving the material in good condition, issue of material to construction site, reconciling/ handing over surplus material to OWNER for OWNER supplied items at Owner’s store.
3.1.6 Carryout proper documentation of inspection and quality assurance programmes for
all equipment and bulk materials duly approved by OWNER. CONTRACTOR shall maintain an accurate and traceable listing of procurement records for the location, quality and character of all permanent materials in the Project.
3.1.7 CONTRACTOR shall immediately report to the OWNER of all changes, which will
affect material quality, and recommend any necessary corrective actions to be taken. 3.1.8 Submit periodic manufacturing progress reports highlighting hold ups and
slippages, if any, to OWNER and take remedial measures. 3.1.9 Interact with authorities such as Sales Tax, Octroi, Excise, Customs etc. as
necessary and arrange for transportation of the materials under his scope of supply to site.
3.1.10 All purchase requisitions including purchase orders shall be approved by OWNER/
Owner’s REPRESENTATIVE. 3.1.11 Compliance with vendor's and supplier's instructions and recommendations for
transportation, handling, installation & commissioning. 3.2 Construction 3.2.1 General 3.2.1.1 All construction works shall be carried out as per "Approved for Construction"
drawings, procedures, specification and applicable codes and standards. Any changes at site shall also need prior approval from the OWNER and revision of drawings. Construction drawings will be furnished to the Contractor in a phased manner and as per the requirement in accordance with the procurement and construction plan prepared and furnished by him & agreed by Owner/ Consultant.
3.2.1.2 Statutory Approvals The Owner shall provide to the Contractor free of cost the construction right-of-use
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 13 of 153
for the pipeline and permissions and permits (if any) necessary to lay the pipeline, systems as governed by the clauses defined elsewhere in the tender document.
All other permissions, permits and licenses necessary for the performance of the
work shall be obtained by the Contractor at his own cost and initiative. Insofar as any such permission, permit or license required for the performance of the work by the contractor can only be granted at the request or recommendation of the Owner, the Owner shall at the request of the Contractor, provide recommendatory letters to the contractor to obtain or procure the same. The contractor shall not, however be entitled to any additional compensation over and above contracted rates of services for any hardship or increased cost caused by any idleness, suspension or disruption of work or any other account whatsoever as a result of the inability of the contractor to obtain the permission(s), permit(s), license(s) aforesaid to match with the progress of the work nor shall the same constitute a ground for extension of time.
a) The approval from any authority required as per statutory rules and
regulations of Central/ State Government, PWD, Irrigation Deptt., Pollution Control Broad (PCB), Ministry of Environment & Forest (MOEF) etc. shall be the contractor’s responsibility unless otherwise specified in the tender document. The application on behalf of the Owner for submission to relevant authorities along with copies of required certificates complete in all respects shall be prepared and submitted by the Contractor well ahead of time so that the actual construction/ commissioning of the work is not delayed for want of the approval/ inspection by concerned authorities. The inspection of the works by the authorities shall be arranged by the Contractor and necessary coordination and liaison work in this respect shall be the responsibility of the Contractor. However statutory fees paid, if any, for all inspections and approvals by such authorities shall be reimbursed at actuals by the Owner to the Contractor on production of documentary evidence.
b) The defective work, resulting from poor workmanship and/ or material
supplied by contractor, as pointed out by any statutory authority shall be rectified by the contractor at no extra cost to the Owner. Any change/ addition required to be made to meet the requirements of the statutory authorities, the same shall be carried out by the contractor free of charge. The inspection and acceptance of the work by statutory authorities shall, however, not absolve the contractor from any of his responsibilities under this contract.
3.2.1.3 The CONTRACTOR shall be responsible for claims if any arising out of damage/
obstruction to public utilities like lines of DOT etc. where the claims will cover the restoration costs as well as loss of revenue due to down time.
3.2.1.4 Providing schedules, progress reporting, organisation chart at construction site,
quality assurance plan and developing quality control procedures, as per requirements indicated elsewhere in the bid package.
3.2.1.5 Coordination and supervising the work of sub-contractors.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 14 of 153
3.2.1.6 Transportation of appropriate materials and taking delivery of Company supply materials, store, worksite, intermediate storage points, maintaining and operating an adequate material control procedure at worksite.
3.2.1.7 Fabrication of all piping, structural components as per approved drawings. 3.2.1.8 All Civil / Structural Works, Electrical, Instrumentation & SCADA Works, laying and
commissioning works shall be performed in accordance with relevant specifications and requirements enclosed elsewhere in the bid package.
3.2.1.9 CONTRACTOR shall provide complete details of manpower, equipment etc. to be
deployed. Mobilising and providing all equipments, manpower (skilled and unskilled), consumable and other resources etc. for each spread as required for the execution of the complete job defined herein and thereafter demobilising the same upon completion of work.
3.2.1.10 Provide, maintain and operate all temporary facilities required for the construction
related works and remove after completion of work. 3.2.1.11 Hook up/ tie-in of pipeline and piping system with terminal facilities. 3.2.1.12 All works related to testing, dewatering, swabbing, drying pre-commissioning and
commissioning of the work tendered. 3.2.1.13 Idle time preservation of pipeline, if required. 3.2.1.14 All incidental and associated works and any other works not specifically listed therein
but are required to be carried out to complete entire work related to pipelines and terminals.
3.2.2 Main Pipeline 3.2.2.1 Topographic Survey 3.2.2 Main Pipeline 3.2.2.1 Topographic Survey
Both the proposed 10” dia. And 8’’ dia pipelines is to be laid parallel in same trench within ROU of the whole route. The available alignment sheets are enclosed with the tender. The plan and ground profile details to the extent available are being furnished to the Bidder along with bid document. Any additional topographic surveys required for local detours during execution of the project shall be carried out by Contractor in a similar manner without any extra cost to the Owner. However, laying and construction of entire pipeline including detoured portion shall be within the scope of contractor and governed by SOR of tender without any cost implication. Contractor shall be deemed to have considered such eventualities while formulating his bid. Pipeline route maps/ alignment sheets showing the pipeline route are also enclosed with the bid package.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 15 of 153
As-Built Alignment Sheets and P&ID drawings for scraper launcher and receiver stations are included in the Bid package. These drawings are indicative only and are furnished to enable Bidder to estimate the quantum of work and to quote a firm price for the work. Final drawings marked `Issued for Construction (IFC)' shall be furnished by Owner to Contractor at project execution stage. The IFC drawings may vary to some extent from the drawings included in the Bid Package. Contractor shall carry out all works in accordance with the IFC drawings.
3.2.2.2 Familiarization of Pipeline Route Bidders are advised to make site visits to familiarise themselves with all the salient features of subsoil, terrain and available infrastructure along the pipeline route. Contractor shall be deemed to have considered all constraints and eventualities on account of site conditions along pipeline route while formulating his bid. Contractor shall not be eligible for any compensation in terms of cost and/ or time, on account of site conditions along pipeline route varying to any extent from whatever described in the Bid Package and the drawings furnished along with the Package.
3.2.2.3 Soil Investigation
Contractor has carried out soil textural classification and soil resistivity survey. It shall be Bidder's responsibility to verify the available data and satisfy himself with regard to accuracy and utility of data. Contractor shall not be entitled for any compensation in time or cost in case of any variation in actual site conditions from the data furnished in the Bid Package. It shall be Bidder's responsibility to familiarise himself with sub-soil conditions along the pipeline route, and work the lengths of pipeline to be laid in different subsoil conditions including quantum of rock excavation that would be necessary. Unit rates for pipeline construction as quoted by Bidder shall include the above and be inclusive of all excavation. No extra compensation shall be payable to Contractor for any kind of excavation whatsoever.
3.2.2.4 The agricultural fields may have lots of PVC or other pipelines being used by farmers
for irrigation purposes. CONTRACTOR shall ensure that these lines shall not be damaged/ cut affecting the water supply to adjoining fields. Wherever required temporary arrangement for water flow to adjoining fields have to be maintained.
3.2.2.5 Right-of-Use (ROU) For pipeline construction purposes, in general, a 18 metre minimum wide ROU will
be made available to Contractor by the Owner. Proposed 10” dia. & 8” dia pipelines are to be laid parallel in the common trench in same ROU. However, in certain restricted areas such as orchards, private holdings, congested areas, etc., the ROU may be restricted to a width less than 18m. Where the pipeline passes through forest areas, the ROU will be restricted to required width as made available by forest department. Wherever ROU is restricted to a width less than the one indicated, Contractor shall arrange at his own any additional area without cost implication. All safety precaution as per recommended practice of construction for proposed underground pipeline parallel to existing underground pipeline within same ROU shall be followed strictly to the entire satisfaction of Engineer-in-charge, before
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 16 of 153
carrying out any type of job for laying of underground proposed pipeline till completion of the complete work. Contractor shall carry out construction work in the width as made available to him with no time and cost implication to the Owner. It shall be Contractor's sole responsibility to make arrangement for any additional land required for fabrication, construction, storage and all other work areas, if required.
The contractor shall notify the owner the probable date of commencement of work at
ROU site at least two (2) weeks in advance to enable the owner to arrange handing over of the ROU/ site on the date requested. Should contractor fail in such notification, the owner shall not be liable for any claim by contractor, of whatsoever nature, for delay in the available of a ROU/ site.
3.2.2.6 "Receiving and Taking-over" as defined in the specifications of OWNER supplied
externally and internally corrosion-coated and bare line pipes at Owner’s designated stacking yards/ dump site. Management of dumpsite after receiving and taking over of pipes transportation including loading/ unloading, handling, stacking, hauling and stringing of pipes from Owner’s stacking yards to Contractor’s worksite(s)/ workshop(s)/ pipeline Right-of-use (ROU), including arranging all necessary intermediate storage area(s) required thereof till the pipes are installed in permanent installation.
3.2.2.7 Carrying out inspection of OWNER supplied line pipes and pipe corrosion coating at
the time of receiving and taking-over. Carrying out all repairs, to pipe and pipe coating, including supply of all materials. All handling, lifting, stacking of coated/ bare pipes required during inspection.
3.2.2.8 Carrying out repairs (including supply of all materials) of line pipe and pipe coating
which will include repair of all defects/ damages occurring during transportation and / or handling after receiving and taking over.
3.2.2.9 Loading, unloading, handling, stacking, storing and transportation to workshop / work
site of all materials that may be used for the construction of pipeline system either supplied by OWNER at their designated stack yard/ dump site / store and / or by CONTRACTOR as the case may be.
3.2.2.10 ROU acquisition/ permission of laying the pipeline including permission for all
crossing i.e. rail, road, river, foreign hydrocarbon pipeline etc. shall be responsibility of Owner. However obtaining all necessary approvals and work permits from concerned local authorities and respective Owner’s having jurisdiction, as applicable for performing the work including shifting/ relocation and restoration of telephone/ electrical poles and underground pipes and other utilities etc. as required by local authorities and as directed by OWNER shall be responsibility of contractor.
3.2.2.10A Part of the ROU of pipeline is rocky. Blasting is not permissible. Contractor shall
deployed mechanical tools & tackles for rock breaking. 3.2.2.11 Stacking, clearing, grading, fencing of Right-of-Use (ROU) as required, trenching to
all depths in all types of soil including soft, hard rock, controlled rock by special techniques, chiseling or otherwise cutting etc. to a width to also accommodate the cable conduit as per relevant standards, drawings, specification etc. Transportation
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 17 of 153
of coated pipes to ROU along the route, stringing, aligning, bending, welding, NDT including radiography by X-ray and ultrasonic (if required), inspection, field weld joint coating including supply of all materials, protective coating of long radius bends including supply of materials as per specifications, sand padding, laying and lowering of the pipeline, back filling, slope breakers as required, carrying out rail, road, canal, utility and submerged minor and major water course crossings including installation of carrier pipe inside casing pipe at cased crossings wherever required, bank stablisation of water course crossings as required, crossing of river/ canal by conventional method and arranging all additional temporary land/ area required for construction purposes. Supply and installation of antibuoyancy measures viz. continuous concrete coating, saddle weights, extra cover etc. on pipeline as shown in approved drawings and as directed by OWNER, installation of supports wherever required, supply of select backfill material as required, clean-up, pigging, flushing, gauging, hydrostatic testing with the quantity of inhibitor as required, dewatering with the additive, at required dosage, swabbing, pre-commissioning and commissioning of complete pipeline system, including all associated works as per relevant specifications, standards and approved drawings.
3.2.2.12 Welding of all tie-in joints including tie-in joints and bends on either side of major river
crossings/ with adjoining pipeline installed by others/ other facilities as required, cutting of test header, rebevelling and tie-in with adjacent pipeline segments.
3.2.2.13 Field weld joint coating shall be by heat shrink sleeve/ other suitable material as per
specification enclosed with bid package compatible of pipe coating material. 3.2.2.14 Carrying out corrosion coating of Long Radius (LR) bends if any. Coating shall be
carried out by heat shrink sleeve (Raychem or equivalent) / other suitable material as per specification enclosed with bid package for field joint coating as mentioned in clause 3.2.2.13 above.
3.2.2.15 Installation of casing pipes (by open cut/ jacking/ boring) assembly, including supply
of all materials (excluding free issue material if any) viz. casing pipe, casing insulators and end seals, vents and drains etc. complete, at cased crossings as per the drawings/ specifications enclosed with bid package.
Cased crossings shall be installed at locations indicated in alignment sheets. The number of crossings indicated in alignment sheets is subject to change based on engineering, construction and statutory requirements or the requirements of the authority having jurisdiction over a utility crossing.
3.2.2.16 All works/ provisions including installation of slope breakers to be provided in the
trench in areas where slope is more than 1 in 10. 3.2.2.17 Sand/ soft soil padding around pipe wherever required in areas where trenching has
been done in rock including supply of sand/ soft soil. The thickness of sand/ soft soil padding at the bottom of pipe shall be 300mm in rocky areas.
3.2.2.18 Installation of all inline/ online instruments/ valves/ insulation joints/ appurtenances
etc. as per requirements of approved drawings.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 18 of 153
3.2.2.19 Crossings Major number of crossings to be encountered for this project are as under:-
i) National Highway Crossing – 2 Nos. ii) River Crossing – nil. approx. iii) Railway Crossing – 2 No. iv) Other Metal / Asphalt Road – 4 Nos. v) Nallah Crossing – 8 Nos. vi) Existing pipeline crossing by HDD method – 01
For all crossing, including above mentioned shall be crossed by heaviest wall
thickness carrier pipe among available pipes at site or as per approved drawings/ as decided by Engineer-in-charge.
3.2.2.19.1 Railway Crossings (If applicable as per SOR) The general arrangement drawings for railway crossings shall be approved by Indian
Railways and construction shall be carried out accordingly. These drawings shall be made available to the Contractor at appropriate time during the execution of the project. Pipeline at railway crossings shall be provided with a casing pipe. The casing pipe shall be at least three nominal pipe sizes larger than carrier and shall be installed by boring/ jacking. It should be noted that the extent of casing pipe generally specified by Railways, is 15.0m beyond centrelines of the outermost tracks on either side or 0.6 meter beyond the ROU limits of railways on either side, whichever is more. All railway crossings shall be cased crossings. The railway crossing shall comply with the requirements of API 1102 and Indian Railway regulations. The crossing angle shall be as close to 90° as possible.
3.2.2.19.2 Road Crossings
i) The method of crossing of roads such as open cut/ boring shall be firmed up
by Contractor in consultation with concerned authorities and Company. The Contractor shall also take due care to identify and take due precautions so as not to disturb or damage the utilities like cables, water lines and other structures.
ii) After laying the pipeline in a road crossing by open cut method, the Contractor shall completely restore the road to its original condition.
iii) While laying the pipeline in road crossings by open cut method the Contractor should ensure that the traffic is not stopped during the execution of work. This may be done by cutting half of the road at a time so as to enable the traffic to pass on the remaining half of the road. Alternatively, the Contractor can provide diversion roads to maintain the flow of traffic.
iv) The Contractor shall provide proper caution boards during day time and danger lights during night time when the cutting operation of the road is going on.
For cased crossings, the pipeline should be taken through the casing pipe which
should be at least 1.2 metres below the road top as specified or as per the
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 19 of 153
requirements of local authorities, whichever is higher. All national highway and state highway as indicated in relevant drawings/ alignment sheets/ or as directed by Engineer-in-charge shall be cased crossing.
3.2.2.19.3 Crossings of rivers/ streams/ canals by conventional method :
i) No damage should be caused to any irrigation sources, while laying the
pipeline through canal crossings. ii) The flood banks of the River/ Canal should be brought to the original
condition, if they are damaged by the laying of the pipeline. Stablisation of banks shall be carried out as per requirements of concerned authorities.
iii) In general the top of the pipeline shall be taken at least 2.5 metre below the scour level of river crossing, unless specified otherwise.
iv) The top of pipeline shall be at least 1.5m to 2.0m below the drain/ canal bed unless specified other wise.
v) Pre-construction survey, preparation of the detailed construction methodology/ plan and time etc. shall have to be finalised by Contractor in consultation with concerned authorities having jurisdiction over canals/ rivers. Company shall provide assistance by providing introductory letters.
vi) Pre-construction surveys, preparation of detailed construction method statement and calculations for Owner’s approval.
vii) Geo-technical investigations, if required. viii) Site preparation, arranging required land for setting up of string fabrication
yard and obtaining necessary permissions from concerned authorities. ix) Preparation of pipeline Launch way, continuous concrete coating of pipes,
repair of damages to corrosion and concrete coating, string preparation, field welding, NDT including radiography, pretest of completed strings, corrosion and concrete coating of field joints, trenching, laying at approved depth, stabilisation of banks, post installation hydro-test, capping, providing and installing of markers, etc.
x) The major canals with lining/ perennial canals need to be crossed by HDD/
boring method only. 3.2.2.19.4 Crossings by Horizontal Directional Drilling (HDD) Contractor shall cross the road/ canal etc. by HDD at locations as directed by Owner/
Consultant as per crossings survey drawing enclosed with tender. Before start of HDD, the contractor shall ascertain by pre-construction survey all underground obstacles namely electrical/ telecommunication cable, foreign pipeline, water line, drain/ sewerage line and prepare crossing profile drawings showing all elevations & levels. The contractor shall also ascertain, the type of soil & their terrain whether rocky or normal by way of trial pit etc. before start of job. The contractor shall submit procedure, profile drawing with complete design calculations of HDD as per requirement of ASME B31.4/ OISD norms and safety requirement that pipe is not under stress during and after crossing for Owner/ Consultant’s approval prior to start the execution of works.
Contractor shall determine the minimum allowable elastic bend radius for pipe from
the following considerations:
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 20 of 153
i) Maximum longitudinal stress during installation Total maximum longitudinal stress in the pipeline due to tension and bending
at any location shall not exceed 90% of the SMYS of the pipe material. Contractor shall in order to check this requirement evaluate the maximum
tensile forces to which the pipeline is subjected to at any phase of its installation during the pulling operation.
ii) Maximum equivalent stress during final hydrostatic test After installation the pipeline shall be hydrostatically tested (for 6 hours) at a
pressure stipulated in the Special Conditions of Contract. During hydrostatic testing the combined equivalent stress in the pipeline due to bending and test pressure shall not exceed 90% of the SMYS of pipe material.
iii) Maximum equivalent stress during service Permissible values of maximum equivalent stress during service shall be
governed by the requirements of ANSI B31.4 as applicable. The details of pipeline operating parameters are provided in the Special Conditions of Contract.
The minimum allowable radius of curvature for the pipeline shall be the highest value
of the minimum pipeline elastic radius as computed from the considerations outlined in clause no. i), ii) & iii) above after correction for drilling inaccuracies (or multiplication by the factor 1.85) whichever results in the highest permissible value of minimum elastic bend radius.
Contractor shall ensure all safety norms regarding distances from end point or from
bottom of crossing and also ensure that external coating of pipe is not damaged during pulling & handling of pipe for crossing. For field joint coating in pipeline string made for HDD, special type of heat shrink sleeve shall be used as per specification enclosed with the tender. For line pipe coating repair, special type of high shear strength repair patch material shall be used which characteristic shall be same or equivalent as original wrapround heat shrink sleeve used in pipeline string for HDD crossing.
The contractor shall ensure that no U/G existing utilities/ pipelines/ cables etc. are
damaged. It shall be responsibility of contractor to compensate any loss or damage to other agency if damaged while crossing. All statutory permission from concerned authority shall be arranged by Contractor before start of job. Contractor shall deploy only HPCL’s/ MECON approved HDD Agency and approval of agency shall be sought before deploying HDD agency.
3.2.2.20 Hydrostatic Testing, Dewatering, Swabbing and Drying of Pipeline
Contractor shall hydrotest the pipeline as per specification enclosed with tender. The test duration shall be minimum 24 hours. After successful completion of hydrostatic
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 21 of 153
testing of the pipeline, Contractor shall dewater the pipeline. The dewatering operation shall consist of at least two dewatering runs of four-cup bi-directional pigs propelled by compressed air. As a minimum, Contractor shall continue the dewatering operation until the volume of water removed by the last pig train is less than volume of 2 metres of full pipe length. After completion of dewatering operations, Contractor shall carry out swabbing of pipeline by running several pig trains consisting of high/ medium/ low density foam pigs propelled by compressed air through the pipeline. Prior to their launching, Contractor shall weigh the pigs. On arrival of the pigs at the receiving end they shall be re-weighed. The swabbing operation shall be repeated till the weight of the last received foam pig does not increase by more than 50% or 10 runs of foam pigs whichever is earlier. The pipeline/ section(s) of pipeline shall never be left empty (filled with air) after dewatering/ swabbing. Contractor shall take up dewatering and swabbing of pipeline after hydrotesting only when Contractor is ready for carrying out the drying operation immediately following pipeline swabbing. Till such time Contractor is ready to start drying of pipeline, the pipeline/ section(s) of pipeline after hydro testing shall be kept filled with inhibited water or the pipeline/ section(s) of pipeline shall not be dewatered. Preservation of pipeline using inhibited water from the time of completion of hydro testing till Contractor is ready for drying of pipeline shall be carried out by Contractor as part of his scope of work at no extra cost to Owner. After the results of swabbing operation has been accepted by Owner, nitrogen purging of line may be started for pre-commissioning activities as per specification.
3.2.2.20(A) Leak Detection
Contractor shall submit a detailed procedure for detection of anticipated/ probable leak which is likely to be found during hydro test. Such method of detection shall consume minimum possible time to complete the hydro test activity within contractual completion schedules. This procedure needs prior approval. For Major Leak/ Burst (attributable to Owner), which can be traced visually by re-excavation – rates for locating and rectification shall be paid as per item included in mainline SOR for each Leak/ Burst. For Minor suspected Leak (attributable to Owner) which can not be visually located and which requires sectionalising of pipeline or any other suitable means, rates of activities for leak detection shall be derived from rates of equipments and manpower available in the Contract. However for the pipe which needs to be replaced after the leak has been located, the payment will be made as per SOR item i.e. same as (b) above.
In case after sectionalisation / other method no leak is detected, for such
eventuality no payment will be made for efforts made for sectionalising/ other means.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 22 of 153
3.2.2.21 Hydrostatic Test Pressure The pipeline from shall be hydrostatically tested to a minimum test pressure of 1.4
times the design pressure of 49 kg/cm2 such that the highest point of the test section shall be subjected to the same but limited to 90% of SMYS of the pipe material.
3.2.2.22 All tie-in joints including tie-ins with existing facilities, if any. All tie-ins shall be welded tie-ins.
3.2.2.23 Markers Installation of all types of markers including all associated civil works. Any other work
not specifically mentioned above but required for making the entire pipeline system ready for operation.
3.2.2.24 Cathodic Protection System Cathodic Protection System is included in this tender’s scope, however for detail
refer Annexure-IV of Particular Job Specification. 3.2.2.25 Priorities The Contractor shall start the execution work for entire length of mainline
simultaneously and shall deploy adequate manpower, machinery, tool & tackles etc. accordingly. However, Owner may, at its sole option, assign priority of construction to either any spread or any section in spread of total pipeline length or to any part/ segment of the work. Contractor shall comply with such priority of execution and their deployment without any time and cost implication to the Owner.
3.2.2.26 Survey Pillars Owner has got the entire pipeline route surveyed and survey pillars have been
established along the pipeline centreline or the ROW centreline and along the pipeline route. However, the pipeline route survey had been carried out sometime back and when Contractor mobilise at site, some of the survey pillars may be missing from ground. It shall be Contractor's responsibility to re-establish all missing survey pillars based on the survey data furnished by the Owner. Such work shall be done at no extra cost or time to Owner.
3.2.2.27 Forest/ Plantation Areas Where the pipeline route passes through forest/ plantation areas, Contractor shall
clear only the minimum width required for laying the pipeline as per Owner approved procedure for pipeline construction. Number of trees/ plants to be felled down shall be restricted to a minimum. Re-plantation as per guideline / norms by Ministry of Environment & Forest.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 23 of 153
3.2.2.28 Restoration of ROU Clean-up and restoration of ROW and other conveniences like road, rail, canals,
cultivable land etc. to original conditions as per specification and drawings to the entire satisfaction of OWNER and/ or Authorities having jurisdiction over the same, including disposal of surplus construction materials to a location identified by CONTRACTOR approved by local authority without causing any disturbance to environment, locals and to the entire satisfaction of OWNER.
Upon restoration of ROU the Contractor shall furnish documentary evidence in
support of acceptance of the same duly signed by land Owner without any extra cost.
3.2.2.29 Preparation and submission of as built drawings, pipe books, documents,
photographs of major activities, and project records as per specification and instructions of the OWNER including furnishing of all Test Certificates/ Inspection Reports for all materials used for permanent installation in requisite numbers as mentioned elsewhere in this document.
3.2.2.30 Idle Time Preservation of the Pipeline - DELETED 3.2.2.31 ROW Clearing
During ROU clearing, the vegetation shall be cut off at ground level leaving the roots intact. Only stumps and roots directly over the trench shall be removed for pipeline installation.
3.2.2.32 Pre-commissioning and Commissioning Assistance 3.2.2.32.1 Drying and pre-commissioning including supply of all materials, consumables and
manpower of the complete pipeline system and terminal piping work. 3.2.2.32.2 Making the entire system ready for commissioning and providing assistance during
the complete duration of commissioning operations. 3.2.2.32.3 Completion of all mainline activities as detailed in SOR. 3.2.3 Terminals (Despatch & Receiving Terminal Station) 3.2.3.1 Piping Works
• Erection of all valves and equipments viz. Basket Filter, Pumps, scraper launcher/receiver, sump tank etc. as detailed in SOR.
• Supply of assorted pipe, fasteners, gaskets, fittings, flanges & utility piping & piping supports and other supply wherever specified as per SOR.
• Taking delivery of free issue materials from HPCL’s designated stores and its transportation to site.
• All fabrication, erection, testing and commissioning of piping above ground at all elevations and below ground at all depths including installation of scrapper
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 24 of 153
traps, pig handling system, all valves and valve actuators, insulating joints, pig signallers, flow tees, TSV and other fittings and associated piping works as per drawings and specifications.
All mechanical works of under ground and above ground, complete piping including fabrication, welding, all non destructive testing of welds repairs/ pretesting, hydrostatic testing, cleaning/ flushing, functional testing, cutting of mainline and bevelling (if required), excavation in all types of soil for installation of piping and pipe supports.
• Installation of all inline/ online instruments.
• Obtaining all necessary approvals and work permits from concerned local authorities having jurisdiction including hot work permit as applicable for performing the work.
• Carrying out welding including cutting, edge preparation (inclusive of grinding the edges on fittings, flange, etc. to match with the matching edges of different thickness wherever required, bending, pre-heating wherever required, NDT including radiography of gamma-ray and other non-destructive tests specified. NDT requirements for process and other piping shall be in accordance with relevant specifications enclosed with the tender document.
• Preparation of isometric drawings and final bill of material based on piping GAD supplied by MECON.
• Cleaning and servicing of all free issue materials including equipment, valves to make it suitable for installation.
• All utility and fire hydrant lines as detailed in SOR.
• Completion of all piping and mechanical works as detailed in SOR.
• Terminal station piping shall be hydrostatically tested to the test pressure in accordance with Specification for piping fabrication, erection. Test pressure shall be 1.4 times design pressure and minimum duration of test shall be six (6) hours. All ball and plug valves in the piping network being hydro tested shall be kept in the partially open position.
3.2.3.2 Equipment and Vessels Installation of scrapper launcher and receiver including pig handling system, Basket
Filters, TSVs & Pumps etc. along with other vessels as detailed in SOR. 3.2.3.2A Erection of Rotating Equipment (Main Pump & Booster Pumps)
Transportation of Rotating Equipments and accessories from Owner’s stores to site, assembly of sub-assemblies / parts, erection of Rotating Equipments on foundation, levelling, aligning and grouting, preparation of Rotating Equipments for trial runs, carrying out no load / trial runs, return of any unused material to the owners store sand hand over in fit condition for the start-up of the Plant, as per instructions of Engineer-in-charge. Defects due to Contractor’s fault noticed during trial runs shall be rectified by him. The detailed indicate in SOR estimated numbers, dimensions and weights of the
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 25 of 153
Rotating Equipments. The actual data dimensions and weights will be in the vendor data manuals. The term Rotating Equipments signifies all pumps, compressors, steam & gas turbines, diesel engine / steam turbine / gas turbine generator sets along with drivers accessories & auxiliary systems.
DRAWINGS, SPECIFICATIONS AND CODES: The following drawings will be provided by the Owner, which are to be followed for erection of each Rotating Equipment. i) General Arrangement drawings with outline dimensions including
foundation details. ii) Manufacturer's instruction manuals / erection drawings as available from
them.
ERECTION OF ROTATING EQUIPMENTS : - All Rotating Equipment erection shall be done by experienced fitters. For
this purpose the contractor shall employ experienced and suitably qualified erection supervisor and crew who have done similar jobs.
- The Rotating Equipment manufacturer's instructions as available regarding
installation and trail runs will be passed on to the Contractor during the course of work, The requirement prescribed therein shall be met in addition to what is stated in these specifications. Erection shall be carried out as per instructions of the Rotating Equipment manufacturer’s representative, whenever present at site. In all other cases instructions of the Engineer-in-charge, regarding procedure / sequence of erection shall be binding on the contractor.
- For all Rotating Equipment, the Contractor shall follow the proper
sequence for assembly and erection. Couplings of rotating equipment received along with driver in assembled condition, shall be dismantled by the Contractor, if required and alignment shall be rechecked. Realignment, if required, shall be done before recoupling.
- Where drivers and couplings are provided separately, drilling and tapping
of holes in the base plates for fixing drivers, fixing of coupling on shafts, after enlarging the pilot bores to the correct size with key way etc. and dowelling including provision of dowel pins bores to the similar arrangements for retaining the alignment shall be carried out by the Contractor as part of erection work. Shims & wedges as required for
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 26 of 153
alignment shall be supplied by the contractor. The contractor's quoted rates shall be deemed to be inclusive of these of works / supplies.
- All process and utility (such as cooling water, steam flushing, quenching,
lubricating oil, sealing etc.) connections connected with rotating equipment and its auxiliaries shall be fabricated and / or installed by the Contractor from materials supplied by the Owner as per drawings, specification and instructions of the Engineer-in-charge.
- All piping and accessories supplied with the rotating equipment such as
seal oil system cooling water system & Lube oil system etc. shall be tagged separately and kept in Contractor's stores till erection. All flanged connections and openings snail be kept blanked with dummies / plugs to prevent entry of foreign matter.
- All the instruments such as pressure gauges, sight glasses, temperature
recorders etc. including instrument panels, if any, with necessary connections, shall be installed by the Contractor as part of rotating equipment erection and no separate payment will be made.
- After initial alignment, the Rotating Equipment shall be properly grouted.
Grouting shall be carried out as per the specifications and instructions of Engineer-in-Charge. Wherever grout holes are provides in the base plates, grout shall be filled through them also.
- The special grouting materials used i.e. whether non-shrinking grout or
epoxy grout shall be as per the equipment manufacturer's specifications. - Unless otherwise specified by the equipment manufacturer, the grouting
material shall be non-shrinking grout of pre-mix type with a minimum compressive strength (28 day) of 40 N/mm2. The grout material shall be supplied and applied by the contractor and deemed to be included in the quoted rates in the Schedule of Rates (SOR).
- Where the equipment manufacturer recommends epoxy grout, the same
shall be supplied and applied by the contractor. Extra cost for the same shall be applicable as quoted by the contractor in the Schedule of Rates (SOR).
- After the piping has been connected, the alignment shall be re-checked by
the Contractor, to ensure that piping connections do not induce any undue stresses on the Rotating Equipments. After making necessary corrections on the piping, if any, re-alignment shall be done by the Contractor and he will ensure that no undue stresses are induced on the Rotating Equipment.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 27 of 153
SPECIAL INSTRUCTIONS - Contractor in addition to general instructions for erection as out lined in
para above, shall also follow the following special instructions.
Pumps Pumps shall be supplied for erection as follows : (a) Pumps with drivers and accessories fully assembled on a common
skid (Base plate). (b) Pumps mounted on base plate and couplings and driver supplied
loose in separate packings. (c) Various major components such as pump, drivers, couplings, gear
boxes & base plates in separate packings 3.2.3.3 Civil & Structural Works
Civil Works Civil works shall be carried out as per the scope detailed in particular scope of
work as detailed in Technical Input (Annexure-I) and SOR.
Structural Works Structural works shall be carried out as per the scope detailed in particular scope
of work as detailed in Technical Input (Annexure-I) and SOR. 3.2.3.4 Instrumentation Instrumentation works shall be carried out as per the scope of work as detailed in
Technical Input (Annexure-II) and SOR enclosed elsewhere with the tender. 3.2.3.5 Telecom
Telecom works shall be carried out as per the scope of work as detailed in Technical Input (Annexure-III) and SOR enclosed elsewhere with the tender.
3.2.3.6 Cathodic Protection System
Cathodic Protection System works shall be carried out as per the scope of work as detailed in Technical Input (Annexure-IV) and SOR enclosed elsewhere with the tender.
3.2.3.7 Fire Fighting System
Fire Fighting System works shall be carried out as per the scope of work as detailed in Technical Input (Annexure-V) and SOR enclosed elsewhere with the tender.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 28 of 153
3.2.3.8 Painting • Painting (including supply of all materials) of all equipment, piping, structural
steel elements for pipe supports, and all structural miscellaneous items as required and as directed by Company. Paint shall be suitable for highly corrosive environment as per specification providing total DFT of 345 minimum as per Specification No. 05/62/S/07A. Painting shall include primer and finish coats as per specifications. Prior to painting surface shall be sand blasted as per instruction of Engineer-in-charge.
• Wherever the gas charged piping network exists, the sand blasting may be
replaced by soft material such as copper grit blasting to avoid sparking. • For equipment, valves and other free issue items only one finish coat of final
paint will be provided. 3.2.3.9 Other Works • Obtaining all necessary approvals and work permits, as applicable, for
performing the work.
• Carrying out all additional surveys, test and collection of data not furnished by company but required for construction of facilities.
• Provision is to be kept in the terminal for installation of Permanent Cathodic System.
• Extension/ provision of the utilities at desired locations from the consumers battery limit; the utilities are firewater, instrument air, plant air, drinking water, service water and electrical power.
• Any other work not specifically listed herein but required for the construction of the terminals and making it ready for the operation.
4.0 SCOPE OF SUPPLY 4.1 Material to be supplied by Company as Free Issue 4.1.1 Linepipe (Bare/ Coated) Three Layer PE Coated line pipes as per details indicated in clause 1.2 Company
shall supply bare and externally corrosion coated line pipe with 3-Layer polyethylene coating.
Contractor shall receive and take over the pipes at designated place of issue from
coating supplier at their works. At the time of taking-over contractor shall perform inspection of pipes and pipe coating and record all defects noticed in the presence of Company’s Representative. Contractor shall repair all defects recorded at the time of taking-over of pipes, and shall be compensated as per rates set forth in the Schedule of Rates.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 29 of 153
Any repairs to 3-Layer Polyethylene coating shall be carried out by Contractor using suitable material compatible with parent coating system and meeting the requirements of coating system specified in specification for 3-layer polyethylene coating. The coating repair material and procedure for application shall be submitted to MECON for approval prior to start of construction.
4.1.2 All types of valves i.e. Ball, Globe, Gate, Plug & TSV , ARV and Check Valves
valves only Size 8’’ and above. Rest of the valve size 6‘’ and below are in contractor scope of supply.
4.1.3 Flow Control Valve 4.1.4 Turbine Flow Meter 4.1.5 Centrifugal Pumps 4.1.6 Basket Filters 4.1.7 Surge relief system 4.1.8 Density transmitter 4.1.9 Scrapper Launcher & Receiver 4.1.10 DG Set 4.1.11 Mechanical, Instrumentation, SCADA, Civil & Structural items as elaborated in
respective scope of supply and SOR enclosed elsewhere with the tender document. 4.2 Company storage point for issue of materials shall be from the Company’s store as
indicated below: Line pipe shall be issued at designated store of HPCL. Contractor has to lift, coated pipe from storage/ dumpyard located Bahadurgarh. However, other free issue materials as soon as reached at site, HPCL may directly hand over the same to contractor at site or shall hand over from its store / dump yard at Bahadurgarh and from nearby storage yard in the region. Contractor shall preserve the received material in good condition along with required documentation as per clause no. 4.3 mentioned below. Contractor shall also return materials after completion of work to HPCL’s designated store at above-mentioned location as directed by Owner/ Engineer-in-charge.
4.3 Conditions for issue of Company Supplied Material Contractor shall prepare and submit Material Issue Vouchers to enable stage wise issue
of materials. All materials shall be issued for incorporation in permanent works only and shall not be used for any temporary or ancillary works without the written consent of Engineer-in-charge. These materials shall be issued to the contractor from the Owner’s storage points. Contractor shall be responsible, at this own cost, for lifting of the materials from Owners issue points, measuring, weighing, loading, unloading, transportation and return of materials to designated storage points. Contractor shall also be responsible for constructing covered godowns with adequate supports and clearances
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 30 of 153
for safe storage of materials. Every month the contractor shall submit an account for all the materials issued by the
owner in the proforma prescribed by the Engineer-in-charge. On completion of the work, the contractor shall submit materials appropriation statement for all materials issued by Owner.
4.3.1 All materials issued by the COMPANY to the CONTRACTOR shall be preserved against
deterioration and corrosion. Any damages/losses suffered on account of poor or improper storage while under CONTRACTOR'S custody and non-compliance with the requirements stipulated herein shall be considered as losses suffered due to willful negligence on the part of the CONTRACTOR and he shall be liable to compensate the COMPANY, for the losses suffered, at penal rates as elaborated elsewhere in the bid document.
Various equipments/ materials intended for the installation will be received by
COMPANY in unpacked, skidded, crated, packed or loose condition and will be stored in the COMPANY warehouses & open yards. In general, material will be issued to the CONTRACTOR in "as-received" condition. It will be the CONTRACTOR'S responsibility to draw, load and transport all materials from COMPANY's designated place (s) of issue to the point of installation.
All materials supplied by the COMPANY shall be duly protected by the CONTRACTOR
at his own cost with appropriate preservative like primer/lacquer coating, grease etc, if required.
The Contractor shall be required to take Insurance Cover in terms of general conditions
of contract. 4.3.2 The CONTRACTOR shall check that valves, fittings and pipes are not subject to
corrosion from hydrostatic test liquid remaining saturated in the packings. Any such conditions when detected should be brought to the notice of the Engineer-in-charge and remedial measures taken as directed. Small and medium size pipe fittings shall be stored in rack to be constructed from this purpose in a covered godown. When large size pipe fittings are to be stored, these may be kept in the open on surfaced storage yards on proper wooden supports.
4.3.3 All machined surfaces shall be properly greased and shall be maintained and
protected from damages. 4.3.4 Openings of equipment, machinery, valves etc. shall be kept blocked/ covered with
blinds to prevent entry of foreign matter. 4.3.5 All valves, instruments, control valves, actuated valves, pressure gauges,
thermometers etc. supplied independently, as well as alongwith equipment and machinery shall be stored separately, inside the covered godown on racks.
4.3.6 As far as possible materials shall be transported to the erection site, just prior to their
actual erection and shall not be left laying around indefinitely. Instructions for the Engineer-in-charge shall be followed strictly in this regard.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 31 of 153
4.3.7 Repairs of Pipe Defects Immediately prior to aligning pipe for welding, the bevelled ends of each joint of pipe
and the area immediately adjacent thereto (at least 25 mm from the edge on the inside and outside of the pipe) shall be thoroughly cleaned of paint, rust mill scale, dirt or other foreign matter by use of power driven wire buffing wheels, disc sanders, or by other method approved by COMPANY. This shall be done at no extra cost.
All damaged ends of pipe that are bent, cut or otherwise mutilated such that, in the
opinion of the COMPANY, faulty alignment or unacceptable welding would result, shall be repaired or cut-off and rebevelled to the correct angle with a bevelling machine of a type approved by COMPANY. No compensation shall be allowed by reason of such re-cutting or bevelling, except when required because of the original bevel being damaged before the pipe is "taken over" by CONTRACTOR.
Dents in bevels with a depth of less than 1 mm shall be removed by CONTRACTOR
during cleaning and grinding, ahead of the welding in the field. No compensation shall be paid to Contract or on this account.
CONTRACTOR shall rebevel dented bevel ends with a depth of dent between 1 and
3 mm. Dents over 3 mm depth shall be repaired by cutting and rebevelling. The CONTRACTOR shall be entitled for extra compensation only for cutting and rebevelling of defects recorded at the time of taking delivery as per the rate set forth in the "Schedule of Rates".
4.4 Material to be Supplied by Contractor The procurement and supply, in sequence and at the appropriate time, of all
materials and consumables required for completion of the work as defined in this Bid document except the materials specifically listed under para 4.1 above, shall be entirely the CONTRACTOR'S responsibility and item rates quoted for the execution of the CONTRACT shall be inclusive of supply of all these materials. The material to be supplied by the Contractor shall be as per specification and preferred make as indicated in Appendix-I or duly approved / recommended for use by HPCL/ MECON. The materials will be, but not by way of limitations, as follows:-
4.4.1 Mainline 4.4.1.1 Field joint coating material for 3 layer PE coated pipes comprising of heat
shrinkable wrap around sleeves (HTLP 80 or equivalent) complete with adhesive/ other suitable material compatible with pipe coating material. Special sleeve for HDD string as per specification. The cutback length shall be 120 + 25(-0)mm.
4.4.1.2 Coating repair material compatible and suitable for 3 layer PE coated line pipe comprising of repair patches complete with adhesive.
4.4.1.3 All materials for all types of pipeline markers including cement, sand, reinforcements,
structural steel etc.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 32 of 153
4.4.1.4 All materials required for continuous concrete coating/ saddle weights for providing negative buoyancy to the pipeline wherever required.
4.4.1.5 Supply of nitrogen and other consumables, tools and tackles required for venting,
predrying, purging and filling of mainline. 4.4.1.6 Supply of bare casing pipe including all other material like casing insulators, end
seals, vent & drain assembly etc. for cased crossing if required as indicated in SOR.
4.4.1.7 All other items/ materials as may be required for completion of contractual scope
of work and not covered under material to be supplied by company as free issue material at 4.1.
4.4.1.8 Supply of Long Radius Bends in Contractor scope as detailed in SOR. However,
bare pipe shall be free issue. 4.4.2 Terminals 4.4.2.1 Piping, Equipment & Vessels
a) Piping material assorted pipe, flanges, and fittings in Contractor’s scope as
detailed in SOR. Contractor shall supply complete material for utility lines indicated in SOR.
b) Studs, nuts, washers, U bolts, clamps, clips, pipe supports, gaskets for piping works.
c) Shims, wedges and packing plates (machined wherever required). d) Galvanized steel piping of all sizes for instrument air/ service air. e) Fire fighting system as indicated in SOR. f) Painting material All other items/ materials as may be required for completion of contractual scope of work and in SOR but not covered under material to be supplied by company as free issue material at 4.1.
4.4.2.2 Civil & Structural
All materials as elaborated in respective SOR and scope of work enclosed as Annexure-I elsewhere with the tender.
4.4.2.3 Instrumentation All instrumentation item as per particular SOR and scope of work for
instrumentation item Annexure-II SOR in Contractor’s scope of supply. 4.4.2.4 Telecom All telecom item as per particular SOR and scope of work for instrumentation item
Annexure-III SOR in Contractor’s scope of supply.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 33 of 153
4.4.2.5 All painting materials. Paint shall be suitable for highly corrosive environment. 4.4.2.6 Detailed list of items to be procured and supplied by contractor for mainline &
terminal shall be as indicated below:-
i) Joint Coating Sleeves ii) LR Bends (Pipe by Client) iii) Insulating Joints iv) Flow tees v) TSVs vi) U/G sump tanks, sump pumps 4 nos. vii) Strainer viii) Coating Repair Material ix) C P system (TCP & PCP) x) Corrosion inhibitor dosing system tank, pumps set and associated items. xi) Fire Fighting System xii) Air Conditioners xiii) Special Sleeves for HDD Strings xiv) Assorted Pipe xv) Flanges xvi) Fittings xvii) ‘T’ Type Strainer xviii) Control Panel & Field Mounted Instruments xix) SCADA xx) Instrumentation Items xxi) Any other item required to complete the job/ as indicated in SOR.
4.4.3 General 4.4.3.1 All consumables for welding such as oxygen, acetylene, inert gases and all types
of electrodes suitable for pipes of grades as specified in the specification, low hydrogen electrodes, filler wire, solder wire, brazing rods, flux etc. for welding / cutting and soldering purpose.
4.4.3.2 Equipment like hydrostatic pump etc., water and corrosion inhibitor for water used
for hydrostatic testing including all pipes, fittings and equipment, metallic blinds, temporary gaskets as required for filling, pressurising and dewatering in connection with hydrostatic testing completion.
4.4.3.3 All pigs for cleaning, gauging, filling, dewatering and swabbing of pipeline. 4.4.3.4 All pipes, fittings and equipment metallic blinds temporary gaskets as required for
filling, pressuring and dewatering in connection with hydrostatic testing completion.
4.4.3.5 All consumables for welding of structural steel. 4.4.3.6 Materials and equipment required for all types of test such as radiography,
magnetic particle and dye penetrant examination.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 34 of 153
4.4.3.7 All safety tools/tackles, devices / apparatus / equipment etc. including ladders and scaffoldings etc. complete as required.
4.4.3.8 Supply of nitrogen and other consumables, tools and tackles required for venting,
predrying, purging and filling of station piping. 4.4.3.9 Any other material not specifically listed herein, but required for the execution of
the work. 4.4.3.10 List of materials required to be supplied and quantities indicated in SOR is tentative.
These quantities can vary during execution to any extent and the same unit rate shall be applicable for payment. Final quantities will be based on the drawing issued to the contractor for construction. Quantities covered in SOR are for as erected quantities. Bidder will procure additional materials as required to cover cutting, scraps, wastages and damages during erection, testing and commissioning. For these extra quantities no additional payment will be made.
5.0 DOCUMENTS, SPECIFICATION, STANDARDS AND DRAWINGS 5.1 Owner shall furnish piping and Instrumentation diagrams (P & I D), preliminary plot
plan for the construction of Terminal alongwith the tender. Owner shall also supply design & engineering drawings and construction drawings including general arrangement drawings for piping, electrical, mechanical & instrumentation systems and other related/ required systems, at appropriate times and as requisitioned by contractor in his time schedule.
5.2 Contractor shall prepare isometric drawings & bill of materials and submit the same
for Owner/ Consultant’s approval/ record.
Contractor shall prepare drawing for utilities line as required as per SOR and submit the same for Owner/ Consultant’s approval/ record.
5.3 No construction small or big shall be carried out without proper construction drawings
duly approved by Owner's Engineers at Delhi or site office or Owner's representative duly authorised to do so.
For Mainline route survey alignment sheets and crossing survey details shall be
furnished alongwith bid by Owner. However, detail crossing drawings with crossing methodology shall be submitted by Contractor for prior approval. Any additional survey and data required to complete above shall be done by Contractor without any extra cost.
5.4 After Completion of construction & commissioning of Terminal, Contractor shall
incorporate all the correction in drawings, prepare and issue the drawings "as-built drawings" as listed below to Owner as final submission of drawings. For Mainline pipeline alignment sheet, all X-ing details, all CP drawings, pipe book etc. and for Terminals P&ID, layout drg., piping GAD, Isometric, all electrical & instrumentation drg., all civil drawings. For final submission only 4 sets of documents plus the original transparencies shall be handed over by Contractor. Any construction done by Contractor without duly approved drawings shall be wholly at his risk and cost.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 35 of 153
Contractor shall also submit soft copy of pipe book in excel alongwith hard copy. Soft copy of all as-built drawings shall be also submitted in AutoCAD. Video graphy/ photograph of all major activities/ milestone achieved shall also be arranged and submitted by the Contractor. For details of documentation to be submitted for mainline and terminal refer enclosed specification for documentation for pipeline construction Specification NO. MEC/S/05/62/09R enclosed elsewhere with the tender.
5.5 Specifications The work shall be carried out by CONTRACTOR strictly in accordance with the
following specifications enclosed in Volume II of this document: -
VOLUME-II OF IV
1. Specification for Mainline Construction (Onshore) MEC/S/05/21/01
2. Specification for Welding of Onshore Gas Pipelines
MEC/S/05/21/02
3. Specification for Hydrostatic Testing of Onshore Pipeline
MEC/S/05/21/03
4. Specification for Major Water Crossings (Conventional)
MEC/S/05/21/04
5. Specification for Pipeline Crossing Roads, Railroads, Minor Water and Other Crossings
MEC/S/05/21/05
6. Specification for Piping Fabrication and Erection MEC/S/05/21/06
7. Specification for Shop and Field Painting MEC/S/05/21/07
8. Specification for Repair of Pipeline Corrosion Coating
MEC/S/05/21/08
9. Specification for Pipeline Markers MEC/S/05/21/10
10. Specification for Flushing and Testing of Piping Systems
MEC/S/05/21/11
11. Specification for Casing Insulators and End Seals MEC/S/05/62/12
12. Specification for Field Joint Coating (Onshore Pipelines)
MEC/S/05/21/13
13. Specification for Vents, Drains and Wells MEC/S/05/21/15
14. Specification for Temporary Cathodic Protection System
MEC/S/05/21/016A
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 36 of 153
15. Specification for Permanent Cathodic Protection System
MEC/S/05/21/016B
16. Specification for Corrosion Survey MEC/TS/05/21/016C
17. Specification for Gaskets, Bolts and Nuts MEC/S/05/21/19
18. Specification for Sump Tank MEC/S/05/21/21A
19. Specification for Centrifugal Pump MEC/S/05/21/24A
20. Specification for Reciprocating Pump (Metering) MEC/S/05/21/24B
21. Specification for Piping Material Specification MEC/23LK/05/21/M/000/1092
22. Specification for Pre-Commissioning and Commissioning
MEC/S/05/21/61
23. Specification for Health, Safety and Environment Management (HSE)
MEC/S/05/21/65
24. Specification for Quality Assurance System Requirements
MEC/S/05/62/66
25. Specification for Documentation for Pipeline Construction
MEC/S/05/21/69
26. Specification for Caliper Pigging MEC/S/05/62/70
27. Specification for Field Joint Coatings of Pipeline for HDD Crossing
MEC/S/05/21/74
28. Specification for Pipeline Crossings Using HDD Method
MEC/S/05/21/75
29. Specification for Long Radius Bends MEC/TS/05/62/015, R-1
30. Specification for Seamless Fittings and Flanges [Size up to DN 400mm (16") NB]
MEC/S/05/21/025
31. Specification for Assorted Pipes MEC/TS/05/62/059A
32. Specification for Ball Valves MEC/TS/05/21/002
33. Specification for Plug Valves (NB>2) MEC/TS/05/62/003, Rev-2
34. Technical Notes for Gate & Globe Valves -
35. Specification for Insulating Joints MEC/TS/05/21/009
36. Specification for Y / T Type Strainer MEC/TS/05/21/010
37. Fire Alarm System MEC/TS/05/21/081H
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 37 of 153
38. Medium Velocity Water Spray System MEC/TS/05/21/081K
39. Deluge Valve MEC/TS/05/21/081F/B
40. Landing Valve MEC/TS/05/21/081E
41. Water Monitor MEC/TS/05/21/081C/A
42. Hose Cabinet MEC/TS/05/21/081O
43. Hose Pipe MEC/TS/05/21/081C/B
44. DCP Type Portable Extinguisher MEC/TS/05/21/081D/A
45. CO2 Type Portable Extinguisher MEC/TS/05/21/081D/B
46. Fire Bucket MEC/TS/05/21/081D/D
47. Fire Man’s Axe MEC/TS/05/21/081C/C
48. Gas Flooding System MEC/TS/05/21/081L
49. First Aid Hose Reel MEC/TS/05/21/081P
50. Stand Post Type Fire Hydrant MEC/TS/05/21/081N
VOLUME-III
1. Technical Specification for Civil & Architectural Works
2. Technical Specification for Structural Works
3. Specification for Installation of Instruments MEC/S/05/26/01
4. Specification for Instrument Tubing MEC/S/05/26/02
5. Specification for Inlet Outlet Sections & FS MEC/S/05/26/03
6. Specification for Instrument Tube Fittings MEC/S/05/26/04
7. Specification for Instrument Valves and Manifolds MEC/S/05/26/05
8. Specification for Junction Boxes and Cable Glands MEC/S/05/26/06
9. Specification for Signal Cable MEC/S/05/26/07
10. General Technical Specification for Instrumentation MEC/S/05/26/08
11. Specification for Cabling MEC/S/05/26/21
12. Specification for Earthing MEC/S/05/26/23A
13. Specification for Optical Fiber Cable & HDPE Duct Laying and Associated Work
MEC/S/05/E5/T/001
14. Specification / Procedure for Optical Fiber Cable Testing MEC/S/05/E5/T/002
15. Technical Specification for Optical Fiber Cable & Accessories MEC/TS/05/E5/T/096
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 38 of 153
16. Technical Specification PLE HDPE Telecom Duct and Accessories
MEC/TS/05/E5/T/037
17. Technical Specification of Warning Mats for OFC & Telecommunication HDPE Duct
MEC/TS/05/E5/T/042
Drawings 5.6 The following drawings are included in Vol-IV of the bid package for BIDDER’s reference
purpose only; Bidders are advised to go through these drawings and also visit the site before submitting their bids. The Contractor shall develop the drawings for all crossings and detour of pipeline alignment.
VOLUME-IV
I. Mechanical Drawings
1. Schematic Route Diagram MEC/23LK/05/21/M/000/1021 2. P&I Diagram for Bahadurgarh Despatch MEC/23LK/05/21/M/001/1001, Station Suction Manifold (Sheet 1 of 7) 3. P&I Diagram for Bahadurgarh Despatch MEC/23LK/05/21/M/002/1001, Station Booster Pumps (ULSHSD / SKO) (Sheet 2 of 7) 4. P&I Diagram for Bahadurgarh Despatch MEC/23LK/05/21/M/003/1001, Station Main Line Pumps (ULSHSD / SKO) (Sheet 3 of 7) 5. P&I Diagram for Bahadurgarh Despatch MEC/23LK/05/21/M/004/1001, Station Booster Pumps (ULMS) (Sheet 4 of 7) 6. P&I Diagram for Bahadurgarh Despatch MEC/23LK/05/21/M/005/1001, Station Main Line Pumps (ULMS) (Sheet 5 of 7) 7. P&I Diagram for Tikrikalan Receipt MEC/23LK/05/21/M/006/1001, Station (Filtration) (Sheet 6 of 7) 8. P&I Diagram for Tikrikalan Receipt MEC/23LK/05/21/M/007/1001, Station (Metering and Sump Tank) (Sheet 7 of 7) 9. Overall Plot Plan for Tap-off, suction manifold & MEC/23LK/05/21/M/001/1011 Despatch Terminal at Bahadurgarh 10. Plot Plan for dispatch Terminal at Bahadurgarh MEC/23LK/05/21/M/002/1012 11. Plot Plan for Receiving Terminal at Tikrikalan MEC/23LK/05/21/M/004/1013 12. Detail of Trench Dimension & Backfilling for U/G P/L MEC/23LK/05/21/M/000/1029 13 Drawing of ‘T’ Type Strainer MEC/23LK/05/21/M/001/2010 14. Drawing of Sump Tank MEC/23LK/05/21/M/000/VS-001
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 39 of 153
15. Alignment Sheets (Tikrikalan Spur Line) SECTION: BAHADURGARH TO TIKRIKALAN Chainage 0/000.00 KM TO 1/750.00 KM HPCL/MDPL/TSL/ALN-01 16. Alignment Sheets (Tikrikalan Spur Line) Chainage 1/750.00 KM TO 3/500.00 KM HPCL/MDPL/TSL/ALN-02 17. Alignment Sheets (Tikrikalan Spur Line) Chainage 3/500.00 KM TO 5/250.00 KM HPCL/MDPL/TSL/ALN-03 18. Alignment Sheets (Tikrikalan Spur Line) Chainage 5/250.00 KM TO 7/000.00 KM HPCL/MDPL/TSL/ALN-04 19. Alignment Sheets (Tikrikalan Spur Line) Chainage 7/000.00 KM TO 8/750.00 KM HPCL/MDPL/TSL/ALN-05 20. Alignment Sheets (Tikrikalan Spur Line) Chainage 8/750.00 KM TO 10/500.00KM HPCL/MDPL/TSL/ALN-06 21. Alignment Sheets (Tikrikalan Spur Line) Chainage 10/500.00KM TO 11/858.84 KM HPCL/MDPL/TSL/ALN-07 22. Crossing Sheets (Tikrikalan Spur Line) a) B.G. Northern Railway Main Line Crossing HPCL/MDPL/TSL/CS-01 b) Asphalted Road Crossing HPCL/MDPL/TSL/CS-02 c) Mud Road Crossing HPCL/MDPL/TSL/CS-03 d) Drain Crossing HPCL/MDPL/TSL/CS-04 e) Asphalted Road Crossing HPCL/MDPL/TSL/CS-05 f) Drain Crossing HPCL/MDPL/TSL/CS-06 g) Major District Road- 138 Crossing HPCL/MDPL/TSL/CS-07 h) Asphalted Road Crossing HPCL/MDPL/TSL/CS-08 i) Mumgashpur Drain Crossing HPCL/MDPL/TSL/CS-09 j) Mud Road Crossing HPCL/MDPL/TSL/CS-10 k) B.G. Northern Railway Main Line Crossing HPCL/MDPL/TSL/CS-11 h) Asphalted Road Crossing HPCL/MDPL/TSL/CS-08 23. Route Map HPCL/MDPL/TSL/RM-01 24. Resistivity Report To be collected from MECON, Delhi office II. Civil/ Structural Drawings
1. Standard Details of Septic Tank & Soak Septic Tank and Soak Pit
MEC/05/011/STD/01 (3 Sheets)
2. Main Pump House at Despatch Terminal Bahadurgarh
MEC/23LK/05/12/S/00/1066
3. Booster Pump House at Despatch Terminal Bahadurgarh
MEC/23LK/05/12/S/00/1067
4. Typical Details of Chain link Fencing & Gate MEC/23LK/05/12/S/00/1070 5. Dosing Shed at Despatch Terminal
Bahadurgarh MEC/23LK/05/12/S/100/1069
6. Car Parking Shed at Receiving Terminal Tikrikalan (Plan of columns, cross-section & elevation).
MEC/23LK/05/12/S/004/1068
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 40 of 153
III Architectural Drawings
1. MCC Room Building at Despatch Terminal MEC/23LK/05/48/001 2. Control Room Building for Receiving Terminal
at Tikrikalan MEC/23LK/05/48/002
3. New Control Room Building for Despatch Terminal at Bahadurgarh
MEC/23LK/05/48/003
4. Electrical Room Building at Tikrikalan MEC/23LK/05/48/004 5. Extension of Existing Control Room Building for
Despatch Terminal at Bahadurgarh MEC/23LK/05/48/005
6. Sub Station at Despatch Terminal at Bahadurgarh MEC/23LK/05/48/006 IV Fire Fighting Drawing
1. Layout of Fire Water System for Despatch Terminal at Bahadurgarh
MEC/23LK/05/21/M/FF/001
2. Layout of Fire Water System for Receiving Terminal at Tikrikalan
MEC/23LK/05/21/M/FF/002
3. Installation Details Fire Water Hydrant MEC/23LK/05/21/M/FF/003 4. Installation Details of Water Cum Foam Monitor MEC/23LK/05/21/M/FF/004
V. Telecommunications Drawings
1. Standard Sketch for OFC laying (OFC through
HDPE) (Normal Terrain)
MEC/05/E5/T/002
2. Standard Sketch for OFC laying (OFC through
HDPE) (Rocky Terrain)
MEC/05/E5/T/002A
3. Standard Sketch for OFC laying (Common
Warning Mat) (Normal Terrain)
MEC/05/E5/T/002-WM
4. Standard Drawing OFC Laying (Separate Trench) (OFC through HDPE)
MEC/05/E5/T/005
5. OFC Laying (Cased Crossing) (One HDPE Duct) MEC/05/E5/T/008
6. Standard Sketch OFC Joining Pit / Blowing Pit MEC/05/E5/T/009 7. OFC Joint Marker MEC/05/E5/T/010
VI. Instrumentation Drawings:
1 INSTALLATION DIAGRAM FOR PRESSURE TRANSMITTER.
MEC/05/E5/SD/PT/001
2 MOUNTING DETAILS FOR RTD ON THERMOWELLS.
MEC/05/E5/SD/RTD/002
3 INSTALLATION DIAGRAM FOR DIFERENTIAL PRESSURE GAUGE.
MEC/05/E5/SD/DPG/003
4 INSTALLATION DIAGRAM FOR PRESSURE GUAGE.
MEC/05/E5/SD/PG/004
5 INSTALLATION DIAGRAM FOR TEMPERATURE GUAGE & RTD.
MEC/05/E5/SD/TG-RTD/005
6 MOUNTING DETAILS FOR THERMOWELLS (RTD). MEC/05/E5/SD/RTD-TW/006
7 MOUNTING DETAILS FOR THERMOWELLS (T G). MEC/05/E5/SD/TG-TW/007
8 SCHEMATIC DIAGRAM FOR SKIN TEMPERATURE MEASUREMENT SYSTEM
MEC/05/E5/SD/SF-RTD/008
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 41 of 153
9 SUPPORT DETAILS FOR JUNCTION BOXES. MEC/05/E5/SD/JB/009
10. INSTRUMENT SUPPORT SINGLE INSTRUMENT MEC/05/E5/SD/IS/010A (Sheet-1 to 3)
11. INSTRUMENT SUPPORT TWO INSTRUMENT MEC/05/E5/SD/IS/010B (Sheet-1 to 3)
12. FABRICATED CANOPY FOR INSTRUMENTS. MEC/05/E5/SD/CY/011
13. PERFORATED TRAY SUPPORTS & CABLES CLAMPING DETAILS
MEC/05/E5/SD/CB-LY/012
VII. Cathodic Protection Works - Standard Drawings
1. PREPACKED ZINC ANODE MEC/SD/05/21/16/01 2. MAGNESIUM RIBBON ANODE FOR GROUNDING MEC/SD/05/21/16/03 3. DETAILS OF TEST STATION FOR TCP MEC/SD/05/21/16/04 4. TEST STATION CONNECTION SCHEMES MEC/SD/05/21/16/05 5. ZINC RIBBON ANODE FOR CASED CROSSINGS
WITH COATED CASINGS MEC/SD/05/21/16/07
6. PIPELINE GROUNDING THROUGH POLARISATION CELL AND GALVANIC ANODES
MEC/SD/05/21/16/08
7. DETAILS OF ZINC GROUNDING CELL MEC/SD/05/21/16/09 8. PERMANENT COPPER – COPPER SULPHATE
REFERENCE CELL & INSTALLATION DETAILS MEC/SD/05/21/16/10
9. SHALLOW ANODE GROUND BED (PCP) MEC/SD/05/21/16/11 10. ANODE LEAD JUNCTION BOX MEC/SD/05/21/16/12 11. CASING PIPE DETAILS MEC/SD/05/21/16/13 12. TEST STATION FOR POLARIZATION CELL MEC/SD/05/21/16/14 13. DETAILS OF THERMIT WELD FOR CABLE TO PIPE
JOINT MEC/SD/05/21/16/18
14. EARTH ELECTRODE IN TEST PIT MEC/SD/05/E9/02/01 5.7 Drawing and Documents 5.7.1 The drawings accompanying the Bid document are indicative of scope of work and
issued for tendering / bidding purpose only. These drawings indicate the general scheme as well as the layout to enable the contractor to make an offer in line with the requirements of the owner. Final construction shall be done as per approved construction drawings issued by COMPANY.
5.7.2 "Approved for Construction" drawings will be furnished to the contractor progressively
based on construction progress achieved by Contractor. No extra claims whatsoever shall be entertained for any variation between Bid Drawings and Approved for Construction Drawing.
6.0 RESOURCES FACILITIES 6.1 Recruitment of Personnel by Contractor The Contractor shall not recruit personnel of any category from among those who
are already employed by the other agencies working at the sites but shall make maximum use of local labour available.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 42 of 153
6.2 Construction Water and Power Supply No water and power will be provided by the owner. It should be the responsibilities
of the contractor to arrange water and power at his own cost. 6.3 Land for Residential Accommodation Owner shall not provide any land for residential accommodation of contractors staff
and labour. 7.0 PROJECT SCHEDULING & MONITORING The following schedules/documents/reports shall be prepared and submitted by the
Bidder/Contractor for review/approval at various stages of the contract. 7.1 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, from the date of issue of telex/telegram/letter/Fax of Intent.
The Bidder is required to submit a Project Time Schedule in Bar Chart Form,
alongwith the Bid. The Schedule shall cover all aspects like sub-ordering, manufacturing and delivery, indicated in the Bid Document. The Owner interface activities shall be clearly identified with their latest required dates. Owner reserves the right to disqualify the Bidder if the above Schedule submitted by the Bidder is not in line with the over all Project requirement.
b) Scheduling & Monitoring System The Bidders should describe their system of Project Scheduling and
monitoring, the extent of computerization, level of detailing, tracing methodology etc. with the name of computer package and sample outputs.
7.2 After the Award of Contract a) Overall Project Schedule The Contractor shall submit within 1 week of Fax of Intent, a sufficiently
detailed over all Project Schedule in the activity network form, clearly indicating the major milestones, interrelationship/ interdependence between various activities together with analysis of critical path and floats.
The network will be reviewed and approved by Engineer- in-Charge and the
comments if any shall be incorporated in the network before issuing the same for implementation. The network thus finalised shall form part of the contract document and the same shall not be revised without the prior permission from Engineer-in- Charge during the entire period of contract.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 43 of 153
b) Progress Measurement Methodology The contractor is required to submit within 1 week of award of WORK, the
methodology of progress measurement of sub-ordering, manufacturing/ delivery, sub- contracting construction and commissioning works and the basis of computation of overall services/physical progress informed. Owner reserves the right to modify the methodology in part or in full.
c) Functional Schedules The contractor should prepare detailed functional schedules in line with
network for functional monitoring and control and submit scheduled progress covers for each function viz. ordering, delivery and construction.
7.3 Project Review Meetings
The Contractor shall present the programme and status at various review meetings as required. a) Weekly Review Meeting
Level of : Contractor’s/Consultant’s RCM/ Participation Site Incharge & Job Engineers. Agenda : a) Weekly programme v/s actual
achieved in the past week & programme for next week.
b) Remedial Actions and hold up analysis.
c) Client query/ approval. Venue : Site Office
b) Monthly Review Meeting
Level of : Senior Officers of HPCL/MECON and Participation Contractors. Agenda : a) Progress Status/ Statistics
b) Completion Outlook c) Major hold ups/slippages d) Assistance required
e) Critical issues f) Client query/ approval
Venue : HPCL/MECON Office/ Site at the discretion of
Owner/ MECON
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 44 of 153
7.4 Progress Reporting Proforma
A) Monthly Progress Report This report shall be submitted on a monthly basis within 10(ten) calendar
days from cut-off date, as agreed upon covering overall scenarios of the work. The report shall include, but not limited to the following :
a) Brief Introduction of the work. b) Activities executed/ achievements during the month. c) Schedule versus actual percentage progress and progress curves
for Detail Engg. Sub-ordering, Manufacturing/ Delivery, Sub-contracting, Construction, Commissioning and Overall and quantum wise status & purchase orders against schedule.
d) Area of concern/ problem/ hold-ups, impacts and action plans. e) Resources deployment status. f) Annexures giving status summary for drawings, MRs, deliveries,
sub-contracting and construction. g) Procurement status for items to be supplied by Contractor.
B) Weekly Reports
The report will be prepared and submitted by the Contractor on weekly basis and will cover following items : a) Activities programmed and completed during the week. b) Resource deployed men and machines. c) Quantities achieved against target in construction d) Record of Mandays lost. e) Construction percentage progress schedule and actual.
C) Daily Repots
a) Activity programme for the day b) Progress of the previous day and commutative progress. c) Manpower & machinery deployed.
7.5 Progress Reports 7.5.1 CONTRACTOR shall make every effort to keep the OWNER adequately informed as
to the progress of the WORK throughtout the CONTRACT period. CONTRACTOR shall keep the OWNER informed well in advance of the construction
schedule so as to permit the OWNER to arrange for requisite inspection to be carried out in such a manner as to minimize interference with progress of WORK. It is imperative that close coordination be maintained with the OWNER during all phases of WORK.
7.5.2 By the 10th (tenth) of each month, CONTRACTOR shall furnish the OWNER a
detailed report covering the progress as of the last day of the previous month. These reports will indicate actual and scheduled percentage of completion of construction
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 45 of 153
as well as general comments of interest or the progress of various phases of the WORK. The frequency of progress reporting by the CONTRACTOR shall be weekly.
7.5.3 Once a week, CONTRACTOR shall submit a summary of the WORK accomplished
during the preceding week in form of percentage completion of the various phases of the WORK, to the OWNER.
7.5.4 Progress reports shall be supplied by CONTRACTOR with documents such as chart,
networks, photographs, test certificate etc. Such progress reports shall be in the form and size as may be required by the OWNER and shall be submitted in at least 3 (three) copies.
7.5.5 Contractor shall prepare daily progress report (DPR) in the desired format and
submit it to Engineer-in-charge alongwith schedule of next day to Engineer-in-charge.
8.0 CONSTRUCTION OWNER reserves the right to inspect all phases of CONTRACTOR's operations to
ensure conformity to the SPECIFICATIONS. Owner will have Engineers, Inspectors or other duly authorised representatives, made known to the CONTRCTOR present during progress of the WORK and such representatives shall have free access to the WORK at all times. The presence or absence of a OWNER's representative does not relieve the CONTRACTOR of the responsibility for quality control in all phases of the WORK. In the event that any of the WORK being done by the CONTRACTOR or any SUB-CONTRACTOR is found by OWNER's representatives to be unsatisfactory or not in accordance with the DRAWINGS, procedures and SPECIFICATIONS, the CONTRACTOR shall, upon verbal notice of such, revise the work in a manner to conform to the relevant DRAWINGS, procedures and SPECIFICATIONS.
8.1 Rules & Regulations CONTRACTOR shall observe in addition to Codes specified in respective
specification, all National and Local Laws, Ordinances, Rules and Regulations and requirements pertaining to the WORK and shall be responsible for extra costs arising from violations of the same.
8.2 Procedures Various procedures and method statements to be adopted by CONTRACTOR
during the construction as required in the respective specifications shall be submitted to OWNER in due time for APPROVAL. No such construction activity shall commence unless approved by OWNER in writing.
8.3 Field Inspection CONTRACTOR shall have at all times during the performance of the WORK, a
Competent Superintendent on the premises. Any instruction given to such superintendent shall be construed as having been given to the CONTRACTOR.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 46 of 153
8.4 Erection and Installation The CONTRACTOR shall carry out required supervision and inspection
as per quality Assurance plan and furnish all assistance required by the OWNER in carrying out inspection work during this phase. The OWNER will have engineers, inspectors or other authorised representatives present who are to have free access to the WORK at all times. If an OWNER's representative notifies the CONTRACTOR's authorised representative not lower than a Foreman of any deficiency, or recommends action regarding compliance with the SPECIFICATIONS, the CONTRACTOR shall make every effort to carry out such instructions to complete the WORK conforming to the SPECIFICATIONS and approved DRAWINGS in the fullest degree consistent with best industry practice.
8.5 Construction Aids, Equipment, Tools & Tackles CONTRACTOR shall be solely responsible for making available for executing the
work, all requisite Construction Equipments, Special Aids, Cranes, Tools, Tackles and testing equipments and appliances. Such construction equipments etc. shall be subject to examination by owner and approval for the same being in first class operating condition. Any discrepencies pointed out by OWNER shall be immediately got rectified, repaired or the equipment replaced altogether, by CONTRACTOR. OWNER shall not in any way be responsible for providing any such equipment, machinery, tools and tackles.
The OWNER reserves the right to rearrange such deployment depending upon the
progress and priority of work in various sections. Tie-end between main line and starting point of terminal is included in the scope of
contract, as and when main line section is available for Tie-ins. 9.0 DOCUMENTATION 9.1 "As Built" Drawings Notwithstanding the provisions contained in standard specifications, upon completion
of WORK, the CONTRACTOR shall complete all of the related drawings to the "AS BUILT" 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 prints and data. Data books shall be completed with index as to tag numbers associated with manufacturer's data shown, Equipment data shall include as a minimum requirement the principle and descriptions of operations, installation and maintenance instructions, drawings and dimensions, parts list and priced purchase orders including those of major sub-vendors and suppliers. Requirements pertaining to "VENDOR DATA REQUIREMENT"
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 47 of 153
attached with standard specifications for the documents to be included in the Data Book for each equipment, instruments etc. shall also be complied with.
d) Six bound copies each of the Spare Parts Data Books and the Lubricants Inventory 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 activities of pipeline constructions highlighting the progress or other areas of work in 2 sets to Engineer-in-charge at site office alongwith monthly progress report. Similarly photographs for problem areas should be submitted well in advance with a proposed methodology to execute the works and meet the construction schedule. The cost of same shall be deemed to be inclusive in the rates and no separate payment shall be made.
g) All as-built drawings as mentioned in specification for documentation enclosed elsewhere in the tender.
9.2 Completion Document The following documents shall be submitted in hard binder by the CONTRACTOR in
THREE sets, as a part of completion documents :- a) Welding Procedure Qualification Report. b) Welder Qualification Report. c) Radiographic Procedure Qualification. d) Radiographic Report alongwith radiographs (Radiographs only with the
original). e) Batch Test Certificate from manufacturers for electrodes. f) Pretesting and final Hydrostatic and other Test results and reports. g) All other requirements as specified in the respective specifications. h) Test results and reports. i) Pre-commissioning/commissioning check list.
j) Completion Certificate issued by Owner’s Site Engineer. k) No claim certificate by the Contractor. l) Consumption statements of steel and cement certified by Owner’s Site
Engineer. m) Completion certificate for embedded and covered up works wherever
applicable. n) Recovery statement, if any. o) Statement for reconciliation of all the payments and recoveries made in the
progress bills. p) Copies of deviation statement and order of extension of time, if granted.
9.3 Submission of Coloured Photographs
The Contractor shall shoot, prepare and submit coloured photographs in 2 sets to MECON / HPCL site office along with monthly progress report covering all the activities of pipeline constructions highlighting the progress or other areas of work. Similarly photographs for problem areas should be submitted well in advance with a proposed methodology to execute the works and meet the construction schedule. The cost of same shall be deemed to be inclusive in the rates and no separate payment shall be made.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 48 of 153
9.4 Videotape Contractor shall develop and submit a videotape of three hours duration covering
the construction activities showing the nature and magnitude of the work. The tape shall be shot and edited to Indian broadcast standards. Professional camerapersons shall shoot videotape recorded in field. Tape shall cover, but not limited to the following construction activities:
Mobilization of equipment/ machinery ROW cleaning/grading Trenching Stringing Welding NDT Pipe laying Back filling River crossings Rail/Road/Canal crossings Hydro testing Pre-drying and drying Restoration of ROU Various construction and installation at sectionalizing valve station etc.
Videotape shall also have coverage on new/special techniques used in the
Contract and major problems encountered, if any, and the measures taken to resolve them. The tape shall be supplemented with suitable narration and subtitles explaining the job, techniques and methodology, etc. The video shall be prepared with two narration tracks, one in Hindi one in English. Professional narrators shall voice both. The script shall include explanations of job activities techniques used methodologies etc. Elements of the video programme sequencing and editing techniques shall be discussed with Owner and mutually agreed to before videotaping begins. Draft script shall be submitted to Owner for approval before editing commences.
Following completion of editing and review and approval of programme by Owner,
Contractor shall deliver edited master tape to Owner plus six VHS-Format copies of the programme
10.0 SURVEY AND LEVEL/SETTING OUT WORK 10.1 Before the WORK or any part thereof are begun, the CONTRACTOR's agent and
the Engineer-in-Charge's representative shall together survey and take levels of the SITE and decide all particulares on which the survey is to be made, and on which measurements of the WORK are to be based. Such particulars shall be plotted by the CONTRACTOR and after agreement the drawings shall be signed by the Engineer-in-Charge.
10.2 The CONTRACTOR shall be entirely responsible for the horizontal and vertical
alignment, the level and correctness of every part of the WORK and shall rectify any
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 49 of 153
errors or imperfections therein. Such rectifications shall be carried out by the CONTRACTOR at his own cost, when instructions are issued to this effect by the Engineer-in-Charge or his representative.
10.3 The Engineer-in-Charge shall furnish the relevant existing grid point with Bench Mark
on the land. It shall be CONTRACTOR's responsibility to set out the necessary control points in and to set out the alignment of the various works. The CONTRACTOR shall have to employ efficient survey team for this purpose and the accuracy of such setting out work shall be CONTRACTOR's responsibility.
10.4 The CONTRACTOR shall give the Engineer-in-Charge not less than 24 (twenty four)
hours notice in writing of his intention to set out or give levels for any part of the WORK so that arrangements may be made checking the same.
10.5 WORK shall be suspended for such times as necessary for checking lines and levels
on any part of the WORK. 10.6 The CONTRACTOR shall at his own expense provide all assistance, which the
Engineer-in-Charge may require for checking the setting out ot WORKS. 10.7 Before commencement of any activity, contractor's quality control set up duly
approved by company must be available at site. 11.0 ORDER OF WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OF EXISTING
SERVICES. 11.1 The order in which the WORK shall be carried out shall be subject to the approval of
the Engineer-in-charge and shall be so as to suit the detailed method of construction adopted by the CONTRACTOR, as well as the agreed joint programme. The WORK shall be carried out in a manner so as to enable the other contractors, if any, to work concurrently.
OWNER reserves right to fix up priorities which will be conveyed by
Engineer-in-Charge and the CONTRACTOR shall plan and execute work accordingly.
11.2 Existing Service 11.2.1 Drains, pipes, cables, overhead wires and similar services encountered in course of
the works shall be guarded from injury by the CONTRACTOR at his own cost, so that they may continue in full and uninterrupted use to the satisfaction of the Owners thereof, or otherwise occupy any part of the SITE in a manner likely to hinder the operation of such services.
11.2.2 Should any damage be done by the CONTRACTOR to any mains, pipes, cables or
lines (whether above or below ground etc.), whether or not shown on the drawings the CONTRACTOR must make good or bear the cost of making good the same without delay to the satisfaction of the Engineer-in-Charge.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 50 of 153
12.0 MAKE OF MATERIAL/BOUGHT OUT ITEMS An Appendix-I of approved vendors for various major items is enclosed with this
tender specification. The bidder shall consider such names only as indicated in the aforesaid list and clearly indicate in the bid the name(s) as selected against these items. For any other item not covered in the list enclosed with this tender document, prior approval shall be obtained by the contractor for its make/ supplier’s name.
13.0 INSPECTION OF SUPPLY ITEMS All inspections and tests shall be made as required by the specifications forming part
of this contract. Contractor shall advise Owner/ Consultant in writing at least 10 days in advance of the date of final inspection/tests. Manufactures inspection or testing certificates for equipment and materials supplied, may be considered for acceptance at the discretion of Owner/ Consultant. All costs towards testing etc. shall be borne by the contractor within their quoted rates. All inspection of various items shall be carried out based on Quality Assurance Plan, which will be submitted by the Contractor and duly approved by Owner/ Consultant.
14.0 ESCALATION The Unit Rates quoted shall be kept firm till completion of work, and no price
Escalation shall be paid. 15.0 DOCUMENTS TO BE SUBMITTED/ PRODUCED ALONGWITH R.A. BILLS
i) Computerized R.A. Bill/ Manual Bill, with IT No./ ST No./ Labour Licence No. 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.
16.0 INSURANCE FOR FREE ISSUE MATERIAL 16.1 Insurance for Free Issue Material
Contractor shall at his own expense arrange, secure and maintain insurance cover for Owner’s supplied free issue materials as defined in Tender Document. Contractor’s quoted price shall be inclusive of all costs on account of insurance liabilities covered under the Contract. Contractor to note that the beneficiary of insurance cover shall be M/s Hindustan Petroleum Corporation Limited. (The approximate cost of free issues material is Rs. 20.0 crores). The Contractor may take the insurance as per the following schedule.
16.1.1 Upto 2 months – 40% of the value 16.1.2 Upto 4 months – 80% of the value 16.1.3 Upto 6 months – 100% of the value
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 51 of 153
16.2 Insurances in India 16.2.1 In addition to the insurance covers specified in the General conditions of Contract
to be obtained and maintained by the Contractor, Contractor shall at his own expense arrange, secure and maintain insurance with Indian insurance companies to the satisfaction of the owner as may be necessary and to its full value for all such amounts to protect the works in progress from time to time and the interest of Owner against all risks as detailed herein. The form and the limit of such insurance as defined herein together with the under writer works thereof in each case should be as acceptable to the Owner. However, irrespective of work acceptance the responsibility to maintain adequate insurance coverage at all times during the period of Contract shall be that of Contractor alone. Contractor’s failure in this regard shall not relieve him of any of this responsibilities and obligations under Contractor.
16.2.2 Any loss of damage to the equipment during inland transportation, storage,
erection and commissioning till such time the Work is taken over by Owner shall be to the account of Contractor. Contractor shall be responsible for preferring of all claims and make good for the damage or loss by way of repairs and/ or replacement of the parts of the Work damaged or lost. Contractor shall provide the Owner with a copy of all insurance policies and documents shall be submitted to the owner immediately upon the Contractor having taken such insurance coverage. Contractor shall also inform the Owner regarding the expiry cancellation and/ or changes in any of such documents and ensure revalidation/ renewal etc., as may be necessary well in time.
16.2.3 The risks that are to be covered under the insurance shall include, but not be
limited to the loss or damage in handling, transit, theft, pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, war risk etc. The scope of such insurance shall cover the entire value of supplies of equipments, plants and materials.
16.2.4 All cost on account of insurance liabilities covered under this Contract will be to
Contractor’s account and will be included in Contract Price. However, the Owner may from time to time, during the currency of the Contract, ask the Contractor in writing to limit the insurance coverage risk and in such a case, the parties to the Contract will agree for a mutual settlement, for reduction in Value Of Contract to the extent of reduced premium amounts.
16.2.5 Contractor as far as possible shall cover insurance with Indian Insurance
Companies.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 52 of 153
17.0 SPECIAL POINTS PERTAINING TO SPECIFICATION
Following amendment are pertaining to technical specification of Vol-II of IV.
1. Specification No. MEC/S/05/62/10 for Pipeline Markers.
Refer Sketch No. MEC/SD/05/62/10/02 for ROU boundary marker of above specification. Height of marker above ground level marked as 350mm shall be increased to 650mm.
2. Specification No. MEC/S/05/62/03A for Hydrostatic Testing
Refer Clause 6.0 equipment and instrumentation. Fill pump capacity shall be such that pig travel speed is approx. 2 km/hr.
3. Specification No. MEC/S/05/62/02A – Welding of Onshore Cross-Country
Pipeline.
Refer Clause No. 12.5 “Non-Destructive Examination” Following to be noted : i) Standards of acceptability shall be strictly as per API 1104. Any
requirement over and above, this mentioned anywhere in this specification shall not be applicable for this project.
ii) Ultrasonic inspection – No UT is required for tie-in/ cut-out joints where more than 20mm cutting is involved. Dye penetration test for checking lamination is required.
iii) Welding qualification, testing and acceptance criteria shall be as per API 1104.
iv) Re-repair of joints shall be permitted as per API 1104 provided all procedure is followed as stipulated in API 1104.
v) Gamma-ray radiography may be used for tie-in joint provided slow film like D4 radiography film is used by contractor for better sensitivity.
4. Specification No. MEC/S/05/62/06 – Terminal Piping, Fabrication and Erection.
Following changes shall be considered: - i) Gamma ray shall be used for Terminal Pipe welding provided slow film like
D4 film is used. ii) Acceptability Criteria shall be only as per API-1104
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 53 of 153
18.0 LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS
(Appendix-I to Particular Job Specification of Work)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 54 of 153
Appendix-I To Particular Job Specification of Work
LIST OF SUPPLIERS OF MAJOR BOUGHT-OUT ITEMS
A) Mainline & Mechanical Pipes C.S.
1. TISCO, Calcutta 2. BHEL, Tiruchirapalli 3. Maharashtra Seamless, Mumbai 4. Jindal Pipes Ltd., New Delhi 5. SAIL, Calcutta 6. ISMT, Pune 7. Surya Roshni, New Delhi 8. Kalyani Steel, Pune
Pipes (1239/3589)
1. TISCO, Calcutta 2. Jindal Pipes, New Delhi 3. Ajanta Tubes, New Delhi 4. Gujrat Steel Tubes 5. Indus Tubes, New Delhi
Ball Valves
1. Larsen & Toubro 2. Virgo 3. Microfinish Valves 4. Flow Chem 5. Shalimar Valves, Navi Mumbai
Plug Valves Nordstrom Valves Inc., USA Serck Audco Valves, UK Breda Energia Sesto Industria Spa, Italy Sumitomo Corporation, New Delhi Fisher Xomox Sanmar India Ltd., New Delhi Larsen & Toubro Ltd. (Audco India Limited, Chennai)
Flanges
M/s Aditya Forge Ltd., Vadodara M/s Amforge Industries Ltd., Mumbai M/s CD Engineering Co., Ghaziabad M/s Echjay Forgings Pvt. Ltd. (Bombay), Mumbai M/s Echjay Industries Ltd., Rajkot M/s Forge & Forge Pvt. Ltd., Rajkot M/s Golden Iron & Steel Works, New Delhi M/s JK Forgings, New Delhi M/s Metal Forgings Pvt. Ltd., Mumbai M/s Perfect Marketings Pvt.Ltd,New Delhi M/s Sky Forge,Faridabad M/s S & G Faridabad
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 55 of 153
Choudhary Hammer, Ghaziabad Engineering Services Ent., Kolkata Pipefit Engineers, Baroda Sawan Engineers, Baroda Vivial Forge, Baroda Gujarat Infrastructures, Baroda Stewarts & Lloyds, Kolkata
Fittings
M/s Commercial Supplying Agency, Mumbai M/s Eby Industries, Mumbai M/s Flash Forge Pvt. Ltd., Vishakhapatnam M/s Gujarat Infra Pipes Pvt. Ltd., Vadodara M/s M.S. Fittings Mfg. Co. Pvt. Ltd., Kolkata M/s Stewarts & Lloyds of India Ltd., Kolkata M/s Teekay Tubes Pvt. Ltd., Mumbai M/s Pipe Fit,Baroda M/s Sky Forge, Ballabhgarh M/s S & G Faridabad M/s Sawan Engineers, Baroda Engineering Services Ent., Kolkata Vivial Forge, Baroda
Gaskets
1. IGP Engineers (P) Ltd., Madras 2. Madras Industrial Products, Madras 3. Dikson & Company, Bombay 4. Banco Products (P) Ltd., Vadodara
Fasteners 1. Nireka Engg. Co. (P) Ltd., Calcutta 2. Precision Taps & Dies, Bombay 3. AEP Company, Vithal Udyoug Nagar 4. Fix Fit Fasteners, Calcutta 5. Precision Engg. Industries, Baroda 6. Echjay Forgings Pvt. Ltd., Bombay 7. Capital Industries, Bombay
Welding Electrodes
1. For Mainline – Lincon make 2. For Terminal – Lincon & D&H or equivalent
Fire Fighting Equipments
a) Fire Extinguishers Avon Services (Production & Agencies) Pvt. Ltd., Bombay Kooverji Devshi & Co., Bombay Zenith Fire Services, Bombay Safex Fire Services, Bombay Reliable (Fire Protection) India Ltd., Bombay
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 56 of 153
b) Fire Hydrants, Monitors, Deluge Valve, Nozzles 1. Zenith Fire, Mumbai 2. Minimax 3. Newage, Mumbai 4. HD Fire, Jalgaon 5. Vijay Fire 6. Fire Tech, Mumbai 7. Nitin Fire, Mumbai 8. Atlas Fire Tech, New Delhi 9. Vimal Fire, Mumbai
c) R.R.L.Hose 1. Jayshree 2. Newage D) Hoses 1. Ashit Sales Corporation, Bombay 2. Royal India Corporation, Bombay 3. Gayatri Industrial Corporation, Mumbai 4. Simplex Rubber Products Ltd., Ahmedabad 5. Zaverchand Marketing Pvt. Ltd., Baroda 6. Presidency Rubber Mill, Calcutta 7. The Cosmopolite, Calcutta 8. Simplex Rubber Products, Thane 9. KPC Flexi, New Delhi
Chain Pulley Block 1. M/s Hercules Hoist 2. M/s Tractel Trifor 3. M/s HAFA Equipment 4. M/s Simplicity Project 5. M/s Lifting Equipment & Accessories
B) INSTRUMENTATION
Field Mounted Instruments like PG, TG
1. AN Instruments 2. General Instruments 3. Wika 4. Wari
SS Tubes Fittings
Swagelok, (Delhi / Bangalore Fluid Systems) Parker, Hannifin, Navi Mumbai
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 57 of 153
Sandvik, Sweden Excellsior Hydair Reliance Multimetal Astec Installation. Choksi Tubes Ratnamani Metals & Tubes NFC Aura INC, New Delhi Fluid Control, Mumbai Panam Engineers, Mumbai Circor Instruments, Mumbai Excel Hydro, Mumbai
Inst. Valves & Manifolds 1. Micro-Precision 2. Hydair Engg. 3. Technomatic India 4. Excellisior Engg. 5. Indocean Engineers 6. Circor Instruments, Mumbai 7. Excel Hydro, Mumbai 8. Aura INC, New Delhi
Temperature Safety Valve (TSV)
1. Emerson Process ( Erstwhile M/s Fisher Rosemount ) 2. Instrumentation Ltd., Palghat 3. Keystone Valves, Baroda 4. Mekaster Valves & Engineering Services (P) Ltd., Vadodara (formally M/s
Sebim Valves India (P) Ltd., New Delhi) 5. Tyco Sanmar, New Delhi 6. Parcol SPA 7. Tai Milano SPA 8. Nuopignone, Italy 9. Sarasin, France 10. Fainger Leser, Mumbai
C) NDT AGENCY 1. NDT Services, Ahmedabad 2. GEECY Industrial Services Pvt. Ltd., Mumbai 3. Corrosion Control Services, Mumbai 4. Perfect Metal Testing & Inspection Agency, Calcutta 5. Inter Ocean Shipping Co., New Delhi
6. RTD, Mumbai 7. Sievert, Mumbai 8. X-Tech, Vizag
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 58 of 153
D) Basket Filters
1) M/s Axsia Howmar Ltd. (UK) 2) M/s Faudi Filters systems GMBH (Germany) 3) M/s Filtan Filter Anlagenbau GMBH (Germany) 4) M/s Forain S.R.L. (Italy) 5) M/s Grand Prix Fab (Pvt.) Ltd. (New Delhi) 6) M/s Gujarat Otofilt, Ahmedabad 7) M/s Perry Equipment Corp. (USA) 8) M/s Plenty Filters (UK) 9) M/s Ravi Techno Systems, Mumbai 10) M/s Siirtec NIGI S.p.A. (Italy) 11) M/s Ultra Filters (India) Pvt. Ltd (Banglore)
G) “T” TYPE STRAINER
1) M/s Gujarat Otofilt, Ahmedabad 2) M/s Genius Filters & Systems (P) Ltd., Vishakapatnam 3) M/s Delta Filters & Separators (P) Ltd., Navi mumbai 4) M/s Multitex Filters (P) Ltd., New Delhi 5) M/s Bhagwati Filters (P) Ltd., Ahmedabad 6) M/s Patel Filters Ltd., Ahmedabad 7) M/s Industrial Filtration Services 8) M/s Forum Filters & fabricators, Ankleshwar 9) M/s Filteration & Separation, Kalpavruksh 10) M/s Grand Prix Fab. (P) Ltd., New Delhi
Note: 1) Successful bidders shall take prior approval of the make for the items not covered above
for which complete technical credentials of the proposed vendors shall be required to be submitted for evaluation by Purchaser/Consultant.
2) In case of subletting of works/ part of works by the prime bidder to other agency not specified in above list, bidder may propose for prior approval to Engineer-in-charge before engaging the sub-contractors strictly as per guideline mentioned in clause no. 37.0 of GCC.
3) For any other items which are not listed above, shall be subject to prior approval from HPCL / MECON.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 59 of 153
19.0 DATA SHEETS & QAP FOR MECHANICAL ITEMS ETC.
(Appendix-II to Particular Job Specification of Work)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 60 of 153
DATA SHEETS & QAP FOR MECHANICAL ITEMS ETC.
CONTENTS
1. Data Sheet for LR Bends MEC/23LK/05/21/M/000/001/DS-015-01
2. QAP for LR Bends -
3. Data Sheet for ‘T’ Type Strainer MEC/23LK/05/21/M/001/DS-010A TO 010H
4. QAP for ‘T’ Type Strainer -
5. Data Sheet - Corrosion Inhibitor Dosing Pump for ULMS
MEC/23LK/05/21/M/001/DS-CIP/01
6. Data Sheet - Corrosion Inhibitor Dosing Pump for ULSHSD SKO
MEC/23LK/05/21/M/001/DS-CIP/02
7. Data Sheet - Corrosion Inhibitor Dosing Tank
MEC/23LK/05/21/M/001/DS-CIT/01
8. Data Sheet for Level Gauge
9. Data Sheet for Level Transmitter
10. Data Sheet for Pressure Gauges
11. Data Sheet for Pressure Transmitters
12. Rupture Disk Device Specification Sheet
MEC/23LK/05/21/M/001/DS-024A/02
13. Data Sheet for Thermal Safety Valves
MEC/23LK/05/21/M/001/DS-TSV/01 To 02
14. Data Sheet for Ball Valves MEC/23LK/05/21/M/001/DS/BV001 To 009
15. Data Sheet for Plug Valves MEC/23LK/05/21/M/001/DS/PV001
16. Data Sheet for Check Valves MEC/23LK/05/21/M/001/DS/CV001 To 002
17. Data Sheet for Gate Valves MEC/23LK/05/21/M/001/DS00(GATE) To 003(GATE)
18. Data Sheet for Globe Valves MEC/23LK/05/21/M/001/DS/GV001 To 004
19. Insulating Joint (10” NB) MEC/23LK/05/21/M/000/DS-009-01
20. Insulating Joint (8” NB) MEC/23LK/05/21/M/000/DS-009-02
21. Flow Tees (10” x 10”) MEC/23LK/05/21/M/000/DS-011-1
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 61 of 153
22. Flow Tees (8” x 8”) MEC/23LK/05/21/M/000/DS-011-2
23. Data Sheet for Sump Tank MEC/DS/05/21/23LK/ST/01
24. Data Sheet for Vertical Submersible Pumps For Sump Tank (MS)
MEC/DS/05/21/23LK/VSP/001
25. Data Sheet for Vertical Submersible Pumps For Sump Tank (ULSHSD_SKO)
MEC/DS/05/21/23LK/VSP/002
26. Data Sheet for Rotameters MEC/23LK/05/E5/DS/IROT/01
DATA SHEET FOR LONG RADIUS BENDS
1) LR BEND MFR. :2) : MEC/TS/05/21/015 Rev 003) MANUFACTURING CODE : MSS-SP-754) DIMENSIONAL TESTING : REQUIRED AS PER SPEC.5) DESTRUCTIVE TESTING : REQUIRED AS PER SPEC.
(TENSILE / CHARPY /HARDNESS)6) NON-DESTRUCTUVE TESTING : REQUIRED AS PER SPEC.7) PIGGING : REQUIRED AS PER NOTE NO.38) HYDROSTATIC TEST PRESSURE : 73.5 BAR(G)
TABLE-I
Sl. Bend End Type Qty. Angle StrainghtNo. NB Thk. Material Radius (Nos.) Length
mm (R) after m/ bend Totalcurvature @ length(mm) (m) @
1. 10" To Indicated by Contractor
API 5L Gr B 6D* BE
2. 8" To Indicated by Contractor
API 5L Gr B 6D* BE
TABLE-II
Pipe length required for fabrication of bends
*BE = "D" - denotes nominal dia. of pipe@ = Bevel End = Vendor to indicate
= Straight length after curvature will be minimum 500mm.Note:
1) Test Bend shall be of 90°2) Quantity & angles of LR Bends shall be finalized during detailed engineering activities3) A check shall be performed on each bend by passing gauging pig consisting of two discs having a diameter equal to 95% of the nominal
internal diameter of the pipe, connected rigidly together at a distance equal to 500mm. Details of the gauging pig, including its dimensions shall be approved by Purchaser.
REV. NO. APPRDDATE ZONE DESCRIPTIONS BY REFERENCES DRG. NO.
SECTION: OIL&GAS REVISIONS
DSGN NAME DATE CHKD DATE
DRWN BAHADURGARH TEKRIKALANSCALE : REV
APPROVED DATA SHEET FOR DATA SHEET NO.: MEC/23LK/05/21/M/000//001/DS-015-01 0 LONG RADIUS BENDS
MECON LIMITED
Details of free issue P/L material Pipe length reqd. tofabricate the bend
@Total Length
From Table-I
@Total Nos. of double
(11.5 to 12.5m length) required
Note-2
10" X Thk.8" x Thk.
PURCHASER SPECIFICATION NO.
Note-2
NB x Thk. (mm)(m) random length of pipe
PIPELINE PROJECTPROJECT :
CLIENT : HINDUSTAN PETROLEUM CORPORATION LIMITED
d:\fateh\ipp-kg basin\tender rfq\LR bend\LR Bends BTPL
Tender No: 05/51/23LK/HPCL/001(i)FORM NO. 11.20(4.4)F-09 REV-0
CONTRACTOR PROJECT :
ORDER NO. & DATE PACKAGE NO. :
SUB-CONTRACTOR PACKAGE NAME : LR BEND
ORDER NO. & DATE MR NO. : TS No.: MEC/TS/05/62/015
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Code Description Code DOCUMENTS:of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawingshaving same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other
2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stampedsubmission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant cataloguesand equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./
3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks detailsto different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram
4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erectionEstimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) proceduresavailable. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with
12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-Procedure Accuracy 45. Anti-Static Test ments, if any
ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate ofCONTR : CONTRACTOR * : MFR/ CONTRACTOR - AS APPLICABLE 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instrumentsMFR : MANUFACTURER ** : TEST TO BE PERFORMED, IF APPLICABLE 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gaugesH : HOLD 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray ReportsR : REVIEW 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed TestW : WITNESS compliance certificate 49. Proof Test (Type Test)
50. Dielectric Test51. Bending parameter
Test Certificates & REMARKS/Sl. Identification Quantity Unit Expected Documents to be SAMPLING PLANNo. No. No./M Weight Schedule of submitted to MECON
(MR Item No.) (Kg) Final Inspn. MFR CONTR MECON MFR CONTR MECON
1 3 4 5 7 8 9 10 11 12 13 14 161.0 1,2,4,5, - 1,2,6,5, * 1,2,5 1,2,4,5,6, 100%
As per 6, 13,15,51 15,51 13,15,SOR ,35,41, 41,51,D9
QAP NO. REVFor MECON (Stamp & Signature) For CONTRACTOR/ SUB-CONTRACTOR
(Stamp & Signature) SHEET 1 OF 1 0
EQUIPMENT
Q U A L I T Y A S S U R A N C E P L A NF O R
STRUCTURAL AND MECHANICAL
EQUIPMENT DETAILS INSPECTION AND TESTSDescription (with equipment
heading, place of use and briefspecifications)
LR BEND
Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and
Documents
15D1, D2 ,
Final Inspection/ Test byManufacturer'sName and Address
Raw Material and In-ProcessStage Inspection
Description
6
MECON's T.S. &Relevant Standards mentioned therein
DATA SHEET
1.0 JOB NO. : 23LK ITEM NO. : ST-0201A, ST-0201B
2.0 VENDOR : QUANTITY : 2 (TWO) NOS.
3.0 OPERATING CONDITIONS :FLUID HANDLED : ULSHSD/ SKO/ S-SKOFLUID DENSITY@PT, KG/M3 :775-870 FLUID VISC., CS :1.6 - 8.0OPER. PR., KG/CM2 : FLOODED OPER. TEMP., °C : 15-45
4.0 MESH MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
5.0 PR. DROP, KG/CM2, CLEAN/ DIRTY :
MAX. ALLOWABLE PR. DROP, KG/CM2, DIRTY : 0.2
6.0 MATERIAL OF CONSTRUCTIONEQUAL TEE :A-234 Gr. WPB WNRF FLANGES : SA105BLIND FLANGE : SA 105GASKET : SS316 SPIRAL WOUND WITH CAF FILLED FASTENER : A193Gr.B7/ A194Gr.2HFILTER ELEMENT : 304L
7.0 DESIGN AND CONSTRUCTIONTYPE :T-TYPEDESIGN PR., KG/CM2G :19 DESIGN TEMP., °C :65HYDROTEST PRESSURE : 28.5 KG/CM2GFLANGE TYPE : WNRF FLANGE RATING : 150# FLANGE FINISH : SMOOTH FINISHCORROSION ALLOWANCE, MM : 3.0
8.0 DIMENSIONAL DETAILS (REF. ATTACHED DRG.)OVERALL LENGTH (L), MM : OVERALL FILTER ELEMENT SIZE (H1)x(A), MMxMM:
OVERALL HEIGHT (H), MM :
9 INLET/ OUTLET CONNECTION PIPE: 12"NB x 6.4 MM THK. (API 5L Gr.B, PSL-2)
10 DIMENSIONAL STANDARDSFLANGE & FITTING : ASME B16.5/ B16.9 FASTENERS : B 18.2GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
11 PAINTING : AS PER T.S.ENVIRONMENT FOR PAINTING : CORROSIVE INDUSTRIALCOLOUR OF FINISH PAINT; SHALL BE INTIMATED TO SUCCESSFUL VENDOR.
12.0 INSPECTION & TESTING : AS PER T.S. RADIOGRAPHY :100%
NOTE:1 VENDOR TO SPECIFY2
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
REVISIONS REFERENCES
SECTION OIL & GAS CLIENT : HINDUSTAN PETROLEUM CORPORATION LTD.
NAME DATE CHKD DATE
DSGN PROJECT :BAHADURGARH - TIKARIKALAN PIPELINE PROJECT MECON LIMITEDDRWN
T- TYPE STRAINER SCALE : REV
APPROVED TAG NO. :ST- 0201A,ST-0201B DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010A 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
FLOW RATE , M3/Hr, Normal/ Max. 350 / 385
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
DATA SHEET
1.0 JOB NO. : 23LK ITEM NO. : ST-0303A, ST- 0303B
2.0 VENDOR : QUANTITY : 2(TWO)NOS.
3.0 OPERATING CONDITIONS :FLUID HANDLED : ULSHSD/ SKO/ S-SKOFLUID DENSITY@PT. KG/M3 :775-870 FLUID VISC, CS :1.6 - 8.0OPER. PR. (MLC) : 20 - 50 OPER. TEMP., °C : 15-45
4.0 MESH MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
5.0 PR. DROP, KG/CM2, CLEAN/ DIRTY :
MAX. ALLOWABLE PR. DROP, KG/CM2, DIRTY : 0.2
6.0 MATERIAL OF CONSTRUCTIONEQUAL TEE :A-234 Gr. WPB WNRF FLANGES : SA105BLIND FLANGE : SA 105GASKET : SS316SPIRAL WOUND WITH CAF FILLED FASTENER : A193Gr.B7/ A194Gr.2HFILTER ELEMENT : 304L
7.0 DESIGN AND CONSTRUCTIONTYPE :T-TYPEDESIGN PR. KG/CM2G :49 DESIGN TEMP., °C :65HYDROTEST PRESSURE : 73.5 KG/CM2GFLANGE TYPE : WNRF FLANGE RATING : 300# FLANGE FINISH : SMOOTH FINISHCORROSION ALLOWANCE, MM : 3.0
8.0 DIMENSIONAL DETAILS (REF. ATTACHED DRG.)OVERALL LENGTH (L), MM : OVERALL FILTER ELEMENT SIZE(H1)x(A), MMxMM:
OVERALL HEIGHT (H), MM :
9 INLET/ OUTLET CONNECTION PIPE: 12"NB X 10.3 MM THK. (API 5L Gr.B, PSL-2)
10 DIMENSIONAL STANDARDSFLANGE & FITTING : ASME B16.5/B16.9 FASTENERS : B 18.2GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
11 PAINTING : AS PER T.S.ENVIRONMENT FOR PAINTING : CORROSIVE INDUSTRIALCOLOUR OF FINISH PAINT; SHALL BE INTIMATED TO SUCCESSFUL VENDOR.
12.0 INSPECTION & TESTING : AS PER T.S. RADIOGRAPHY :100%
NOTE:1 VENDOR TO SPECIFY2
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
REVISIONS REFERENCES
SECTION PROCESS & PIPING CLIENT : HINDUSTAN PETROLEUM CORPORATION LTD.
NAME DATE CHKD DATE
DSGN PROJECT :BAHADURGARH - TIKARIKALAN PIPELINE PROJECT MECON LIMITEDDRWN
T- TYPE STRAINER SCALE : REV
APPROVED TAG NO. :ST- 0303A, ST- 0303B DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010B 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
FLOW RATE , M3/Hr, Normal/ Max. 350 / 385
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. :MEC/TS/05/21/010.REFER STRAINER DRAWING(MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
DATA SHEET
1.0 JOB NO. : 23LK ITEM NO. : ST-0401A, ST-0401B
2.0 VENDOR : QUANTITY : 2 (TWO) NOS.
3.0 OPERATING CONDITIONS :FLUID HANDLED : ULMSFLUID DENSITY@PT, KG/M3 :720-775 FLUID VISC., CS :0.5 - 0.7OPER. PR., KG/CM2 : FLOODED OPER. TEMP., °C : 15-45
4.0 MESH MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
5.0 PR. DROP KG/CM2, CLEAN/ DIRTY :
MAX. ALLOWABLE PR. DROP, KG/CM2, DIRTY : 0.2
6.0 MATERIAL OF CONSTRUCTIONEQUAL TEE :A-234 Gr. WPB WNRF FLANGES : SA105BLIND FLANGE : SA 105GASKET : SS316 SPIRAL WOUND WITH CAF FILLED FASTENER : A193Gr.B7/ A194Gr.2HFILTER ELEMENT : 304L
7.0 DESIGN AND CONSTRUCTIONTYPE :T-TYPEDESIGN PR., KG/CM2G :19 DESIGN TEMP., °C :65HYDROTEST PRESSURE : 28.5 KG/CM2GFLANGE TYPE : WNRF FLANGE RATING : 150# FLANGE FINISH : SMOOTH FINISHCORROSION ALLOWANCE, MM : 3.0
8.0 DIMENSIONAL DETAILS (REF. ATTACHED DRG.)OVERALL LENGTH (L), MM : OVERALL FILTER ELEMENT SIZE(H1)x(A), MMxMM:
OVERALL HEIGHT (H), MM :
9 INLET/ OUTLET CONNECTION PIPE: 12"NB X 6.4 MM THK. (API 5L Gr.B, PSL-2)
10 DIMENSIONAL STANDARDSFLANGE & FITTING : ASME B16.5/ B16.9 FASTENERS : B 18.2GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
11 PAINTING : AS PER T.S.ENVIRONMENT FOR PAINTING : CORROSIVE INDUSTRIALCOLOUR OF FINISH PAINT; SHALL BE INTIMATED TO SUCCESSFUL VENDOR.
12.0 INSPECTION & TESTING : AS PER T.S. RADIOGRAPHY :100%
NOTE:1 VENDOR TO SPECIFY2
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
REVISIONS REFERENCES
SECTION PROCESS & PIPING CLIENT : HINDUSTAN PETROLEUM CORPORATION LTD.
NAME DATE CHKD DATE
DSGN PROJECT :BAHADURGARH - TIKARIKALAN PIPELINE PROJECT MECON LIMITEDDRWN
T- TYPE STRAINER SCALE : REV
APPROVED TAG NO. :ST- 0401A, ST-0401B DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010C 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
FLOW RATE , M3/Hr, Normal/ Max. 250 / 275
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
DATA SHEET
1.0 JOB NO. : 23LK ITEM NO. : ST-0501A, ST-0501B
2.0 VENDOR : QUANTITY : 2 (TWO) NOS.
3.0 OPERATING CONDITIONS :FLUID HANDLED : ULMSFLUID DENSITY@PT, KG/M3 :720-775 FLUID VISC., CS :0.5 - 0.7OPER. PR. (MLC) : 20 - 50 OPER. TEMP., °C : 15-45
4.0 MESH MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
5.0 PR. DROP, KG/CM2, CLEAN/ DIRTY :
MAX. ALLOWABLE PR. DROP, KG/CM2, DIRTY : 0.2
6.0 MATERIAL OF CONSTRUCTIONEQUAL TEE :A-234 Gr. WPB WNRF FLANGES : SA105BLIND FLANGE : SA 105GASKET : SS316 SPIRAL WOUND WITH CAF FILLED FASTENER : A193Gr.B7/ A194Gr.2HFILTER ELEMENT : 304L
7.0 DESIGN AND CONSTRUCTIONTYPE :T-TYPEDESIGN PR., KG/CM2G :49 DESIGN TEMP., °C :65HYDROTEST PRESSURE : 73.5 KG/CM2GFLANGE TYPE : WNRF FLANGE RATING : 300# FLANGE FINISH : SMOOTH FINISHCORROSION ALLOWANCE, MM : 3.0
8.0 DIMENSIONAL DETAILS (REF. ATTACHED DRG.)OVERALL LENGTH (L), MM : OVERALL FILTER ELEMENT SIZE(H1)x(A), MMxMM:
OVERALL HEIGHT (H), MM :
9 INLET/ OUTLET CONNECTION PIPE: 10"NB X 6.4 MM THK. (API 5L Gr.B, PSL-2)
10 DIMENSIONAL STANDARDSFLANGE & FITTING : ASME B16.5/ B16.9 FASTENERS : B 18.2GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
11 PAINTING : AS PER T.S.ENVIRONMENT FOR PAINTING : CORROSIVE INDUSTRIALCOLOUR OF FINISH PAINT; SHALL BE INTIMATED TO SUCCESSFUL VENDOR.
12.0 INSPECTION & TESTING : AS PER T.S. RADIOGRAPHY :100%
NOTE:1 VENDOR TO SPECIFY2
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
REVISIONS REFERENCES
SECTION PROCESS & PIPING CLIENT : HINDUSTAN PETROLEUM CORPORATION LTD.
NAME DATE CHKD DATE
DSGN PROJECT :BAHADURGARH - TIKARIKALAN PIPELINE PROJECT MECON LIMITEDDRWN
T- TYPE STRAINER SCALE : REV
APPROVED TAG NO. :ST- 0501A, ST - 0501B DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010D 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
FLOW RATE , M3/Hr, Normal/ Max. 250 / 275
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
DATA SHEET
1.0 JOB NO. : 23LK ITEM NO. : ST-0202
2.0 VENDOR : QUANTITY : 1 (ONE) NO.
3.0 OPERATING CONDITIONS :FLUID HANDLED : ULSHSD/ SKO/ S-SKO/ SLOPFLUID DENSITY@PT, KG/M3 :775-870 FLUID VISC., CS :1.6 - 8.0OPER. PR., KG/CM2 : ATMOSPHERIC OPER. TEMP., °C : 15-45
4.0 MESH MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
5.0 PR. DROP, KG/CM2, CLEAN/ DIRTY :
MAX. ALLOWABLE PR. DROP, KG/CM2, DIRTY : 0.2
6.0 MATERIAL OF CONSTRUCTIONEQUAL TEE :A-234 Gr. WPB WNRF FLANGES : SA105BLIND FLANGE : SA 105GASKET : SS316 SPIRAL WOUND WITH CAF FILLED FASTENER : A193Gr.B7/ A194Gr.2HFILTER ELEMENT : 304L
7.0 DESIGN AND CONSTRUCTIONTYPE :T-TYPEDESIGN PR., KG/CM2G :19 DESIGN TEMP., °C :65HYDROTEST PRESSURE : 28.5 KG/CM2GFLANGE TYPE : WNRF FLANGE RATING : 150# FLANGE FINISH : SMOOTH FINISHCORROSION ALLOWANCE, MM : 3.0
8.0 DIMENSIONAL DETAILS (REF. ATTACHED DRG.)OVERALL LENGTH (L), MM : OVERALL FILTER ELEMENT SIZE (H1)x(A), MMxMM:
OVERALL HEIGHT (H), MM :
9 INLET/ OUTLET CONNECTION PIPE: 2"NB x 5.5 MM THK. [ASTM A 106 GR. B (CHARPY)]
10 DIMENSIONAL STANDARDSFLANGE & FITTING : ASME B16.5/ B16.9 FASTENERS : B 18.2GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
11 PAINTING : AS PER T.S.ENVIRONMENT FOR PAINTING : CORROSIVE INDUSTRIALCOLOUR OF FINISH PAINT; SHALL BE INTIMATED TO SUCCESSFUL VENDOR.
12.0 INSPECTION & TESTING : AS PER T.S. RADIOGRAPHY :100%
NOTE:1 VENDOR TO SPECIFY2
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
REVISIONS REFERENCES
SECTION OIL & GAS CLIENT : HINDUSTAN PETROLEUM CORPORATION LTD.
NAME DATE CHKD DATE
DSGN PROJECT :BAHADURGARH - TIKARIKALAN PIPELINE PROJECT MECON LIMITEDDRWN
T- TYPE STRAINER SCALE : REV
APPROVED TAG NO. :ST- 0202 DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010E 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
FLOW RATE , M3/Hr, Normal/ Max. 18 / 30
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
DATA SHEET
1.0 JOB NO. : 23LK ITEM NO. : ST-0402
2.0 VENDOR : QUANTITY : 1 (ONE) NO.
3.0 OPERATING CONDITIONS :FLUID HANDLED : ULMSFLUID DENSITY@PT, KG/M3 :720-775 FLUID VISC., CS :0.5 - 0.7OPER. PR., KG/CM2 : ATMOSPHERIC OPER. TEMP., °C : 15-45
4.0 MESH MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
5.0 PR. DROP, KG/CM2, CLEAN/ DIRTY :
MAX. ALLOWABLE PR. DROP, KG/CM2, DIRTY : 0.2
6.0 MATERIAL OF CONSTRUCTIONEQUAL TEE :A-234 Gr. WPB WNRF FLANGES : SA105BLIND FLANGE : SA 105GASKET : SS316SPIRAL WOUND WITH CAF FILLED FASTENER : A193Gr.B7/ A194Gr.2HFILTER ELEMENT : 304L
7.0 DESIGN AND CONSTRUCTIONTYPE :T-TYPEDESIGN PR., KG/CM2G :19 DESIGN TEMP., °C :65HYDROTEST PRESSURE : 28.5 KG/CM2GFLANGE TYPE : WNRF FLANGE RATING : 150# FLANGE FINISH : SMOOTH FINISHCORROSION ALLOWANCE, MM : 3.0
8.0 DIMENSIONAL DETAILS (REF. ATTACHED DRG.)OVERALL LENGTH (L), MM : OVERALL FILTER ELEMENT SIZE (H1)x(A), MMxMM:
OVERALL HEIGHT (H), MM :
9 INLET/ OUTLET CONNECTION PIPE: 2"NB x 5.5 MM THK. [ASTM A 106 GR. B (CHARPY)]
10 DIMENSIONAL STANDARDSFLANGE & FITTING : ASME B16.5/ B16.9 FASTENERS : B 18.2GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
11 PAINTING : AS PER T.S.ENVIRONMENT FOR PAINTING : CORROSIVE INDUSTRIALCOLOUR OF FINISH PAINT; SHALL BE INTIMATED TO SUCCESSFUL VENDOR.
12.0 INSPECTION & TESTING : AS PER T.S. RADIOGRAPHY :100%
NOTE:1 VENDOR TO SPECIFY2
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
REVISIONS REFERENCES
SECTION PROCESS & PIPING CLIENT : HINDUSTAN PETROLEUM CORPORATION LTD.
NAME DATE CHKD DATE
DSGN PROJECT :BAHADURGARH - TIKARIKALAN PIPELINE PROJECT MECON LIMITEDDRWN
T- TYPE STRAINER SCALE : REV
APPROVED TAG NO. :ST- 0402 DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010F 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
FLOW RATE , M3/Hr, Normal/ Max. 18 / 30
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
DATA SHEET
1.0 JOB NO. : 23LK ITEM NO. : ST-0701
2.0 VENDOR : QUANTITY : 1 (ONE) NO.
3.0 OPERATING CONDITIONS :FLUID HANDLED : ULSHSD/ SKO/ S-SKO/ SLOPFLUID DENSITY@PT, KG/M3 :775-870 FLUID VISC., CS :1.6 - 8.0OPER. PR., KG/CM2 : ATMOSPHERIC OPER. TEMP., °C : 15-45
4.0 MESH MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
5.0 PR. DROP, KG/CM2, CLEAN/ DIRTY :
MAX. ALLOWABLE PR. DROP, KG/CM2, DIRTY : 0.2
6.0 MATERIAL OF CONSTRUCTIONEQUAL TEE :A-234 Gr. WPB WNRF FLANGES : SA105BLIND FLANGE : SA 105GASKET : SS316 SPIRAL WOUND WITH CAF FILLED FASTENER : A193Gr.B7/ A194Gr.2HFILTER ELEMENT : 304L
7.0 DESIGN AND CONSTRUCTIONTYPE :T-TYPEDESIGN PR., KG/CM2G :19 DESIGN TEMP., °C :65HYDROTEST PRESSURE : 28.5 KG/CM2GFLANGE TYPE : WNRF FLANGE RATING : 150# FLANGE FINISH : SMOOTH FINISHCORROSION ALLOWANCE, MM : 3.0
8.0 DIMENSIONAL DETAILS (REF. ATTACHED DRG.)OVERALL LENGTH (L), MM : OVERALL FILTER ELEMENT SIZE(H1)x(A), MMxMM:
OVERALL HEIGHT (H), MM :
9 INLET/ OUTLET CONNECTION PIPE: 2"NB x 5.5 MM THK. [ASTM A 106 GR. B (CHARPY)]
10 DIMENSIONAL STANDARDSFLANGE & FITTING : ASME B16.5/ B16.9 FASTENERS : B 18.2GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
11 PAINTING : AS PER T.S.ENVIRONMENT FOR PAINTING : CORROSIVE INDUSTRIALCOLOUR OF FINISH PAINT; SHALL BE INTIMATED TO SUCCESSFUL VENDOR.
12.0 INSPECTION & TESTING : AS PER T.S. RADIOGRAPHY :100%
NOTE:1 VENDOR TO SPECIFY2
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
REVISIONS REFERENCES
SECTION OIL & GAS CLIENT : HINDUSTAN PETROLEUM CORPORATION LTD.
NAME DATE CHKD DATE
DSGN PROJECT :BAHADURGARH - TIKARIKALAN PIPELINE PROJECT MECON LIMITEDDRWN
T- TYPE STRAINER SCALE : REV
APPROVED TAG NO. :ST- 0701 DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010G 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
FLOW RATE , M3/Hr, Normal/ Max. 18 / 30
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
DATA SHEET
1.0 JOB NO. : 23LK ITEM NO. : ST-0702
2.0 VENDOR : QUANTITY : 1 (ONE) NO.
3.0 OPERATING CONDITIONS :FLUID HANDLED : ULMSFLUID DENSITY@PT, KG/M3 :720-775 FLUID VISC., CS :0.5 - 0.7OPER. PR., KG/CM2 : ATMOSPHERIC OPER. TEMP., °C : 15-45
4.0 MESH MESH SPECIFICATION 20 MESH 22 SWG OPENING (IN)
SCREENING AREA %
5.0 PR. DROP, KG/CM2, CLEAN/ DIRTY :
MAX. ALLOWABLE PR. DROP, KG/CM2, DIRTY : 0.2
6.0 MATERIAL OF CONSTRUCTIONEQUAL TEE :A-234 Gr. WPB WNRF FLANGES : SA105BLIND FLANGE : SA 105GASKET : SS316 SPIRAL WOUND WITH CAF FILLED FASTENER : A193Gr.B7/ A194Gr.2HFILTER ELEMENT : 304L
7.0 DESIGN AND CONSTRUCTIONTYPE :T-TYPEDESIGN PR., KG/CM2G :19 DESIGN TEMP., °C :65HYDROTEST PRESSURE : 28.5 KG/CM2GFLANGE TYPE : WNRF FLANGE RATING : 150# FLANGE FINISH : SMOOTH FINISHCORROSION ALLOWANCE, MM : 3.0
8.0 DIMENSIONAL DETAILS (REF. ATTACHED DRG.)OVERALL LENGTH (L), MM : OVERALL FILTER ELEMENT SIZE (H1)x(A), MMxMM:
OVERALL HEIGHT (H), MM :
9 INLET/ OUTLET CONNECTION PIPE: 2"NB x 5.5 MM THK. [ASTM A 106 GR. B (CHARPY)]
10 DIMENSIONAL STANDARDSFLANGE & FITTING : ASME B16.5/ B16.9 FASTENERS : B 18.2GASKET : ASME 16.20 ANSI B16.5 (5 mm . Thickness)
11 PAINTING : AS PER T.S.ENVIRONMENT FOR PAINTING : CORROSIVE INDUSTRIALCOLOUR OF FINISH PAINT; SHALL BE INTIMATED TO SUCCESSFUL VENDOR.
12.0 INSPECTION & TESTING : AS PER T.S. RADIOGRAPHY :100%
NOTE:1 VENDOR TO SPECIFY2
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
REVISIONS REFERENCES
SECTION PROCESS & PIPING CLIENT : HINDUSTAN PETROLEUM CORPORATION LTD.
NAME DATE CHKD DATE
DSGN PROJECT :BAHADURGARH - TIKARIKALAN PIPELINE PROJECT MECON LIMITEDDRWN
T- TYPE STRAINER SCALE : REV
APPROVED TAG NO. :ST- 0702 DATA SHEET NO. : MEC/23LK/05/21/M/001/DS-010H 0
This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copied or used for other projects unless expressly permitted by MECON.
FLOW RATE , M3/Hr, Normal/ Max. 18 / 30
READ THIS DATA SHEET TOGETHER WITH STANDARD SPECIFICATION NO. : MEC/TS/05/21/010.REFER STRAINER DRAWING (MEC/23LK/05/21/M/001/2010) ENCLOSED WITH THIS DATA SHEET.
THE EFFECTIVE FREE AREA OF BASKET SHALL BE MIN. THREE TIMES THE INLET NOZZLE AREA.
Tender No: 05/51/23LK/HPCL/001(i)FORM NO. 11.20(4.4)F-09 REV-0
CONTRACTOR PROJECT : Bahadurgarh Tikarikalan Pipeline Project
ORDER NO. & DATE TENDER NO. :
SUB-CONTRACTOR ITEM NAME : T/Y TYPE STRAINER
ORDER NO. & DATE MR NO. : TS No.: MEC/TS/05/21/010
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1. QAP shall be submitted for each of the equipment separately with break up Code Description Code Code Description Code DOCUMENTS:of assembly/sub-assembly & part/component or for group of equipment 1. Visual 18. Amplitude Test 34. Internal Inspection Report D1. Approved GA drawingshaving same specification. 2. Dimensional 19. Sponge Test by Contractor D2. Information and other
2. Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 20. Dust/ Water Ingress Test 35. Hardness Test reference drg/ stampedsubmission of test certificates & documents. Additional codes & description 4. Physical Test (Sample) 21. Friction Factor Test 36. Spark Test for Lining drgs released for mfg.for extent of inspection & tests may be added as applicable for the plant 5. Chemical Test (Sample) 22. Adhesion Test 37. Calibration D3. Relevant cataloguesand equipment 6. Ultrasonic Test 23. Performance Test/Characteristic 38. Safety Device Test D4. Bill of matl./Item no./
3. Separate identification number with quantity for equipment shall be 7. Magnetic Particle Test (MPI) Curve 39. Ease of Maintenance Identification indicated wherever equipment having same specifications belonging 8. Radiography Test 24. No Load/ Free Running Test 40. Fire Test (Type Test) D5. Matchmarks detailsto different facilities are grouped together. 9. Dye Penetration Test 25. Load/ Overload Test 41. Charpy V-Notch Test D6. Line/ Layout diagram
4. Weight in kilograms must be indicated under Column-5 for each item. 10. Metallographic Exam. 26. Measurement of Speeds 42. Operational Torque Test D7. Approved erectionEstimated weights may be indicated wherever actual weights are not 11. Welder’s Qualification & 27. Accoustical Test 43. ENP (Electroless Nickel Plating) proceduresavailable. Weld Procedure Test 28. Geometrical Accuracy Execution D8. Unpriced sub P.O. with
12. Approval of Test and Repair 29. Repeatability and Positioning 44. Painting specification and amend-Procedure Accuracy 45. Anti-Static Test ments, if any
ABBREVIATIONS USED : KEY TO SYMBOLS : 13. Heat Treatment 30. Proving Test 46. Hydrostatic Double Block & D9. Calibration Certificate ofCONTR : CONTRACTOR * : MFR/ CONTRACTOR - AS APPLICABLE 14. Pressure Test 31. Surface Preparation Bleed Test all measuring instrumentsMFR : MANUFACTURER ** : TEST TO BE PERFORMED, IF APPLICABLE 15. Leakage Test 32. Manufacturer's Test Certificates 47. Functional Test and gaugesH : HOLD 16. Balancing for bought-out items 48. Pneumatic Double Block & D10. X-Ray ReportsR : REVIEW 17. Vibration Test 33. IBR/ Other Statutory agencies Bleed TestW : WITNESS compliance certificate 49. Proof Test (Type Test)
50. Dielectric Test
Test Certificates & REMARKS/Sl. Identification Quantity Unit Expected Documents to be SAMPLING PLANNo. No. No./M Weight Schedule of submitted to MECON
(MR Item No.) (Kg) Final Inspn. MFR CONTR MECON MFR CONTR MECON
1 1 4 5 7 8 9 10 11 12 13 14 161.0 1,2,3,4,5, * - 1,2,3,7, * 1,2,3,7, 1,2,3,4,5,6, 100%
As per 6,7,11, 8,9,14 9,14 7,8,9,11,14,31, MECON's T.S.DataSheetSOR ,12,41 31,44 32,34,44,D9
QAP NO. REVFor MECON (Stamp & Signature) For MANUFACTURER/ VENDOR
(Stamp & Signature) SHEET 1 OF 1
&Relevant Standards mentioned therein
Description
6
Final Inspection/ Test byManufacturer'sName and Address
Raw Material and In-ProcessStage Inspection
Acceptance CriteriaStandards/ IS/ BS/ASME/ Norms and
Documents
15D1, D2 ,
specifications)
T/Y TYPE STARINER
EQUIPMENT
Q U A L I T Y A S S U R A N C E P L A NF O R
STRUCTURAL AND MECHANICAL
EQUIPMENT DETAILS INSPECTION AND TESTSDescription (with equipment
heading, place of use and brief
PROJECT : BAHADURGARH TIKARIKALAN PIPELINE PROJECT CLIENT : HPCLLOCATION : BAHADURGARH DESPATCH STATION JOB NO.: 23LKITEM NO. : P-0301A/B SERVICE : CORROSION INHIBITOR CHEMICAL DOSING (FOR ULMS) OPERATING UNITS 2 TYPE OF PUMP : RECIPROCATING (METERING PUMP) PROPERTIES OF LIQUID
LIQUID HANDLED CORROSION INHIBITOR CHEMICALPUMPING TEMPERATURE DEG C AMBIENTVISCOSITY AT PUMPING TEMPERATURE CS 55 - 95 cSt @ 40 DEG CVAPOUR PRESSURE AT PUMPING TEMPERATURE KG/CM2 A NEGLIGIBLELIQUID DENSITY AT PUMPING TEMPERATURE KG/M3 930 @ 15.6 DEG CPRESENCE OF CORROSIVE / TOXIC COMPONENTS MILD CORROSIVESOLIDS IN SUSPENSION NOPOUR POINT (FOR CONGEALING SERVICE) DEG C -
OPERATING CONDITIONS FOR ONE PUMPFLOW RATE NORMAL L/HR
MAXMIMUM L/HR 3MINIMUM L/HR 0.4
SUCTION PRESSURE KG/CM2 A ~ ATMDISCHARGE PRESSURE KG/CM2 A 12 DIFFERENTIAL PRESSURE KG/CM2 A 11 DIFFERENTIAL HEAD METERS 118 NPSH AVAILABLE METERS 10.3 (W/O ACCL. HEAD)
CAPACITY CONTROL FOR VOLUMETRIC PUMPSMETHOD OF CONTROL AUTOMATIC / MANUAL NOTE-4 TYPE OF CONTROL BY VFD CONTROL CONTROL RANGE 0 - 100%PRECISION AT MINIMUM RATE
MECHANICAL DATADESIGN PRESSURE KG/CM2 G 19MAXIMUM SUCTION PRESSURE KG/CM2 G ATMDESIGN TEMPERATURE DEG C 65MATERIAL OF CONSTRUCTION
CASING AISI - 316IMPELLER AISI - 316
SEAL TYPE PACKINGLINE RATING SUCTION 150# DISCHARGE 150#DRIVER ELECTRIC MOTOR (VARIABLE SPEED) NOTE - 3
STEAM TURBINE DATAINLET PRESSURE KG/CM 2INLET TEMPERATURE DEG CDESIGN PRESSURE KG/CM2 GDESIGN TEMPERATURE DEG CDESIGN TEMPERATURE KG/CM2 GEXHAUST PRESSURE
LINE RATING SUCTION DISCHARGENOTES:
1 STRAINER, SAFETY VALVE ON DISCHARGE, PULSATION DAMPNER, CALIBRATION PLOT, ETC. SHALL BE UNDER PUMP VENDOR'S SCOPE.2 SAFETY VALVE SET PRESSURE SHALL BE 110% OF RATED DISCHARGE PRESSURE.3 BASED ON FLOWRATE OF PRODUCT, CORROSION INHIBITOR DOSING RATE WILL BE VARIED TO MAINTAIN SET PPM BY
VFD CONTROL SYSTEM 4 MANUAL STROKE ADJUSTMENT FACILITY SHALL BE AVALIABLE.
SECTION OIL & GAS CLIENT : Hindustan Petroleum
NAME DATE CHKD DATECorporation Limited
DSGN DRWN
DATA SHEET FOR SCALE : REVAPPROVED CORROSION INHIBITOR CHEMICAL DS NO. MEC/23LK/05/21/M/001/DS-CIP/01 0
DOSING PUMP (P-0301 A/B) SHEET 1 of 1
Maeka$Na ilim4eDMECON LIMITEDProject : Bahadurgarh Tikarikalan
Pipeline Project of M/s HPCL
PROJECT : BAHADURGARH TIKARIKALAN PIPELINE PROJECT CLIENT : HPCLLOCATION : BAHADURGARH DESPATCH STATION JOB NO.: 23LKITEM NO. : P-0302A/B SERVICE : CORROSION INHIBITOR CHEMICAL OPERATING UNITS 2 DOSING (FOR ULSHSD/SKO) PROPERTIES OF LIQUID TYPE OF PUMP : RECIPROCATING (METERING PUMP)
LIQUID HANDLED CORROSION INHIBITOR CHEMICALPUMPING TEMPERATURE DEG C AMBIENTVISCOSITY AT PUMPING TEMPERATURE CS 55 - 95 cSt @ 40 DEG CVAPOUR PRESSURE AT PUMPING TEMPERATURE KG/CM2 A NEGLIGIBLELIQUID DENSITY AT PUMPING TEMPERATURE KG/M3 930 @ 15.6 DEG CPRESENCE OF CORROSIVE / TOXIC COMPONENTS MILD CORROSIVESOLIDS IN SUSPENSION NOPOUR POINT (FOR CONGEALING SERVICE) DEG C -
OPERATING CONDITIONS FOR ONE PUMPFLOW RATE NORMAL L/HR
MAXMIMUM L/HR 5MINIMUM L/HR 1
SUCTION PRESSURE KG/CM2 A ~ ATMDISCHARGE PRESSURE KG/CM2 A 12 DIFFERENTIAL PRESSURE KG/CM2 A 11 DIFFERENTIAL HEAD METERS 118 NPSH AVAILABLE METERS 10.3 (W/O ACCL. HEAD)
CAPACITY CONTROL FOR VOLUMETRIC PUMPSMETHOD OF CONTROL AUTOMATIC / MANUAL NOTE-4 TYPE OF CONTROL BY VFD CONTROL CONTROL RANGE 0 - 100%PRECISION AT MINIMUM RATE
MECHANICAL DATADESIGN PRESSURE KG/CM2 G 19MAXIMUM SUCTION PRESSURE KG/CM2 G ATMDESIGN TEMPERATURE DEG C 65MATERIAL OF CONSTRUCTION
CASING AISI - 316IMPELLER AISI - 316
SEAL TYPE PACKINGLINE RATING SUCTION 150# DISCHARGE 150#DRIVER ELECTRIC MOTOR (VARIABLE SPEED) NOTE - 3
STEAM TURBINE DATAINLET PRESSURE KG/CM 2INLET TEMPERATURE DEG CDESIGN PRESSURE KG/CM2 GDESIGN TEMPERATURE DEG CDESIGN TEMPERATURE KG/CM2 GEXHAUST PRESSURE
LINE RATING SUCTION DISCHARGENOTES:
1 STRAINER, SAFETY VALVE ON DISCHARGE, PULSATION DAMPNER, CALIBRATION PLOT, ETC. SHALL BE UNDER PUMP VENDOR'S SCOPE.2 SAFETY VALVE SET PRESSURE SHALL BE 110% OF RATED DISCHARGE PRESSURE.3 BASED ON FLOWRATE OF PRODUCT, CORROSION INHIBITOR DOSING RATE WILL BE VARIED TO MAINTAIN SET PPM BY
VFD CONTROL SYSTEM 4 MANUAL STROKE ADJUSTMENT FACILITY SHALL BE AVALIABLE.
SECTION OIL & GAS CLIENT : Hindustan Petroleum
NAME DATE CHKD DATECorporation Limited
DSGN TKM BNDDRWN
DATA SHEET FOR SCALE : REVAPPROVED B.N. DAS CORROSION INHIBITOR CHEMICAL DS NO. MEC/23LK/05/21/M/001/DS-CIP/02 0
DOSING PUMP (P-0302 A/B) SHEET 1 of 1
Maeka$Na ilim4eDMECON LIMITEDProject : Bahadurgarh Tikarikalan
Pipeline Project of M/s HPCL
PROJECT : BAHADURGARH TIKARIKALAN PIPELINE PROJECT CLIENT : HPCLLOCATION : BAHADURGARH DESPATCH STATION JOB NO.: 23LKITEM NO. : T-0301SERVICE : CORROSION INHIBITOR DOSING TANK (FOR ULMS) TYPE VERTICAL (CONICAL)PROCESS DATA
FLUID HANDLED CORROSION INHIBITOROPERATING PRESSURE KG/CM2 G ATMOSPHERICOPERATING TEMPERATURE DEG C. AMB.DESIGN PRESSURE KG/CM2 G FULL OF WATERDOES VESSEL REQUIRE FULL VACUUM DESIGN NODESIGN TEMPERATURE DEG C. 65
MECHANICAL DATAMATERIAL OF CONSTRUCTION
SHELL AISI - 304LINER
CORROSION ALLOWANCE MM NILINSULATION REQUIRED NO TYPEINSULATION THICKNESS MMIS INLET BAFFLE DEFLECTOR REQUIRED NOVESSEL SUBJECTED TO STEAM OUT CONDITIONS NOIF 'YES'
STEAM TEMPERATURE DEG CSTEAM PRESSURE KG/CM2 G
VORTEX BREAKER REQUIRED NO TYPEDEMISTER REQUIRED NO
IF 'YES' REF DATA SHEET NUMBERIS DESIGN FOR NACE CODE REQUIRED NO
RATING FOR VESSEL NOZZLES 150# A1AMARK NUMBER SIZE, IN SERVICE MARK NUMBER SIZE, INSERVICE
I 1 2 FEED INLETB 1 2 BOTTOM OUTLETV 1 2 VENTLT 1 2 LEVEL TRANSMITTERLG 1 2 LEVEL GAUGE (RADAR TYPE)H 1 BY HANDHOLE WITH HINGE CLOSURE
VENDOR
NOTE: LEVEL TRANSMITTER SHALL BE OF ULTRASONIC TYPE WITH LOCAL DISPLAY
SECTION OIL & GAS CLIENT : Hindustan Petroleum
NAME DATE CHKD DATECorporation Limited
DSGN DRWN
DATA SHEET FOR SCALE : REVAPPROVED CORROSION INHIBITOR D/S NO. MEC/23LK/05/21/M/001/DS-CIT/01 0
DOSING TANK (T-0301) SHEET 1 of 1
Project : Bahadurgarh Tikarikalan Pipeline Project of M/s HPCL
Maeka$Na ilim4eDMECON LIMITED
NOZZLES AND CONNECTIONS
1 Column (X) 6
GAUGE GLASSES2 Reflex (X)
Tubular 7Other
3 Chamber connection SizeType Location
8
9 Type of connection 4 Vessel
Gauge Vent Drain
Material Body 5 Trim
Plain Quick (X)
SIDE BOTTOM
* **CORROSION INHIBITOR
DOSING TANK* *
1234
5
67
BAHADURGARH TIKARIKALAN PIPELINE PROJECT
REV BYDATE
UNITS : - Flow : Liquid --> M3/Hr, Gas --> MMSMD Steam --> Kg/Hr, Pressure --> Kg/Cm2G, Temp --> °C, Level / Length --> mm
GAUGE SHALL HAVE AN OVER LAP OF 100 MM IN CASE OF TWO LEVEL GAUGES ARE REQUIRED TO COVER VISIBLE LENGTH.
* BY CONTRACTOR DURING DETAILED ENGINEERING.
CHKD APPD
NOTES:
ULMS, ULHSD/ SKOLG-0301
** VENDOR TO SPECIFY.
VENDOR TO SUBMIT NOZZLE ELEVATIONS AND SKETCHES FOR LG ON VESSELS FOR REVIEW & ENSURE MATCHING. CONTRACTOR SHALL REFER PROCESS DATA SHEET AND SUBMIT FILLED IN DATA SHEET FOR APPROVAL BY MECON/HPCL.LEVEL GAUGES SHALL BE READABLE FROM GRADE/PLATFORM. ENSURE WITH PROPER NOZZLE ORIENTATION.ON/OFF SWITCH SHALL BE PROVIDED FOR GAUGE ILLUMINATOR AT THE CONTROL ROOM/MCC ROOM.
VESSEL CONNECTIONTAG NO.
VISIBLE LENGTH
MM
C TO C DIST. MM
MAX. OPER. PRESS KG/CM2
TEMP °C (DESIGN) LOCATION
(X)(X)Renewable seals
Ball check
OPTIONSFLUID
3/4" NPT (F) WITH UNION3/4" NPT (F) WITH UNION1/2" NPT WITH CAP1/2" NPT WITH CAP
SS 316 (NOTE-2)
Bolted (X)Screwed UnionExtended
*Offset (X) Straight
ASTM A 105
Bonnet Type Closing
Required with 10 mm graduation
Transparent Large chamber
Cocks (X)Assemblies with Nipple (X)Uuassembled
Material chamber
Type
Gauge
(e) Non frost extn. (f) IBR Certificate
OPTIONS(a) Mica shield(b) Illuminator (c) Heating jacket
Cover Plate Studs ASTM
(d) Calibrated scale
Illuminator (back)Power supply Area classEnclosure
Nuts ASTMGaskets
Vent & Drain
Conncetions : -Inlet Outlet
*
*
Required
COCKSType
Side Back
MECON LTD. DELHI
LEVEL GAUGE
Other
FLNGTop and Bottom (X)
Cable entry Heating JacketsMedium Max. Temp. / Press.
1
2
345678910111213 FINNED EXTENSION1415161718192021222324252627
28
293031 QTY. FORM3233343536373839 JACKETING - MEDIUM CONN. 40 - TEMP. °C PRESS414243444546 M. W. S. G. * *47 PRESS NOR. MAX. * *48 TEMP. °C - NOR. MAX. * *495051
Notes:1. TRANSMITTER SHALL BE CAPABLE OF DRIVING LOAD OF 600 OHMS AT 24 V DC2. (*) INFORMATION TO BE PROVIDED BY THE VENDOR 3. VENDOR TO REFER PROCESS DATA AND SUBMIT FILLED-IN DATA SHEET FOR MECON'S APPROVAL
DATE BY
BAHADURGARH TIKARIKALAN PIPELINE PROJECT
LOCATION LOWER
INSERTION DEPTH MM
FLANGE RATING & FINISHLOCATION UPPER
CASE ORIENTATION ROTATABLE HEAD
DRAIN CONN. SIZEDISPLACER OR FLOAT
DISPLACER EXTN. MM
MECON LTD. DELHI
TAG. NO.
SERVICE
INTERNAL / EXTERNAL
BODY OF CAGE MATERIAL FLANGE MATERIAL CONN. SIZE TYPE & RATING
DIAMETER OR LENGTH MM.
DISPLACER OR FLOAT MATERIAL SPRING/TORQUE TUBE MATERIAL
FUNCTION OUTPUTCONTROL MODESDIFFERENTIAL CONTROLLER ACTION
ELEC. AREA CLASSIFICATION
ELEC. POWER / AIR SUPPLY SWITCH TYPE
CONTACT RATING ON LEVEL INC. CONTACTON LEVEL DEC. CONTACTCABLE ENTRY SINGLE/DUAL ENCLOSURE INTRINSICALLY SAFEFILTER REGULATOR WITH GAUGE
TORQUE TUBE FLUSHING CONN. O/P METER, W/P & INTRN. SAFE
UPPER LIQUIDLOWER LIQUID
MAKE / MODEL NO. QUANTITY IBR CERTIFICATION
LT-0301CORROSION INHIBITOR
DOSING TANK T-0301EXTERNAL
*
**
TRANSMIT, INDICATE 4-20 mA DC, 2-WIRE
NEC CLASS-1, DIV.2, GROUP-C&D
24 V DC
1/2" NPTF (SINGLE)
*AS PER P&ID
NA
VENT
NEMA - 4 (MIN.)YES
UNITS : - Flow : Liquid --> M3/Hr, Gas --> Nm3/Hr, Steam --> Kg/Hr, Pressure --> Kg/Cm2G, Temp --> °C, Level / Length --> mm
Displacer or Float
Trans./Controller/Swit
ch
Option
Service Conditions
LEVEL TRANSMITTER
General
Body/Cage
APPD.
0
REV CHKD
Sh. 2 of 2
BAHADURGARH TIKARIKALAN PIPELINE
PROJECT MECON LIMITED DELHI
PRESSURE GAUGES Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2 (G) Temperature- C Level/Length-mm
1 Type Direct Wetted parts material
---
2 Mounting Local Element --- 3 Dial size 150 mm Lower body --- Colour White (Non rusting plastic
with black engraving) Non wetted parts ---
4 Case material Cast aluminium Process connection --- 5 Bezel ring Screwed Size --- 6 Window material Shatter proof glass Rating --- 7 Enclosure IP 55 / NEMA 4 Facing &Finish --- 8 Pressure element Bourdon tube Capillary material --- 9 Element material SS 316 Capillary length ---
10 Socket material SS 316 Flushing & Filling --- 11 Accuracy 1% FSD 16 Over range
protection 130% of range
12 Zero adjustment Micrometer pointer (Internal) 17 Blow out
protection Required
18 Options 13 Connections ½” NPT (M) a) Snubber
Conn. Location Bottom b) Syphon 14 Movement SS 304 c) Gauge saver 15 Diaphragm seal --- d) Liquid filled casing
Type --- e) 2 Way Manifold 19 Make & Model *
Pressure Tag No. Range Operating Design Design Temp. Fluid Service Options
PI-0301 * * * *
PI-0302 * * * *
NOTES:
1) ‘*’ Information to be supplied by the Vendor / Contractor.
2) Make of the PG shall be from approved vendor list of Mecon /Client.
Rev. Date By Chkd Appd
BAHADURGARH TIKARIKALAN
PIPELINE PROJECT MECON LIMITED DELHI
PRESSURE TRANSMITTERS
Units:- Flow : Liquid-T/hr Gas-MMSCMD Steam- kg/hr Pressure- Kg/cm2(G) Temperature-C Level/Length-mm GENERAL MEASURING UNIT
1 Function Transmit & Indicate 24 Service Pressure
2 Type Electronic Smart P Based 25 Element Diaphragm
3 Case Mfg. Std. 26 Body Material Carbon Steel 4 Mounting Yoke 27 Element Material SS 316L
5 Enclosure
Weather proof to IS2147 Explosion proof to IS2148
28 Process Connections ½” NPT(F)
Enclosure class NEMA 4 & NEMA 7 Process Conn. Locn. Mfg. Std.
6 Elec. Area Class. Zone-I, Gr.IIA & IIB, T3 29 Diaphragm Seal:- Not Required
7 Intrinsically safe & Flameproof Required Type ---
8 Air supply N.A Wetted Parts Matl. --- 9 Power supply 24 VDC Other Material ---
10 Cable entry ½” NPT(F) Process Conn.:- 11 Accuracy + 0.075% of SPAN Size and Rating --- 12 Repeatability + 0.05% Facing and Finish ---
TRANSMITTER Capillary Material:-
13 Output 4 – 20 mA DC, Two wire Armour Flexible ---
14 Trans. Power supply 24 V DC Armour Flexible Matl.
---
CONTROLLER Capillary length, mm ---
15 Output Flush / Filling Conn. with plug
---
16 A/M switch MISCALLANEOUS
No. of positions 30 Over Range Protection 130% of Range
17 Set Point Adj. 31 Options 18 Manual Regulator a) Output Meter W.P. Intr Safe(note 2)
19 Mode b) Mounting Accessories
Mounting accessories for 2” Pipe Mounting – Material (SS 316)
RECORDER c) 3 -Way Manifold Required 20 Chart 21 Chart Drive 22 Moving Parts Matl. 32 Make & Model * 23 Chart speed
Range Tag No. Operating Pressure Design
Press. DesignTemp. Span Set
Service Options
PT-0301 * * * * *
PT-0302 * * * * *
NOTES:
1) ‘*’ Information to be supplied by the Vendor / Contractor.
2 ) Over range protection shall be 130% of maximum static pressure.
3) Local Digital Output meter should indicate the line pressure in Kg/cm2g.
4) Environmental cover to be provided for each transmitter
5) Transmitter shall have zero elevation /suppression for the service specified.
6) Make of the PT shall be from approved vendor list of Mecon /Client.
Rev. Date By Chkd Appd
RUPTURE DISK DEVICE SPECIFICATION SHEET
SECTION: LONG DISTANCE PIPELINES CLIENT: HPCL NAME PREP. BY CHKD SIGNATURE/
DATE DSGN
PROJECT : BAHADURGARH – TIKARIKALAN PIPELINE PROJECT
MECON LIMITED
APPROVED RUPTURE DISK DEVICE
SPECIFICATION SHEET (RD-0701, RD-0702)
DATA SHEET NO. MEC/23LK/05/21/M/001/DS-024A/02 Sheet No. 1 of 2
GENERAL
1. TAG NUMBER RD-0701 RD-0702 2. SERVICE, LINE OR EQUIPMENT NUMBER 12” – ULSHSD-02-0701-A1A 10” – ULMS-02-0703-A1A SERVICE CONDITIONS
3. DESIGN CODE (ASME, DIN, ETC.) API 520 API 520 4. FLUID AND STATE ULSHSD/SKO/SLOP* (LIQUID) ULMS* (LIQUID) 5. REQUIRED CAPACITY AND UNITS 385 m3/h 275 m3/h 6. SPECIFIC GRAVITY AT FLOWING TEMPERATURE 0.775 – 0.87 0.72 – 0.775 7. VISCOSITY AT FLOWING TEMPERATURE (CSt) 1.6 – 8.0 0.5 – 0.7 8. OPERATING PRESSURE kg/cm2.g 3 3 9. MAXIMUM ALLOWABLE WORKING PRESSURE OR
DESIGN PRESSURE, kg/cm2.g 19 19
10. BURST TEMPERATURE 0C 45 45 11. RELIEVING TEMPERATURE 0C 45 45 12. SUPERIMPOSED BACK PRESSURE 2 2 13. VACUUM PRESSURE PRESENT. INLET OR OUTLET
kg/cm2.g - -
14. ALLOWABLE OVERPRESSURE, AS A PERCENT 10% 10% 15. COMPRESSIBILITY FACTOR - - 16. RATIO OF SPECIFIC HEATS - - 17. FRAGMENTATION ALLOWED (YES OR NO) NO NO 18. DESIGN TYPE SCORED TENSION – LOADED
RUPTURE DISK WITH ALARM SYSTEM
SCORED TENSION – LOADED RUPTURE DISK
WITH ALARM SYSTEM 19. NUMBER REQUIRED 1 1
CONNECTIONS
20. SIZE 6” NB 6” NB 21. FLANGE CLASS (ANSI) 150# 150# 22. FACING TYPE (FLAT, RTJ, ETC.) SMOOTH SMOOTH 23. PIPING CONNECTIONS, SCHEDULE/BORE 6”, 6.4 MM 6”, 6.4 MM RUPTURE DISK HOLDERS
24. HOLDER MATERIAL, INLET SS 304 SS 304 25. HOLDER MATERIAL, OUTLET SS 304 SS 304 26. GAUGE TAP SIZE, INLET OR OUTLET ___________ ___________ RUPTURE DISK HOLDER ACCESSORIES ___________ 27. EYEBOLTS, JACKSCREWS, MATERIAL SS 304 SS 304
28. TELLTALE ASSEMBLY, MATERIAL SS 304 SS 304
RUPTURE DISK DEVICE SPECIFICATION SHEET
SECTION: LONG DISTANCE PIPELINES CLIENT: HPCL NAME PREP. BY CHKD SIGNATURE/
DATE DSGN
PROJECT : BAHADURGARH – TIKARIKALAN PIPELINE PROJECT
MECON LIMITED
APPROVED RUPTURE DISK DEVICE
SPECIFICATION SHEET (RD-0701, RD-0702)
DATA SHEET NO. MEC/23LK/05/21/M/001/DS-024A/02 Sheet No. 2 of 2
RUPTURE DISKS
29. QUANTITY (INCLUDE SPARES) 2 2 30. SIZE (NOMINAL PIPE SIZE) ___________ ___________ 31. TYPE SCORED TENSION – LOADED
RUPTURE DISK WITH ALARM SYSTEM
SCORED TENSION – LOADED RUPTURE DISK
WITH ALARM SYSTEM
32. SPECIFIED BURST CONDITION kg/cm2.g, 0C ___________ ___________ 33. MANUFACTURING RANGE ___________ ___________ 34. ALLOWABLE BURST TOLERANCE ___________ ___________ MANUFACTURER’S DATA
35. MANUFACTURER ___________ ___________ 36. PREVIOUS LOT NUMBER ___________ ___________ 37. MODEL NUMBER (RUPTURE DISK) ___________ ___________ 38. MODEL NUMBER (HOLDER) ___________ ___________ 39. MODEL NUMBER (OTHER) ___________ ___________ MATERIALS – ALL RUPTURE DISKS
40. DISK MATERIAL SS – 304 SS – 304
41. VACUUM SUPPORT ___________ ___________ 42. LINER ___________ ___________ 43. COATINGS ___________ ___________ 44. RINGS ___________ ___________ MATERIALS – COMPOSITE RUPTURE DISKS
45. TOP SECTION ___________ ___________ 46. SEAL ___________ ___________ NOTES:- RUPTURE DISC TO BE PROVIDED WITH ALARM SYSTEM. THE ALARM TO BE PROVIDED IN CONTROL ROOM OF HPCL THROUGH EXISTING PLC. * ULSHSD – ULTRA LOW SULPHUR HIGH SPEED DIESEL * SKO – SUPERIOR KEROSENE OIL * SLOP – MIXTURE OF ULSHSD & SKO * ULMS – UNLEADED MOTOR SPIRIT
TYPICAL DATA SHEET FOR THERMAL SAFETY VALVES
PROJECT : BAHADURGARH TIKARIKALAN PIPELINE PROJECT CLIENT : HPCL JOB NO. : 23LK
1 TAG NO. TSV-0102, 0401 TO 0405, 0707 TO TSV-0101, 0103, 0201 TO 0205, 2 0709, 0711 (10 NOS.) 0701 TO 0706, 0710 (14 NOS.)3 CASE NO. (IF ANY) 4 SERVICE ULMS ULSHSD / SKO5 INLET LINE NO. ¾" LINE ¾" LINE 6 OUTLET LINE NO. 1" LINE 1" LINE 7 VESSEL NO. 8 FLUID DISCHARGED ULMS ULSHSD / SKO9 FLUID STATE @ SV INLET DEG C HC, LIQUID HC, LIQUID 10 OPERATING TEMPERATURE DEG C 15-45 15-45
11 RELIEVING TEMPERATURE KG/CM2 G 65 65
12 OPERATING PRESSURE KG/CM2 G ATM - 12 ATM - 1213 SET PRESSURE KG/CM2 G 19 1914 MAXIMUM BACK PRESSURE
15 BACK PRESSURE CONST/VARIABLE CONSTANT CONSTANT
16 % OVER PRESSURE 25 2517 BASIS OF SELECTION LIQUID THERMAL RELIEF LIQUID THERMAL RELIEF 18 VALVE DISCHARGE TO SUMP TANK SUMP TANK 1920 VALVE 21 FULL NOZZLE / MODIFIED NOZZLE MODIFIED NOZZLE MODIFIED NOZZLE 22 BONNET TYPE CLOSED CLOSED 23 CONV. / BELLOWS / PILOT OPERATED CONVENTIONAL CONVENTIONAL 24 CAP OVER ADJ. BOLT YES YES25 SCREWED / BOLTED BOLTED BOLTED 26 TEST GAG YES YES27 INLET CONNECTION ¾", 150#, RF, SERR.FIN. ¾", 150#, RF, SERR.FIN.28 1", 150#, RF, SERR.FIN. 1", 150#, RF, SERR.FIN.29 MATERIAL 30 BODY & BONNET ASTM A216 GR. WCB ASTM A216 GR. WCB 31 NOZZLE & DISC SS 316 SS 31632 SPRING SS 316 SS 3163334 DATA AT SV INLET 35 REQD DISCHARGE CAPACITY 36 LIQUID KG/HR NOMINAL NOMINAL 37 VAPOUR / GAS KG/HR3839 LIQUID PROPERTIES 40 SP GR. @ 15°C 0.720 - 0.775 0.775 - 0.8741 VISCOSITY AT 20°C, cSt 0.7 1.6 - 8.04243 GAS AND VAPOUR PROPERTIES 44 MOLECULAR WEIGHT 45 COMPRESSIBILITY FACTOR 46 CP / CV 4748 FOR GAS FILLED VESSEL UNDER FIRE 49 VESSEL SURFACE AREA M250 VESSEL WALL TEMPERATURE DEG C 5152 CORROSIVE CONSTITUENTS 5354 NOTE : 55565758596061
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
SECTION OIL & GAS CLIENT : Hindustan Petroleum
NAME DATE CHKD DATECorporation Limited
DSGN PROJECT :
DRWN
SPECIFICATION & SCALE : REVAPPROVED DATA SHEET FOR DATA SHEET NO. MEC/23LK/05/21/M/001/DS-TSV/01 0
THERMAL SAFETY VALVES
Project : Bahadurgarh Tikarikalan Pipeline Project of M/s HPCL
MECON LIMITED
TYPICAL DATA SHEET FOR THERMAL SAFETY VALVES
PROJECT : BAHADURGARH TIKARIKALAN PIPELINE PROJECT CLIENT : HPCL JOB NO. : 23LK
1 TAG NO. TSV-0501 TO 0503, 0605 TO 0608 TSV-0305 TO 0307, 0601 2 (7 NOS.) TO 0604 (7 NOS.) 3 CASE NO. (IF ANY) 4 SERVICE ULMS ULSHSD / SKO5 INLET LINE NO. ¾" LINE ¾" LINE 6 OUTLET LINE NO. 1" LINE 1" LINE 7 VESSEL NO. 8 FLUID DISCHARGED ULMS ULSHSD / SKO9 FLUID STATE @ SV INLET DEG C HC, LIQUID HC, LIQUID 10 OPERATING TEMPERATURE DEG C 15-45 15-45
11 RELIEVING TEMPERATURE KG/CM2 G 65 65
12 OPERATING PRESSURE KG/CM2 G ATM - 25 ATM - 2513 SET PRESSURE KG/CM2 G 49 4914 MAXIMUM BACK PRESSURE
15 BACK PRESSURE CONST/VARIABLE CONSTANT CONSTANT
16 % OVER PRESSURE 25 2517 BASIS OF SELECTION LIQUID THERMAL RELIEF LIQUID THERMAL RELIEF 18 VALVE DISCHARGE TO SUMP TANK SUMP TANK 1920 VALVE 21 FULL NOZZLE / MODIFIED NOZZLE MODIFIED NOZZLE MODIFIED NOZZLE 22 BONNET TYPE CLOSED CLOSED 23 CONV. / BELLOWS / PILOT OPERATED CONVENTIONAL CONVENTIONAL 24 CAP OVER ADJ. BOLT YES YES25 SCREWED / BOLTED BOLTED BOLTED 26 TEST GAG YES YES27 INLET CONNECTION ¾", 300#, RF, SMOOTH ¾", 300#, RF, SMOOTH 28 1", 150#, RF, SERR.FIN. 1", 150#, RF, SERR.FIN.29 MATERIAL 30 BODY & BONNET ASTM A216 GR. WCB ASTM A216 GR. WCB 31 NOZZLE & DISC SS 316 SS 31632 SPRING SS 316 SS 3163334 DATA AT SV INLET 35 REQD DISCHARGE CAPACITY 36 LIQUID KG/HR NOMINAL NOMINAL 37 VAPOUR / GAS KG/HR3839 LIQUID PROPERTIES 40 SP GR. @ 15°C 0.720 - 0.775 0.775 - 0.8741 VISCOSITY AT 20°C, cSt 0.7 1.6 - 8.04243 GAS AND VAPOUR PROPERTIES 44 MOLECULAR WEIGHT 45 COMPRESSIBILITY FACTOR 46 CP / CV 4748 FOR GAS FILLED VESSEL UNDER FIRE 49 VESSEL SURFACE AREA M250 VESSEL WALL TEMPERATURE DEG C 5152 CORROSIVE CONSTITUENTS 5354 NOTE : 55565758596061
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD
SECTION OIL & GAS CLIENT : Hindustan Petroleum
NAME DATE CHKD DATECorporation Limited
DSGN PROJECT :
DRWN
SPECIFICATION & SCALE : REVAPPROVED DATA SHEET FOR DATA SHEET NO. MEC/23LK/05/21/M/001/DS-TSV/02 0
THERMAL SAFETY VALVES
Project : Bahadurgarh Tikarikalan Pipeline Project of M/s HPCL
MECON LIMITED
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) :(20)3/4", (25)1" ANSI Rating : 800# Design Standard : BS:5351(Latest)
3.0 Connecting Pipeline Design Pressure, kg/cm2(g) : -- Design Temperature, °C :0oC to +65°C
4.0 Connecting Pipe Specification : N.A. Service : ULHSD/ULMS/SKO4.1 Material : 4.2 Diameter (OD), mm (inch) : 4.3 Thickness, mm :
5.0 Valve Construction Design5.1 Bore : Reduced Full5.2 End Connections : Socket Welded (as per ASME B16.11)
100mm Extension Pups in ASTM A106 Gr. B (Sch. 160) at both ends5.3 Flanges (wherever applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 microinches AARH) NA5.4 Valve Type : Floating Ball
6.0 Valve Material SpecificationPart Specified Material Material Offered
6.1 Body ASTM A 1056.2 Ball 13% Cr Steel6.3 Body Seat RPTFE/ DELRIN6.4 Gland 13% Cr Steel6.5 Stem 13% Cr Steel (No Casting)6.6 Body Seal Grafoil6.7 Stem Seal Grafoil6.8 Body Studs/Nuts ASTM A 193 Gr B7/ A194 Gr. 7
7 Corrosion Allowance : 1.5 mm
8.0 Location : Above Ground Buried
9.0 Stem Extension Requirement : Yes No Length of Stem Extension, m : N.A.
10.0 Gear Operator Requirement : Yes No
11.0 Gas Powered Actuator Requirement : Yes No Actuator Specification No.: N.A.Actuator Data Sheet No.: N.A.
12.0 Fire Resistant Design Requirement : Type-Test as per Standard API 607/ BS:6755 (Part-II)(Latest)
13.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g) Minimum Duration, minutes
13.1 Hydrostatic Test Body 210 2Seat 155 2
13.2 Air Test 7.0 15
14 Anti-Static Testing Requirement : As per Standard BS:5351 (Latest)
15.0 Valve Painting Specification : 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
16 Lock Open/ Lock Close Requirement : As indicated in Material RequisitionNotes:
1. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C on three samples having average value of 27J and minimum value shall be 22J.
2. Material test certificates and hydrostatic test reports shall be furnished prior to despatch.3. Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's
approval prior to manufacture of the valves.4. All tests shall be as per BS:6755 (Part-I)(Latest).5. Valves shall have ball position indicator.6. Stops shall be provided to ensure positive alignment of ball with ports and ensure proper installation of handle.7. Each valve shall be provided with a wrench.8. Valves shall be inspected and approved by Purchaser before despatch.9. Gland packing assembly shall permit repair of gland packing under full line pressure.
10. Inspection and Testing shall be as per this specification, BS:6755 (Part-I) (Latest) and other relevant standards and clause no. 5.0 of T.S. No.: MEC/TS/05/62/002, Ed. 1, Rev-0.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum Corporation NAME DATE CHKD DATE Limited
DSGN BBPROJECT :
DRWN SPECIFICATION AND DATA SHEET SCALE : REV
APPROVED FOR BALL VALVES DS NO. : MEC/23LK/05/21/M/001/DS/BV001 0(NB < 2'')
MECON LIMITEDBahadurgarh-Tikrikalan Pipeline Project
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) :(25)1" ANSI Rating : 800# Design Standard : BS:5351(Latest)
3.0 Connecting Pipeline Design Pressure, kg/cm2(g) : -- Design Temperature, °C :0oC to +65°C
4.0 Connecting Pipe Specification : N.A. Service : ULHSD/ULMS/SKO4.1 Material : 4.2 Diameter (OD), mm (inch) : 4.3 Thickness, mm :
5.0 Valve Construction Design5.1 Bore : Reduced Full5.2 End Connections : Flanged (as per ASME B16.5)5.3 Flanges (wherever applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 microinches AARH) NA5.4 Valve Type : Floating Ball
6.0 Valve Material SpecificationMaterial Offered
6.1 Body ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB6.2 Ball ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB/ SS 316
with ENP coating/ SS 316 with ENP coating6.3 Body Seat Rings AISI 4140 + ENP coating/SS 316 with ENP coating6.4 Seat Seal VITON6.5 Stem AISI 4140 + ENP coating/SS 316 with ENP coating6.6 Stem Seals VITON/PTFE6.7 Stud Bolts/ Nuts ASTM A 193 Gr. B7/ A194 Gr. 2H
7 Corrosion Allowance : 1.5 mm
8.0 Location : Above Ground Buried
9.0 Stem Extension Requirement : Yes No Length of Stem Extension, m : N.A.
10.0 Gear Operator Requirement : Yes No
11.0 Gas Powered Actuator Requirement : Yes No Actuator Specification No.: N.A.Actuator Data Sheet No.: N.A.
12.0 Fire Resistant Design Requirement : Type-Test as per Standard API 607/ BS:6755 (Part-II)(Latest)
13.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g) Minimum Duration, minutes
13.1 Hydrostatic Test Body 210 2Seat 155 2
13.2 Air Test 7.0 15
14 Anti-Static Testing Requirement : As per Standard BS:5351 (Latest)
15.0 Valve Painting Specification : 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
16 Lock Open/ Lock Close Requirement : As indicated in Material RequisitionNotes:
1. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C on three samples having average value of 27J and minimum value shall be 22J.
2. Material test certificates and hydrostatic test reports shall be furnished prior to despatch.3. Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's
approval prior to manufacture of the valves.4. All tests shall be as per BS:6755 (Part-I)(Latest).5. Valves shall have ball position indicator.6. Stops shall be provided to ensure positive alignment of ball with ports and ensure proper installation of handle.7. Each valve shall be provided with a wrench.8. Valves shall be inspected and approved by Purchaser before despatch.9. Gland packing assembly shall permit repair of gland packing under full line pressure.10. Inspection and Testing shall be as per this specification, BS:6755 (Part-I) (Latest) and other relevant standards and clause no. 5.0 of
T.S. No.: MEC/TS/05/62/002, Ed. 1, Rev-0.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum Corporation NAME DATE CHKD DATE Limited
DSGN BBPROJECT
DRWN SPECIFICATION AND DATA SHEET SCALE : REV
APPROVED FOR BALL VALVES DS NO. : MEC/23LK/05/21/M/001/DS/BV002 0(NB < 2'')
MECON LIMITEDBahadurgarh-Tikrikalan Pipeline Project
Part Specified Material
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 150# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 19 Design Temperature, °C : 0oC to +65°C
5.0 Connecting Pipe Specification :5.1 Material 5.2 Diameter (OD), mm 5.3 Thickness, mm
6.0 Valve Construction Design6.1. Bore : Reduced Full6.2. End Connections6.3. Flanges (wherever applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 microinches AARH) NA6.4 Valve Type : Floating Ball
7.0 Valve Material SpecificationMaterial Offered
7.1 Body ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB7.2 Ball ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB/ SS 316
with ENP coating/ SS 316 with ENP coating7.3 Body Seat Rings AISI 4140 + ENP coating/SS 316 with ENP coating7.4 Seat Seal VITON7.5 Stem AISI 4140 + ENP coating/SS 316 with ENP coating7.6 Stem Seals VITON/PTFE7.7 Stud Bolts/ Nuts ASTM A 193 Gr. B7/ A194 Gr. 2H8.0 Corrosion Allowance : 1.5 mm
9.0 Location : Above Ground Buried
10.0 Stem Extension Requirement : Yes No Length of Stem Extension, mm : N.A
11.0 Gear Operator Requirement : Yes No
12.0 Gas Powered Actuator Requirement : Yes No
13.0 Fire Resistant Design Requirement : API 6FA
14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)
14.1 Hydrostatic Test BodySeat
14.2 Air Test
15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)
16.0 Valve Painting Specification : 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
17.0 Lock Open/ Lock Close Requirement : As indicated in Material RequisitionNotes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Ed. 1, Rev-02. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C on three samples
having average value of 27J and minimum value shall be 22J.6. Ball & stem shall be ENP coated for minimum thickness of 80 microns.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum Corporation
NAME DATE CHKD DATE Limited
DSGN BB
PROJECT :
DRWN SCALE : REV
APPROVED DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23LK/05/21/M/001/DS/BV003 0(NB > 2")
Part Specified Material
Minimum Duration, minutes2" NB
: Flanged as per ASME B 16.5
MECON LIMITED
32237.0
As per API 6DAs per API 6DAs per API 6D
Bahadurgarh-Tikrikalan Pipeline Project
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 150# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 19 Design Temperature, °C : 0oC to +65°C
5.0 Connecting Pipe Specification : 2"5.1 Material ASTM A 106 Gr. B(Charpy)5.2 Diameter (OD), mm (2.375)60.35.3 Thickness, mm 5.5
6.0 Valve Construction Design6.1. Bore : Reduced Full6.2. End Connections6.3. Flanges (wherever applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 microinches AARH) NA6.4 Valve Type : Floating Ball
7.0 Valve Material SpecificationMaterial Offered
7.1 Body ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB7.2 Ball ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB/ SS 316
with ENP coating/ SS 316 with ENP coating7.3 Body Seat Rings AISI 4140 + ENP coating/SS 316 with ENP coating7.4 Seat Seal VITON7.5 Stem AISI 4140 + ENP coating/SS 316 with ENP coating7.6 Stem Seals VITON/PTFE7.7 Stud Bolts/ Nuts ASTM A 193 Gr. B7/ A194 Gr. 2H8.0 Corrosion Allowance : 1.5 mm
9.0 Location : Above Ground Buried
10.0 Stem Extension Requirement : Yes No Length of Stem Extension, mm : N.A
11.0 Gear Operator Requirement : Yes No
12.0 Gas Powered Actuator Requirement : Yes No
13.0 Fire Resistant Design Requirement : API 6FA
14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)
14.1 Hydrostatic Test BodySeat
14.2 Air Test
15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)
16.0 Valve Painting Specification : 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
17.0 Lock Open/ Lock Close Requirement : As indicated in Material RequisitionNotes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Ed. 1, Rev-02. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C on three samples
having average value of 27J and minimum value shall be 22J.6. Ball & stem shall be ENP coated for minimum thickness of 80 microns.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum Corporation
NAME DATE CHKD DATE Limited
DSGN BB
PROJECT :
DRWN SCALE : REV
APPROVED DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23LK/05/21/M/001/DS/BV004 0(NB > 2")
: Butt Weld as per ASME B 16.25
MECON LIMITED
32237.0
As per API 6DAs per API 6DAs per API 6D
Bahadurgarh-Tikrikalan Pipeline Project
Part Specified Material
Minimum Duration, minutes2" NB
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) :(25)1" ANSI Rating : 800# Design Standard : BS:5351(Latest)
3.0 Connecting Pipeline Design Pressure, kg/cm2(g) : -- Design Temperature, °C :0oC to +65°C
4.0 Connecting Pipe Specification : N.A. Service : ULHSD/ULMS/SKO4.1 Material : 4.2 Diameter (OD), mm (inch) : 4.3 Thickness, mm :
5.0 Valve Construction Design5.1 Bore : Reduced Full5.2 End Connections : Flanged (as per ASME B16.5)5.3 Flanges (wherever applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 microinches AARH) NA5.4 Valve Type : Floating Ball
6.0 Valve Material SpecificationMaterial Offered
6.1 Body ASTM A 351 Gr. CF86.2 Ball ASTM A 351 Gr. CF8/SS 304 with ENP coating6.3 Body Seat Rings SS 304 with ENP coating6.4 Seat Seal VITON6.5 Stem SS 304 with ENP coating6.6 Stem Seals VITON/PTFE6.7 Stud Bolts/ Nuts ASTM A 193 Gr. B7/ A194 Gr. 2H
7 Corrosion Allowance : 1.5 mm
8.0 Location : Above Ground Buried
9.0 Stem Extension Requirement : Yes No Length of Stem Extension, m : N.A.
10.0 Gear Operator Requirement : Yes No
11.0 Gas Powered Actuator Requirement : Yes No Actuator Specification No.: N.A.Actuator Data Sheet No.: N.A.
12.0 Fire Resistant Design Requirement : Type-Test as per Standard API 607/ BS:6755 (Part-II)(Latest)
13.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g) Minimum Duration, minutes
13.1 Hydrostatic Test Body 210 2Seat 155 2
13.2 Air Test 7.0 15
14 Anti-Static Testing Requirement : As per Standard BS:5351 (Latest)
15.0 Valve Painting Specification : 15.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.15.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
16 Lock Open/ Lock Close Requirement : As indicated in Material RequisitionNotes:
1. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C on three samples having average value of 27J and minimum value shall be 22J.
2. Material test certificates and hydrostatic test reports shall be furnished prior to despatch.3. Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's
approval prior to manufacture of the valves.4. All tests shall be as per BS:6755 (Part-I)(Latest).5. Valves shall have ball position indicator.6. Stops shall be provided to ensure positive alignment of ball with ports and ensure proper installation of handle.7. Each valve shall be provided with a wrench.8. Valves shall be inspected and approved by Purchaser before despatch.9. Gland packing assembly shall permit repair of gland packing under full line pressure.10. Inspection and Testing shall be as per this specification, BS:6755 (Part-I) (Latest) and other relevant standards and clause no. 5.0 of
T.S. No.: MEC/TS/05/62/002, Ed. 1, Rev-0.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum Corporation NAME DATE CHKD DATE Limited
DSGN BBPROJECT
DRWN SPECIFICATION AND DATA SHEET SCALE : REV
APPROVED FOR BALL VALVES DS NO. : MEC/23LK/05/21/M/001/DS/BV005 0(NB < 2'')
MECON LIMITEDBahadurgarh-Tikrikalan Pipeline Project
Part Specified Material
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 150# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS/SKO
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 19 Design Temperature, °C : 0oC to +65°C
5.0 Connecting Pipe Specification :5.1 Material 5.2 Diameter (OD), mm 5.3 Thickness, mm
6.0 Valve Construction Design6.1. Bore : Reduced Full6.2. End Connections6.3. Flanges (wherever applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 microinches AARH) NA6.4 Valve Type : Floating Ball
7.0 Valve Material SpecificationMaterial Offered
7.1 Body ASTM A 351 Gr. CF87.2 Ball ASTM A 351 Gr. CF8/SS 304 with ENP coating7.3 Body Seat Rings SS 304 with ENP coating7.4 Seat Seal VITON7.5 Stem SS 304 with ENP coating7.6 Stem Seals VITON/PTFE7.7 Stud Bolts/ Nuts ASTM A 193 Gr. B7/ A194 Gr. 2H8.0 Corrosion Allowance : 1.5 mm
9.0 Location : Above Ground Buried
10.0 Stem Extension Requirement : Yes No Length of Stem Extension, mm : N.A
11.0 Gear Operator Requirement : Yes No
12.0 Gas Powered Actuator Requirement : Yes No
13.0 Fire Resistant Design Requirement : API 6FA
14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)
14.1 Hydrostatic Test BodySeat
14.2 Air Test
15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)
16.0 Valve Painting Specification : 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
17.0 Lock Open/ Lock Close Requirement : As indicated in Material RequisitionNotes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Ed. 1, Rev-02. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C on three samples
having average value of 27J and minimum value shall be 22J.6. Ball & stem shall be ENP coated for minimum thickness of 80 microns.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum Corporation
NAME DATE CHKD DATE Limited
DSGN BBPROJECT :
DRWN SCALE : REV
APPROVED DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23LK/05/21/M/001/DS/BV006 0(NB > 2")
Part Specified Material
Minimum Duration, minutes2" NB
: Flanged as per ASME B 16.5
MECON LIMITED
32237.0
As per API 6DAs per API 6DAs per API 6D
Bahadurgarh-Tikrikalan Pipeline Project
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 300# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS/SKO
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 49 Design Temperature, °C : 0oC to +65°C
5.0 Connecting Pipe Specification :5.1 Material 5.2 Diameter (OD), mm 5.3 Thickness, mm
6.0 Valve Construction Design6.1. Bore : Reduced Full6.2. End Connections6.3. Flanges (wherever applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 microinches AARH) NA6.4 Valve Type : Floating Ball
7.0 Valve Material SpecificationMaterial Offered
7.1 Body ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB7.2 Ball ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB/ SS 316
with ENP coating/ SS 316 with ENP coating7.3 Body Seat Rings AISI 4140 + ENP coating/SS 316 with ENP coating7.4 Seat Seal VITON7.5 Stem AISI 4140 + ENP coating/SS 316 with ENP coating7.6 Stem Seals VITON/PTFE7.7 Stud Bolts/ Nuts ASTM A 193 Gr. B7/ A194 Gr. 2H8.0 Corrosion Allowance : 1.5 mm
9.0 Location : Above Ground Buried
10.0 Stem Extension Requirement : Yes No Length of Stem Extension, mm : N.A
11.0 Gear Operator Requirement : Yes No
12.0 Gas Powered Actuator Requirement : Yes No
13.0 Fire Resistant Design Requirement : API 6FA
14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)
14.1 Hydrostatic Test BodySeat
14.2 Air Test
15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)
16.0 Valve Painting Specification : 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
17.0 Lock Open/ Lock Close Requirement : As indicated in Material RequisitionNotes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Ed. 1, Rev-02. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C on three samples
having average value of 27J and minimum value shall be 22J.6. Ball & stem shall be ENP coated for minimum thickness of 80 microns.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum Corporation
NAME DATE CHKD DATE Limited
DSGN BB
PROJECT :
DRWN SCALE : REV
APPROVED DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23LK/05/21/M/001/DS/BV007 0(NB > 2")
Part Specified Material
Minimum Duration, minutes2" NB
: Flanged as per ASME B 16.5
MECON LIMITED
78577.0
As per API 6DAs per API 6DAs per API 6D
Bahadurgarh-Tikrikalan Pipeline Project
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 300# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS/SKO
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 49 Design Temperature, °C : 0oC to +65°C
5.0 Connecting Pipe Specification : 2"5.1 Material ASTM A 106 Gr. B(Charpy)5.2 Diameter (OD), mm (2.375)60.35.3 Thickness, mm 5.5
6.0 Valve Construction Design6.1. Bore : Reduced Full6.2. End Connections6.3. Flanges (wherever applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 microinches AARH) NA6.4 Valve Type : Floating Ball
7.0 Valve Material SpecificationMaterial Offered
7.1 Body ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB7.2 Ball ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB/ SS 316
with ENP coating/ SS 316 with ENP coating7.3 Body Seat Rings AISI 4140 + ENP coating/SS 316 with ENP coating7.4 Seat Seal VITON7.5 Stem AISI 4140 + ENP coating/SS 316 with ENP coating7.6 Stem Seals VITON/PTFE7.7 Stud Bolts/ Nuts ASTM A 193 Gr. B7/ A194 Gr. 2H8.0 Corrosion Allowance : 1.5 mm
9.0 Location : Above Ground Buried
10.0 Stem Extension Requirement : Yes No Length of Stem Extension, mm : N.A
11.0 Gear Operator Requirement : Yes No
12.0 Gas Powered Actuator Requirement : Yes No
13.0 Fire Resistant Design Requirement : API 6FA
14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)
14.1 Hydrostatic Test BodySeat
14.2 Air Test
15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)
16.0 Valve Painting Specification : 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
17.0 Lock Open/ Lock Close Requirement : As indicated in Material RequisitionNotes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Ed. 1, Rev-02. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C on three samples
having average value of 27J and minimum value shall be 22J.6. Ball & stem shall be ENP coated for minimum thickness of 80 microns.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum Corporation
NAME DATE CHKD DATE Limited
DSGN BB
PROJECT :
DRWN SCALE : REV
APPROVED DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23LK/05/21/M/001/DS/BV008 0(NB > 2")
: Butt Welded as per ASME B 16.25
MECON LIMITED
78577.0
As per API 6DAs per API 6DAs per API 6D
Bahadurgarh-Tikrikalan Pipeline Project
Part Specified Material
Minimum Duration, minutes2" NB
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) : 100(4") ANSI Rating : 300# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/002, Ed. 1 Rev-0 Service : ULHSD/ULMS/SKO
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 49 Design Temperature, °C : 0oC to +65°C
5.0 Connecting Pipe Specification : 4"5.1 Material ASTM A 106 Gr. B(Charpy)5.2 Diameter (OD), mm (4.5)114.35.3 Thickness, mm 6.0
6.0 Valve Construction Design6.1. Bore : Reduced Full6.2. End Connections6.3. Flanges (wherever applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 microinches AARH) NA6.4 Valve Type : Floating Ball
7.0 Valve Material SpecificationMaterial Offered
7.1 Body ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB7.2 Ball ASTM A 216 Gr. WCB/A 234 Gr. WPB/ASTM A 350 LF2/ A 352 Gr. LCB/ SS 316
with ENP coating/ SS 316 with ENP coating7.3 Body Seat Rings AISI 4140 + ENP coating/SS 316 with ENP coating7.4 Seat Seal VITON7.5 Stem AISI 4140 + ENP coating/SS 316 with ENP coating7.6 Stem Seals VITON/PTFE7.7 Stud Bolts/ Nuts ASTM A 193 Gr. B7/ A194 Gr. 2H8.0 Corrosion Allowance : 1.5 mm
9.0 Location : Above Ground Buried
10.0 Stem Extension Requirement : Yes No Length of Stem Extension, mm : N.A
11.0 Gear Operator Requirement : Yes No
12.0 Gas Powered Actuator Requirement : Yes No
13.0 Fire Resistant Design Requirement : API 6FA
14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)
14.1 Hydrostatic Test BodySeat
14.2 Air Test
15.0 Anti-Static Testing Requirement : As per Standard API 6D (2002 Ed.)
16.0 Valve Painting Specification : 16.1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.16.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
17.0 Lock Open/ Lock Close Requirement : As indicated in Material RequisitionNotes:
1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/002, Ed. 1, Rev-02. Inspection and Testing shall be as per attached QAP, this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Stops shall be provided for positive alignment of ball with ports and ensure proper installation of handle.4. Short pattern valves as per API 6D are not permitted, only long pattern valves are to be supplied.5. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C on three samples
having average value of 27J and minimum value shall be 22J.6. Ball & stem shall be ENP coated for minimum thickness of 80 microns.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum Corporation
NAME DATE CHKD DATE Limited
DSGN BB
PROJECT :
DRWN SCALE : REV
APPROVED DATA SHEET FOR BALL VALVES DATA SHEET NO.:MEC/23LK/05/21/M/001/DS/BV009 0(NB > 2")
Part Specified Material
Minimum Duration, minutes4" NB
: Butt Welded as per ASME B 16.25
MECON LIMITED
78577.0
As per API 6DAs per API 6DAs per API 6D
Bahadurgarh-Tikrikalan Pipeline Project
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) : 15(1/2") - 20(3/4") ANSI Rating : 800# Design Standard : BS:5353
3.0 MECON's Technical Specification No. :
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : -- Design Temperature, °C : 0 to +65
5.0 Connecting Pipe Specification : N.A.5.1 Material : 5.2 Diameter (OD), mm (inch) : 5.3 Thickness, mm :
6.0 Valve Construction Design6.1. Pattern : Short Regular Venturi6.2. End Connections : Flanged both ends
: Socket Weld both ends as per ASME B16.11
Flanged one end, Socket weld other end
6.3. Flanges (wherever applicable) : a) RF FF RTJ NA b) Serrated Smooth (125 to 200 microinches AARH) NA
7.0 Valve Material Specification
7.1 Body ASTM A1057.2 Plug (Lubricated) ASTM A105 + 75 microns ENP7.3 Bung (Screwed) ASTM A1057.4 Stem (No Casting) AISI 4107.5 Gland ASTM A1057.6 Gland Packing Graphite/ PTFE7.7 Gasket N.A.7.8 Body Studs/Nuts N.A.
8.0 Corrosion Allowance : 1.5 mm Service : ULHSD/ULMS
9.0 Location : Above Ground Buried
10.0 Stem Extension Requirement : Yes No Length of Stem Extension, m : N.A.
11.0 Gear Operator Requirement : Yes No
12.0 Gas Powered Actuator Requirement : Yes No Actuator Specification No.: N.A.Actuator Data Sheet No.: N.A.
13.0 Fire Resistant Design Requirement : Type-Test as per Standard BS:6755 (Part-II)
14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)
14.1 Hydrostatic Test BodySeat
14.2 Air Test
15.0 Valve Painting Specification 15.1 Suitable for Environment Type : Corrosive Industrial Environment 15.2 Manufacturer's Painting Spec. No. : Manufacturer to furnish
Notes:1. Valves shall have an inherent feature using the line pressure to ensure that the line pressure cannot cause taper locking of the plug/
plug movement into the taper, i.e., valves shall be of "pressure-balanced design".2. Painting of valves shall be as per Manufacturer's standard.3. Material test certificates and hydrostatic test reports shall be furnished prior to despatch.4. Detailed dimensional drawings showing cross-section with part numbers and materials shall be submitted for Purchaser's
approval prior to manufacture of the valves.5. All tests shall be as per BS:6755 (Part-I).6. Valves shall have valve position indicator.7. Stops shall be provided to ensure positive alignment of plug with ports and ensure proper installation of handle.8. Each valve shall be provided with a wrench.9. Valves shall be inspected and approved by Purchaser before despatch.
10. Gland packing assembly shall permit repair of gland packing under full line pressure.11. Inspection and Testing shall be as per this specification, BS:6755 (Part-I) and other relevant standards.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION OIL & GAS CLIENT : Hindustan Petroleum
NAME DATE CHKD DATE Corporation Limited
DSGN BB PROJECT : DRWN
SPECIFICATION AND DATA SHEET SCALE : REVAPPROVED FOR PLUG VALVES Data Sheet No.: MEC/23LK/05/21/M/001/DS/PV001 0
(NB 15mm - 40mm)
Part
15
MECON LIMITED
Material Offered (Equivalent or Superior)
Minimum Duration, minutes22
Specified Material
2101557.0
Bahadurgarh-Tikrikalan Pipeline Project
d:\fateh\IPPs KG Basin\tender rfq\Plug Valves\vd55\Data Sheet - PV - 001
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) : 50(1") ANSI Rating : 800# Design Standard : BS: 5353
3.0 MECON's Technical Specification No. : MEC/TS/05/62/004, Rev-2 Service : ULHSD/ULMS
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : ---- Design Temperature, °C : 0oC to +65oC
5.0 Connecting Pipe Specification : N.A.5.1 Material : 5.2 Diameter (OD), mm (inch) : 5.3 Thickness, mm :
6.0 Valve Construction Design6.1. Port : Full Regular
6.2. End Connections : Flanged both ends Flanged (as per ASME B16.5): Butt Weld both ends Flanged one end, butt weld other end
6.3. Flanges (wherever applicable) : a) RF FF RTJ NA b) Serrated Smooth (125 to 200 microinches AARH) NA
7.0 Valve Material Specification
7.1 Body ASTM A 216 Gr. WCB7.2 Cover ASTM A 216 Gr. WCB7.3 Disc/ Plates (ASTM A 216 Gr. WCB + 13% Cr Steel Facing) /
13% Cr Steel7.4 Body Seat Rings (See Note-3) ASTM A 216 Gr. WCB + 13% Cr Steel Facing7.5 Disc Hinge ASTM A 216 Gr. WCB7.6 Hinge Pin 13% Cr Steel (No Casting)7.7 Cover Stud Bolts ASTM A 193 Gr. B77.8 Nuts ASTM A 194 Gr. 2H7.9 Cover Gasket SS 304 Spiral Wound with C.A. Filler
7.10 Spring Inconel X-750
8.0 Corrosion Allowance : 1.5 mm
9.0 Location : Above Ground Buried
10.0 Stem Extension Requirement : N.A.
11.0 Gear Operator Requirement : N.A.
12.0 Gas Powered Actuator Requirement : N.A.
13.0 Fire Resistant Design Requirement : N.A.
14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)
14.1 Hydrostatic Test BodySeat
15.0 Valve Painting Specification 15.1 Suitable for Environment Type : Corrosive Industrial Environment 15.2 Manufacturer's Painting Spec. No. : Manufacturer to furnish
16.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition
Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/004, Rev-22. Inspection and Testing shall be as per this Data Sheet, MECON's T.S., BS:5353 and other relevant standards.3. Seats shall be non-renewable integral type.4. Charpy 'v' notch test for body, disc, body seat rings, stem & studs/ nuts will be conducted as per relevant material code.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum
NAME DATE CHKD DATE Corporation Limited
DSGN BBPROJECT :
DRWN
SCALE : REVAPPROVED A.K. JOHRI DATA SHEET FOR CHECK VALVES DATA SHEET NO. : MEC/23LK/05/21/M/001/DS/CV002 0
(NB > 2")
Part
32
Specified Material Material Offered (Equivalent or Superior)
Pipeline ProjectMECON LIMITED
Minimum Duration, minutes
23As per BS:5353As per BS:5353
Bahadurgarh-Tikrikalan
1.0 Valve Manufacturer :
2.0 Valve Size (NB), mm (inch) : 50(2"), 100(4") ANSI Rating : 150# Design Standard : API 6D
3.0 MECON's Technical Specification No. : MEC/TS/05/62/004, Rev-2 Service : ULHSD/ULMS
4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 19 Design Temperature, °C : 0oC to +65oC
5.0 Connecting Pipe Specification : N.A.5.1 Material : 5.2 Diameter (OD), mm (inch) : 5.3 Thickness, mm :
6.0 Valve Construction Design6.1. Port : Full Regular
6.2. End Connections : Flanged both ends Flanged (as per ASME B16.5): Butt Weld both ends Flanged one end, butt weld other end
6.3. Flanges (wherever applicable) : a) RF FF RTJ NA b) Serrated Smooth (125 to 200 microinches AARH) NA
7.0 Valve Material Specification
7.1 Body ASTM A 216 Gr. WCB7.2 Cover ASTM A 216 Gr. WCB7.3 Disc/ Plates (ASTM A 216 Gr. WCB + 13% Cr Steel Facing) /
13% Cr Steel7.4 Body Seat Rings (See Note-3) ASTM A 216 Gr. WCB + 13% Cr Steel Facing7.5 Disc Hinge ASTM A 216 Gr. WCB7.6 Hinge Pin 13% Cr Steel (No Casting)7.7 Cover Stud Bolts ASTM A 193 Gr. B77.8 Nuts ASTM A 194 Gr. 2H7.9 Cover Gasket SS 304 Spiral Wound with C.A. Filler
7.10 Spring Inconel X-750
8.0 Corrosion Allowance : 1.5 mm
9.0 Location : Above Ground Buried
10.0 Stem Extension Requirement : N.A.
11.0 Gear Operator Requirement : N.A.
12.0 Gas Powered Actuator Requirement : N.A.
13.0 Fire Resistant Design Requirement : N.A.
14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)
14.1 Hydrostatic Test BodySeat
15.0 Valve Painting Specification 15.1 Suitable for Environment Type : Corrosive Industrial Environment 15.2 Manufacturer's Painting Spec. No. : Manufacturer to furnish
16.0 Lock Open/ Lock Close Requirement : As indicated in Material Requisition
Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/004, Rev-22. Inspection and Testing shall be as per this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Seats shall be non-renewable integral type.4 Short pattern Valves are not acceptable, only large pattern Valves as per API-6D to be quoted5. Charpy 'v' notch test for body, disc, body seat rings, stem & studs/ nuts will be conducted as per relevant material code.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum
NAME DATE CHKD DATE Corporation Limited
DSGN BB PROJECT :DRWN
SCALE : REVAPPROVED A.K. JOHRI DATA SHEET FOR CHECK VALVES DATA SHEET NO. : MEC/23LK/05/21/M/001/DS/CV002 0
(NB > 2")
Pipeline ProjectMECON LIMITED
Minimum Duration, minutes
23API 6DAPI 6D
Bahadurgarh-Tikrikalan
Part
32
Specified Material Material Offered (Equivalent or Superior)
DATA SHEET FOR GATE VALVES
1. Valve Manufacturer :
2. Service : ULHSD/ULMS
3. Size : 50(2"), 100(4") Rating : ANSI 150# Design Standard : API-602
4. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
5. Design Pressure : 19 kg/cm2(g) Design Temperature : 0oC to +65°C
6. Bore : Reduced Full
7. Corrosion Allowance : 1.5mm
8. End Connections : Flanged both ends as per ASME B 16.5 Butt Weld both ends Socket Welded ( as per ASME B 16.11) {with 100mm Pup Pieces on both sides as per ASTM A 106 Gr. B(Sch 160)} Flanged one end butt weld other end
9. Flanges (where applicable) : a) RF FF RTJ N.A.
b) Serrated Smooth (125 to 200 AARH) N.A.
10. Pipe Specification : N.A.
11. Valve Material Specification (or Equivalent/ Superior) : Material Offereda) Body : A 216 Gr. WCB/ A234 Gr. WPB :b) Bonnet (Bolted) : A 216 Gr. WCB/ A234 Gr. WPB :c) Stem (Rising) : 13% CR. Steel (No casting) :b) Wedge Disc : 13% CR. Steel (Stellited) :e) Body Seat Ring : 13% CR. Steel (Stellited) :f) Stem Packing (Renewable : Graphited Braided Asbestos with sacrifical : with valve open on stream) inhibitor & Inconel wire reinforcementg) Hand Wheel (Rising) : Malleable Iron/ Cast Steel/ Fab. Steel :h) Bonnet Bolts : ASTM A193 Gr. B7 :i) Bonnet Nuts : ASTM A194 Gr. 2H :j) Bonnet Gasket : Spiral Wound SS 304/316 + CA Filler :k)Gear Operation Requirement : Not required.
12. Hydrostatic Test Pressure Timea) Body : 32 kg/cm2(g) 2b) Seat : 23 kg/cm2(g) 2
13. Test Pressure with Air : 7.0 kg/cm2(g) 15
Notes:
1. Valve specification seet shall be read in conjunction with technical notes for valves.2. Valve shall be designed for intrinsically fire safe.3. Testing shall be as per API-598.4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".5. Paint shall be suitable for corrosive industrial environment.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum
NAME DATE CHKD DATE Corporation Limited
DSGN BB PROJECT :DRWN
SCALE : REVAPPROVED A.K. JOHRI DATA SHEET FOR GATE VALVES DATA SHEET NO. MEC/23LK/05/21/M/001/DS001(GATE) 0
MECON LIMITEDBahadurgarh-Tikrikalan Pipeline Project
DATA SHEET FOR GATE VALVES
1. Valve Manufacturer :
2. Service : ULHSD/ULMS
3. Size : (80)3", (100)4" Rating : ANSI 300# Design Standard : API-602
4. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
5. Design Pressure : 49 kg/cm2(g) Design Temperature : 0oC to +65°C
6. Bore : Reduced Full
7. Corrosion Allowance : 1.5mm
8. End Connections : Flanged both ends as per ASME B 16.5 Butt Weld both ends as per ASME B 16.25 Socket Welded ( as per ASME B 16.11) {with 100mm Pup Pieces on both sides as per ASTM A 106 Gr. B(Sch 160)} Flanged one end butt weld other end
9. Flanges (where applicable) : a) RF FF RTJ N.A.
b) Serrated Smooth (125 to 200 AARH) N.A.
10. Pipe Specification : ASTM A 106 Gr.B (Charpy) Sch STD for 3" & ASTM A 106 Gr.B (Charpy) Sch S40 for 4"
11. Valve Material Specification (or Equivalent/ Superior) : Material Offereda) Body : A 216 Gr. WCB/ A234 Gr. WPB :b) Bonnet (Bolted) : A 216 Gr. WCB/ A234 Gr. WPB :c) Stem (Rising) : 13% CR. Steel (No casting) :b) Wedge Disc : 13% CR. Steel (Stellited) :e) Body Seat Ring : 13% CR. Steel (Stellited) :f) Stem Packing (Renewable : Graphited Braided Asbestos with sacrifical : with valve open on stream) inhibitor & Inconel wire reinforcementg) Hand Wheel (Rising) : Malleable Iron/ Cast Steel/ Fab. Steel :h) Bonnet Bolts : ASTM A193 Gr. B7 :i) Bonnet Nuts : ASTM A194 Gr. 2H :j) Bonnet Gasket : Spiral Wound SS 304/316 + CA Filler :k)Gear Operation Requirement : Not required.
12. Hydrostatic Test Pressure Timea) Body : 78 kg/cm2(g) 2b) Seat : 57 kg/cm2(g) 2
13. Test Pressure with Air : 7.0 kg/cm2(g) 15
Notes:
1. Valve specification seet shall be read in conjunction with technical notes for valves.2. Valve shall be designed for intrinsically fire safe.3. Testing shall be as per API-598.4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".5. Paint shall be suitable for corrosive industrial environment.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum
NAME DATE CHKD DATE Corporation Limited
DSGN BB PROJECT :DRWN
SCALE : REVAPPROVED A.K. JOHRI DATA SHEET FOR GATE VALVES DATA SHEET NO. MEC/23LK/05/21/M/001/DS002(GATE) 0
MECON LIMITEDBahadurgarh-Tikrikalan Pipeline Project
DATA SHEET FOR GATE VALVES
1. Valve Manufacturer :
2. Service : ULHSD/ULMS
3. Size : (100)4" Rating : ANSI 300# Design Standard : API-602
4. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
5. Design Pressure : 49 kg/cm2(g) Design Temperature : 0oC to +65°C
6. Bore : Reduced Full
7. Corrosion Allowance : 1.5mm
8. End Connections : Flanged both ends as per ASME B 16.5 Butt Weld both ends as per ASME B 16.25 Socket Welded ( as per ASME B 16.11) {with 100mm Pup Pieces on both sides as per ASTM A 106 Gr. B(Sch 160)} Flanged one end butt weld other end
9. Flanges (where applicable) : a) RF FF RTJ N.A.
b) Serrated Smooth (125 to 200 AARH) N.A.
10. Pipe Specification : NA
11. Valve Material Specification (or Equivalent/ Superior) : Material Offereda) Body : A 216 Gr. WCB/ A234 Gr. WPB :b) Bonnet (Bolted) : A 216 Gr. WCB/ A234 Gr. WPB :c) Stem (Rising) : 13% CR. Steel (No casting) :b) Wedge Disc : 13% CR. Steel (Stellited) :e) Body Seat Ring : 13% CR. Steel (Stellited) :f) Stem Packing (Renewable : Graphited Braided Asbestos with sacrifical : with valve open on stream) inhibitor & Inconel wire reinforcementg) Hand Wheel (Rising) : Malleable Iron/ Cast Steel/ Fab. Steel :h) Bonnet Bolts : ASTM A193 Gr. B7 :i) Bonnet Nuts : ASTM A194 Gr. 2H :j) Bonnet Gasket : Spiral Wound SS 304/316 + CA Filler :k)Gear Operation Requirement : Not required.
12. Hydrostatic Test Pressure Timea) Body : 78 kg/cm2(g) 2b) Seat : 57 kg/cm2(g) 2
13. Test Pressure with Air : 7.0 kg/cm2(g) 15
Notes:
1. Valve specification seet shall be read in conjunction with technical notes for valves.2. Valve shall be designed for intrinsically fire safe.3. Testing shall be as per API-598.4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".5. Paint shall be suitable for corrosive industrial environment.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum NAME DATE CHKD DATE Corporation Limited
DSGN BB PROJECT :DRWN
SCALE : REVAPPROVED A.K. JOHRI DATA SHEET FOR GATE VALVES DATA SHEET NO. MEC/23LK/05/21/M/001/DS003(GATE) 0
MECON LIMITEDBahadurgarh-Tikrikalan Pipeline Project
DATA SHEET FOR GLOBE VALVES
1. Valve Manufacturer :
2. Size : (50)2", (100)4" Rating : ANSI 150# Design Standard : BS:1873
3. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
4. Design Pressure : 19 kg/cm2(g) Design Temperature : 0oC to + 65°C
5 Corrosion Allowance : 1.5mm Service : ULHSD/ULMS
6 End Connections : Flanged both ends as per ASME B 16.5 Butt Weld both ends as per ASME 16.25 Flanged one end butt weld other end
7 Flanges (where applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 AARH) NA
8 Stem Extension Requirement : Yes No Length of Stem Extension, mm : N.A
9 Pipe Specification : N.A
10 Valve Material Specification (or Equivalent/ Superior) : Material Offereda) Body : A 216 Gr. WCB/ A234 Gr. WPBb) Bonnet (Bolted) : A 216 Gr. WCB/ A234 Gr. WPBc) Stem (Rising) : 13% Cr Steel(No Casting) :b) Disc(Loose Plug/Ball Type) : A 216 Gr. WCB+13% Cr Steel(facing) :
/13% Cr Steele) Body Seat Ring : A 216 Gr. WCB+13% Cr Steel(facing) :
/13% Cr Steelf) Stem Packing (Renewable : Graphited Braided Asbestos with sacrifical : with valve open on stream) inhibitor & Inconel wire reinforcementg) Hand Wheel (Rising) : Malleable Iron/ Cast Steel/ Fab. Steel :h) Bonnet Bolts : ASTM A193 Gr.B7 :i) Bonnet Nuts : ASTM A194 Gr. 2H :j) Bonnet Gasket : Spiral Wound SS 304 + CA Filler :
11 Hydrostatic Test Pressurea) Body : 32 kg/cm2(g)b) Seat : 23 kg/cm2(g)
12 Test Pressure with Air : 7.0 kg/cm2(g)
13 Schedule of Quantity :
Notes:1. Valve specification seet shall be read in conjunction with technical notes for valves.2. Valve shall be designed for intrinsically fire safe.3. Testing shall be as per API-598.4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".5. Paint shall be suitable for corrosive industrial environment.6. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C
on three samples having average value of 27J and minimum value shall be 22J.
Painting Specifications:1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum NAME DATE CHKD DATE Corporation Limited
DSGN BB
PROJECT :
DRWN
SCALE : REVAPPROVED A.K. JOHRI DATA SHEET FOR GLOBE VALVES DATA SHEET NO. MEC/23LK/05/21/M/001/DS/GV001 0
Quantity
MECON LIMITED
(Nos.)As per SOR
Bahadurgarh-Tikrikalan Pipeline Project
Valve Size, NB
2", 4"
DATA SHEET FOR GLOBE VALVES
1. Valve Manufacturer :
2. Size : (25)1" Rating : ANSI 800# Design Standard : BS:5352
3. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
4. Design Pressure : ----- Design Temperature : 0oC to + 65°C
5 Corrosion Allowance : 1.5mm Service : ULHSD/ULMS
6 End Connections : Flanged both ends as per ASME B 16.5 Butt Weld both ends as per ASME 16.25 Flanged one end butt weld other end
7 Flanges (where applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 AARH) NA
8 Stem Extension Requirement : Yes No Length of Stem Extension, mm : N.A
9 Pipe Specification : N.A
10 Valve Material Specification (or Equivalent/ Superior) : Material Offereda) Body : ASTM A 351 Gr. CF8b) Bonnet (Bolted) : ASTM A 351 Gr. CF8c) Stem (Rising) : SS 304(No Casting) :b) Disc(Loose Plug/Ball Type) : ASTM A 351 Gr. CF8+ SS 304(facing) :e) Body Seat Ring : ASTM A 351 Gr. CF8+ SS 304(facing) :f) Stem Packing (Renewable : Graphited Braided Asbestos with sacrifical : with valve open on stream) inhibitor & Inconel wire reinforcementg) Hand Wheel (Rising) : Malleable Iron/ Cast Steel/ Fab. Steel :h) Bonnet Bolts : ASTM A193 Gr.B7 :i) Bonnet Nuts : ASTM A194 Gr. 2H :j) Bonnet Gasket : Spiral Wound SS 304 + CA Filler :
11 Hydrostatic Test Pressurea) Body : 32 kg/cm2(g)b) Seat : 23 kg/cm2(g)
12 Test Pressure with Air : 7.0 kg/cm2(g)
13 Schedule of Quantity :
Notes:1. Valve specification seet shall be read in conjunction with technical notes for valves.2. Valve shall be designed for intrinsically fire safe.3. Testing shall be as per API-598.4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".5. Paint shall be suitable for corrosive industrial environment.6. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code
Painting Specifications:1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum NAME DATE CHKD DATE Corporation Limited
DSGN BB
PROJECT :
DRWN
SCALE : REVAPPROVED A.K. JOHRI DATA SHEET FOR GLOBE VALVES DATA SHEET NO. MEC/23LK/05/21/M/001/DS/GV002 0
Quantity
MECON LIMITED
(Nos.)As per SOR
Bahadurgarh-Tikrikalan Pipeline Project
Valve Size, NB
1"
DATA SHEET FOR GLOBE VALVES
1. Valve Manufacturer :
2. Size : 2" Rating : ANSI 300# Design Standard : BS:1873
3. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
4. Design Pressure : 49 kg/cm2(g) Design Temperature : 0oC to + 65°C
5 Corrosion Allowance : 1.5mm Service : ULHSD/ULMS
6 End Connections : Flanged both ends as per ASME B 16.5 Butt Weld both ends as per ASME 16.25 Flanged one end butt weld other end
7 Flanges (where applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 AARH) NA
8 Stem Extension Requirement : Yes No Length of Stem Extension, mm :N.A
9 Pipe Specification : ASTM A 106 Gr.B(Charpy) Sch XS
10 Valve Material Specification (or Equivalent/ Superior) : Material Offereda) Body : A 216 Gr. WCB/ A234 Gr. WPBb) Bonnet (Bolted) : A 216 Gr. WCB/ A234 Gr. WPBc) Stem (Rising) : 13% Cr Steel(No Casting) :b) Disc(Loose Plug/Ball Type) : A 216 Gr. WCB+13% Cr Steel(facing) :
/13% Cr Steele) Body Seat Ring : A 216 Gr. WCB+13% Cr Steel(facing) :
/13% Cr Steelf) Stem Packing (Renewable : Graphited Braided Asbestos with sacrifical : with valve open on stream) inhibitor & Inconel wire reinforcementg) Hand Wheel (Rising) : Malleable Iron/ Cast Steel/ Fab. Steel :h) Bonnet Bolts : ASTM A193 Gr.B7 :i) Bonnet Nuts : ASTM A194 Gr. 2H :j) Bonnet Gasket : Spiral Wound SS 304 + CA Filler :
11 Hydrostatic Test Pressurea) Body : 78 kg/cm2(g)b) Seat : 57 kg/cm2(g)
12 Test Pressure with Air : 7.0 kg/cm2(g)
13 Schedule of Quantity :
Notes:1. Valve specification seet shall be read in conjunction with technical notes for valves.2. Valve shall be designed for intrinsically fire safe.3. Testing shall be as per API-598.4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".5. Paint shall be suitable for corrosive industrial environment.6. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C
on three samples having average value of 27J and minimum value shall be 22J.
Painting Specifications:1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum NAME DATE CHKD DATE Corporation Limited
DSGN BB
PROJECT :
DRWN
SCALE : REVAPPROVED A.K. JOHRI DATA SHEET FOR GLOBE VALVES DATA SHEET NO. MEC/23LK/05/21/M/001/DS/GV003 0
Valve Size, NB
2"
Quantity
MECON LIMITED
(Nos.)As per SOR
Bahadurgarh-Tikrikalan Pipeline Project
DATA SHEET FOR GLOBE VALVES
1. Valve Manufacturer :
2. Size : 100(4") Rating : ANSI 300# Design Standard : BS:1873
3. Purchaser's Specification : Refer Technical notes for Gate & Globe Valves
4. Design Pressure : 49 kg/cm2(g) Design Temperature : 0oC to + 65°C
5 Corrosion Allowance : 1.5mm Service : ULHSD/ULMS
6 End Connections : Flanged both ends as per ASME B 16.5 Butt Weld both ends as per ASME 16.25 Flanged one end butt weld other end
7 Flanges (where applicable) : a) RF FF RTJ NA
b) Serrated Smooth (125 to 200 AARH) NA
8 Stem Extension Requirement : Yes No Length of Stem Extension, mm :N.A
9 Pipe Specification : ASTM A 106 Gr.B(Charpy) Sch XS
10 Valve Material Specification (or Equivalent/ Superior) : Material Offereda) Body : A 216 Gr. WCB/ A234 Gr. WPBb) Bonnet (Bolted) : A 216 Gr. WCB/ A234 Gr. WPBc) Stem (Rising) : 13% Cr Steel(No Casting) :b) Disc(Loose Plug/Ball Type) : A 216 Gr. WCB+13% Cr Steel(facing) :
/13% Cr Steele) Body Seat Ring : A 216 Gr. WCB+13% Cr Steel(facing) :
/13% Cr Steelf) Stem Packing (Renewable : Graphited Braided Asbestos with sacrifical : with valve open on stream) inhibitor & Inconel wire reinforcementg) Hand Wheel (Rising) : Malleable Iron/ Cast Steel/ Fab. Steel :h) Bonnet Bolts : ASTM A193 Gr.B7 :i) Bonnet Nuts : ASTM A194 Gr. 2H :j) Bonnet Gasket : Spiral Wound SS 304 + CA Filler :
11 Hydrostatic Test Pressurea) Body : 78 kg/cm2(g)b) Seat : 57 kg/cm2(g)
12 Test Pressure with Air : 7.0 kg/cm2(g)
13 Schedule of Quantity :
Notes:1. Valve specification seet shall be read in conjunction with technical notes for valves.2. Valve shall be designed for intrinsically fire safe.3. Testing shall be as per API-598.4. Bidder shall clearly write all/ any deviation against each part/ material of valve in the space provided for .
Wherever bidder agrees with MECON's data sheet, bidder shall clearly indicate "agreed".5. Paint shall be suitable for corrosive industrial environment.6. Charpy V- notch test for body, ball, gland, stem & studs/ nuts will be conducted as per relevant material code i.e; at 0°C
on three samples having average value of 27J and minimum value shall be 22J.
Painting Specifications:1 Surface preparation by Short Blasting as per grade SA 2 1/2, Swedish Standard SIS-055 909.2 Three coats of paint shall be applied with minimum thickness of 300 micron. (Permissible thickness in each
coat shall be within 80 to 120 micron.)
REV. NO. DATE ZONE DESCRIPTIONS BY APPRDREFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : Hindustan Petroleum NAME DATE CHKD DATE Corporation Limited
DSGN BB
PROJECT :
DRWN
SCALE : REVAPPROVED A.K. JOHRI DATA SHEET FOR GLOBE VALVES DATA SHEET NO. MEC/23LK/05/21/M/001/DS/GV004 0
Quantity
MECON LIMITED
(Nos.)As per SOR
Bahadurgarh-Tikrikalan Pipeline Project
Valve Size, NB
4"
A = OVERALL LENGTH OF IJ TO BE CONFIRMED BY MANUFACTURER.
1. INSULATING JOINTS MFR. :
2. PURCHASER'S SPECIFICATION NO. : MEC/TS/05/21/009
3. RATING : 300#
4. DESIGN PRESSURE : 49 Kg/cm2
5. DESIGN TEMPERATURE : 0°C to 65°C
6. SERVICE : ULHSD/ULMS/SKO
7. CORROSION ALLOWANCE : 1.5 MM
8. SIZE NB MM (INCHES) : 250(10")
9. END CONNECTION : BUTT-WELD AT BOTH ENDS
10. DESIGN CODE : ASME SECTION-VIII DIV-I
11. DESIGN FACTOR : 0.5
12. HYDROSTATIC TEST PRESSURE : 73.5 Kg/cm2
13. CHARPY TEST(BODY, WELDING ENDS) : REQUIRED AS PER SPEC.
14. HARDNESS TEST : REQUIRED AS PER SPEC.
15. MATERIALS SPECIFICATION (EQUIVALENT OR SUPERIOR)A) BODY : ASTM A 105B) PUPS : API 5L GR. B, 7.1 mm THK.(MIN.)C) INSULATING MATERIAL : AS PER MANUFACTURER'S STANDARD
16. CONNECTING PIPE SPECIFICATION SIZE, NB, MM (INCHES) 250 (10")WALL THICKNESS, MM(MIN.) 7.1GRADE API 5L Gr. B
17. SPECIAL REQUIREMENTS : INSULATION JOINT SHALL BE SUITABLE FOR ABOVE GROUND INSTALLATION
18. QUANTITY : 2 NOS.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION OIL & GAS CLIENT : Hindustan PetroleumNAME DATE CHKD DATE Corporation Limited
DSGN PROJECT : DRWN Pipeline Project
SCALE : REVAPPROVED DATA SHEET FOR DATA SHEET NO.: MEC/23LK/05/21/M/000/DS-009-01 0
INSULATING JOINTS
DATA SHEET FOR INSULATING JOINTS
MECON LIMITEDBahadurgarh Tikrikalan
A = OVERALL LENGTH OF IJ TO BE CONFIRMED BY MANUFACTURER.
1. INSULATING JOINTS MFR. :
2. PURCHASER'S SPECIFICATION NO. : MEC/TS/05/21/009
3. RATING : 300#
4. DESIGN PRESSURE : 49 Kg/cm2
5. DESIGN TEMPERATURE : 0°C to 65°C
6. SERVICE : ULHSD/ULMS/SKO
7. CORROSION ALLOWANCE : 1.5 MM
8. SIZE NB MM (INCHES) : 200 (8")
9. END CONNECTION : BUTT-WELD AT BOTH ENDS
10. DESIGN CODE : ASME SECTION-VIII DIV-I
11. DESIGN FACTOR : 0.5
12. HYDROSTATIC TEST PRESSURE : 73.5 Kg/cm2
13. CHARPY TEST(BODY, WELDING ENDS) : REQUIRED AS PER SPEC.
14. HARDNESS TEST : REQUIRED AS PER SPEC.
15. MATERIALS SPECIFICATION (EQUIVALENT OR SUPERIOR)A) BODY : ASTM A 105B) PUPS : API 5L GR. B, 7.1 mm THK.(MIN.)C) INSULATING MATERIAL : AS PER MANUFACTURER'S STANDARD
16. CONNECTING PIPE SPECIFICATION SIZE, NB, MM (INCHES) 200 (8")WALL THICKNESS, MM(MIN.) 7.1GRADE API 5L Gr. B
17. SPECIAL REQUIREMENTS : INSULATION JOINT SHALL BE SUITABLE FOR ABOVE GROUND INSTALLATION
18. QUANTITY : 2 NOS.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION OIL & GAS CLIENT : Hindustan PetroleumNAME DATE CHKD DATE Corporation Limited
DSGN PROJECT : DRWN Pipeline Project
SCALE : REVAPPROVED DATA SHEET FOR DATA SHEET NO.: MEC/23LK/05/21/M/000/DS-009-02 0
INSULATING JOINTS
DATA SHEET FOR INSULATING JOINTS
MECON LIMITEDBahadurgarh Tikrikalan
DESIGN DATA
1. FLOW TEE MFR. :
2. PURCHASER'S SPECIFICATION NO. : MEC/TS/05/21/011
3. RATING : 300#
4. DESIGN PRESSURE : 49 BAR(G)
5. DESIGN TEMPERATURE :0°C to 65°C
6. SERVICE : ULHSSD / SKO / ULMS
7. CORROSION ALLOWANCE : 1.5 MM
8. SIZE NB MM(INCHES) : 250 X 250 X 250 (10" X 10" X 10")
9. END CONNECTION : BUTT-WELD AT BOTH ENDS
10. DESIGN CODE : ASME B31.8
11. DESIGN FACTOR : 0.5
12. HYDROSTATIC TEST PRESSURE : 73.5 BAR(G)
13. CHARPY TEST(TEES, END PIECES) : REQUIRED AS PER SPEC.
14. HARDNESS TEST : REQUIRED AS PER SPEC.
15 SUITABILITY OF FLOW TEE : FOR PIGS AND SPHERES
16 FLOW DIRECTION : BI - DIRECTIONAL
17 MATERIALS SPECIFICATION (EQUIVALENT OR SUPERIOR)1) TEE : MSS - SP - 75 Gr. WPHY 422) END PIECES : ASTM A - 694 F - 423) INTERNAL SLEEVE : API 5L Gr. B
18 CONNECTING PIPE SPECIFICATION SL. NO. Qty.
D1 T1 THK.(Min.) MATERIALS D2 T2 THK.(Min.)NB (INCH) (MM) NB (INCH) (MM)
19 SPECIAL REQUIREMENTS : FLOW TEE SHALL BE SUITABLE FOR UNDER GROUND INSTALLATION
NOTE: 1 MANUFACTURE TO INDICATE DIMENSIONS MARKED A & B IN THE SKETCH ABOVE.2 MANUFACTURER TO FURNISH DETAILS OF THE HOLES IN INTERNAL SLEEVE. THE AREA OF THE HOLES
SHALL BE MINIMUM EQUAL TO THE INTERNAL AREA OF THE BRANCH PIPE. RELEVENT CALCULATIONS TO THIS EXTENT SHALL BE FURNISHED.
3 THE WALL THICKNESS OF ALL PARTS OF FLOW TEE SHALL MATCH WITH THE THICKNESS OF THE RUN PIPE & BRANCH PIPE AS INDICATED ABOVE.
REV. NO. DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION OIL & GAS CLIENT : HINDUSTAN PETROLEUM NAME DATE CHKD DATE CORPORATION LIMITED
DSGN PROJECT : BAHADURGARH TEKRIKALAN DRWN PIPELINE PROJECT
DATA SHEET FOR SCALE : NTS REVAPPROVED FLOW TEES DATA SHEET NO.: MEC/ 23LK/05/21/M/000/DS-011-1 0
1
DATA SHEET FOR FLOW TEES
TAG NO. RUN PIPE DETAILS
MATERIALS Nos.
BRANCH PIPE DETAILS
- 10
MECON LIMITED
7.1 API 5L Gr. B 10 7.1 API 5L Gr. B 02
d:\BNPL\FTData Sheet - Flow Tee -10 x 10-300#
DESIGN DATA
1. FLOW TEE MFR. :
2. PURCHASER'S SPECIFICATION NO. : MEC/TS/05/21/011
3. RATING : 300#
4. DESIGN PRESSURE : 49 BAR(G)
5. DESIGN TEMPERATURE :0°C to 65°C
6. SERVICE : ULHSSD / SKO / ULMS
7. CORROSION ALLOWANCE : 1.5 MM
8. SIZE NB MM(INCHES) : 200 X 200 X 200 (8" X 8" X 8")
9. END CONNECTION : BUTT-WELD AT BOTH ENDS
10. DESIGN CODE : ASME B31.8
11. DESIGN FACTOR : 0.5
12. HYDROSTATIC TEST PRESSURE : 73.5 BAR(G)
13. CHARPY TEST(TEES, END PIECES) : REQUIRED AS PER SPEC.
14. HARDNESS TEST : REQUIRED AS PER SPEC.
15 SUITABILITY OF FLOW TEE : FOR PIGS AND SPHERES
16 FLOW DIRECTION : BI - DIRECTIONAL
17 MATERIALS SPECIFICATION (EQUIVALENT OR SUPERIOR)1) TEE : MSS - SP - 75 Gr. WPHY 422) END PIECES : ASTM A - 694 F - 423) INTERNAL SLEEVE : API 5L Gr. B
18 CONNECTING PIPE SPECIFICATION SL. NO. Qty.
D1 T1 THK.(Min.) MATERIALS D2 T2 THK.(Min.)NB (INCH) (MM) NB (INCH) (MM)
19 SPECIAL REQUIREMENTS : FLOW TEE SHALL BE SUITABLE FOR UNDER GROUND INSTALLATION
NOTE: 1 MANUFACTURE TO INDICATE DIMENSIONS MARKED A & B IN THE SKETCH ABOVE.2 MANUFACTURER TO FURNISH DETAILS OF THE HOLES IN INTERNAL SLEEVE. THE AREA OF THE HOLES
SHALL BE MINIMUM EQUAL TO THE INTERNAL AREA OF THE BRANCH PIPE. RELEVENT CALCULATIONS TO THIS EXTENT SHALL BE FURNISHED.
3 THE WALL THICKNESS OF ALL PARTS OF FLOW TEE SHALL MATCH WITH THE THICKNESS OF THE RUN PIPE & BRANCH PIPE AS INDICATED ABOVE.
REV. NO. DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION OIL & GAS CLIENT : HINDUSTAN PETROLEUM NAME DATE CHKD DATE CORPORATION LIMITED
DSGN PROJECT : BAHADURGARH TEKRIKALAN DRWN PIPELINE PROJECT
DATA SHEET FOR SCALE : NTS REVAPPROVED FLOW TEES DATA SHEET NO.: MEC/ 23LK/05/21/M/000/DS-011-2 0
1
DATA SHEET FOR FLOW TEES
TAG NO. RUN PIPE DETAILS
MATERIALS Nos.
BRANCH PIPE DETAILS
- 8
MECON LIMITED
7.1 API 5L Gr. B 8 7.1 API 5L Gr. B 02
d:\BNPL\FTData Sheet - Flow Tee -8 x 8-300#
DATA SHEET FOR SUMP TANK
1 Tag No. : T-0201, T-0401, T-0701 & T-0702
2 Quantity : 4 Nos.
3 Fluid : ULMS/ ULSHSD/ SKO/ SLOP
4 Working Pressure : Atmospheric
5 Design Pressure : Full of water + 150 mm WC
6 Working Temperature, °C : Ambient
7 Design Temperature, °C : 65°C
8 Corrosion Allowance, mm : 3.0
9 Radiography : 100%
10 Sp. Gr. of fluid handled : 0.72 - 0.87
11 Storage Capacity, m3 : 18
12 Earthquake Specification : IS:1893
13 Design Code : ASME SEC-VIII Div. 1
14 Weight (Empty), kg :
15 Weight (Water filled), kg :
16 Material of construction i) Shell, Dished End, Sump, Pump Nozzle, Manhole : SA 516 Gr. 60
Nozzle with Coverii) LT, UC, Vent, Feed Inlet Nozzle : SA 106 Gr. Biii) Companion/ Blind Flanges : A 105iv) Bolts & Nuts : A 193.B7/ A197.2H
17 Painting
18 Code of Practice for Design, Fabrication and Installation : API 650/ - IS 10987 : 1992 (Reaffirmed 2003)
19 Vendor's Name : Vendor to specify
Note:1) When submitting the offer, bidder to submit assembly drawing with overall dimensions and list of
materials to be used.2) Proper stiffner rings shall be provided.3) For GAD of Sump Tank, refer drg. No.: MEC/23LK/05/21/M/000/VS-001, Rev-04) For Technical Specification, refer document no.: MEC/TS/05/21/021A, Rev-05) This tank shall be fitted with Vertical Sump Pump. Pump nozzle size sahll be provided by Sum
Pump vendor.6) This tank shall be installed underground.7) Outer surface of shell shall be protected from corrosion by providing suitable coating/ painting.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION Oil & Gas CLIENT : HINDUSTAN PETROLEUM CORP. LTD.
NAME DATE CHKD DATE
DSGN PROJECT :BAHADURGARH TIKARIKALANDRWN PIPELINE PROJECT
SUMP TANK SCALE : REVAPPROVED DATA SHEET NO. : MEC/DS/05/21/23LK/ST/01 0TAG NO. : T-0201, T-0401,T-0701 & T-0702
MECON LIMITED
Internal Epoxy coating compatible with ULMS/ ULSHSD/ SKO/ SLOP
d:\fateh\narimanam-kuthalam\tender rfq\condensate tank\DS-Sump Tank
DATA SHEET FOR VERTICAL SUBMERSIBLE PUMPS FOR SUMP TANK
JOB NO. 23LK NUMBER REQD TWOAREA CLASS FLAME PROOF TAG NUMBERS P-0402, P-0702DESIGN CODE API 610, 6th Edition PUMP VENDORAPPLICATION TO PUMP OUT ULMS/ SLOP
FROM SUMPTANKOPERATING CONDITIONS: PERFORMANCE DATA(BY MANF.):LIQUID HANDLED ULMS/ / SLOP NPSH REQUIREDCAPACITY (NORMAL)KLPH 18 NO. OF STAGESCAPACITY (MAXIMUM)KLPH 30 R.P.M.SUCTION HEAD MLC FLOODED SPECIFIC SPEEDDISCHARGE HEAD MLC 35 EFFICIENCY AT DUTY POINTTOTAL DIFF HEAD MLC 35 MAX. BHP ABSORBED PUMPING TEMP. (P.T.) (°C)/ 20 / 45 BHP ABSORBED AT DUTY PT.MAXIMUM TEMPERATURE NPSH AVAILABLE MLC FLOODED (NOTE-4) SHUT OFF HEADVAP. PR AT P.T. KG/CM2 a 0.7 DIRECTION OF ROTATIONVISCOSITY AT P.T. CST 0.5 - 0.7 FACINGSPECIFIC GRAVITY 0.72 - 0.775 DRIVER ENDCORROSIVITY NIL WATER COOLING REQD. FORSUSPENDED SOLIDS NIL JACKETING REQD. FORINLET PR. MIN/MAX FLUSHING REQD. FORMOUNTING ARRANGEMENT OVER TANK NOZZLE NAME OF MANUFACTURERDEPTH OF TANK (M) REFER TANK PUMP MODEL NO.MINIMM SUBMERGENCE DRG. NO. MEC/23LK/05/21/M TEST CURVE NO.
/000/VS-001 Rev-0 PUMP SECTIONAL DRG. NOMECHANICAL SEAL DRG. NO N/A
CONSTRUCTION DETAILS INSPECTION AND TESTING :TYPE : HORZ/HORZ SPLIT/ RADIAL SPLIT SHOP TEST :VERT/VERT SPLIT/SINGLE OR DOUBLE SINGLE REQUIRED AND WITNESSED YESVOLUTE PERFORMANCE TEST YESIMPELLER : HYDROSTATIC TEST PR. AS PER STANDARDTYPE AND DIA CLOSED/ MAX. ALLOWABLE CASING PR. AS PER STANDARDCOUPLING :TYPE AND RATING FLEXIBLE SPACER MATERIALS OF CONSTRUCTION S 5(as per API 610)BEARING NO :DRIVER END/ANTIFRICTION CASING : ASTM A216 GR WCBDRIVEN END/ ANTIFRICTION IMPELLER: ASTM A216 GR WCBBEARING LUBRICANT SHAFT : ASTM A322 TP4140MECHANICAL SEAL: N/A SHAFT SLEEVE ASTM A743 GRCA15HMODEL AND MAKE WEAR RINGS : ASTM A743 GRCA15HDISCHARGE NOZ.SIZE/ RATING / 150# BEARING ENCLOSURE : ASTM A216 GR. WCBSUCTION POSN. SUBMERGED
DRIVE MOTOR DETAILS : ACCESORIES REQUIRED:
SUPPLIED BY APPROVED VENDOR MOUNTING PLATE YESTYPE SQUIRREL CAGE & FLP FOUNDATION BOLTS N/AINSULATION CLASS F (TEMP. RISE LIMITED FLEXIBLE COUPLING YES
TO CLASS-B)MOTOR HP COUPLING GUARD N/ADUTY INTERMITTENT V-BELT AND PULLEY NOT REQUIREDLOCATION INSIDE U/G TANK, T-0401, BELT GUARD NOT REQUIRED
T-0702 COMPANION FLANGES& GSKT YES, SORF 150#BOLTS AND NUTS FOR GSKTS YES
Tank Details are given in the enclosed sketch no. MEC/23LK/05/21/M/000/VS-001, R-0
Note:1) When submitting the offer, bidder to submit assembly drawing with overall dimensions and list of materials to be used.2) Pump/ Motor shall be supplied with interlock, flame proof cables, Push Button, Starter, Canopy suitable for Outdoor Installation.3) Vendor to furnish remaining unfilled data alongwith motor HP calculation.4) Pump vendor to indicate sump area.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : HINDUSTAN PETROLEUM CORP.LTD.
NAME DATE CHKD DATE
DSGN PROJECT : BAHADURGARH -TIKARIKALANDRWN PIPELINE PROJECT
VERTICAL SUBMERSIBLE PUMP SCALE : REVAPPROVED DATA SHEET NO. : MEC/DS/05/21/23LK/VSP/001 0
Maeka$Na ilim4eDMECON LIMITED
TAG NO. P-0402, P-0702
d:\fateh\feeder line\tender rfq\condensate tank\DS - VSP_ms
DATA SHEET FOR VERTICAL SUBMERSIBLE PUMPS FOR SUMP TANK
JOB NO. 23LK NUMBER REQD TWOAREA CLASS FLAME PROOF TAG NUMBERS P-0202, P-0701DESIGN CODE API 610, 6th Edition PUMP VENDORAPPLICATION TO PUMP OUT ULSHSD/ SKO/
SLOP FROM SUMPTANKOPERATING CONDITIONS: PERFORMANCE DATA(BY MANF.):LIQUID HANDLED ULMS/ ULSHSD/SKO/ SLOP NPSH REQUIREDCAPACITY (NORMAL)KLPH 18 NO. OF STAGESCAPACITY (MAXIMUM)KLPH 30 R.P.M.SUCTION HEAD MLC FLOODED SPECIFIC SPEEDDISCHARGE HEAD MLC 35 EFFICIENCY AT DUTY POINTTOTAL DIFF HEAD MLC 35 MAX. BHP ABSORBED PUMPING TEMP. (P.T.) (°C)/ 20 / 45 BHP ABSORBED AT DUTY PT.MAXIMUM TEMPERATURE NPSH AVAILABLE MLC FLOODED (NOTE-4) SHUT OFF HEADVAP. PR AT P.T. KG/CM2 a 0.1 - 0.3 DIRECTION OF ROTATIONVISCOSITY AT P.T. CST 8 FACINGSPECIFIC GRAVITY 0.775 - 0.87 DRIVER ENDCORROSIVITY NIL WATER COOLING REQD. FORSUSPENDED SOLIDS NIL JACKETING REQD. FORINLET PR. MIN/MAX FLUSHING REQD. FORMOUNTING ARRANGEMENT OVER TANK NOZZLE NAME OF MANUFACTURERDEPTH OF TANK (M) REFER TANK PUMP MODEL NO.MINIMM SUBMERGENCE DRG. NO. MEC/23LK/05/21/M TEST CURVE NO.
/000/VS-001 Rev-0 PUMP SECTIONAL DRG. NOMECHANICAL SEAL DRG. NO N/A
CONSTRUCTION DETAILS INSPECTION AND TESTING :TYPE : HORZ/HORZ SPLIT/ RADIAL SPLIT SHOP TEST :VERT/VERT SPLIT/SINGLE OR DOUBLE SINGLE REQUIRED AND WITNESSED YESVOLUTE PERFORMANCE TEST YESIMPELLER : HYDROSTATIC TEST PR. AS PER STANDARDTYPE AND DIA CLOSED/ MAX. ALLOWABLE CASING PR. AS PER STANDARDCOUPLING :TYPE AND RATING FLEXIBLE SPACER MATERIALS OF CONSTRUCTION S 5(as per API 610)BEARING NO :DRIVER END/ANTIFRICTION CASING : ASTM A216 GR WCBDRIVEN END/ ANTIFRICTION IMPELLER: ASTM A216 GR WCBBEARING LUBRICANT SHAFT : ASTM A322 TP4140MECHANICAL SEAL: N/A SHAFT SLEEVE ASTM A743 GRCA15HMODEL AND MAKE WEAR RINGS : ASTM A743 GRCA15HDISCHARGE NOZ.SIZE/ RATING / 150# BEARING ENCLOSURE : ASTM A216 GR. WCBSUCTION POSN. SUBMERGED
DRIVE MOTOR DETAILS : ACCESORIES REQUIRED:
SUPPLIED BY APPROVED VENDOR MOUNTING PLATE YESTYPE SQUIRREL CAGE & FLP FOUNDATION BOLTS N/AINSULATION CLASS F (TEMP. RISE LIMITED FLEXIBLE COUPLING YES
TO CLASS-B)MOTOR HP COUPLING GUARD N/ADUTY INTERMITTENT V-BELT AND PULLEY NOT REQUIREDLOCATION INSIDE U/G TANK, T-0201, BELT GUARD NOT REQUIRED
T-0701 COMPANION FLANGES& GSKT YES, SORF 150#BOLTS AND NUTS FOR GSKTS YES
Tank Details are given in the enclosed sketch no. MEC/23LK/05/21/M/000/VS-001, R-0
Note:1) When submitting the offer, bidder to submit assembly drawing with overall dimensions and list of materials to be used.2) Pump/ Motor shall be supplied with interlock, flame proof cables, Push Button, Starter, Canopy suitable for Outdoor Installation.3) Vendor to furnish remaining unfilled data alongwith motor HP calculation.4) Pump vendor to indicate sump area.
REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.
SECTION PROCESS & PIPING CLIENT : HINDUSTAN PETROLEUM CORP.LTD.
NAME DATE CHKD DATE
DSGN PROJECT : BAHADURGARH -TIKARIKALANDRWN PIPELINE PROJECT
VERTICAL SUBMERSIBLE PUMP SCALE : REVAPPROVED DATA SHEET NO. : MEC/DS/05/21/23LK/VSP/002 0
Maeka$Na ilim4eDMECON LIMITED
TAG NO. P-0202, P-0701
d:\fateh\feeder line\tender rfq\condensate tank\DS - VSP_ulshsd_sko
1 FT-0301
2 1"-C-01-0305-A1K
3 ULMS
4
5 INDICATE & TRANSMIT
6
7 RF SERR
8 BOTTOM / TOP
9
10 * / REQUIRED
11 NOTE-2 / SS 316
12 *
13 LPH
14 NOTE-1
15
16 *
17 SS-316
18 *
19 + 1%
20
21
22
23 REQUIRED
24 -
25 -
26 *
27 -
28 -
29 ULMS
30 3 LPH
31 0.4 LPH
32
33 - / 250 BAR
34 4 - 50 / -
35 0.72 - 0.775 / -
36 0.5 - 0.7
37 MINIMUM
38 *
39 * / *
40 TO BE SCREWED ON BODY
41 -
NOTES : 1
2
3
4
5
TEMP OPER / MAX
OPER SG / MAL WT
MAX OPER VISCOSITY MPAS (CSt)
EMD FITTING MATL. (FLG)
PACKING OR O-RING MATL.
FROT SHIELD WITH SAFETY GLASS
JACKETING MEDIUM / CONN
ACCURACY
SUPPLY POWER
PROTECTION CLASS
OUTPUT
MODEL NO.
TAG PLATE
FLANGE TO FLANGE DISTANCE
NEEDLE VALVE
FILTER REGULATOR WITH GUAGE
FLUID AND STATE
MAXIMUM FLOW
NORMAL FLOW
MAX ALLOWABLE PR DROP
TUBE NO. / FLOAT NO.
FUNCTION
RANGE
FLOW SPAN
CONN. SIZE TYPE AND RATING
CONN. SIZE : FACING AND FINISH
DIRECTION : INLET / OUTLET
TUBE SIZE / FLOAT GUIDE
TUBE MATL. / FLOAT MATL.
SCALE LENGTH AND TYPE
TAG NO
LINE NO.
TYPE
SERVICE
* BY VENDOR
AS PER INSTALLATION STD
VENDOR TO SUBMIT SPECIFICATIONS AND FILLED IN DATA SHEET FOR MECON's REVIEW AND APPROVAL.
MECON LIMTIED, DELHI
BAHADURGARH TIKARIKALAN PIPELINE PROJECT
CLIENT : HINDUSTAN PETROLEUM CORPORATION LIMITED
Data Sheet No: MEC/23LK/05/E5/DS/IROT/01
VENDOR TO SELECT RANGE TO COVER MAXIMUM AND MINIMUM FLOW RATE.
-
TOUGHENED BOROSILICATE GLASS
SPECIFICATIPON REMARKS
GENERAL
OPTIONS
INTELLIGENT METAL TUBE ROTAMETERUnits : Flow Liquid-M3/Hr Gas Kg/Hr, Steam Kg/Hr, Pressure Kg/Cm2 G, Temperature Deg C Level/ Length mm
FT-0302
1"-C-01-0310-A1K
SERVICE CONDITIONS
*
+ 1 %
REQUIRED
-
-
*
MINIMUM FLOW
JACKETING TEMP C / PRESSURE
PRESSURE OPER / MAX
ULHSD/ SKO
INDICATE & TRANSMIT
Flange connection & DN25
RF SERR
BOTTOM / TOP
LPH
* / REQUIRED
NOTE-2 / SS 316
*
-
-
ULHSD/ SKO
5 LPH
1 LPH
- / 250 BAR
4 - 50 / -
* / *
TO BE SCREWED ON BODY
0.7752 - 0.87 / -
1.6 - 8
MINIMUM
*
APPD.BYDATE
0
REV. CHKD.
12-28V DC (two-wire system) battery power
IP 67, GR. II A & GR. II B
two-wire system
METER
NOTE-1
*
SS-316
10:1
SCALE GRADUATION
METER FACTOR
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 62 of 153
20.0 ANNEXURES TO PARTICULAR JOB SPECIFICATION
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 63 of 153
ANNEXURE TO PARTICULAR JOB SPECIFICATION
CONTENTS
Annexure-I : Technical Input of Civil & Structural Works
Annexure-II : Technical Input of Instrumentation Works
Annexure-III : Technical Input of Telecom Works
Annexure-IV : Technical Input of Cathodic Protection Works
Annexure-V : Technical Input of Fire Fighting Works
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 64 of 153
Annexure-I to
Particular Job Specification (CIVIL & STRUCTURAL WORKS)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 65 of 153
1.0 CIVIL & STRUCTURAL WORKS I) General
The scope of work to be performed under this contract shall include complete civil and steel structural works as per plans, equipment layout, drawings & technical specifications for the various Structures of Bahadurgarh – Tikrikalan pipeline project of M/s HPCL.
The location and type of structures to be constructed at Tikrikalan & Bahadurgarh Terminal are as follows: Facilities for which structures are to be constructed at: A. Dispatch Terminal at Bahadurgarh:
- Control Room Building of Size 12x16 m. - Transformer & DG set Yard of size 10x20 m. - Transformer yard of size 10 x 10m - MCC Room of size 8x26 m. - Area for Metering, Basket Filter, DT and Booster Pumps of size 60x13 m. - Booster Pump House of size 20x7 m. - Mainline Pump House of size 20x7 m. - RCC Box Culverts - Earth filling in roads as well as construction of Roads - Dismantling of Brick, RR Masonary, PCC, RCC - Brick Masonary drain - Pipe supports sleepers - Sump Tank of size 10x7.5 m. - Dosing shed of size 3 x 5m. - Concrete Pavement
B. Receiving Terminal at Tikrikalan:
- Control Room of size 36x16 m. - Electrical DG Room of size 12x10 m. - Sump Tank of size 10x7.5 m. - Area for SRVS & Control Valves of size 22x12 m. - Metering Basket Filter & DT of size 44x15 m. - Scrapper Area of size 23x15 m. - Car Parking Shed of size 12x6 m. - 30 M High Mast - Pipe supports sleepers - Concrete Pavement
Note: All the buildings are single storey with parapet wall having drain, Plinth
protection all around.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 66 of 153
II) Scope of Supply
Contractor shall procure & supply to site all the materials including cement, reinforcing steel, steel sections/plates, pipes, barbed wire, Chain link fencing, chequered plate, mesh and other accessories, other masonry materials, bitumen/asphalt, admixtures & bonding agents, sealants, kerb stones, pavior block, sand and boulder etc., and any other construction material/item required to complete the civil & structural works. All costs towards testing/inspection of materials/goods shall be borne by the Contractor. No materials/items shall be supplied by the Owner.
III) Site Work
Complete construction work including supply of labour, construction materials, construction equipment, survey, tools & tackles, dismantling & modification/strengthening, supervision, testing etc. required to complete all the structures, foundations, roads, drains, pavements, finishes, supply, fabrication, erection of steel structures, chain link fencing, painting, including site grading/earthwork in cutting & filling etc. as specified and required to complete the civil works in all respect.
(All enabling works e.g. construction water tank, casting/fabrication yard, electricity, site stores & office, safety and security measures, coordination with other contractors working at site etc. shall be Contractor’s responsibility. Special permits to such as ‘Hot Permit”, “Fire Safety Permit” to work at dispatch terminal shall be contractor’s responsibility.) The Contractor’s rate for any item of work in the schedule of item shall, unless stated otherwise be held to include the cost of all materials including wastage, conveyance and delivery, unloading, storing, fabrication, all consumable materials, like electrodes, putty, gases, etc. hoisting, all labour for finishing to required shape and size, tools and plants, power fuel, consumables, all taxes, royalties, other revenue expenses, temporary facilities like roads etc
2.0 EARTHWORK IN EXCAVATION/SITE GRADING
Brief description of major items shall be as follows:
a) Taking pre-work and finished levels. b) Stripping and grubbing the top soil of 150 mm and preparation of sub-
grade. c) Disposal of unserviceable and surplus earth to authorized dumping ground
to any lead. d) Backfilling in layers of 150 mm thickness in controlled way. e) Watering and compaction of soil with manual/mechanical means. f) Actual work shall be carried out as per certified construction drawings to be
issued to successful tenderer.
Note: For all these items only consolidated final filling quantity in Cum shall be
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 67 of 153
measured for payment. Payment for earthwork in excavation shall be made based on bottom most dimensions of the structure / foundation and as such contractor shall take in to account for doing additional excavation for working space etc. required for safe construction.
3.0 EARTH WORK IN FILLING Complete earthwork in filling with borrowed earth is included in the scope.
Brief description of major items shall be as follows:
a. Taking pre-work and finished levels. b. De-watering of excessive water. c. Strutting and shoring to retain the earth. d. Borrowing of approved quality good earth from any lead. e. Filling in layers of 150 mm. f. Watering and compaction up to 95% of its MDD with mechanical means.
Note: Payment for item earthwork in filling shall be compacted net volume of filling after deductions of foundations, culverts, etc.
4.0 PCC WORK
Providing and laying PCC M 7.5 / M15 in position (at all height and depth for any type of structure), construction and handing over of PCC in foundations, substructure, superstructure and under floor, etc complete in all respects as per scope of work, detailed construction drawings, technical specifications and direction of Engineer-in-charge. The rate shall be inclusive of providing shuttering and strutting of all types (If necessary
5.0 REINFORCED CEMENT CONCRETE
Brief description of major items shall be as follows: a) RCC of Grade M25 as per drg. & specification at all height and depth for all
type of structures, supply of cement, coarse aggregate, fine aggregate, placement, all inclusive & testing of concrete and other materials.
b) Fixing of all inserts, conduits, precast covers/chequered plates as well as
fixing of free issue items into permanent works etc. c) Application of two coats of hot bitumen on surfaces in contact with soil.
6.0 BRICK WORK
Complete works in brick masonry foundation is included in the scope.
Brief description of major civil items shall be as follows: Brick work in foundation/superstructure at all height and depth with not less than M-7.5 grade bricks in 1:6 / 1:4 cement mortar.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 68 of 153
7.0 SOAK PIT AND SEPTIC TANK
Complete works for the making and proper functioning of soak pit and septic tank is included in the scope: Brief description of major items shall be as follows:
a) Earth work in excavation, back filling, and disposal of surplus earth. b) PCC 1:4:8. c) Brick work 1:5. d) Plaster 12 mm thick 1:3, finished with floating coat of neat cement inside and
rough plaster outside. e) Brick bat filling in soak pit. f) Honey comb brick work in soak pit. g) RCC M-20 grade including reinforcement, shuttering etc in slabs. h) Making all types of connections for sewerage collection and disposal. i) Providing and fixing Vent pipe
Soak pit and septic tank shall be provided inclusive of all related works complete in all respect shown in the drawing. Offer to be prepared by the tenderer based on the enclosed drawings and on lump sum unit rate (per installation).
8.0 PCC Kerb Stone in Specified Areas
Brief description of major works to be considered in this item is as follows:
a) Supplying and fixing Kerb Stone made of PCC – M 15 grade with 20 mm down
graded stone aggregates. b) Bedding of 20mm thick cement sand mortar of grade 1:4. c) Painting with approved quality paint d) Jointing and pointing in cement sand mortar of grade 1:4. e) Necessary Excavation and backfilling
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 69 of 153
Annexure-II to
Particular Job Specification (INSTRUMENTATION WORKS)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 70 of 153
CONTENTS
1. INTRODUCTION
2. GENERAL
3. SCOPE OF WORK
4. SCOPE OF SUPPLY
5. FREE ISSUED ITEMS
6. SPECIFICATION FOR INSTALLATION, TESTING AND COMMISSIONING
7. LIST OF ATTACHMENTS
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 71 of 153
1. INTRODUCTION:
The Scope of Instrumentation work shall be Installation, field testing/ calibration & commissioning of the complete instrumentation and control, system and supply of materials in accordance with the “Schedule of Rates for instrumentation” and other technical documents attached with this Tender Specification.
2. GENERAL:
2.1.0 The Contractor shall be responsible for complete activities involving all subcontractors under him and also instrument sub-contractor (if applicable) works under him for the complete instrument works, as part of his scope.
2.1.1. Scope of work shall be read in conjunction with the Schedule of Rates, drawings, specifications and other documents forming a part of the Contract document. Wherever there is a contradiction between the above, Schedule of Rates and this document shall take precedence.
2.1.2. In the control room, the contractor's scope shall include laying, tagging and identification of all cables connected between the field and the control room, dressing of the same inside the control room. It is the responsibility of the contractor for proper routing, dressing of cables, terminations in UCP’s, inside the control room and also for loop checking.
2.1.3. Contractor shall quote unit rates for all items covered in the “Schedule of Rates” (SOR).
2.1.4. Contractor shall be responsible for co-ordination during installation, pre commissioning and commissioning with his Mechanical and other sub contractors for proper installation of line mounted instruments like Pressure/Thermal Relief valves, Electro-Hydraulic Control valves, Turbine flow meters, Rotameters, Surge Relief Valve Skid, Restriction Orifice plates etc.
2.1.5. Contractor shall be responsible for installation, providing assistance for field testing, calibration, pre-commissioning and commissioning of special items such as Turbine flow meters, Density meters and Sulphur Analyser etc.
2.1.6. Contractor shall be responsible for coordination with the turnkey instrumentation vendor for all kind of works in side the control room i.e. cable laying, tray erection, if any, and for proper cable terminations and loop checking.
2.1.7. Drawings and Installation Standards enclosed with the tender are only for reference and indicative of general nature for scope of work. Actual installation shall be carried out based on final installation standards, Bill of material and vendor’s drawings / documents issued to site and as per instructions of Engineer-in-Charge.
2.1.8. Instrument items such as tubes, tube fitting, valves & manifold, junction boxes, cables, cable glands, plugs, adapters, pipe and pipe fittings etc., as required for installation & hook-ups of instrument listed under SOR shall be supplied from the attached list of Approved Vendor’s only. Contractor shall take prior approval of make and specification of such items before placement of order.
2.1.9. Sealing of cable entries into the control room after laying and testing of all cables through pipe sleeves by filling with sealing compound.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 72 of 153
2.1.10. Contractor’s scope shall also include dropping/shifting of the TSV/PSV from the installed position to laboratory for calibration/re-calibration/rechecking, etc., and reinstall back to original location including parts replacement, gasket, stud/bolts etc., re-fixing of the TSV/PSV including lapping if required to be done. The unit rate in the Schedule of Rates shall also include the same.
2.1.11. During trial run/start up/commissioning at all the locations, the contractor shall provide skilled personnel and supervision round the clock at contractor’s cost. Any defect or changes of setting, recalibration, etc., if any during the above activity shall be rectified/done immediately to the satisfaction of engineer-in-charge or his representative. The number and category of the personnel shall be as decided by the engineer-in-charge. The cost of the above is deemed to be included by the contractor in the rate quoted.
2.1.12. Contractor's scope shall include making holes in the RCC for fixing up of supports for instrumentation items, trays etc.
2.1.13. Contractor shall note that elbows (if required) shall be installed on the impulse line wherever required as per instructions of the Engineer-in-Charge even if it is not indicated in the installation standards.
2.1.14 The methodology of cable supports shall be as follows:-
a) Perforated/Angle/Ladder Trays (Contractor’s supply) for all the cables from the individual instruments to the respective junction boxes.
b) Perforated/Angle/Ladder Trays (Contractor’s supply) or Trenches (Prepared by contractor) as per the layout drawings (and any subsequent site adjustments as deemed necessary by the engineer-in-charge) from the junction boxes to the control room(s), the same supports/routes will have to be used for direct run cables from the individual instruments to the control room.
2.1.15 The field work shall be carried out under strict safety regulations and work permits as laid down by the client. The contractor shall take extreme care regarding safety and all safety gear like helmets; hand gloves, safety belts, spectacles etc. shall have to be provided by the contractor.
2.1.16 The ferruling for cables shall be done with tag no. of instruments for individual pair. Cross ferruling shall be done for cable ferruling in field, fire water control panel and UCP panels as per instruction of the Engineer in charge.
2.1.17 The contractor shall have to assess the actual site conditions/requirements before placement of order for cable/trays as per the actual site condition. Contractor has to prepare a cable routing layout as per actual site requirements from field to existing control room and get the approval before placement of procurement.
2.1.18 Allowable minimum bending radius of multipair / multicore cable shall be 6 times the outside diameter for unshielded cables and 8 times the outside diameter for shielded cables unless otherwise recommended by the supplier.
2.1.19 Location and flow direction of on-line instruments shall be checked by the contractor and to be rectified in case of any discrepancy as per the instruction of Engineer-In-Charge
2.1.20 The cable entry to the Control room shall be through pipe sleeves for all the control rooms, which shall be installed by the contractor. The installation of the pipe sleeves shall be as approved by the Engineer-in-charge. Contractor shall run all cables from field to Control Room. The cables shall run through Tray / Trench / IRC (instrument road crossings) from field to the control room as per
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 73 of 153
Instrument Layout Drawings (to be furnished during execution).
2.1.21 Wherever trenches of longer/ smaller dimension than the maximum dimension identified in the SOR, the rate shall be considered as pro-rata basis for increase/ decrease in floor area change.
2.1.22 Welding/NDT, Charpy V-notch, QA/QC requirement etc. shall be as per Piping Material Specification (PMS), MECON standards & specifications and other requirement attached / mentioned elsewhere in the tender document. Contractor to also note that 100% MPI shall be carried out in the entire socket weld joints in the installation of instruments. The SOR price shall include all the above in the installation of respective instrument/item.
2.1.23 Welding shall be as per welding standard attached elsewhere in the tender document.
3. SCOPE OF WORK:
3.1 The instrumentation works shall include, but not limited to the following to complete the works:
a) Installation of all field instruments. b) Calibration of field instruments. c) Installation of junction boxes d) Fabrication, erection, laying & painting of cable trays. e) Preparation of cable trenches (Buried). f) Laying of all interconnection cabling (single pair & multi pair signal, alarm, control and
power cables and system cables etc.) between instruments and junction boxes, instrument / junction boxes to fire control room marshalling racks/cabinets/panels
g) Laying of system cable/ serial link cable from PLC based station control system in control room to remote I/O cabinet of PLC system located in sub-station and from control room to sulphur analyzer cabinet in the field
h) Installation of canopies for instruments. i) Dressing, Tagging, ferruling, glanding, pair/core identification and termination of all field
cables (single pair & multi pair signal, alarm, control, power and system cables etc.) in the field instruments/ junction boxes, local control panel and UCP panels, supplied by pump vendor, at control room end.
j) Installation of instrument valves & manifolds, mounting accessories, impulse piping/ tubing, pipe/tube fittings, cable glands, identification tags, conduits, structural material required for instrument and junction box supports, trays and painting etc.
k) Laying of earthing cables / strips for instrument cases & junction boxes to earth grid, GI / copper strips for grounding of racks/ cabinets/ panels in the control room with earth pit.
l) Installation of marshalling cabinets, power distribution cabinets, system cabinets, I/O cabinets, metering cabinet, consoles for PLC based Station Control system etc in the respective control rooms including physical shifting from owner’s store to control rooms, including supply & fabrication of base frame/support, grouting etc and commissioning assistance.
m) Installation of remote I/O cabinet of PLC system in sub-station including physical shifting from owner’s store to control rooms, including supply & fabrication of base frame/support, grouting etc and commissioning assistance.
n) Installation of line mounted instruments like control valves, orifice plates and flanges, variable area flow meters, turbine flow meters, tank level instruments, etc.
o) Installation of skid mounted Density meter analyzer in field including: Physical shifting of density meter skid from Owner’s store to erection site. All civil works like grouting, fixing, etc and patch up work in the flooring for installation of the skid, hook up of all inlet outlet tubing/piping etc. between sample point and skid. Laying of power and signal cables between density meter skid junction boxes to Purchaser’s control room. Glanding &
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 74 of 153
termination of the cables at field side. p) Excavation of trenches for burring the cables, filling with sand, laying of bricks, back filling
and compacting of the excavated earth. Removal of pre-cast concrete slabs (If required) and sand on the existing concrete trench, and re-filling of RCC cable trenches with sand & re-fixing back the concrete slabs after laying of new cables.
q) Complete loop checking and megger testing of cables. r) Hydraulic testing of instrument impulse lines (piping/tubing). s) Calibration of all instruments. t) Commissioning. u) Documentation. v) As built drawings.
3.2 Scope of work shall also include Instrumentation works related to Mainline Pumps. Installation
and commissioning of all Instruments & Controls for the Main line Pumps including loop checking complete in all respects (under the supervision of Pump Vendor) shall be included as under:
a) All Unit Control Panels (UCP) including Marshalling/Relay/Power supply distribution cabinets and PCs (for monitoring of temperature & Vibration monitoring system) for all main line pumps shall be physically shifted from owners stores to control room and shall be positioned & grouted inside the control room.
b) Laying of cables from instruments to junction boxes / Local panels on pump skids and from Junction boxes/Local control panels to Unit Control Panel in control room. Termination of cables, tagging, glanding and ferruling of all cables in skid junction boxes / Local panels and Unit Control Panel in control room. Supply of all installation and erection materials including identification tags, conduits, structural material required for instrument supports and trays and painting etc.
c) Laying of earthing cables/ strips/wire for instrument junction boxes/local panel.
d) Erection of cable trays in the skid up to the main cable trench including support for Trays.
e) Calibration of pump skid instruments.
f) Preparation of trenches/pipe sleeves from pump skid up to Main Cable Trench leading up to control room and laying of all the cables up to Control Panel in control room.
g) Pump’s Unit Control Panel and all associated cabinets in the control room shall be connected to the earth pit with GI/copper strips for grounding, by the contractor.
h) Commissioning of all instruments & controls including local panel and Unit Control Panel for the Main line Pumps in coordination with Pump Vendor and Turnkey Instrumentation Vendor.
Installation of all instruments, testing of impulse lines, instrument air lines, pneumatic signal tubes and instrument cables including special instruments / items if any, and calibration of all instruments shall be carried out as per the requirement described in the “Clause 6. Specification for Material Installation, Testing and Commissioning” attached in this document
4. SCOPE OF SUPPLY
a) The scope of contractor for supply of instrumentation items shall include, but not limited to the following to complete the Instrumentation work:
i. Supply of cable trays, perforated/angle trays including clamping, identifying tags.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 75 of 153
ii. Supply of junction boxes, cable glands, plugs and adapters.
iii. Supply of all interconnecting cables (single pair & multi pair signal, alarm, RTD and control cables etc.) between instruments and junction boxes and up to control room mounted cabinets/ panels.
iv. Supply of ferrules and identifying tags for cables at field, fire water control panel and UCP panels.
v. Supply of all installation and erection materials (pipe fittings shall be as per the PMS and tube/tube fittings shall be of SS 316) including instrument valves &manifolds, mounting accessories, impulse piping/ SS tubing, pipe/tube fittings, cable glands, plugs, adapters, identification tags, conduits, structural material required for instrument supports and trays and painting etc.
vi. Supply of earthing cables / strips for connecting instrument cases to earth grid, GI / copper strips/shielded cables for grounding of panels in control room with earth pit.
vii. Supply of yoke supports for instruments and junction boxes.
viii. Supply of canopies fabricated out of 2 mm thick MS sheet for instruments.
ix. Supply of pipe sleeves for instrumentation cable entry to the control room.
x. Supply of Rodent repellers.
b) Supply of junction boxes, cable glands, cables, pipes, pipe fittings, tubes, tube fittings, instrument valves & manifolds etc shall be from MECON approved vendors.
c) Contractor to note that wherever stainless steel is specified it refers to austenitic and / or ferrite steel.
d) All cable glands shall be double compression type and shall be provided with PVC hood. Cable glands shall be suitable for the cable dimensions with ±2 mm tolerance.
e) For all electrical items supplied by the contractor including junction boxes, cable glands and accessories supplied for projects in India, certification from CMRS for explosion proof to IS 2148 suitable for NEC Class -I, Div-1, Group C & D and Weatherproof to IP 55 as per IS 13947 and approval from CCOE (Chief Controller of Explosives, India) shall be furnished irrespective of place of manufacture.
f) For instrument material supplied by Contractor such as cables, junction boxes, pipe, pipe-fittings, tube, tube-fittings, Instrument valves and Manifolds; drawings, data from vendor shall be furnished as required as per the respective standard specification. Also Contractor shall furnish:
i. Specification / Datasheet of Junction Boxes, Cable Glands, Plugs and adaptors. ii. Complete catalogues with part list for all contractor supplied instruments. iii. GA drawing of Junction boxes and canopies iv. Certificates from statutory body for hazardous area for junction boxes, cable glands, plugs,
adaptors. v. Material test certificates. vi. Vendor List for all items
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 76 of 153
vii. As-built Drawings / Documents viii. Site Calibration report for all instruments.
Note: This list indicates the minimum drawings and document requirements. However, vendor shall submit
a complete list of document and drawing schedule listing all the drawings and documents to be submitted by them during the course of execution of the job. The schedule shall list all drawings and documents along with their number and expected date of submission.
5. FREE ISSUED ITEMS:
The following instrument item shall be free issued to contractor:
a) All field instruments like pressure transmitters, differential pressure transmitters (for DP, level &
flow), pressure switches, pressure gauges, level gauges, level transmitter, temperature element and thermowell, temperature transmitter.
b) All line mounted instruments such as pressure/thermal relief valves, turbine flow meters, orifice
plates and flanges, skid mounted surge relief valves, control valves etc.
c) Skid mounted density analyzer and associated accessories / equipments
d) All Control Room mounted equipments i.e flow computers, density converters, master control units of MOV control system, marshalling cabinets, I/O cabinets, PLC system cabinets, power supply cabinets, metering panels and consoles for control system etc.
e) All pump skid instruments, interconnecting cables between pump skid and control room for main
line pumps, cable glands, junction boxes, unit control panels, power distribution cabinets, relay panels and all other associated instruments & accessories for Main Line Pumps.
6. SPECIFICATION for INSTALLATION, TESTING AND COMMISSIONING 6.0 ERECTION MATERIAL SUPPLY
The Contractor shall ensure supply of all erection hardware required for installation of all instrumentation. This includes items like cables, cable glands, junction boxes, instrument valves, mounting accessories, impulse piping / tubing, pipe / tube fittings, pneumatic signal tubes, air line pipes, filter regulator, steam / electrical tracing, insulation materials, cable trays, conduits, identification tags, structural material required for instrument supports and trays etc.
The above broadly covers the items required for any typical plant, however the Contractor shall supply all other items necessary to make the erection and commissioning work complete in all respects.
The following are the minimum acceptable salient features of some of the erection materials.
6.1 CABLES 6.1.1 All cables shall have PVC insulated primary insulation of 850C, PVC as per IS-5831 Type C
and inner and outer jacket shall be 900C, PVC to IS-5831 Type ST-2. Oxygen index of PVC shall be over 30% and temperature index shall be over 2500C.
6.1.2 All the cables are required to be fire retardant, they shall be as per standard IEC 332 Part III
Cat. A.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 77 of 153
6.1.3 The insulation grade shall be 600 V/1100 V as a minimum and shall meet insulation resistance
voltage and spark test requirements as per BS-5308. 6.1.4 All cables shall be twisted and armoured. Armour over inner jacket shall be of galvanized steel
wire / flat as per IS-1554 Part–I. 6.1.5 For signal and control cables, inner jacket colour shall be black. Outer jacket colour shall be
light blue for intrinsically safe application and black for others. For thermocouple extension cables the inner and outer jacket colour shall be as per IS-8784.
6.1.6 Maximum DC resistance of the conductor of the completed cable shall not exceed the
following:
a) 12.3 ohms/km at 200C for cables with 1.5 mm2 conductor. b) 39.7 ohms/km at 200C for cables with 0.5 mm2 conductor.
6.1.7 The mutual capacitance of the pair of adjacent cores shall not exceed 250 pF/m at a frequency
of 1kHz. The capacitance between any core and screen shall not exceed 4(X) pF/m at a frequency of 1 kHz.
6.1.8 L/R ratio of adjacent cores shall not exceed 40 mH / ohms for cables with 1.5 mm2 conductor
and 25 PH / for cables with 0.5 mm2 conductor. 6.1.9 The drain wire resistance including shield shall not exceed 30 ohms/km. 6.1.10 A pair of communication wire shall be provided for multipair cables. Each wire shall be 0.5 mm2
of plain annealed single or multi-strand copper conductor with 0.4 mm thick 850C, PVC insulation shall be green and red colour coded.
6.2 Signal /Alarm Cables
- Single pair shielded signal / alarm cables shall be used between field instruments switches and junction boxes / local control panels.
- Multipair individually and overall shielded signal / alarm cable shall be used between
junction boxes / local control panel and control room in general. - The single pair / triad cable shall be 1.5 mm2 conductor size made of electrolytic copper
conductor of 7 strands with each strand of 0.53 mm diameter, multipair cable with 0.5 mm2 conductor size shall have 16 strands of annealed electrolytic grade copper conductor with each strands of 0.2 mm diameter, multi triad cable or multi pair cable with 1.5 mm2 conductor shall have 7 strand with each strand of 0.53 mm diameter.
- Shield shall be aluminum backed mylar / polyester tape bonded together with metallic
side down helically applied with either side having 25% overlap and 100% coverage. The minimum shield thickness shall be 0.05 mm in case of single pair / traid and 0.075 mm incase of multipair / triad cable.
- Drain wire shall be provided for individual pair and overall shield which shall be 0.5 mm2
multi stranded bare tinned annealed copper conductor. The drain wire shall be in continuous contact with aluminum side of the shield.
- All multi pair cables shall have 6 pair / 12 pairs only while multitriad cable shall have 6
triads / 8 triads only.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 78 of 153
6.3 Control Cables
- Single pair control shall be used between field mounted solenoid valves and junction boxes / local control panels and shall meet the requirements specified in para 6.2 above.
- Multipair control cables shall be used between junction boxes / local panels and control
room mounted devices in general. These cables shall have only overall shielding. - The control cables shall have 1.5 sq. mm conductor size with 7 stranded conductors of
annealed electrolytic grade copper with each strand of 0.53 diameter.
6.4 Thermocouple Extension Cables - Single pair shielded thermocouple extension cables shall be used between
thermocouple head and junction boxes transmitters / local control panel mounted instruments.
- Multi pair individually and overall shielded thermocouple extension cables shall be
used between junction boxes and control room mounted devices. - The type of thermocouple extension cables shall be compatible with thermocouple used.
In addition the colour coding of the primary insulation shall be as per IS-8784-1987 Table 5.
- The cable shall have 16 AWG and 20AWG solid conductors for single and multi pairs
respectively. - All thermocouple extension cable shall be matched and calibrated in accordance with
IEC-584-2. - Shield shall be aluminum backed by mylar / polyester tape bonded together helically
applied with the metallic side down with either side having 25% overlap and 100% surface. Minimum shield thickness shall be 0.05 mm for single pair and 0.075 mm for multi pair cable. Drain wire shall be 0.5 mm2 multi strand bare tinned annealed copper conductor. The drain wire shall be in continuous contact with aluminum side of shield.
- Inductance shall not exceed 4mH/Km. However, for J-type thermocouple inductance
could be 8 mH/ km. - All multi pair cables shall have 6 pairs / 12 pairs only.
6.5 Power Supply and Other Cables
- All power supply cable shall be as per IS-1554 Part – I and shall have copper
conductors. Minimum conductor size shall be 2.5 mm2. All these cable shall be PVC insulated and armoured.
- Any other special cable required for instruments shall also be supplied as per
requirements. Contractor shall ensure that these cables are armoured type and shall meet all other requirements specified in para 6.1.1 through 6.1.10 as applicable.
- Contractor shall include a minimum of 30% of quantity of each type of cables supplied
as spare, and in each multi pair cable 20% spare cores shall be kept.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 79 of 153
- Contractor shall clearly state if any of the above cable does not suit vendor’s instruments requirement in the offer stage itself and indicate type of the cable required.
6.6 CABLES GLANDS
Contractor shall supply all cable glands required to gland the above mentioned cables both at field instrument and at control room (local and main) / control room devices / junction boxes. All cables glands shall be of anodized aluminum alloy or of nickel plated brass and they shall be double compression type suitable for armoured cables. Explosion proof glands wherever required shall be supplied. Contractor / Vendor shall supply a 20% of cable glands of each type / size as spare.
6.7 JUNCTION BOXES
Contractor / Vendor shall supply junction boxes wherever required. These shall be of die cast aluminum alloy body and shall be weather proof only when connected to intrinsically safe circuit. However when connected to an explosion proof instrument / circuit the junction boxes shall be weather proof and explosion / flame proof. These boxes shall have terminals suitable for min 4mm2 cable terminations (klippon) mounted on rails. 20% spare terminals shall be supplied in each junction box. Telephone shoe shall be provided in junction boxes.
Each junction box shall have a minimum of 10% or 2 Nos. of each size entry, whichever is more. Each of spare entries shall be duly provided with plugs.
6.8 INSTRUMENT VALVES AND MANIFOLDS
Contractor / Vendor shall supply instrument valves (miniature type) and valve manifolds wherever required. Body material and rating shall be as per piping class or SS whichever is better and shall be forged type. Valve trim material shall be 316SS as minimum or superior as required by process conditions. Contractor / Vendor shall supply a minimum of 10% such instrument valves and manifolds as spare.
6.9 IMPULSE PIPING / TUBING
In general Contractor / vendor shall supply 1/2" OD x 0.065" thick ASTM A 269 TP 316 SS seamless tubes as minimum for impulses lines. Where the pressure (operating) exceeds 70 kg/cm2 seamless pipes size ½ NB of required thickness shall be supplied with material as per piping class. Seamless tubes shall have a hardness of Rockwell RB – 65-70 at scale 30T. Tubes shall be free from scratches and shall be suitable for bending. Unless otherwise specified the tube wall thickness shall be 0.049’’ for ½ O.D and 1mm for 6 mm O.D tubes Contractor / Vendor shall supply a minimum of 20% of pipes / tubes as spare.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 80 of 153
6.10 PIPES AND TUBE FITTINGS
Nomenclature of all tube fitting shall be as per ISA RP42.1 Contractor / Vendor shall supply flareless compression type tube fitting and of three piece construction with design similar to swagelock / Parker Hanifen / Evmeto etc. All parts shall be made of SS 316. The fitting/ferrule hardness shall be in the range of RB 85-90 at scale 30T so as to ensure a minimum hardness difference of 5 to 10 between tube and fitting and of stainless steel in general. Thread ends of fittings shall be NPT according to ASME 16.11. Socket weld type forged pipefittings of suitable material and ratings shall be supplied for pipefittings. The minimum rating shall be 3000 lbs. Weld neck fitting shall be used where socket weld type are not allowed by piping class. All threaded fitting shall have NPT thread as per ANSI/ASME B16.11 only. Contractor / Vendor shall supply a minimum of 20% each type of pipe / tube fittings as spare.
6.11 PNEUMATIC SIGNAL TUBES
Contractor / Vendor shall supply 6mm OD x 1mm thick SS – 316 seamless tubes for pneumatic signal tubes. Contractor / Vendor shall avoid use of intermediate connections and shall estimate single length for each instrument location. Contractor / Vendor shall supply a minimum of 20% of these tubes as spares.
6.12 INSTRUMENT AIR LINES FITTINGS AND VALVES.
Seamless, inside and outside galvanized Carbon steel pipes used for instrument air distribution, shall be as per IS 1239 class Heavy Duty Type. Galvanized forged screwed Carbon Steel fittings 2000 lbs rating, shall be used. Isolation valve on instrument air service shall be packless gland type full-bore ball / globe valves. Contractor / Vendor shall supply a minimum of 20% of air pipe, fittings and valves as spare.
6.13 AIR FILTER REGULATOR
Instrument air filter regulator of suitable sizes shall be supplied for each pneumatic instrument. The body of the filter shall be anodised Aluminum. The filter shall have 25 micron sintered bronze / ceramic filter element and shall be provided with manual drain and 2" dia nominal size pressure gauge.
6.14 CABLE TRAYS
All cables / tubes shall run on cable trays. These cable trays shall be made out of perforated galvanized MS with red oxide primer and
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 81 of 153
shall be made of sheet of 2.5mm thick. The width shall be so selected that 50% of tray space of each is available for future use of the complete installation. Suitable cable clamps shall be supplied for binding the cables, tubes at every 500mm.
6.15 INSTRUMENT SUPPORT / STRUCTURAL STEEL
Contractor / Vendor shall supply instrument stands, stanchions and other structural steel material required for supporting the cable trays, impulse lines and instruments.
6.2 INSTALLATION
6.2.1 Contractor shall be completely responsible for installation of all instruments within his battery
limit, as per the installation sketches (typical) furnished alongwith this bid document.
All direct mounted instruments like thermocouple thermowells, temperature gauges, pressure gauges, pressure switches etc. shall be installed in such a way that they have better readability and accessibility. All capillary type instruments shall have the capillary supported properly and shall have protection of capillary against mechanical damage. All Pressure, Differential Pressure instruments shall be provided with block and bleed, bypass, drain / vent valves etc. as per the installation sketches, and shall have easy accessibility. All primary piping / tubing (impulse lines) shall have a slope of 10% on the horizontal run. All welding shall be carried out as per the relevant code with proper electrodes. Any tests (non-destructive) like DP test on root weld and final weld shall be carried out as applicable. All consumables shall be part of Contractor's scope. All threaded joints shall be joined by teflon tapes only. All impulse line shall be supported at regular intervals as specified elsewhere. Instrument drain / vent connections shall be piped to safe area like OWS or above pipe racks to avoid accumulation of hazardous fluid in the plant atmosphere. Steam tracing wherever required shall be carried out by 10mm OD x 1mm thick copper tubes, and condensate traps shall be provided to collect all the steam condensate and shall be piped to the nearest pipe drain funnels. All tubes / cables shall be properly laid on cable trays which shall be supported at regular intervals. Complete Physical separation shall be maintained between signal cables and shut down / power cables. Wherever intrinsic safe circuit system cabling is employed, a minimum separation of 150mm shall be adhered between IS and non-IS signal cables, over and above separation between signal and Power Cables. The casing of instruments shall be earthed by earthing wire to the nearest earth bus bar
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 82 of 153
provided by others, for safety reasons. In case the cables are to be buried or laid in the concrete trench, the same shall be carried out by vendor / contractor with prior intimation to ONGC. Painting of cable trays / ducts, MS cable ways, angle trays, instrument supports, all structural supports shall be as under
The surface to be painted shall be thoroughly cleaned with wire brush, emery paper to remove all scales to achieve desired surface finish. After cleaning, one coat of red oxide zinc chromate primer shall be given conforming to IS 2074 and allowed to dry. Two coats of paint shall be applied subsequently. Further third / final coats of paint of final colour shall be given before handing over the plant / commissioning.
6.3 TESTING AND CALIBRATION
6.3.1 All impulse lines shall be properly flushed after isolating both the instrument and the vessel /
piping. All impulse lines shall be tested hydraulically at 1.5 times the maximum operating pressure.
Contractor to ensure that instrument and vessel / piping is isolated during this test. In case of special conditions where hydro testing is not permitted due to service conditions, the
impulse lines testing shall be carried out by using air or nitrogen. All external cage type level instruments shall be tested up to 1.5 times operating pressure by
using nitrogen only. After pressure testing all these impulse line shall be drained and dried with dry air / Nitrogen to
remove any moisture. Instrument air lines will be service tested only for any leak after pressuring and isolating the
main root valve, by soap solution. Pneumatic signal tubes shall be flushed and tested with instrument air for any leak at a
pressure of 1.5 kg/cm2g. After pre commissioning the line, the source of pressure is cut off and rate of fall in pressure shall be ensured to be less than 1 PSI for each 100 feet for a period of 3 minutes as per ISA.
All instrument cables shall be tested for continuity and insulation. While Meggar is used for
insulation testing, ensure that all instruments and Zener barrier are isolated at both ends. All instruments supplied by the vendor shall be calibrated using proper test equipment. All test instruments shall have proper certificates and tracabilities of valid calibration to national
or international standard without which installation shall not be acceptable. Standard format of calibration shall be offered by the contractor for approval of ONGC after the award of contract.
All instruments shall be calibrated minimum for 0%, 25%, 50%, 75% and 100% and vice versa.
All temperature gauges shall be calibrated using Temperature Baths. All thermocouple activated instruments shall be calibrated by generating standard millivolts by
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 83 of 153
a Potentiometer / Calibrator. All transmitters shall be calibrated as per instrument ranges.
All displacer type level transmitters shall be calibrated with water or suitable fluids and corrected for specific gravity of the actual process fluid. All alarm and trip switches shall be calibrated over the entire range and finally set and checked for alarm / trip points and reset points as per the alarm / trip set point schedule. After setting these shall be sealed. All Control Valves prior to stroke checking shall be internally & externally cleaned thoroughly. The full stroke of valve shall be checked for opening and closing, in the range of 0%, 25%, 50%, 75% and 100%. Any adjustments required for obtaining full stroke and reducing hysterisis shall be carried out. Bubble tight shut off Control Valves and Shut Down Valves shall be checked for seat leak test and gland leak test Solenoid valve shall be checked functionally for its operation, & seat leakages. Safety valves and relief valves shall be set / tested by using dry air / nitrogen. Leakage if any shall be removed by proper lapping of seat and disc. All electronic / pneumatic receiver instruments shall be calibrated as per the manufacturer's instruction. Controllers shall be aligned properly. All special instruments like analyser shall be checked and calibrated as per manufacturer’s instruction. Prior to testing, all analyser sample lines shall be thoroughly cleaned by Carbon Tetrachloride or any other cleaning liquid. After cleaning, these lines shall be thoroughly purged with dry nitrogen. No oil should be used on oxygen service lines. The overall accuracy shall be with + 1% for Electronic Instrument Loops and + 1.5% for Pneumatic Loops. Where deviation is found to exist more than specified limit, Contractor shall recalibrate the instrument at no extra cost & time. After performing the calibration of all instruments, the entire loop shall be checked for proper operation. The entire shutdown scheme shall be simulated from the process trip switches and the scheme shall be tested for its proper operation, prior to start up of the unit. If no dry instrument air is available, Vendor / Contractor shall provide necessary N2 cylinders to carry out the above activity.
6.4 COMMISSIONING
6.4.1 This activity shall be carried out in a systematic manner so as to avoid any accident to plant and
operating personnel.
All perquisite checks prior to startup are to be completed in all respect, result recorded and approval of EIC for ensuring readiness of plant and all safety aspects adherence for startup is to be obtained by contractor. During the plant start up all the instruments calibration, controller alignment, trip point settings shall be trimmed / checked & confirmed so as to meet the operation requirement.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 84 of 153
Prior to guarantee run of any package unit the vital instruments as required by vendor have to be recalibrated and the results to be recorded.
7. LIST OF ATTACHMENTS:
Refer the List of Standard Specifications and Standard Drawings enclosed else where in the tender document.
STANDARD SPECIFICATIONS
Sl No. DESCRIPTION SPEC. No.
1 Specification for Installation of Instruments MEC/S/05/26/01
2 Specification for Instrument Tubing MEC/S/05/26/02
3 Specification for Inlet Outlet Sections & FS MEC/S/05/26/03
4 Specification for Instrument Tube Fittings MEC/S/05/26/04
5 Specification for Instrument Valves and Manifolds MEC/S/05/26/05
6 Specification for Junction Boxes and Cable Glands MEC/S/05/26/06
7 Specification for Signal Cable MEC/S/05/26/07
8 General Technical Specification for Instrumentation MEC/S/05/26/08
9 Specification for Cabling MEC/S/05/26/21
10 Specification for Earthing
MEC/S/05/26/23 A
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 85 of 153
LIST OF STANDARD DRAWINGS
Sl. No. Drawing No. DESCRIPTION REV.
1 MEC/05/E5/SD/PT/001 INSTALLATION DIAGRAM FOR PRESSURE TRANSMITTER.
0
2 MEC/05/E5/SD/RTD/002 MOUNTING DETAILS FOR RTD ON THERMOWELLS.
0
3 MEC/05/E5/SD/DPG/003 INSTALLATION DIAGRAM FOR DIFERENTIAL PRESSURE GAUGE.
0
4 MEC/05/E5/SD/PG/004 INSTALLATION DIAGRAM FOR PRESSURE GUAGE.
0
5 MEC/05/E5/SD/TG-RTD/005 INSTALLATION DIAGRAM FOR TEMPERATURE GUAGE & RTD.
0
6 MEC/05/E5/SD/RTD-TW/006 MOUNTING DETAILS FOR THERMOWELLS (RTD). 0
7 MEC/05/E5/SD/TG-TW/007 MOUNTING DETAILS FOR THERMOWELLS (T G). 0
8 MEC/05/E5/SD/JB/009 SUPPORT DETAILS FOR JUNCTION BOXES. 0
9 MEC/05/E5/SD/CY/011 FABRICATED CANOPY FOR INSTRUMENTS. 0
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 86 of 153
Annexure-III to
Particular Job Specification (TELECOM WORKS)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 87 of 153
SCOPE OF WORK FOR TELECOMMUNICATION 1) INTRODUCTION
M/s HPCL proposes to lay 2 parallel cross country petroleum product pipelines of 14.5 KM (apprx.) from the proposed dispatch station inside the existing Bahadurgarh Terminal of Mundra Delhi Pipeline in Haryana. The pipelines will terminate at HPCL’s proposed Tikarikalan terminal in Delhi. The Marketing Terminal at Tikarikalan is being constructed by HPCL. One pipeline will be utilized for dedicated pumping of Motor Spirit (MS) and other pipeline for pumping of High Speed Diesel (HSD) / Superior Kerosene Oil (SKO).
To facilitate proper operation and management control of Pipeline, a reliable and dedicated Telecommunication System is proposed to be setup in future connecting the various attended and unattended station along the pipeline. The system will also provide for voice communication from unmanned station to the attended stations. Telecom system shall comprise of STM -1& STM-4 equipment. 12 fibers armored Optical fiber cable (free issued from client) shall be laid in self-lubricated 40mm HDPE conduit along with the pipeline to facilitate proper operational & management control of the pipeline and dedicated Telecommunication system.
2) SCOPE OF WORK:-
a) Telecommunication work: -
The scope of work related to telecommunication work (but not limited to) shall include all the necessary work for supply and laying of one number self – lubricated HDPE duct, Laying of OFC (12 fiber) by Blowing technique in laid HDPE Duct along the new pipeline from Bahadurgarh to Tikarikalan in same trench and in separate trench inside the terminals including supply of HDPE Duct & accessories, supply & laying of Warning mat, Supply of FTC, wire mesh, Termination & Testing of OFC & HDPE duct including any civil work, commissioning , Quality assurance and Control, Documentation and any other job as per direction of Engineer In-charge required for completion and hooking up of OFC based telecom system. The erection, testing and commissioning of SCADA system and Telecom equipment (STM-1 & STM-4) and accessories are in other contractor’s scope. Detail Scope of Telecom Work (but not limited to):
1. Supply & Laying of 40 mm diameter HDPE Telecom pre-lubricated Ducts & accessories, estimation of quantity, including Storage, Transportation, and unloading at site, submission of HDPE alignment sheets (part of OFC alignment sheet documents), planning and HDPE lying schedule preparation.
2. Erection, testing commissioning and making the work complete in all respect as per specification.
a) Permanently solid Pre Lubricated 40mm diameter HDPE Telecom Duct as per
specification along entire underground pipeline in the same trench including cased crossing for installation of OFC in future.
b) HDPE casing /CS pipe casing for Nallah, River/ Canal, Railways, Major Road Crossing as
directed by Engineer-in-charge wherever required and as directed by Engineer-in-charge in all type of soils and terrain.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 88 of 153
3. Supply and Preparation of cable Blowing & Jointing pit, jointing of HDPE Duct /conduit, scaling of conduit, HDPE conduit testing after laying sealing of HDPE conduit, cased crossing, separate trench & conduit near the terminals, joints locations marking, back filling, sealing of conduit, cable markers, joint markers, Warning mat etc. as per the MECON specification. All the accessories, if required, must be suitable of 8 Kg/cm2 (min.) pressure rating. Testing, commissioning, and handing over of system, drawings & documentation as per contract.
4. Taking over of free issue 12 fibre OFC (after OTDR testing) from designated HPCL Store,
transportation to site, loading, unloading storage and make it ready for erection.
5. Laying of Free issued 12 Fibre OFC by Blowing Technique , jointing closures and accessories, Submission test reports and documents for supplied material, storage, Transportation, unloading at site, submission of OFC alignment sheets based on the pipeline alignment sheet, planning and OFC laying schedule preparation, Laying of OFC (12 Fiber) testing before and after laying, all cable sealing, padding backfilling etc. using all material including supply and laying of warning mats etc., termination of cables at FTC with all accessories, cable jointing, commissioning and making the work complete in all respect as per specification Drawings & documentation as per contracts & other relevant work specified by Engineer-in-charge.
6. Supply and installation of 300 mm diameter cable marker mounted on Main pipeline Marker,
Separate OFC joint marker, electronic marker & marker locator etc., as per specification.
7. Supply, Installation, testing and commissioning of “JOINTING CLOSURE” as per stander specification.
8. Supply of jointing pit. Jointing of OFC after properly placing it in manholes and providing protection
to surplus OFC loop in the jointing chamber.
9. Supply of FTC and wire mesh for both ends. Installation of FTC & wire mesh, other accessories for termination of OFC-12 fiber in the control room, splicing with street fiber, test of the fiber for smooth operation of system on a wavelength. Test of laid OFC, identification of fault, rectification of fault, Cable Jointing, Earthing, all the termination and commissioning work, Reconciliation, complete in all respect.
10. Testing including power testing complete cable section between two stations at 1310 nm & 1550
nm and testing of end sealing.
11. Providing necessary Testing Tools and power supply at site for splicing and testing etc.
12. Preparations and submission of as-built drawings with soft copy as per contract specification.
13. All necessary civil works related to erection and cabling.
14. All electrical works associated with installation and commissioning of OFC.
15. Earthing / Grounding of FTC, Telecom equipment.
Any other work required for completion of OFC based Telecommunication work as per the direction of Engineer-in-charge. SCOPE of work for OFC and HDPE Telecom Duct Laying:
The scope of work related to above work shall include all the necessary work (but not limited to) for supply and laying of one number self – lubricated HDPE duct, Erection of OFC (12 fibre) directly buried in ground along the new pipeline from Bahadurgarh to Tikarikalan along the pipeline in
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 89 of 153
same trench and in separate trench inside the terminals including supply of HDPE Duct & accessories, supply & laying of Warning Mat, Supply of FTC, wire mesh, splicing, Termination & Testing of OFC & HDPE duct including any civil work, Commissioning , Quality Assurance and Control, Documentation and any other job as per direction of Engineer In-charge required for completion and hooking up of OFC based telecom system.
Detail Scope of Work (But not limited to): HDPE Duct Laying:
1. Supply and Laying of 40 mm diameter self lubricated HDPE Ducts & accessories, making records of test report of material, estimation of quantity, including Storage, Transportation, and unloading at site, submission of HDPE alignment sheets, planning and schedule preparation for HDPE laying.
2. Erection, testing commissioning and making the work complete in all respect as per
specification.
a) Permanently solid Lubricated 40mm diameter HDPE Conduit as per specification along entire underground pipeline in the same trench including cased crossing for installation of OFC in future.
b) HDPE casing /CS pipe casing for Nallah, River/ Canal, Railways, Major Road
Crossing as directed by Engineer-in-charge wherever required and as directed by Engineer-in-charge in all type of soils and terrain.
3. Supply and erection of cable Blowing & jointing pit, joint of HDPE conduit, scaling of conduit,
HDPE conduit testing after laying as define in specification, sealing of HDPE conduit, cased crossing, separate trench & conduit near the terminals, joints locations marking, back filling, sealing of conduit, cable markers, joint markers, Warning mat etc. as per the MECON specification. All the accessories, if required, must be suitable of 8 Kg/cm2 (min.) pressure rating. Testing, commissioning and handing over of system, drawings & documentation as per contract.
General guideline for OFC based telecommunication system:
1. Vendor must submit the details of specific experience of the party responsible for OFC,
HDPE Duct laying, jointing, splicing, Testing. Sufficient documentary evidences also to be submitted at the time of submission of bid. The parties having proven experience and track record in respective field shall be allowed to execute the job.
2. After award of work, Contractor shall supply 2 copies of detailed activity Bar chart, manpower
and machinery mobilization plan, QA/ QC plan and inspection formats, execution procedures for different type of activities, for review and approval by the Engineer-in-charge within 15 days from the date of FOI (Fax of Intent).
3. The Vendor shall use the data provided in the tender for reference purpose only. It shall be the
Vendor’s responsibility to check accuracy and utility of this data.
4. The contractor shall bring all duct & OFC laying, jointing, splicing equipment, tools as deemed necessary for the timely implementation of the work.
5. The OFC cable & HDPE Duct alignment sheets (to be submitted 15 days before final laying) in
the format specified by the Engineer-in-charge shall indicate various rail, road, canal, river & utility crossing, location of high tension lines running in parallel with the route of OFC, location
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 90 of 153
of each of jointing locations & type of cable etc. After completion of laying vendor shall submit “As Built Drawing” as define in the specification.
6. Special care should be taken to avoid any twist or damage of duct/ OFC while laying Optical
Fiber Cable under road, Nalla, Railway line, culvert as specified elsewhere in the tender document.
7. Contractor shall take all safety measures required to prevent damage to the cable and
accessories. The contractor shall be responsible for any damage to the cable, accessories and all other free issue items and existing underground services in route, if any.
8. The back filling and compacting of trench in layers of 20 cms. Restoration of road, Nalla,
pavements etc. after the completion of laying work as specified elsewhere in this document.
9. Testing of the complete cable section (between two stations) to the satisfaction of HPCL as per test schedule mentioned elsewhere in the tender document.
10. Jointing, Splicing of OFC, in jointing pit, testing, end sealing etc. has to be done. OFC loop
should not be left without proper protection at any place. The OFC loop or surplus cable should be accommodated within the jointing pit / chamber.
11. If during the course of execution of work any discrepancy or inconsistency error or omission in
any one of the provision of the contract is discovered which needs to be clarified, the same matter shall be referred to the EIC / Consultants who shall give his decision in the matter and issue instruction then accordingly the work to be carryout. The decision of the EIC / Consultant will be final and binding to contractor.
12. For the payment for laying, the payable length of optical fiber cable will be the length of
pipeline as per pipeline chainages. For inside Terminal the actual laid length in separate trench up to control room will be considered for measurement. No separate rate will be payable for separate trench.
OFC Laying:
1. OFC (12 fibre – free issued) - Submission of test reports and documents for free issued
material, storage, Transportation, unloading at site, submission of OFC alignment sheets based on the pipeline alignment sheet, planning and OFC laying schedule preparation, Laying by blowing technique of OFC (12 Fibre) testing before and after laying, all cable sealing, padding backfilling etc. using all material including supply and laying of warning mats etc., termination of cables at FTC with all accessories, cable jointing, commissioning and making the work complete in all respect as per specification Drawings & documentation as per contracts & other relevant work specified by Engineer-in-charge.
2. Supply and installation of 300 mm diameter cable marker mounted on Main pipeline Marker,
Separate OFC joint marker, electronic marker & marker locator etc., as per specification.
3. Supply, Installation, testing and commissioning of “JOINTING CLOSURE” and “FTC” as per standard specification.
4. Supply of jointing pit. Jointing/ splicing of OFC after properly placing it in manholes and
providing protection to surplus OFC loop in the jointing chamber. 5. Supply of FTC and wire mesh for both ends. Installation of FTC & wiremesh, other accessories
for termination of OFC-12 fibre in the control room, splicing with street fiber, test of the fiber for smooth operation of system on a wavelength end to end. Test of laid OFC, identification of
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 91 of 153
fault, rectification of fault, Cable Jointing, Continuity test, Earthing, all the termination of OFC at FTC and commissioning work complete in all respect.
6. Testing including power testing complete cable section between two stations at 1310 nm &
1550 nm as applicable and testing of end sealing. 7. Providing necessary Testing Tools and power supply at site for end to end splicing and testing
etc. 8. Preparations and submission of as-built drawings with soft copy as per define in the
specification. 9. All necessary civil works related to erection and cabling. 10. All electrical, Earthing / Grounding works associated with installation and commissioning of
OFC, FTC, RTU, Telecom equipment. The earthing pit for telecom equipments are also in the vendor scope. Separate SOR item is available in the price schedule. This will be operated as per the requirements
11. Any other work required for completion of OFC based Telecommunication work as per the
direction of Engineer-in-charge. Enclosures:
LIST OF STANDARDS SPECIFICATIONS
Sl. No.
Standard Specification No.
Description Remarks
1. MEC/S/05/E5/T/001 Specification for Optical Fibre Cable & HDPE Duct Laying and Associated Work
Enclosed with Vol-II of II
2. MEC/S/05/E5/T/002 Specification / Procedure for the Testing of Optical Fibre Cable
Enclosed Vol-II of II
LIST OF TECHNICAL SPECIFICATIONS
Sl. No.
Standard Specification No.
Description Remarks
1. MEC/TS/05/E5/T/096 Technical Specification for Optical Fibre
Cable & Accessories
(To be refer for Jointing Closures only)
Enclosed with Vol-II of II
2. MEC/TS/05/E5/T/037 Technical Specification PLE HDPE
Telecom Duct and Accessories Enclosed Vol-II of II
3. MEC/TS/05/E5/T/042 Technical specification of Warning Mats for OFC & Telecommunication HDPE
Duct
Enclosed with Vol-II of II
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 92 of 153
Annexure-IV to
Particular Job Specification (CATHODIC PROTECTION WORKS)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 93 of 153
DESIGN BASIS FOR
TEMPORARY /PERMANENT CATHODIC PROTECTION SYSTEM
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 94 of 153
C O N T E N T S
Sl. No. Description
1. INTRODUCTION
2. SCOPE
3. CODES & STANDARDS
4. SITE CONDITIONS
5. AREA CLASSIFICATIONS
6. POWER SUPPLY DETAILS
7. MONITORING AND CONTROL SIGNAL FOR SCADA
8. CABLES
9. CATHODIC PROTECTION SYSTEM
10. STATUTORY APPROVAL
11. DRWINGS AND DESIGN DOCUMENTS
Prepared By Checked By Approved By
Aashish Moyal Saurabh Singh D K Pande
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 95 of 153
1.0 INTRODUCTION
The project envisages laying of 10’” & 8” NB and 15 Km long petroleum product pipeline from dispatch terminal at Bahadurgarh to receiving terminal at Tikrikalan for supplying of MS, SKO/ HSD to the marketing terminal of HPCL at Tikrikalan. 1) Dispatch terminal at Bahadurgarh 2) Receiving terminal at Tikrikalan This document presents design criteria for CP (TCP/PCP) system for 3LPE Coated, 10’” & 8” NB and 15 Km long petroleum product pipeline against corrosion for a service life of 35 years. It indicates minimum requirements for detailed design of CP system and equipments. This design data defines the design requirements applicable for this project in addition to the Specification for Temporary cathodic protection system MEC/TS/05/21/016A, specification for permanent current cathodic protection system MEC/TS/05/21/016B.
2.0 SCOPE
Survey, Design, detailed engineering, supply, packing, transportation to site, installation, testing and commissioning of the temporary & permanent cathodic protection system to protect the external surface of 3LPE Coated, 10’” & 8” NB and 15 Km long petroleum product pipeline against corrosion for a service life of 35 years, as per Standard Specification No. MEC/TS/05/21/016A for Temporary cathodic protection system and MEC/TS/05/21/016B for permanent cathodic protection system & SOW (scope of work).
3.0 CODES & STANDARDS
The system design, performance and materials to be supplied shall, unless otherwise specified, conform to the requirements of the following latest relevant applicable specifications:
i) NACE Standard RP-0169 : Standard Recommended Practice Control of
External Corrosion on Underground or Submerged Metallic Piping Systems.
ii) NACE Publication 10A190 : Measurement technique related to criteria for CP of Underground or Submerged Steel Piping System (as defined in NACE Standard RPO169-83).
ii) NACE Standard RP-0177 : Standard Recommended Practice Mitigation of
Alternating Current and Lightning Effects on Metallic Structures and Corrosion Control System.
iv) NACE Standard RP-0286 : Standard Recommended Practice the electrical isolation of Cathodically Protected Pipelines.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 96 of 153
v) NACE Publication No. 54276 : Cathodic Protection Monitoring for Buried Pipelines.
vi) NACE Standard RP-0572 : Standard Recommended Practice Design, Installation & Operation of Impressed Current Deep Ground beds.
vii) IS 8062 : Recommended Practice ICCP for Underground Piping.
viii) BS 7361 Part I : Code of Practice for Cathodic Protection for land and marine application. ix) VDE 0150 : Protection against Corrosion due to Stray
Current from DC Installations. x) IS: 7098 Part I : XLPE Insulated Cables. xi) IS: 1554 Part I : PVC Insulated (heavy duty) cables.
3.2 In case of imported equipments standards of the country of origin shall be applicable if
these standards are equivalent or stringent than the applicable Indian standards. 3.3 The equipment shall also confirm to the provisions of Indian Electricity rules and other
statutory regulations currently in force in the country. 3.4 In case of any contradiction between various referred standards/ specifications/ data
sheet and statutory regulations the following order of priority shall govern.
Statutory regulations. Data sheets. Scope of Work/ Job specification. This specification. Codes and standards.
4.0 SITE CONDITIONS
The equipment offered and the installation shall be suitable for continuous operation under the following site conditions: Ambient temperature : 50°C (max.)/ 0°C (Min.) Max relative humidity : 90% Altitude : Less than 1000m above MSL Atmosphere : To withstand site condition
(Dry, dust storms during summer, Humid & Heavy Rainfall during Monsoon)
Control Room/Electrical : Safe Area
5.0 ARES CLASSIFICATION
Classification of hazardous area will be in accordance with BIS and IS: 5572. Following selection will be considered for proper selection of electrical equipment for use in hazardous area:
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 97 of 153
a) Area Classification : Zone-1 b) Group : IIA and IIB c) Temperature Classification : T3 All electrical equipment installed in hazardous area will be selected as per IS: 5571.
5.1 All the electrical equipment for hazardous areas shall be of Ex-d type suitable for temp classification T3.
6.0 POWER SUPPLY DETAILS
(A) For despatch/receiving terminal at Bhadurgarh/Tikrikalanl CP Station power supply to PCP system (TR unit) shall be through UPS to TR unit, however cathodic protection power supply module TR/CPPSM unit to be provided by CP CONTRACTOR.
(B) CP power supply :
- Type & Voltage: (*) - Out put voltage: (*) - Location of TR unit: (*) - Number/ configuration: (*) (*) shall be furnished/confirmed by client.
7.0 MONITORING AND CONTROL SIGNAL FOR SCADA
Digital and analogue monitoring and control signals as required for CP system shall be provided in various electrical equipment for connection to SCADA system. CPPSM/TR unit shall be properly interfaced with RTU with RS485 serial data link for various analogue, digital signals & control signal, CONTRACTOR shall provide RS485 serial link. Details of SCADA monitoring & control signals are given below-
Sl No.
DESCRIPTION MONITERING/
CONTROL ANALOUGE
/DIGITAL
1 CPPSM/CPTR OUT PUT VOLTAGE
M AI
2 CPPSM OUT PUT CURRENT
M AI
3 PIPELINE OVER PROTECTED
M DI
4 PIPELINE UNDER M DI
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 98 of 153
PROTECTED
5 PIPE TO SOIL POTENTIAL
M AI
6 ALL REFERENCE CELLS FAILED
M DI
7 REFERENCE CELL-1 VOLTAGE
M AI
8 REFERENCE CELL-2 VOLTAGE
M AI
9 REFERENCE CELL-3 VOLTAGE
M AI
10 Unit Working in AUTO REF Mode
M DI
11 Unit Working in AVCC mode
M DI
12 DC (solar)/ AC input fail.
M DI
13 Setting of DC output voltage C AO
14 Setting of DC output current C AO
15 Setting of pipe to soil potential (PSP)
C AO
16 Setting of Auto/AVCC mode C DO
1 AI: Analogue monitoring signal from Equipment to
PLC/Telemetry interface cabinet (TIC) 2 AO: Analogue control signal from PLC/(TIC) to Equipment 3 DI: Digital Monitoring signal from Equipment to PLC/(TIC) 4 DO: Digital control signal from PLC/(TIC) to Equipment
8.0 CABLES
a. Cables shall be annealed high conductivity tinned stranded copper conductor, XLPE insulated, PVC sheathed, 650/1100 V grade, armoured for Cathode/Anode / measurement cable. Unless otherwise specified in project specifications, the size of the copper conductor shall be minimum 35 sq. mm. for anode and cathode cables, 6 sq. mm. for potential measurement and reference 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 be XLPE insulated & PVC sheathed and shall not be armoured. The length shall be sufficient for termination on anode lead junction box without any joint. PE sleeves shall be provided for unarmoured cables.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 99 of 153
b. The T/R unit incomer cable shall be minimum 10 sq. mm. aluminium, 650/1100 V PVC insulated, armoured, PVC sheathed. The cable shall be of 3 core type for single phase TR units/CPPSM unit and 4 core type for 3 phase TR units.
c. The cables for connecting various transducers from TR unit/ CPPSM to telemetry interface junction box shall be twisted pair with individual pair shielded and overall shielded with aluminium backed by mylar/polyster tape, PVC sheathed, armoured, PVC over all sheathed type.
d. CABLING SYSTEM
Cable laying philosophy A. Paved area: Cable tray/RCC trench B. Unpaved area: Directly buried C. Type of cable trays: Galvanized prefabricated
8.0 CATHODIC PROTECTION SYSTEM
TCP system- (Temporary Cathodic Protection System) A. Type : Sacrificial magnesium anode B. Design life : 1 Year or till commissioning of PCP whichever is later C. Pipeline coating : Three Layer Polyethylene D. Protective current density : As per specification E. Anode material (for sacrificial : Zinc/ Magnesium (As per
specification) CP System) F. Electrical resistance probes : Shall be provided as per spec. a. Quantity of E/R probes : 2 nos. per section, location in consultation
with OWNER/MECON by CP Contractor as per specification.
b. No. of E/R probe reading : One per Section instrument G. Polarisation coupons : Shall be provided as per specification a. Size of exposed area of : 100mm x 100mm coupon b. No. of coupons : To be decided by CP contractor as per
specification & in consultation with OWNER/MECON
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 100 of 153
c. No. of magnet devices for : -DO- operation of magnetic reed switch H. Polarisation cell : Electrolytic type as per specification I. Additional tests to evaluate the : Shall not be conducted coating defects J. CPL survey : Shall not be conducted during TCP K. DC interference & AC induced : Shall be carried out as per specification voltage survey
PCP system- (Permanent Cathodic Protection System) A. Type : Impressed current type B. Design life of protection : 35 Years C. Pipeline coating : Three Layer Polyethylene D. Design protection current density : As per specification E. Current drainage & coating resistance measurement survey : Shall be carried out F. Type of Anodes for anode ground bed: Tubular mixed metal oxide titanium or
as per specification. G Polarisation cell : Electrolytic type H. Computerized test stations : Shall be provided
(Location & no. of computerized test station shall be decided in detail engineering)
I. Chain link fencing around the ground : Shall be provided Bed J Acquisition of land for Anode bed, : By Contractor Anode junction boxes and anode ground bed cable laying. K. Close interval potential logging survey : Shall be carried out L. Additional tests to be conducted for : DCVG/CAT survey identifying pipe coating defects/ holidays M. Proposed location of CP stations/Anode: To be decided by CP contractor.
Ground bed (However tentative location of CP station are mentioned in the PJS, Exact location shall be decided in
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 101 of 153
detail engineering & approval of design document in consultation with HPCL/MECON)
N. Proposed location of : To be decided by CP contractor
Computerised test stations during detail engineering based on specifications and in consultation with the Client/MECON.
O. CP stations/ anode ground bed for Impressed current system:- a) Tentative locations of CP stations are mentioned in Scope of work (SOW), actual numbers of CP stations shall be finalized during the approval of design documents submitted by the Contractor. However PCP system shall be designed in such a manner that CP stations & anode bed shall be located coinciding with despatch/receiving stations, as far as possible.
10.0 STATUTORY APPROVAL
The submission of application on behalf of the Owner to Govt. Authority/ Central Electricity Authority, if required along with copies of required certificates complete in all respects, shall be done by the contractor well ahead of time so that the actual commissioning of are not delayed for want of approval from authority. The actual inspection of work by the Govt. inspector shall be arranged by the Contractor and necessary coordination and liaison work in this respect shall be the responsibility of the contractor. However any fee paid to the Govt. Authority in this regard shall be reimbursed by the Owner on submission of bills with documentary evidence. The Inspection and acceptance of the work as above shall not absolve the Contractor from any of responsibilities under this contract.
11.0 DRWINGS AND DESIGN DOCUMENTS
11.1 The following documents shall be submitted along with the offer:
a) Filled up data sheet. b) QAP c) Design calculations of TCP & PCP system d) List of two years operation and maintenance spare. e) Approx. dimensions of the system f) Catalogues for TR/CPPSM unit, MMO Titanium Anode, reference cell etc.
11.2 The following drawings (in three sets) & documents shall be submitted for approval within 3
weeks of award of contract.
a) Soil survey report with information of terrain along the pipeline b) Detailed design calculations of TCP & PCP system, formulae used c) Procedure for AC & DC interference detection & mitigation. d) Procedure for CP system installation, field testing, pre-commissioning &
commissioning.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 102 of 153
e) Procedure for post commissioning surveys. f) Detailed design of Anode ground bed, typical lay out drawings for Anode bed
connection & installation. g) Equipment layout, Cable layout & schedule. h) AJB, TLP, CJB, permanent Cu-CusO4 & junction box installation & erection details
drawings i) Incorporation of Anode bed, Polarisation cell, surge arrester, TLP, AJB, CJB,
Junction boxes & other relevant feature in PCP system design in Alignment sheet & Plot plan.
j) G.A. of TR/CPPSM unit. k) Schematic l) Bill of Material m) Wiring diagram for reference.
11.3 After the job completion, contractor shall prepare AS-BUILT drawings/data sheets and
documents, submit catalogues/manuals (O&M) of major brought out items. Final certified as built drawings, documents and manuals etc shall be submitted by the contractor to owner in bound volume with one set in soft copy (CD) plus five sets of prints.
Other drawings and documents shall be submitted by contractor along with AS-BUILT Drawings/Datasheets-
a) Original deed for Anode Bed shall be handed over to M/s HPCL. b) Test documents & drawings for bought out items. c) Detailed commissioning report of pipeline.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 103 of 153
SCOPE OF WORK FOR
TEMPORARY & PERMANENT CATHODIC PROTECTION SYSTEM
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 104 of 153
C O N T E N T S
Sl. No. Description 1. INTRODUCTION
2. SCOPE
3. CODES & STANDARDS
4. CATHODIC PROTECTION SYSTEM
5. SCOPE OF WORK
6. SCOPE OF SUPPLY
7. STATUTORY APPROVAL OF WORKS
8. INSPECTION, TESTING & COMMISSIONING
9. DRAWINGS, STANDARD SPECIFICATION AND INSTALLATION STANDARDS
10. MAKE OF MATERIALS/BOUGHTOUT ITEMS
11. DOCUMENTATION
Prepared By Checked By Approved By
Aashish Moyal Saurabh singh D K Pande
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 105 of 153
1.0 INTRODUCTION
The project envisages laying of 10’” & 8” NB and 15 Km long petroleum product pipelines from dispatch terminal at Bahadurgarh to receiving terminal at Tikrikalan for supplying of MS, SKO/ HSD to the marketing terminal of HPCL at Tikrikalan. 1) Dispatch terminal at Bahadurgarh 2) Receiving terminal at Tikrikalan This document presents design criteria for CP (TCP/PCP) system for 3LPE Coated, 10’” & 8” NB and 15 Km long petroleum product pipelines against corrosion for a service life of 35 years. It indicates minimum requirements for detailed design of CP system and equipments. This design data defines the design requirements applicable for this project in addition to the Specification for Temporary cathodic protection system MEC/TS/05/21/016A, specification for permanent current cathodic protection system MEC/TS/05/21/016B.
3.0 SCOPE
Survey, Design, detailed engineering, supply, packing, transportation to site, installation, testing and commissioning of the temporary & permanent cathodic protection system to protect the external surface of 3LPE Coated, 10’” & 8” NB and 15 Km long petroleum product pipelines against corrosion for a service life of 35 years, as per Standard Specification No. MEC/TS/05/21/016A for Temporary cathodic protection system and MEC/TS/05/21/016B for permanent cathodic protection system.
3.0 CODES & STANDARDS
The system design, performance and materials to be supplied shall, unless otherwise specified, conform to the requirements of the following latest relevant applicable specifications:
i) NACE Standard RP-0169 : Standard Recommended Practice Control of
External Corrosion on Underground or Submerged Metallic Piping Systems.
ii) NACE Publication 10A190 : Measurement technique related to criteria for CP of Underground or Submerged Steel Piping
System (as defined in NACE Standard RPO169-83).
ii) NACE Standard RP-0177 : Standard Recommended Practice Mitigation of Alternating Current and Lightning Effects on Metallic Structures and Corrosion Control System.
iv) NACE Standard RP-0286 : Standard Recommended Practice the
electrical isolation of Cathodically Protected Pipelines.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 106 of 153
v) NACE Publication No. 54276 : Cathodic Protection Monitoring for Buried Pipelines.
vi) NACE Standard RP-0572 : Standard Recommended Practice Design, Installation & Operation of Impressed Current Deep Ground beds.
vii) IS 8062 : Recommended Practice ICCP for Underground Piping.
viii) BS 7361 Part I : Code of Practice for Cathodic Protection for land and marine application. ix) VDE 0150 : Protection against Corrosion due to Stray
Current from DC Installations.
x) IS: 7098 Part I : XLPE Insulated Cables. xi) IS: 1554 Part I : PVC Insulated (heavy duty) cables.
3.5 In case of imported equipments standards of the country of origin shall be applicable if
these standards are equivalent or stringent than the applicable Indian standards. 3.6 The equipment shall also confirm to the provisions of Indian Electricity rules and other
statutory regulations currently in force in the country. 3.7 In case of any contradiction between various referred standards/ specifications/ data
sheet and statutory regulations the following order of priority shall govern.
Statutory regulations. Data sheets. Scope of Work/ Job specification. This specification. Codes and standards.
3.8 The work shall be performed in conformity with this specification, standard specifications
and installation standards enclosed elsewhere in this tender and code of practices of the Bureau of Indian Standards. In case of any conflict, the stipulations under this specification shall govern.
3.9 In addition, the work shall also conform to the requirements of the following:
The Indian Electricity Act, and the rules framed thereunder. The Fire Insurance Regulations. The regulations laid down by the Chief Electrical Inspector of the state government/ Central Electricity Authority (CEA). The regulations laid down by the Factory Inspector. The regulations laid down by the Chief Controller of Explosives. Any other regulations laid down by the Central, State or Local Authorities from time to time during the execution of this contract. OISD Standards HPCL’s Safety Standard
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 107 of 153
3.10 The design, selection and installation of equipment and materials shall also conform to
the requirements of the relevant latest standards of:
BS Specification and codes of practice OISD Standard 138 IS: 8437 (Part-II)/ 8062 (Part-I) NACE Standards DNV Publications IEEE Publications
4.0 CATHODIC PROTECTION SYSTEM Project description
M/s HPCL Limited intends to lay a 10”X 15 km & 8”X 15 km. long pipelines from dispatch terminal at Bahadurgarh in Harayana State to Tikrikalan in Delhi State for supply of petroleum product to Tikrikalan storage terminal. These pipelines are externally coated with 3 layer side extruded polyethylene as passive protection from corrosion. However 3 layer PE coating alone cannot protect the pipelines from corrosion due to combined attack of chemicals like acid, sulphates, chlorides from the soil and ground water. Hence it is intended to protect the above pipelines from corrosion by temporary cathodic protection system for design life of minimum 1 years or till the commissioning of PCP system, whichever is later and permanent Cathodic Protection System for a service life of 35 years. Insulating joints shall be provided on the above ground pipelines before leaving/ entering the ground. The pipeline is crossing various roads, rivers, HT & LT overhead lines, railway traction lines (AC traction system) and other pipelines/ services etc. along its route.
Project Details Description Mainlines and Terminals 4.1 General
The work being tendered is covered as indicated below:
Sl. No.
Sections Pipelines Dia. Length (Approx.)
TRUNK LINES 1. Tap-off Point cum Despatch Terminal at
Bahadurgarh to Tikrikalan 10” 15.0 km
2 Tap-off Point cum Despatch Terminal at Bahadurgarh to Tikrikalan
8” 15.0 Km
Total Length of 10” & 8” pipeline 30.00 Km
Description of the facilities covered in the above are described in following clauses.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 108 of 153
4.2 Details of pipelines & terminals are given below-
a) Proposed new pipelines
The proposed new pipelines shall be originated from D/T at Bahadurgarh terminal and terminated at R/T at Tikrikalan. The new pipelines shall be of 10” & 8” NB 15 Km long and running parallel.
b) Details of Proposed Pipelines Main Lines - Main Line- I Bahadurgarh to Tikrikalan – Material of Construction : Carbon Steel – Line Size : 10” NB – Length, in km : ~ 15.0 (appox.) – Pipe Specification : ERW, API 5L Gr.B, PSL-2 – Thickness : 6.4 mm, 7.1 mm – Design pressure : 49 Kg/cm2 – Corrosion Allowance : 0.5 mm – External Coating : 3-LPE – Internal Coating : Liquid epoxy – Design Code : ANSI/ ASME B31.8 (Latest Edition) – Major Water Crossings : As per Alignment Sheet – Major Road Crossings : As per Alignment Sheet – Rail Crossings : As per Alignment Sheet – HT line crossing : As per Alignment Sheet – Design Temperature -Buried : 0 to 45°C -Aboveground : 0 to 65°C
Main Line- II Bahadurgarh to Tikrikalan – Material of Construction : Carbon Steel – Line Size : 8” NB – Length, in km : ~ 15.0 (appox.) – Pipe Specification : ERW, API 5L Gr.B, PSL-2 – Thickness : 6.4 mm, 7.1 mm – Design pressure : 49 Kg/cm2 – Corrosion Allowance : 0.5 mm – External Coating : 3-LPE – Internal Coating : Liquid epoxy – Design Code : ANSI/ ASME B31.8 (Latest Edition) – Major Water Crossings : As per Alignment Sheet – Major Road Crossings : As per Alignment Sheet – Rail Crossings : As per Alignment Sheet – HT line crossing : As per Alignment Sheet – Design Temperature -Buried : 0 to 45°C -Aboveground : 0 to 65°C
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 109 of 153
4.3 Terminals
a) Despatch Bahadurgarh
i) At tap-off cum Despatch Terminal at Bahadurgarh
A 10” & 8” NB tap-off from existing Bahadurgarh terminal. Local & panel mounted instruments such as PT, TG & Pig Signalers, AV Valves
Operation. Control Panel Control Room Building Scrapper Launcher Facility Metering Facility Chemical Dosing Facility LEL Detection System Cartridge Filter with PSV Ultrasonic Meters with Panel Mounted Flow Computers Quick Opening End Closure UPS SCADA & Telecom
ii) Receiving Terminal at Tikrikalan
Scrapper Receiver Local & panel mounted instruments such as PT, TG & Pig Signalers, GOV/AV
Valves Operation Control Panel Control Room Building LEL Detection System Pressure Control Valve with Bypass Pressure Regulators PCV Turbine Flow Meter Flow Computers TSV Meter Proving Facility UPS TR Unit for PCP system (A common impressed current type Cathodic Protection
System has been considered for both new pipelines) SCADA & TELECOM
4.5 Guarantee 4.5.1 The contractor shall guarantee the installation against any defects of workmanship and
materials (supplied by the contractor) for a period 24 months after supply of CP material at site or 12 months after successful commissioning at site, which ever is earlier. Any damage or defects connected with the erection of materials, equipments of fittings supplied by the
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 110 of 153
contractor that may be undiscovered at the time of issue of the completion certificate, or may arise or come to light thereafter, shall be rectified or replaced by the contractor at his own expense as deemed necessary and as per the instruction of the Engineer-in-charge within the time limit specified by Engineer-in-charge.
5.5.2 The above guarantee shall be applicable for the quality of work executed as well as for the
equipment/ cable/ fittings/ other materials etc supplied by the contractor. 4.6 Site Conditions
The equipment offered and the installation shall be suitable for continuous operation under the following site conditions:
Ambient temperature : 50°C (max.) Max relative humidity : 90% Altitude : Less than 1000m above MSL Atmosphere : To withstand site condition
4.7 Power Supply Parameters 2.10.1 AC/ DC Operated Units
AC Panel 230 V AC ±10%, 1 Phase from UPS
5.0 SCOPE OF WORK 5.1 Cathodic Protection System
a) Temporary Cathodic Protection System
Design, detailed engineering, supply, installation, testing and commissioning of the temporary cathodic protection system using Mg/ Zn galvanic anodes to protect the external surface of 10’” & 8” NB and 15 Km long 3LPE coated petroleum product pipelines from dispatch terminal at Bahadurgarh to receiving terminal at Tikrikalan against corrosion for design life of minimum 1 years or till the commissioning of PCP system, whichever is later as per standard specification No. MEC/TS/05/21/016A for temporary cathodic protection system. Scope shall also include but not limited to the following for completion of jobs:-
a) Measurement of soil resistivity along the right of way of the main pipelines route as
per specification for design & installation of anodes. b) Collection of additional data related to cathodic protection along the right of way of
pipelines as per specifications.
c) The test stations for 10” OD pipeline need to be installed matching with the test station of 8” OD pipeline, for bonding purpose.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 111 of 153
d) New 10” & 8” NB dia pipelines are running parallel direct/resistance bonding connection shall be made between pipelines at the test stations along the pipeline route at an average interval 1Km and at additional locations wherever required. The size of cable for bonding shall be 1Cx25 sqmm.
e) Direct/resistance bonding connection between 10”/8” pipeline shall be made in TLP of
10” dia pipeline & Connection to sacrificial anode shall be made in TLP of 8” dia pipeline. However each TLP of 10”/8” dia pipeline have facility of measurement of pipe to soil potential.
f) Supply, installation, testing & commissioning of one set of spark gap arrestor with 2
plate Zinc grounding cell of 20 kg net weight each across each insulating joint provided at dispatch terminal, receiving terminal etc as per P&ID / specification .
g) Supply, installation, testing & commissioning one set of polarisation cell with zinc
anode at all high tension electrical power transmission line/equipments /railway tractions(all 66 KV & above) crossing or running parallel to the pipelines for grounding purpose as per specification. The rating shall depend upon anticipated fault current & ground bed resistance at the location of installation. However, the rating of polarisation cell (krick) shall not be less than 5 KA & number of 20 kg net weight zinc anode shall not be less than two.
h) Supply & installation of Zinc Ribbon Anodes at 4-8 O’clock position in the interval of 2
metre (max.) on carrier pipes at all cased crossings i.e. railways/ roads etc. i) Monitoring of the TCP system till commissioning of the permanent cathodic protection
system. j) All civil/ structural works related to TCP system including supply of bricks, cement &
steel etc. required for completion of the system.
b) Permanent Cathodic Protection System
Survey, Design, detailed engineering, supply, packing, transportation to site, installation, testing and commissioning of the permanent cathodic protection system by impressed current method using MMO coated Titanium anodes to protect the external surface of 3LPE Coated, 10’” & 8” NB and 15 Km long petroleum product pipelines against corrosion for a service life of 35 years, as per Standard Specification No. MEC/TS/05/21/016B for permanent cathodic protection system. The scope shall include complete permanent Cathodic protection system, including carrying out the soil resistivity measurement for anode ground beds, design of anode ground beds considering size / rating of anode bed not less than the minimum requirements of the anode ground bed specified, Interference detection and mitigation, AC/DC interference on pipelines and CP System due to proximity of foreign AC/DC source, detection and mitigation of high induced voltage at pipelines due to proximity of HT line, close interval potential logging survey for entire length of 10” & 8” dia pipelines and additional surveys i.e. CAT, DCVG etc at selected locations which shall be decided from the abnormal areas of close interval potential logging survey results to identify coating defects/holiday, conducting pipelines line current & coating resistance test at
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 112 of 153
selected locations where current measurement test stations shall be installed, preparation of commissioning report and as built drawings etc. All work shall be carried out conforming to the Scope of work, Design Basis, Data Sheets, specifications & standards.
Scope shall also include disconnection of TCP system which does not form part of PCP system. Equipments coming under new installed TCP system (TLP, Corrosion coupons, E/R probes, Zn/Mg ribbon anodes etc) if useful & required in PCP system, shall be used effectively in designing of PCP system. If any inadequacy present in these equipments, in such case all work associated with supply, installation, testing and commissioning shall be in scope of PCP contractor.
The Scope shall also include but not limited to the following for completion of jobs:- viii) Selection of plot (60mX5m Min.) for anode ground bed at receiving station Tikrikalan
(15.0 km Chainage) at a distance of min. 100m from the pipelines. (If adequate protection is not achieved with one anode ground bed two parallel anode ground beds shall be considered for two lines).
ix) Carrying out the soil resistivity survey for design of anode ground bed at the
selected location as mentioned above. x) Development of topo sheets which should be suitable for use in land acquisition at
Stations. xi) Acquisition of land for anode ground bed, Anode Junction box, laying of cable and
transferring the title of land in favour of HPCL at the selected locations mentioned above for 10”/8” dia pipelines.
xii) Design of shallow/deepwell anode beds for construction at selected location as per
national/ international standard & specification.
xiii) Common power source (TR unit) shall be considered for both new lines with two parallel anode ground beds if required. Positive header cable from the AJB of new anode ground bed shall be terminated to the Positive terminal of common CPTR unitt. Similarly Negative header cable from the CJB of the 10” line & 8” line shall be connected to the common Negative terminal of CPTR unit. So that separate drainage connections are made to each pipeline from the common CPTR unit at CP Station. [In addition to the separate drainage connections at CP Station stated above, direct/resistance bonding connections shall also be made between the two pipelines at the test stations along the pipeline route at an average interval 1Km and at additional locations where ever required to minimise interference between the two lines (Already mentioned in scope of TCP work)]
xiv) Supply, installation, testing & commissioning of minimum ten numbers Mixed Metal
Oxide Coated Titanium Hollow Tubular Anodes of 25mm dia. / 1000mm long size along with 1C x 10mm2 Copper XLPE/ PVC tail cable as per specification at the selected locations. Actual numbers of anode shall be finalised during the approval of design calculation submitted by the Contractor. Total ground bed resistance of PCP System shall be as per specifications.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 113 of 153
xv) Incase of deepwell anodebed, supply, installation, testing & commissioning of an anode string consisting of minimum ten numbers of Mixed Metal Oxide Coated Titanium Tubular Anodes with single dead weight of 25mm dia./ 1000mm long size alongwith 1C x 50mm2 Copper EPR/CSPE tail cable as per specification. Actual numbers of anodes shall be finalised after the approval of design calculation submitted by the Contractor. Total ground bed resistance of PCP System shall be as per Specification.
xvi) Disconnection of temporary cathodic protection system which does not form part of
permanent cathodic protection system. xvii) Supply, installation, testing & commissioning of Computerized Test Stations (CTSU)
for automatically monitoring and recording the pipe to soil potential, pipe current etc of the pipelines. Locations shall be decided during detailed engineering.
xviii) Supply, laying, termination, Glanding and ferruling of all the cables of CP system,
including all incoming power cable and outgoing CP cables of CPTR units. xix) The above mentioned location is tentative, actual numbers/Locations of CP stations
& anode beds shall be finalized during the approval of design documents submitted by the Contractor. However PCP system shall be designed in such a manner that anode beds & TR/CPPSM units comes at receiving terminal.
xx) 3 Nos. references cell each at the proposed locations for CP stations for the entire
length of 10’” & 8” NB, 3LPE Coated, 15 Km long petroleum product pipelines. Two permanent reference cell connections at CPTR unit from the 10” line, one permanent reference cell connection from 8” line, so that common CPTR unit at CP Station can get feedback from both the 10” line & 8” line for control of CP System current.
xxi) Operating current of each CP Stations shall be shared by each anode ground bed
(where 2 anode beds shall operate in parallel) according to their resistance and each 10” / 8” pipe line according to their coating conductance. Due to such current sharing the PSP level of any one of the pipelines may become higher than the other. To minimize this PSP level difference between 10” / 8” pipe line, the max current limit settings and the target PSP settings at each CPTR unit at CP Station need to be adjusted in such a manner so that entire length of both the pipeline is adequately protected without overprotecting any one of the pipelines.
xxii) Supply including design, manufacturing, shop testing, inspection, packing,
forwarding, delivery erection/ installation, civil/ structural support, earthing, testing & commissioning of 1(one) no. 25V/25A output rating AC/ DC operated automatic CP transformer rectifier unit at receiving terminal (Tikrikalan) confirming to standard specification No. MEC/TS/05/E9/082A, Data Sheet & Drawing. The TR Units at receiving terminal end shall be installed inside the control room. All the TR units shall have SCADA monitoring facility, current interruption facility with timer and commissioning spares as required.
xxiii) Bonding in between existing pipelines running parallel or crossing as required.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 114 of 153
xxiv) Carrying out “ON/ OFF” PSP Survey, Close interval potential logging survey for the entire length of 10’” & 8” NB, 3LPE Coated, 15 Km long petroleum product pipelines.
xxv) The contractor shall carry out interference detection and mitigation measures,
AC/DC interference on pipelines and CP System due to proximity of foreign AC/DC source, detection and mitigation of high induced voltage at pipelines due to proximity of HT line, close interval potential logging survey for entire length of 10” & 8” dia pipeliness against DC interference due to proximity of foreign DC source & high induced voltage at pipelines due to proximity of HT line. The contractor shall do additional surveys i.e. CAT, DCVG etc at selected locations which shall be decided from the abnormal areas of close interval potential logging survey results to identify coating defects/holiday and implement mitigation measures for the CP system of the entire length of 10” & 8” dia , 3LPE coated, 15.0kM long petroleum product pipelines from Bahadurgarh to Tikrikalan. In case contractor on his own do not possess the adequate experience for the same, the contractor shall include the services of specialist agencies, (like PLE Germany,Vender Velde Holland, Nippon Japan, SSS India, IACS of UK or equivalent) for doing interference/additional surveys and implementing mitigation measures. Necessary measures shall be adopted to mitigate the stray current interference due to crossings of high tension line, electrified railway track, existing pipelines in the close vicinity etc. by providing sacrificial anodes, grounding cells, diodes etc.
xxvi) Sacrificial type CP System needs to be installed at all river crossings for 35 years
design life in addition to the ICCP system. xxvii) The TR/CPPSM units shall be provided with facilities for sending and receiving
digital and analogue input/output signals for remote SCADA monitoring and controlling.
xxviii) Supply and installation of the power supply cable from switch fuse unit/ MCC /PDB
of OWNER’S Electrical substation to CPPSM/CPTR Units shall be CP CONTRACTOR’s scope of work.
xxix) Monitoring & maintenance (as a whole) of PCP System of entire length of 10” & 8”
dia , 3LPE coated, 15.0kM long petroleum product pipelines from Bahadurgarh to Tikrikalan for 3 months after final commissioning.
Note:- For chainages refer Pipelines Schematic Route Diagram (Drg No.-
MEC/23LK/05/21/M/000/1021)
5.2 Other Miscellaneous Works
i) The job includes all civil works including supply of bricks, cements steel etc. connected with grouting of equipment to be installed, providing foundation for TR / CPPSM units, test stations, ALJB/ CJB & chain link fencing around each ground bed etc. The job includes repairing of all civil works damaged during installation of electrical and other facilities.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 115 of 153
ii) Preparation of buried cable trenches including excavation, back filling, compacting, providing of brick protection by second-class bricks, spreading of fine river sand, including all supplies.
iii) The job includes the engagement of the service of a specialist agency for doing
interference survey & implementing mitigation measures against interference for CP System.
iv) The scope of work under this contract shall be inclusive of breaking of walls and
floors, and chipping of concrete foundations necessary for the installation of equipment, materials, and making good of the same. Minor modifications wherever required to be done in the owner free supplied equipments or devices to enable cable entry, termination, etc.
v) Checking of all connections, i.e. power, control, earthing and testing and
commissioning of all equipment erected and/or connected under this contract as per testing procedures and instructions of Engineer-in-Charge.
vi) All electrical equipments are to be doubly earthed by connecting two earth wires
from the frame of the equipment to be earth grid. The cable armours will be earthed thro’cable glands.
The following shall be earthed:
All non-current carrying metallic parts of electrical equipments such as lighting and power panels, push button stations, cable trays etc.
Lighting fixtures shall be earthed through the extra core provided in the lighting
cable/ conduit for this purpose. vii) Supply and installation of all other accessories not specifically mentioned herein but
nevertheless necessary for completion of job. viii) Engineering and preparation of specifications and drawings for procurement &
installation of CP System wherever applicable/required by Owner/ MECON and submit to Owner/ MECON for approval/comments.
ix) Correction and submission of all owner’s drawings for as-built status. x) Obtaining clearance for energising the complete electrical facilities covered under
this tender and approval of installation/drawings from Govt. authority if required. xi) Test certificates, catalogues, vendor drawings, installation, operation and
maintenance manuals for all equipment/materials in contractor’s scope of supply.
xii) Co-ordination with other contractors.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 116 of 153
6.0 SCOPE OF SUPPLY
6.1 Owner’s Supply – NIL
Supply, testing, Packing, Forwarding, Delivery, Installation and commissioning of all the equipment covered in this package are included in the scope of the contractor. No equipment will be free issued by the owner to the contractor.
6.2 Contractor’s scope of supply shall be as mentioned in Cl. No. 4.0 Scope of Work. 6.3 Bidder shall submit list of two year operational & maintenance spares along with offer and
supply the same but not limited to the following-
O&M CP Spares/ Tool / Tackles for CP system like Multimeter, Clamp meter, Portable reference cell, UT meter, Tool box Complete for each maintenance base etc.
6.4 O&M CP Spares for TR /CPPSM unit.
1. Contractor to note that the exact cable routing shall be decided at site based on actual site conditions. Exact cable quantities/sizes shall be based on actual measured route lengths at site by Contractor in coordination with Engineer-in-Charge/Client. Contractor shall ensure that there is no surplus or shortage of cables at site and procure cables accordingly. Contractor shall note that payment for supply of cables shall be made as per actual laid cables at site.
2. Contractor to note that all cabling (including supply & laying) & other electrics for the CP
System shall be supplied along with the package and no separate payment shall be admissible for the same. Owner shall provide only single point power supply for the same.
7.0 STATUTORY APPROVAL OF WORKS
The submission of application on behalf of the Owner to Govt. Authority/ Central
Electricity Authority, if required along with copies of required certificates complete in all respects, shall be done by the contractor well ahead of time so that the actual commissioning of are not delayed for want of approval from authority. The actual inspection of work by the Govt. inspector shall be arranged by the Contractor and necessary coordination and liaison work in this respect shall be the responsibility of the contractor. However any fee paid to the Govt. Authority in this regard shall be reimbursed by the Owner on submission of bills with documentary evidence.
The Inspection and acceptance of the work as above shall not absolve the Contractor
from any of responsibilities under this contract.
8.0 INSPECTION, TESTING & COMMISSIONING
All the equipment installed by the contractor shall be tested and commissioned, as required and no separate payments shall be made unless otherwise specified in the schedule of rates. Contractor shall inspect carefully all equipments before receiving them from owner for installation purposes. Any damage or defect noticed shall be brought to the notice of the Engineer-in-charge.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 117 of 153
The following equipment/items shall be tested and inspected by MECON/ owner at
manufacturer’s works before dispatch. Test certificates duly signed by MECON/ Owner shall be issued by the contractor as part of the final document.
- Hazardous area equipment - CP TR/ CPPSM units
Any work not conforming to the execution drawings, specifications or codes shall be rejected forthwith and the contractor shall carry out the rectification at his own cost.
The contractor shall carry out all the tests as enumerated in the technical specification and technical documents which may be furnished to his during performance of the work. Before the electrical system is made live, the electrical contractor shall carry out suitable tests to establish to the satisfaction of Engineer-in-charge/ Owner that the installation of equipment, wiring and connections have been correctly done and are in good working condition and that it will operate as intended.
All tests shall be conducted in the presence of Owner/Engineer-in-charge or his authorized representative unless he waives this requirement in writing. All testing equipment necessary to carry out the test shall be arranged by the contractor. The tests shall be recorded on approved proforma and certified records of the tests shall be submitted to Owner/ Engineer-in-charge.
Test proforma for testing and commissioning shall be used for testing and commissioning of various equipment, cables, earthing system and lighting system. These will be issued to the successful contractor after the award or work.
9.0 DRAWINGS, STANDARD SPECIFICATION AND INSTALLATION STANDARDS
(Enclosed with PJS) 9.1 The drawings accompanying the tender document are indicative of the nature of work
and issued for tendering purposes only. Construction shall be as per drawings/specifications issued/ approved by the Owner/ MECON during the course of execution of work. After the job completion, contractor shall prepare ‘AS-BUILT’ drawings, final certified as built drawings vendor drawings for bought out equipments shall be submitted by the contractor to owner in bound volume with one set of reproducible original sepia plus five sets of prints.
9.2 Please refer Vol-II of II enclosed with this tender document for the list of standard
specifications, installation drawings etc. The equipments/ materials to be supplied by the contractor shall conform to the
requirements of the applicable standard specifications. Also the installation of various material/ equipment shall also conform to the standard specification.
The purpose of the pipeline alignment drawings, P&IDs & Plot Plan drawings enclosed
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 118 of 153
with the tender document Vol-II of II is to enable the tenderer to make an offer in line with the requirements of the Owner. These are indicative of the nature of work and issued for tendering purposes only. The bidders, however, shall visit the site before bidding for proper information of site conditions. Construction shall be as per drawings/ specifications issued/ approved by the Owner/ Consultant during the course of execution of work.
9.3 A) SPECIFICATION 1.0 Specification for Temporary Cathodic Protection System MEC/TS/05/21/016A 2.0 Specification for Permanent Cathodic Protection System MEC/TS/05/21/016B 3.0 Specification for Corrosion Survey MEC/TS/05/21/016C 4.0 Specification for Cathodic Protection TR Units MEC/TS/05/E9/082A B) DATA SHEETS & QAP 1.0 Data- sheet for Cathodic Protection TR Units MEC/DS/05/E9/082A 2.0 Quality Assurance Plan MEC/05/E9/23L4/082 C) STANDARD DRAWINGS
1.0 PREPACKED ZINC ANDOE MEC/SD/05/21/16/01
2.0 MG RIBBON ANODE FOR GROUNDING MEC/SD/05/21/16/03
3.0 DETAILS OF TEST STATION FOR TCP MEC/SD/05/21/16/04
4.0 TEST STATION CONNECTION SCHEMES MEC/SD/05/21/16/05
5.0 ZINC RIBBON ANODE FOR CASED CROSSINGS WITH COATED CASINGS
MEC/SD/05/21/16/07
6.0 PIPELINE GROUNDING THROUGH POLARISATION CELL AND GALVANIC ANODES
MEC/SD/05/21/16/08
7.0 DETAILS OF ZINC GROUNDING CELL MEC/SD/05/21/16/09
8.0 PERMANENT COPPER – COPPER SULPHATE REFERENCE CELL & INSTALLATION DETAILS
MEC/SD/05/21/16/10
9.0 SHALLOW ANODE GROUND BED (PCP) MEC/SD/05/21/16/11
10.0 ANODE LEAD JUNCTION BOX MEC/SD/05/21/16/12
11.0 CASING PIPE DETAILS MEC/SD/05/21/16/13
12.0 TEST STATION FOR POLARIZATION CELL MEC/SD/05/21/16/14
13.0 DETAILS OF THERMIT WELD FOR CABLE TO PIPE JOINT
MEC/SD/05/21/16/18
14.0 EARTH ELECTRODE IN TEST PIT MEC/SD/05/E9/02/01
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 119 of 153
10.0 MAKE OF MATERIAL/BOUGHT OUT ITEMS
An Appendix-I of approved vendors for various major items is enclosed with this tender specification. The bidder shall consider such names only as indicated in the aforesaid list and clearly indicate in the bid the name(s) as selected against these items. For any other item not covered in the list enclosed with this tender document, prior approval shall be obtained by the contractor for its make/ supplier’s name.
11.0 DOCUMENTATION
11.1 The following documents shall be submitted along with the offer:
g) Filled up data sheet. h) QAP i) Design calculations of TCP & PCP system j) List of two years operation and maintenance spare. k) Approx. dimensions of the system l) Catalogues for TR/CPPSM unit, MMO Titanium Anode, reference cell etc.
11.2 The following drawings (in three sets) & documents shall be submitted for approval within 3
weeks of award of contract.
n) Soil survey report with information of terrain along the pipeline o) Detailed design calculations of TCP & PCP system, formulae used p) Procedure for AC & DC interference detection & mitigation. q) Procedure for CP system installation, field testing, pre-commissioning &
commissioning. r) Procedure for post commissioning surveys. s) Detailed design of Anode ground bed, typical lay out drawings for Anode bed
connection & installation. t) Equipment layout, Cable layout & schedule. u) AJB, TLP, CJB, permanent Cu-CusO4 & junction box installation & erection details
drawings v) Incorporation of Anode bed, Polarisation cell, surge arrester, TLP, AJB, CJB,
Junction boxes & other relevant feature in PCP system design in Alignment sheet & Plot plan.
w) G.A. of TR/CPPSM unit. x) Schematic y) Bill of Material z) Wiring diagram for reference.
11.3 After the job completion, contractor shall prepare AS-BUILT drawings/data sheets and
documents, submit catalogues/manuals (O&M) of major brought out items. Final certified as built drawings, documents and manuals etc shall be submitted by the contractor to owner in bound volume with one set in soft copy (CD) plus five sets of prints.
Other drawings and documents shall be submitted by contractor along with AS-BUILT Drawings/Datasheets-
d) Original deed for Anode Bed shall be handed over to M/s HPCL.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 120 of 153
e) Test documents & drawings for bought out items. f) Detailed commissioning report of pipeline.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 121 of 153
APPENDIX-I Sheet 1 of 2
APPENDIX-I (LIST OF SUPPLIER/S OF MAJOR BOUGHT OUT ITEMS) 1) CABLES
i) Brooks ii) Nicco iii) Biren iv) CMI v) Delton vi) KEI vii) Reliance viii) Satellite Cables ix) Evershine x) Torrent Cables xi) Universal xii) Victor xiii) Indian Aluminimum Cables xiv) Associated Flexible & Wires xv) Asain xvi) Fort Gloster xvii) Finolex xviii) Industrial xix) Rediant xx) NITCO
2) JUNCTION BOX
i) Exprotecta, Beroad ii) Baliga iii) Flexpro iv) FFLP Control Gears v) Sterling vi) Sudhir vii) Electrical Equipment Corporation
3) SACRIICIAL ANODES
i) Scientific Metals Engineers Pvt. Ltd., Karaikudi ii) PSL Holding Pvt. Ltd., Mumbai iii) Cathodic Controls, Bangalore iv) BHEL, Bhopal v) Electro Protection Services, India
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 122 of 153
APPENDIX-I Sheet 2 of 2
4) Portable Reference Cell : MC Miller (USA)
5) Permanent Reference Cell : Corrtech,
Consultech, MC Miller, CCS, CPES, CTS
6) AC/ DC, DC/DC Operated : M/s Canara Electric, M/s Kriston systems Automatic Transformer Rectifier Unit
7) Thermit Weld : M/s Erico, USA, M/s Cad Weld
8) Digital Multimeter : MOTWANE, MODEL DM-375 or Equivalent 9) CTSU : M/s Kriston systems 10) ER Probes : M/s Metricorr, Denmark
11) Anode (MMO Type) : 1) Titanor Component Ltd., Goa, India 2) Denora Permelic S.P.A (Italy) Oronzio De Nora
S.A. Ingano, Switzerland 3) CER Anode Technologies International USA 4) ACTEL, UK 5) ELTECH System Corporation, Texas – 77478 6) MAGNETO-CHEMIE, Netherlands
12) Backup Agency for doing : 1) PLE Germany CIPL / interference survey 2) Vendor Velde
3) Nippon Japan 4) Balslev, Denmark
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 123 of 153
Annexure-V to
Particular Job Specification (FIRE FIGHTING WORKS)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 124 of 153
1.0 GENERAL PROJECT INFORMATION
M/s Hindustan Petroleum Corporation Limited propose to lay 2 parallel pipeline from proposed dispatch station inside existing Bahadurgarh Terminal in Haryana. Three petroleum products namely ULSHSD, ULMS & SKO from existing storage tank (some future tanks also considered) will be transported through these pipelines. The total proposed pipeline is approx. 30Km long, in which 8” x 15Km is proposed for ULMS & 10” x 15Km is proposed for ULSHSD / SKO transportation. The 8” x 15Km will transport 250 m3/hr (6 hrs pumping per day) of ULMS & 10” x 15 Km will transport 350 m3/hr (6hrs pumping per day) of ULSHSD / SKO as per requirement from Bahadurgarh Dispatch (Near Delhi Border) Terminal to proposed Tikrikalan receipt station. The following main facilities are envisaged: a) Pumping cum Dispatch station at Bahadurgarh b) Cross country pipeline between Bahadurgarh dispatch station to Tikrikalan receipt
station. c) Receipt at Tikrikalan
2.0 Intent of Specification 2.1 The intent of the specification is to cover the design, engineering, manufacture / fabrication,
procurement, packing, forwarding to site, unloading at site, receipt, storing, erection, testing, shop painting, commissioning and guaranteed performance of the following and as outlined in various chapters of the technical specification:
a) Fire Hydrant System b) medium velocity water spray System c) Automatic Fire detection cum alarm system d) Automatic clean agent fire suppression system e) Portable Extinguishers
f) Fire Fighting Accessories The contractor shall include all supports, inserts etc. required for the above system,
instrumentation & electrics of the system, valves and all necessary operating platforms and ladders, if required, for the safety and maintenance of the equipment and the system as a whole.
2. 2 The delivery of the items shall be made at site of M/s HPCL at Bahadurgarh / Tikrikalan. 2.3 Any additional item/ component that are not specifically mentioned in the specification but
are required to make the system/ equipment complete in all respects for safe operation and guaranteed performance shall be under the scope of this specification.
2.4 The contractor shall furnish the names of the sub-suppliers, if any, along with the units /
quantity intended to be procured from them. List of approved makes of materials is enclosed in the tender document. Only those vendors shall be acceptable for whom the names are
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 125 of 153
specified against the items. For any other item not mentioned in the list, the successful party will take prior approval before placement of order.
2.5 The fire fighting measures are of paramount importance to safeguard the material,
product / information stored manpower and property from the fire hazards. Fire may occur inside the plot premises consisting of general technological unit areas, metering & filtration area, pump area, buildings (control room, MCC room etc.) as per the layout drawing at any location or unmanned rooms due to any mishap or sudden abnormal rise of temperature due to abnormal operating condition. Water has been considered as the general agent for fire extinguishments / cooling at the proposed installations. This water shall be made to reach at all the strategic points of the installations through a closed pressurized piping network.
2.6 The system covers the basic scheme to be implemented to cater fire hazard in the entire
area, as per OISD: 117, OISD: 189, OISD: 214 TAC / NFPA, which suggests the following systems / facilities to be installed to provide state of the art fire protection facilities to the area:
a) Fire Water System consisting of hydrants, monitors, hose boxes containing fire
hoses with standard accessories b) Medium Velocity Water Spray System for pumps, metering & filtration area, scrapper
area c) Automatic Fire detection cum alarm system d) Automatic clean agent fire suppression system e) Portable Extinguishers
f) Fire Fighting Accessories 2.7 Provision shall be made for tripping off the ventilation and A/C system and power supply to the
fire affected zone automatically along with the discharge of the extinguishing media (if any) after getting the confirm fire signal. However, in general the automatic fire extinguishing system shall cover:
• General technological unit areas • Filtration and Metering area • control room and MCC Room • Generators • Pumps
2.8 Technological Part
Depending upon the nature of the units to be protected from fire, following types of fire protection systems viz. Fire hydrant and monitor system, Automatic medium velocity water spray system, Fire suppression system clean agent based, automatic fire detection-cum-alarm system and portable fire extinguishers shall be provided.
However, automatic fire detection-cum-alarm system shall only be provided in all the electrical control rooms, MCC rooms, instrumentation rooms, switchgear rooms/sub-stations/and all such electrical premises. Location wise the proposed fire fighting facilities are listed below:
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 126 of 153
S.N Facility Area
Fire Alarm & Detection System
- All control rooms (Above & below false ceiling) - All switch gear/MCC rooms, UPS rooms, PLC rooms
- Battery- Battery charger rooms - All areas protected by fixed extinguishing system
AC Duct Mounted detector
One in each room / partition area of control room.
MWS (Medium Velocity Water Spray System)
Filtration and Metering Area, Pump House, Scrapper Area
Fire Suppression system (Clean Agent
based)
Main control room (above and below false ceiling) including annexe rooms.
Hydrant & Monitor System - Internal - External
All the units & areas as per battery limit. All the units & areas as per battery limit.
Manual Call Point - Indoor
- Outdoor
All the units & areas as per battery limit. All the units & areas as per battery limit.
Siren One New Chimney Portable Extinguisher
DCP –
CO2
Water Foam
Mobile type
All the units & areas as per battery limit. Process bays / area, MCC rooms,etc.
All electrical premises. DG Yard
Oil facilities. a) Minimum one number of DCP type for each
floor / process bays and as per norms. b) Minimum one number of CO2 type for each
floor of the sub-station, main control room etc. as per norms.
c) Minimum one number of foam type for oil installation and oil storage tanks as per norms.
3.0 Meteorological data of site
The fire protection systems shall be designed taking into account the meteorological data prevailing at the project site as mentioned below.
Temperature Minimum - 5o C Maximum - 45o C Relative Humidity Maximum - 50% Rainfall - 25mm
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 127 of 153
Wind Velocity - Maximum – 100 Km/Hr Environment - Dry & Hot (Desert Condition) 4.0 SCOPE OF WORK AND SERVICES 4.1 General The scope of work of the Tenderer shall include design, engineering, supply,
fabrication/manufacture, assembly, inspection, shop testing, piping, transportation, receipt at site storage, installation, painting, testing and commissioning, obtaining statutory approval and demonstration of integrated performance of all equipment required for fire protection system which broadly includes fire detection cum alarm system, clean agent based fire suppression system, piping, valves, cylinders, extinguishers, accessories and other hand appliances at various locations (detail of which mentioned elsewhere in the specification) for the terminal as per the indicative list of items mentioned alongwith tentative quantities.
The tenderer shall furnish the list of commissioning and two (2) years maintenance and operational spares in the offer. Complete details of all spare parts, their relation to the equipment and their itemised prices shall be furnished in the tender. Prices shall be mentioned in the price envelope and item wise list of spares without price shall be furnished in the unpriced bid.
4.2 The scope of work and services to be rendered by the Tenderer for installation of fire fighting system shall include but shall not be limited to the following activities.
i/ Design, engineering, manufacture/fabrication, assembly, shop testing and shop painting,
sequential packing, delivery FOR site, unloading, unpacking, storage at site, site handling, preparation of erection drawings, erection as per approved drawings, site testing, painting, commissioning and fulfillment of guarantee of fire protection systems, sub-systems and integrated systems as described above and also covered under this tendering specification.
ii/ Miscellaneous materials and services, if not otherwise specifically asked for, shall include
the following : - Constructing site office, covered store, open storage at designated place including supply of
construction material and removal of the same on completion of work. - Site cleaning, removal and disposal of debris, maintaining clean condition in and around the
working place and as instructed by authorised representative of MECON / Owner. - Distribution of electric power supply for erection work through licensed electrical contractor /
licensed electrician. Construction power shall be made available by Owner at one place. - Supply, installation, testing, commissioning of hydrant sprinklers, water spray system, fire
fighting appliances, portable extinguishers and all associated facilities. - All piping integral to or between any equipment furnished under this specification, except as
otherwise specified.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 128 of 153
- All necessary isolation valves fitting at the tapping points and branch pipes. - All erection accessories, consumables and miscellaneous materials, though not specifically
indicated in this specification, but actually required for completing the job in all respects. - All necessary connections for hook-up with Purchaser's pipe network. - Erection, testing and commissioning of materials and system as a whole. - Initial fill of gas and other fire extinguishing media. - All necessary fixtures, supports. iii/ To obtain No Objection Certificate from the local statutory fire authorities / TAC for the
complete system. 5.0 Brief Functional Description
The main intentions of provision of first aid and inbuilt fire fighting systems are to extinguish the fire at its inception or to control its spread and to assist the fire department in taking required action and thereby reducing the loss suffered as a result of fire. The Fire Water layout drawing no. MEC/23LK/05/21/M/FF/001, 002, 003 & 004 of the terminal is enclosed for ready reference.
The fire protection system envisaged for the plant calls for early detection of fire and quenching the same by various systems envisaged besides giving out an audio visual alarm. The first aid fire fighting arrangements cover the provision of portable fire extinguishers, etc. as per the requirement of OISD: 189 and TAC.
5.1 Hydrant Service
A well-designed Hydrant system is the backbone of entire fire fighting system as it fights fire of all classes of risks. The entire dispatch & receiving terminal will be covered with a water based fire hydrant network. For the purpose of hydrant system design, the terminals have been considered as medium Hazard occupancy as per TAC classification. The designed main shall consist of MS coated /DI pipes, 200 mm dia. ring mains. Distribution mains form ring around each unit, which is connected to the ring main running in the vicinity, which mainly consist of double outlet landing valves, monitors, fixed water spray system etc. The work shall be carried out as per OISD: 189. The fire water network lines shall be continuously kept pressurized at 8.0 kg/cm2(g) (at the hydraulically remotest point of application). Activation of hydrants / monitors / water spray system will send a signal in the control room. Distribution mains form ring around each new proposed area, which is connected to the ring main running in the vicinity. The network will be laid generally above ground. Wherever it is laid underground, it should be laid at an average depth of 1m below ground level and 1.2M (Min.) below the ground level at road crossings. All such underground pipes shall be provided with suitable corrosion protection as per IS: 10221. Each area is
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 129 of 153
being covered with adequate numbers of fire hydrants and water monitors. The fire protection system will also have hose reels, hose boxes, isolation valves, flanges, fittings along with complete electrical and instrumentation work etc. All double headed hydrants, monitors and hose reels shall be provided with a cut-off gate valve on tapping (stand post) from main fire water header with ISI / TAC approval. Hydrants and monitor connections shall be through 4” line. Double outlet hydrant valves shall be laid above ground at a height of 1.2M. At least 10% of all welded joints shall be radiographically tested and half of radiographed joints shall be field joints. Hose boxes with all accessories shall be provided at locations in line with TAC guidelines and construction of hose box shall be made as per specifications given in OISD-115. Hose boxes shall be provided at every alternate hydrant in the network. Each hose box shall consist of two hoses of 63mm dia. 15m long RRL each with end couplings, 2 nos. jet nozzles with branch pipe or two universal branch pipe as per IS: 903. Hoses shall confirm to IS: 636 type-B. Hose reels shall be considered as first aid fire contingency at strategic locations / units like control room and administrative building, non plant rooms etc. Hose reels shall be located 40m apart and shall cover all parts of the buildings in ground floor and upper floors. Hose reels shall be floor-mounted type and they shall have water connection from hydrant network. Above ground fire water pipes shall be painted fire red confirming to shade no. 536 of IS:5. All fire water piping shall be hydro tested to a pressure of 18 Kg/cm2. Adequate nos. of isolation valves in the fire water network shall be provided to ensure easy maintenance at the affected part of the network and at the same time uninterrupted water supply to the rest of the network for fire fighting remains available. Complete fire proofing of equipments in unit shall be carried out as per OISD:164.
5.2 Automatic Water Spray System
A deluge type water spray network shall be designed in accordance with NFPA 15 and
API 2030.This system shall be located over the equipment areas and designed to provide
water at the net rate as specified. Medium Velocity Water Spray system has been
envisaged for main & booster pump house (2 x 7m x 20m), metering area (8m x 2.5m),
filtration area (8m x 3m) at dispatch terminal, Bahadurgarh and metering & filtration area
(15m x 40m), scrapper area (23m x 15m) at receiving terminal, Tikrikalan to provide
cooling and / or exposure protection to such type of risks where extinguishment is always
not possible. 6” Φ tapping shall be taken from the ring mains exclusively for the spray
system. The system comprises of piping, valves, deluge valves, sprinkler based detection
system or some other suitable alternative detection system to be suggested by
contractor, sprayers and other accessories. The temperature rating of the detector
sprinkler shall be at least 30`C above the highest ambient temperature at the site of
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 130 of 153
installation. In case of increase in temperature in and around the area under coverage,
the sprinkler bulbs breaks and the pressure is released from priming chamber of deluge
valve faster than it is supplied through the restricted priming line. Therefore clapper
moves and allows the inlet water supply to flow through the outlet into the system and
associated alarm device and water is sprayed through sprayers to combat fire. The mode
of actuation of Deluge Valve shall be hydraulic type. The density of water application by sprayers shall not be less than 10.2 LPM / M2. For
the effective protection of the areas, the risk area shall be divided into several zones of width not less than 6M. Each zone shall be controlled by an individual Deluge Valve and flow shall not be more than 13,500 LPM. Each zone shall be so designed that the pressure at the hydraulically most un-favorable sprayer / sprinkler is not less than 1.4 bars and that the most favorable sprayer / sprinkler is not more than 3.5 bars and that the velocity in distribution pipes shall not exceed 5 m/sec.
The detection network piping shall be similar to the sprayer network viz. there shall be
same number of detectors as there are number of sprayers.
Systems shall comprise of network of pipelines with distribution control, units, open spray nozzles- stainless steel material (capable of spraying water with medium velocity), automatic fire detection cum alarm facility, deluge valves, instrumentation (pressure switches, limit switches, pressure gauges) isolation valve & deluge valve housing / room. Water required for the system shall be drawn from existing fire network.
Design criteria for medium velocity spray system (MVWS) The medium velocity water spray shall be designed as per the stipulation of TAC rules on the subject as well as NFPA’s guidelines. Following salient parameters shall be followed for the design of the system. Water application rate for conveyors – 10.2 lpm / m2 of the exposed surface area. The system shall be so hydraulically designed that the pressure at the hydraulically remotest sprayer shall satisfy the following conditions: The protected area shall be divided into several zones, each of which shall fed by individual deluge valve. In event of fire water shall be sprayed on the zone concerned (i.e. zone under fire) along with preceding and succeeding zones. Distribution of sprayers: Sprayers shall be providing to spray water on both the top side and bottom side of the process area. Spacing between sprayers shall not be more than 4m. The sprayers shall be installed in rows and spaced at not more than 3 m from each other. Provision for manual operation of the system shall also be made to operate the system in case of failure of the automatic mode.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 131 of 153
For the protection of deluge valves from mechanical damage and atmospheric conditions civil/structural rooms shall be provided. Standard fence and door shall be provided in addition to illumination facility.
5.3 Automatic Fire Detection-Cum-Alarm System: Manual Push Button Type Fire Alarm
System
Automatic fire detection-cum-alarm system shall be provided for all the electrical premises like switchgear room, control room & MCC room etc. In addition to detection system, manual push button fire alarm system (manual call points) shall be provided for all the premises / bays within the scope of the Tenderer. Provision shall also be kept by the Tenderer in the control panel to repeat the fire signal in the existing fire control room. For this repeater panel shall be installed in the fire station. Cablings / connection from main fire alarm panel to repeater panels are included in Tenderer’s scope of work. These areas shall be protected from Fire using State-of-the-art Automatic Smoke/ Heat Detection/ Alarm & Fire Control mechanism using Code of Practices approved by agencies such as Bureau of Indian Standards (BIS), British Standards Institute (BSI) or National Fire Protection Association (NFPA). Relevant certificate of approval shall be enclosed. The alarms need to be monitored on a 24 x 7 basis & logged for providing reports. The Fire system shall deploy High Sensitivity Smoke/ Heat Detectors (HSSD) and/ or Very Early Smoke Detection Appliance (VESDA) to allow swift detection of heat and/or smoke. The fire alarm should be designed to cut power to air-conditioning system. Second alarm should cut all the power supply to the data centre and the fire suppression system should be triggered off after a pre-set time interval. The fire detection & alarm system shall comprise of the following items / equipments: Fire Alarm Panels consisting of:
- Central Fire Alarm Panel with Mimic / Central Processing Unit - Zonal Fire Alarm Panel - Repeat Alarm Panel / Annunciation Panel
Automatic Fire Detectors and Accessories comprising of:
- Heat Detectors - Ionisation Type Smoke Detectors - Photo Electric / Optical Type Smoke Detector - UV Flame Detectors - IR Detectors - Linear Beam Detectors
Heat Sensing Cables Manual Break Glass Boxes / Manual Call Points (MCP) Response Indicators
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 132 of 153
Exit Signs Hooters Flashing Lights Clean Agent / CO2 Release And Inhibit Switches Any other item(s) required for the completeness of the system
Apart from the various signal and control related to fire detection following signal / facilities and control from each of the deluge valve pertaining to medium velocity water spray and high velocity water spray system shall also be required on the main fire alarm control panel.
Following signals are required on the main fire- alarm control panel.
1. Alarm from DV to know that it is operated 2. ON/OFF command to solenoid operated valve at water line 3. 24V DC power shall be provided for solenoid valves from the FDA system.
Signal and control shall also be provided on main fire alarm control panel from gas based fire extinguishing system.
5.4 Clean Agent Fire Suppression System
Fire in strategically important places like computer rooms, control rooms, switch gear rooms
etc. is a serious hazard to highly precious and irretrievable items and properties. Occurrence of fire besides leading to personnel injuries and property damage also leads to loss of productivity and precious time. The primary cause of fire may be due to short circuit / overheating of certain components somewhere in the areas. Since most of the areas are unmanned and completely closed, fire inside is not visible and accessible from outside till it becomes too big, dangerous and unmanageable.
Fire suppression with conventional water-based systems such as hydrant or sprinkler
system can damage the assets permanently. Therefore for these costly & critical areas, the Fire Protection System envisaged calls for early detection of fire and quenching the same by flooding the area with gas based fire suppression system besides giving out an audio visual alarm. The design shall be strictly as per NFPA standard NFPA 2001.
The suppression system shall provide for high-speed release of Gas based on the concept of total Flooding protection for enclosed areas. A Uniform extinguishing concentration shall be as applicable and approved by the manufacturer/NFPA 2001/UL/LPCB/ULC of the gases for 70 deg F, or higher as recommended by the system / agent manufacturer. The system discharge time shall be 10 seconds or less, in accordance with NFPA standard 2001.
The Fire Suppression System shall include a detection and control system provision for both pre-alarm and automatic agent release.
The detection and control system that shall be used to trigger the Fire suppression shall
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 133 of 153
employ cross zoning of Laser and Multi-criteria smoke detectors. A single detector in one zone activated, shall cause in alarm signal to be generated. Another detector in the second zone activated, shall generate a pre-discharge signal and start the pre-discharge condition.
The discharge nozzles shall be located in the protected volume in compliance to the limitation with regard to the spacing, floor and ceiling covering etc. The nozzle locations shall be such that the uniform design concentration will be established in all parts of the protected volumes. The final number of the discharge nozzles shall be according to the OEM’s patented and certified software, which shall also be certifiers such as UL / FM/LPCB/ULC.
The Gas shall be stored in seamless storage containers complying with the SMPV Rules set out by Chief Controller of Explosives, Nagpur, India. The Bidder shall be required to produce a NOC for the Chief Controller of Explosives, Nagpur for the storage containers against the cylinder identification numbers punched on them. Welded cylinders for agent storage will not be acceptable
The Gas shall be discharged through the operation of an Electric (solenoid) operated device or pneumatically operated device, which releases the agent through the pneumatic operated pressure valve. Systems that employ explosive or pyrotechnic devices for the discharge shall not be permitted.
The Gas discharge shall be activated by an output directly from the Gas Release control panel, which will activate the solenoid valve. The Gas agent is stored in the container as a liquid.
5.5 Portable Fire Extinguishers
In order to combat any occurrence of fire in any corner of the premises/area, adequate number of first aid portable and heavy-duty trolley mounted fire extinguishers shall be provided. Selection of the fire extinguishers shall be done depending upon the hazard, equipment to be protected, etc. Selection of fire extinguishers shall be done as per latest BIS2190 and as summerised in the table. However, all the computer/automation/PLC/micro-processor rooms shall be provided with CO2 type fire extinguishers (both portable and trolley mounted type). The fire extinguishers selected for each location will be based on the fire hazard class present in that area.
Class Combustible Hazard Extinguisher Type
A Ordinary combustibles such as wood, cloth, paper, rubber, plastics etc.
Water, Dry Powder
B Flammable liquids, oils, greases, oil based paints, lacquers and flammable gases
CO2, Dry Powder
C Electrical equipments where it is dangerous to use a conductive medium.
Dry Powder,CO2
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 134 of 153
All the extinguishers shall conform to relevant IS and also bear ISI marking on their body. All the extinguishers shall be supplied with mountings, accessories and initial fill. The extinguishers supplied shall be of reputed make having approval of the Purchaser. Relevant BIS and TAC approval certificate for all the extinguishers shall be furnished. In addition to the above certificates, a certificate from Chief Inspector of Explosives shall be furnished for carbon dioxide type fire extinguishers. All the portable extinguishers shall be installed along the column/walls near entry/exit/suitable locations and at a. height of approx. 1200 mm from the finished floor level and also in accordance with the requirements laid down in OISD: 189 & 214. The design ,construction and testing of all types of fire extinguishers shall be specified in accordance with recognized standards as mentioned below.
Carbon-dioxide type ( 4.5 & 22.5 Kg. Cap.) : IS2878: 1986,Reaffirmed 1996 Dry chemical powder ( 5.0 & 22.5 Kg Cap.) : IS2171: 1985,Reaffirmed 1995 Mechanical foam type- AFFF ( 9.0 & 50.0 Ltr. ): IS10204: 1989,Reaffirmed 1995 Water type (gas cartridge) : IS940: 1989,Reaffirmed 1995
All types of fire extinguishers shall ,as far as possible, have a standard & simple method of operation. Portable fire extinguisher sizes will be selected as small as practical to be effective and for ease of operator deployment.
Co2 extinguisher sizes will be determined to ensure that leakage or accidental discharge will not cause a hazardous CO2 concentration.
Dry powder portable and wheeled fir extinguishers shall use potassium based agents and be compatible with AFFF. Portable extinguishers located in exposed and naturally ventilated locations shall be stored in suitable weather proof cabinets as protection from the effects of wind and rain.
Trolley mounted dry powder extinguishers shall be provided in addition to portable extinguishers for protection to all areas where primary risk is from a liquid hydrocarbon fire.
6.0 TECHNICAL SPECIFICATION FOR PIPES, VALVES, SLUICE GATES & FITTINGS 6.1 T.S. for Pipes for hydrant system
Pipes and pipe fittings in general shall comply with the requirements of BIS codes and TAC norm.The pipes shall be manufactured/supplied as specified below:
i) Upto 150 mm nominal size - M.S ERW Black pipes conforming to
IS-1239- 1984 Part-I (heavy grade) With Plain ends.
ii) 200 mm to 400 mm size - M.S. ERW Pipes conforming to IS-3589 -1973
but thickness as specified below
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 135 of 153
Nominal Dia O.D X Thickness in mm DN 200 mm : 219.1 x 6.35 DN 250 mm : 273.0 x 7.14 DN 300 mm : 323.9 x 7.14 DN 350 mm : 355.6 x 7.14 DN 400 mm : 406.4 x 7.14 6.2 T.S. for Pipes and valves for Spray (HVWS & MVWS) system
The material of construction and manufacturing standard of pipes, fittings, valves, fasteners, gaskets, etc. shall be as described in table-1 below:-
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 136 of 153
Table-1 Nominal pressure (PN) - 10 Kg/Cm2 Test Pressure (PT) - 15 Kg/Cm2
S. No.
Items Nominal dia.(mm)
Specification
1. Pipe 65 and below 80 100 to 150 200 to 250
250 and above
IS-1239 (Part-1) - '90 Heavy, IS-1239 (Part-1) - '90 Heavy, IS-1239 (Part-1) - '90 Heavy, IS-3589 Gr.410 ERW pipe commercial quality or equivalent. Thickness as specified.
2. Pipe fittings A 234 Gr. IS-1239/3589/2062
2.1 Screwed fittings 65 & below IS-1239 (Part-1) - 90 Galvanised
2.2 Fabricated fittings
Bends 150 and above
Mitred bends with radius 1.5 DN from black pipe.
Tees/Crosses 150 and above
Fabricated from black pipes by smithing.
Reducers 150 and above
Fabricated from black pipes by taper cutting and welding.
3. Bolting All sizes IS – 1367
4. Gaskets All sizes Sheets rubber to IS-635-`79 type-A, 3 mm thick compressed Asbestos to IS-2712-`79
5. Flanges All sizes Slip on flanges to IS-6392 - `71 machined from Carbon Steel plates to IS-2002-`92 Gd. 2 with bore to suit pipe O.D.
Fittings shall be supplied as per IS:1239-1992 Part II for pipes upto 150 mm dia and shall be fabricated from pipes for dia 200 mm and above. 6.3 Technical specification for valves:
The valves & sluice gates shall be designed, manufactured and tested as per relevant Indian Standards or as per other International standards acceptable to the Purchaser and will be suitable for the duty conditions specified below. All underground valves will be provided with valve chambers with RCC covers. The size of chambers shall be suitable for easy maintenance of the valve. Complete civil work for this is in the contractor's scope.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 137 of 153
Table-2
S. No. Items Nominal dia.(mm) Specification
1. Isolation Below 50 Forged Carbon steel gate valve, screwed as per API – 602 standard, class 800 # ASTM A-105, trim 13% Cr, Bolt/Nut – B7/2H, Socket end threading as per ANSI B.16.11 Gasket SPW S.S. 304 with CAF Hand Wheel - Cast steel
50 to 300 Cast Carbon Steel flanged gate valve as per standard API-600 class 150 # , Body & bonnet material ASTM A 216 Gr. WCB, Trim 13% Cr S.S, Spindle & Gland bush – A1S1 410. Handwheel C.S, Gasket SW S.S-304 + LAF, flange drilled to ANSI – B.16.5 along with companion slipon welded flange (without hub) drilled as per B.16.5 and gasket, Nut & bolt etc. Hand Wheel - C.S.
2. Throttling 50 and below Gunmetal globe valve, Screwed, as per IS-778-`84 Class-2
6.4 Battery Limit
The tenderer shall calculate the water requirement for various system viz. medium velocity spray and hydrant system and shall clearly mention in the offer water quality and its pressure. Tenderer is to tap the water from the existing network and shall provide necessary flange connection, isolation valve, valve chamber etc. at the tapping point.
7.0 Design Criteria 7.1 Codes and Standards: STANDARDS 7.1.1 All materials, equipments, piping, valves, fittings etc. dimensional standards, tolerance,
prices of manufacture and testing procedure shall be in accordance with the latest revision of relevant Indian, British, American standards wherever applicable.
7.1.2 The material used and equipment supplied shall be new and the best of their kind and shall
comply with the latest revisions of all relevant standards. The tenderer shall indicate in his tender the relevant standards to which the equipment, piping, fittings, etc. offered by him shall comply with. The latest revisions of applicable standards indicated in the technical specification shall be used for the design, manufacture, inspecting and testing of the items covered in this specification. The following codes and standards shall be considered for design: -
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 138 of 153
OISD-113: Classification of areas for electrical installations at hydrocarbon
processing and handling facilities. OISD-118: Layout for oil and gas installation. OISD-163: Process control room safety.
OISD-189: Standard on Fire Fighting Equipment for Drilling Rigs, Work Over Rigs
and Production Installations National fire protection association, USA (NFPA) codes Standard for installation of centrifugal pumps (NFPA-20) Standard for water spray systems (NFPA- 15) Standard for sprinkler systems (INFPA-13) API-25 10 A: Fire protection considerations for design and operation of LPG
storage facilities. Auto start system with bypass arrangement for jockey pumps in case of pressure
drop in the fire hydrant line. Foam and Dry Chemical Power extinguishers of capacity as per SOR shall also be
provided and located along with other fire fitting facilities. Standard for Horizontal Centrifugal Pumps for clear, cold, fresh water IS: 1520-
1980 Technical requirement for roto-dynamic special purpose pumps IS: 5120-1971 Horizontal Centrifugal self priming pumps IS:8418-1977 Code of acceptance tests for centrifugal, mixed flow and axial flow pumps IS:
9137-1978, BS-5316-latest edition, ISO-2548-1973 Technical specification for centrifugal pumps ISO:9908-1993 End suction centrifugal pumps ISO: 2858-1995 Single faced sluice gates IS:3042-1965 Single faced cast iron thimble mounted sluice gates IS:13349-1992 Sluice valves for water works purpose (50-300mm size) IS: 780-1984 Copper alloy gate, globe and check valves for general purpose. IS:778-1984
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 139 of 153
Specification for cast iron check valves BS 5153-1991 Foot valves for water works purposes IS:4038-1986 Landing valves IS:5290-1993 Valve inspection & test IS:6157-1981 Specification for inspection and test of steel valves BS:6755-1986 Mild steel tubes, tubular and other wrought iron fittings IS:1239, part-1-1990 &
Part-2-1992 Seamless or electrically welded steel pipes for water, gas and sewage IS:3589-
1991 Steel pipe flanges for water, oil, steam etc. IS:6392-1971 Butt welded fittings ANSI B16.9 Circular flanges for pipes, valves and fittings BS1560-latest editions Code for pressure piping ANSI B31.1 Steel pipe flanges ANSI B 16.5 Code of practice for laying of electrically welded steel pipes for water supply
IS:5822-1994 Excavation work-code of safety IS: 3764-1992 Criteria for design of anchor blocks for penstock with expansion joints IS:5330-
1984 Covered electrode for manual metal arc welding of carbon and carbon
manganese steel IS:814-1991 Approved tests for welding procedure IS: 7307 (Part-I)-1974 Approved tests for welders working to approved welding procedures IS:7310(Part-
I)-1974 Specification for arc welding of carbon and carbon manganese steels BS:5135-
1984 Code of practice for coating & wrapping IS:10221 Code of practice for radiographic testing IS:2595-1978
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 140 of 153
Recommended practice for radiographic inspection of fusion welded butt joints in
steel pipes IS:4853-1982 Recommended practice for radiographic inspection of fusion welded butt joints in
steel pipes IS:1182-1983 Safety code for industrial radiographic practice IS:2598-1966 Ready mixed paint, stoving, red-oxide-zinc chrome priming IS:2074-1992 Code of practice for painting of ferrous metals in building IS:1477-1971 Colours for ready mixed paints and enamels IS:5-1994 Steel for general structural purposes IS:2062-1992
7.6 First Aid Fire Fighting Equipments:
The requirement of these have been estimated and provided at all critical locations by Contractor, as per relevant OISD standards. The quantity shall be as per SOR.
8.0 SPECIAL INSTRUCTIONS TO THE TENDERERS 8.1 General 8.1.1 The instruction to Tenderer shall be read in conjunction with the Invitation to Tender,
General Conditions of Contract, Tendering Specifications, Scope of supply and drawing or other supplementary documents detailing the work.
8.1.2 The tenderer shall study the specification and satisfy himself regarding the workability of the
proposed system and shall take full responsibility for the proper system design, best quality of material and workmanship, guaranteed operation and smooth performance of all the equipment and accessories. This technical specification is only guidance to the tenderer and hence all the items necessary for safe and satisfactory operation and guaranteed performance of the proposed equipment / facilities shall be included in his offer though these might not have been specifically mentioned in the technical specification/schedule of quantities.
8.1.3 The Tenderer shall submit a statement of similar plants and equipment supplied/installed by
him during the last five years, which are under successful operation. 8.1.4 The Tenderer shall satisfy the Purchaser that he possesses the necessary technical
experience for design and has at his disposal suitable facilities and crew to ensure that his contract shall be of the best quality and workmanship. Necessary particulars in this regard shall be furnished with the tender.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 141 of 153
8.1.5 The Tenderer should satisfy himself by a visit to the site to ascertain the actual site
conditions before submitting his offer. Failure to do so will not absolve him of his responsibilities of proper execution of the job. No claims for extra payment due to any special site conditions will be considered after the submission of the offer.
8.1.6 Any loss of plant and equipment due to imprudence, negligence and unsuitable treatment
and handling shall have to be replaced by the successful tenderer at his cost. 8.1.7 The approval of drawings and/or inspection by Purchaser and/or their authorised
representative shall not absolve or relieve the supplier from any of his obligation under this contract and they shall be wholly and solely responsible for the satisfactory operation and guaranteed performance of the systems and equipment forming part of the system.
This specification is issued for procurement from indigenous sources. No foreign exchange
or import license for importing equipment, components, raw materials or spares will be arranged for or provided by the purchaser. In case the equipment offered involves expenditure in foreign exchange, the same shall be arranged by the tenderer.
8.1.8 Any equipment/material which in any way fails to meet the requirements of the specification
will be rejected by the Purchaser and the equipment/material involved shall not be used under the contract. The successful Tenderer will be required to promptly furnish new material at his cost without hampering the overall schedule of commissioning of the project.
8.1.9 Any changes or difficulties which might be encountered during the execution of work or any
other problems due to local working conditions which are not anticipated/included in the tender document shall fall under full obligations of the successful Tenderer. No claim on account of any ambiguity in any respect will be entertained after the acceptance of the quotation by the Purchaser.
8.1.10 All equipment supplied shall allow access to facilitate connecting up, inspection,
maintenance and repair and shall operate satisfactorily under such variations of load, pressure and climatic conditions as may occur during working.
8.1.11 All material, dimensional standards, tolerances, process of manufacture and testing
procedures shall be in accordance with the latest revision of the standard codes specified in this Tendering Specification. In case where such suitable standards are not mentioned, any acceptable Indian/International Standards shall be adopted.
8.1.12 All documents, instructions, name plates etc. shall be written in English language. All
weights, dimensions and units shall be in metric system. 8.1.13 The Tenderer shall take note of the climatic conditions of the project site, which is given, in
the introductory note of the specification. 8.1.14 The Tenderer shall quote, based on the approved makes of equipment/ supplies, as given in
the relevant clauses of this specification. In case of any deviation from the approved list of vendors for bought-out items, prior written approval shall be obtained from the Purchaser/Consultant.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 142 of 153
8.1.15 The Purchaser reserves the right to reject all or any of the offers fully or partly without assigning any reasons, whatsoever.
8.1.16 The Tenderer shall quote for earliest delivery of the equipment/supplies as well as earliest
completion of the entire work. 8.1.17 The Tenderer shall be responsible for completeness of supplies, work and services to make
the system complete, operative and properly hooked up to the Purchaser's network. Any equipment and material not specifically mentioned in this tendering specification, but required for safe, smooth and efficient operation and guaranteed performance of the fire protection system will have to be intimated by the tenderer to the purchaser.
8.1.18 The Tenderer shall submit a detailed list of commissioning spares for mechanical, electrical,
instrumentation etc that will form a part of main equipment supply. 8.1.19 The Tenderer shall include in his offer the Quality Assurance Plan containing the overall
quality management and procedures, which he proposes to follow for performing the work during various phases of execution.
8.1.20 At the time of award of contract, the detailed Quality Assurance Plan to be followed for
execution of the contract will be mutually discussed and agreed to. 8.1.21 Wherever applicable, the equipment/supplies offered shall also conform to the provision of
statutory regulations of the Government of India and other regulations in force such as Indian Factories Act, Indian Electricity Rules, Chief Controller of Explosives, Nagpur etc. Any permission from statutory bodies, if necessary for execution of work shall be sought and arranged by the Tenderer.
8.1.22 The technical specifications for installation of hydrant system elaborated in different chapters
are generally based on NFPA codes USA/TAC codes (India) and OISD 189. However, it will be obligatory on the part of the successful tenderer to obtain approval from Statutory Authority for the system. The tenderers are free to suggest suitable modifications required, if any, to enable them to obtain TAC / local fire services approval / any other statutory bodies approvals for all the systems. No extra claim shall be entertained by the purchaser for obtaining TAC / OISD / any other statutory bodies approval after placement of order.
8.1.23 Materials used and equipment supplied shall be new and the best of their kind. The
successful Tenderer for the material used shall furnish manufacturer’s certificates. 8.1.24 If the offer deviates from the standards specified, the Tenderer shall indicate clearly in his
offer the standards he proposes to adopt with details there of. Copies of such standards shall be enclosed with the offer.
8.2 Data, Drawings , Documents & Manuals
Drawings and Documents to be furnished by the tenderer, not limited to the list indicated below
8.2.1 Drawings/documents to be furnished with offer
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 143 of 153
The tenderer shall submit the offer along with the following drawing/documents. a/ Scope of work with general description of the system and equipment offered specifying
the important features. The tenderer has to give a confirmation with respect to the scope of work as detailed in this specification excepting for the deviations, if any, to be listed in the schedule of deviation. The description to be accompanied by single line diagrams, and equipment layout to enable the Purchaser to have a proper appreciation of the equipment offered and its operation.
b/ Complete bill of material for all the system in the working drawing c/ Specific exclusions, if any, from scope of work . d/ Block Scheme diagram for all fire protection system e/ Equipment layout drawings for all fire protection system f/ Specification of equipment/material along with their makes/catalogues. Approval certificate
from authorising bodies for various components of the systems. g/ Time Schedule ( Bar Chart L1) for implementation of jobs and number of persons to be
deputed at site along with their experience/ qualification and period of posting at site. h/ Certificate of approval from TAC/UL/FM and similar other authorising body for various
component of scope of work. Manufacturer's standard literature, catalogue, instruction for use and copies of certificate from TAC/ Chief Inspector of Explosives for all portable extinguishers.
i/ Write up with control schematic on working of all fire protection systems. j/ Drawing showing details of fire alarm panel and list of annunciation considered in MFAP. k/ Line diagram for FDA system with points indicated along with sensor schedule l/ Line diagram for piping layout for hydrant and spray systems. Line diagram for piping layout
for gas based systems. m/ Detailed water requirement calculation for Hydrant and Monitor system n/ Any other information tenderer feels to submit to understand the quotation in complete. o/ Detector type and Catalogues p/ Fire alarm panel drawing q/ List of annunciation in MFAP Note: FAILURE TO COMPLY WITH ABOVE MAY ITSELF BE SUFFICIENT REASON TO
REJECT THE OFFER.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 144 of 153
8.2.2 Drawing/documents to be furnished after placement of order For Approval by purchaser/consultant The following design data, drawing & documents shall be submitted by the contractor for approval of the purchaser/ consultant. The contractor shall resubmit the data/drawings/documents incorporating the changes suggested by purchaser/consultant for final approval along with approval by TAC. i/ Overall layout of the plant showing various premises covered under fire detection & alarm
system, fire hydrant system, medium velocity water spray system, C02 extinguishing system, Inert gas based system, Passive fire protection system etc.
ii/ G.A Drg. for MVWS system with points numbered serially. iii/ G.A Drg. for Gas based systems. iv) Piping details for Gas based Systems. v/ G.A. Drg. for fire hydrant & spray system ring mains with points numbered serially. vi/ Piping detail for Hydrant, MVWS systems. vii/ Line diagram for individual fire detection system. viii/ Detailed water requirement calculation for Hydrant system ix/ Detailed water requirement calculation for MVWS system for individual areas. x/ System layout drawings showing in Plan and Sections, location of various equipments such
as detectors, junction boxes, panels, manual call points, fire indication panels, response indicators, batteries and battery chargers, etc.
xi/ Area wise detector layout with calculation for coverage of area. xii/ Control and schematic for fire alarm system xiii/ Fire alarm panel drawings xiv/ Performance Guarantee Test procedures. xv/ All drawings required for TAC approval. xvi/ Proposal for training of purchaser's personnel (equipment wise/ man days basis). xvii/ Detailed water requirement calculation for MVWS system 8.2.3 Drawings/documents to be furnished for information Following drawings/documents shall be furnished.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 145 of 153
a/ Manufacturer's routine test and type test certificates for all equipment and cables. b/ Detailed technical catalogues for all the equipment. c/ Ordering specifications to sub-suppliers. d/ Instruction manuals for erection, maintenance and operation of all the equipments. e/ All scheme drawings along with list of components for various electronic cards used in the
equipments. Necessary guidelines for testing the cards along with test parameters for all such cards.
f/ Spare parts manual containing itemised inventory of equipment supplied. g/ Details of painting for all equipment. h/ Details of test results conducted at works for all equipments. i/ Details of test results conducted at site for all equipments. j/ Panel wise bill of material indicating type make and brief technical particulars of all items/
accessories mounted on the panels. k/ Overall GA of all the panels/equipments. l/ Certificate of approval from TAC/UL/FM and similar other authorising body for various
component of scope of work. Manufacturer's standard literature, catalogue, instruction for use and copies of certificate from TAC/ Chief Inspector of Explosives for all portable extinguishers.
8.2.4 As built drawings/documents The Contractor shall submit following As Built drawings/documents in five sets. - All approved drawings/documents - All test charts and inspection certificates in bound volume. - 2 set of polyester film reproducible of each of the As built drgs and documents
including design calculations incorporating approved changes, if any, during erection, testing, commissioning ( all drawings even if there are no changes).
- CAD version of drawings in floppies. 9.0 INSPECTION 9.1 General
Manufacturing progress review, inspection & testing of equipment covered under the technical specification shall be carried out by the Purchaser at the manufacturers'
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 146 of 153
works/premises prior to dispatch to ensure that their quality & workmanship are in conformity with the contract specifications and approved drawings.
These instructions are in addition to provisions laid down in other contract documents of the Purchaser.
Inspection & testing stages and finalisation of quality assurance plan (QAP)
The quality assurance programme and quality assurance plan will be finalised after mutual discussion after placement of order.
9.2 Responsibility for inspection : Any inspection by the Purchaser does not replace the responsibility of quality assurance
and quality control functions, as expected of the Contractor to be performed by him for supply of plant & equipment as part of the contractual obligations.
As such, any approval which the Inspecting Engineer of the Purchaser may have given in
respect of plant and equipment and other particulars and the work or workmanship involved in the contract (whether with or without test carried out) shall not bind the Purchaser to accept the plant and equipment, should it on further test at site be found not to comply with the requirements of the contract.
The inspection shall be carried out as per the approved drawings and codes. The
equipments shall be dispatched to site only after getting dispatch instructions from Purchaser.
The Contractor is to meet the inspection & testing requirements for the equipment coming
under statutory regulations e.g. weights & measures, safety, IE rules, Tariff Advisory Committee/ UL/ FM etc. and submit certificates and documents from appropriate authority to Inspecting Engineer for the same.
9.3 Extent of inspection: The extent of inspection & testing by the Purchaser shall vary from equipment to equipment
as per design requirements. Extent of inspection to be carried out shall be finalised with the Contractor after award
of the contract on the basis of scope of supply, technical specification and approved GA drawings. However, in case of similar bulk manufactured items, methods of sampling for inspection of different lots shall be governed by relevant Indian or international standards.
In case of critical components, the Purchaser reserves the right to undertake 100%
inspection.
Categories of Equipment Extent of Inspection (as applicable from equipment to equipment)
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 147 of 153
i) Bought-out items Following standard bought-out items shall be accepted on the basis of manufacturers' test certificates:
- Control/Repeater panel - Smoke detectors & heat detectors - Pressure switches - Pressure gauges - Conduits - Detectors ii) Final inspection & testing: - Verification of test certificates - Visual & Workmanship - Dimensional
- Witnessing of routine tests as per relevant standards. Manufacturers' test certificates for type test (excepting for AC motors) to be submitted for verification.
- Witnessing of proto-type tests, as applicable. 9.4 Tests, test certificates and documents For each of the items being manufactured, following test certificates and documents (as
applicable for each of the equipment) in requisite copies shall be prepared and submitted to the Inspecting Engineer for scrutiny & records.
i) Materials identification & physical and chemical test certificates for all materials
except IS:2062 -1992 and FG 150 IS:210-1978 materials used in manufacture of the equipment.
ii) Welding procedures and welder's qualification test certificates, wherever applicable. iii) Routine/type/calibration/acceptance/special test certificates for electrical items. iv) Surface preparation and painting certificates.
v) Certificates from competent authority for the items coming under statutory regulations.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 148 of 153
9.5 TESTING OF EQUIPMENT 9.5.01 General
Testing of all equipment shall be conducted as per latest IS. Tests shall also confirm to International Standards.
All routine tests shall be carried out at manufacturer’s works in presence of purchaser or his
representative. The contractor shall submit type test certificates for similar equipment supplied by him
elsewhere. In case type test certificates for similar equipment is not available, the same shall be conducted in presence of purchaser or his representative if purchaser so desires, without any financial implications to purchaser.
The contractor shall be responsible for satisfactorily working of complete integrated system and guaranteed performance.
Following tests shall be carried out in addition to other tests: a) Response characteristics of heat/smoke detectors. b) Temperature rating test of heat detectors. c) Operation test of alarm valves. d) Calibration test on instruments and tests on control panels 9.5.02 Site Tests And Checks General All the equipments shall be tested at site to know their condition and to prove suitability for
required performance. The test indicated in following pages shall be conducted after installation. All tools,
accessories and required instruments shall have to be arranged by contractor. Any other test which is considered necessary by the manufacturer of the equipment or mentioned in commissioning manual has to be conducted at site.
In addition to tests on individual equipment some tests/ checks are to be conducted/
observed from overall system point of view. Such checks are highlighted under miscellaneous tests but these shall not be limited to as indicated and shall be finalised with consultation of client before charging of the system.
The contractor shall be responsible for satisfactory working of complete integrated system
and guaranteed performance. All checks and tests shall be conducted in the presence of client's representative and test
results shall be submitted in six copies to client and one copy to statutory/approving authorities for various equipments. Test results shall be filled in proper proforma.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 149 of 153
Inspection by TAC officials for all site tests where ever required shall be arranged by the contractor at his own cost.
The contractor shall be responsible to obtain the necessary approval from time to time
during execution of the contract from TAC and final approval from TAC to obtain maximum discount in insurance premium as per rules prevailing with TAC.
10.0 SAFETY PRECAUTIONS Necessary action is to be taken by the contractor during the execution of the works for
complying with various safety measures in conformity with relevant laws, if any. Special safety arrangements for working at height are to be made, safety belts, helmets, security surveillance/ watching of various site activities at height, checking and obtaining clearance from the complete authority etc. are to be done by the contractor, and necessary certificates for safe and satisfactory working condition of plants/ equipments are to be submitted periodically by the contractor to the OWNER/ MECON.
11.0 MANPOWER PLANT & EQUIPMENT In view of the rigid time bound completion period of the project, the contractor shall be
required to deploy suitable and adequate manpower, plant and equipment resources to progressively achieve the time schedule as assessed by the MECON.
12.0 PERFORMANCE GUARANTEE The supplier shall guarantee the equipment/ system supplied, for satisfactory performance
at the specified duty/ site condition for 24 months from the date of FAC. 13.0 SPARE PARTS The contractor shall indicate separately at the time of bidding the list and the price of spare
parts (price part in sealed envelop separately) required for two years of normal operation. 14.0 PROTECTIVE PAINTING All equipment shall be properly cleaned and freed from rust and scale and painted with a
primary coat of red oxide zinc chromate primer as per IS: 2074 prior to shipment from the manufacturer's premises and final painting at site shall be done as per the painting specification.
However, galvanized pipes shall be provided with identification bands at regular intervals
instead of epoxy painting. All other equipment shall be painted with epoxy paint. The entire surface which is not accessible after site assembly including the areas to be thermally insulated shall be given one coat of red lead paint conforming to IS: 102 in addition to one coat of primer applied at shop or manufacturer's premises.
15.0 TIME SCHEDULE The delivery and erection of all equipment/plant shall be so scheduled that it shall be
possible to commission the complete system package in order to match with the overall
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 150 of 153
commissioning schedule of the entire Project. The delivery date shall be quoted from the date of issue of letter of intent taking into account
the time for approval of design and drawings by the Purchaser. The Successful Tenderer shall guarantee the material delivery and commissioning dates. The Successful Tenderer shall submit bar chart/PERT network showing the start and finish
time of all activities connected with completion of the entire fire protection system package keeping in mind the overall commissioning schedule of the project.
Progress report shall be submitted by the Successful Tenderer at regular intervals of 2
weeks on a format prescribed by the Purchaser giving the status of design, approval of drawings, ordering position of plant and equipment and other materials ordered, manufactured, fabricated, delivered and erected.
16.0 MATERIALS AND WORKMANSHIP 16.1 Materials used for the manufacture/ fabrication of equipment and individual components
shall be new, defect-free and best of its kind. They shall confirm to relevant Indian/ International Standards.
16.2 Only tested materials shall be used for fabrication/ manufacture of the equipment/
components. Necessary test certificates shall be submitted to the purchaser for checking compliance to specified grades of materials.
16. 3 The finish of the equipment and, its components shall be of high quality. 16.4 The equipment shall be fabricated with minimum number of welded joints and the seams of
the weld shall be so arranged that no two seams come in one line. 16.5 All the pipe connections to the equipment shall be truly perpendicular or inclined exactly at
the angle shown in the fabrication drawing. 16.6 All exposed moving parts shall be adequately guarded to prevent accidents in accordance
with the statutory rules in force. 16.7 All the rotating parts shall be statically and dynamically balanced. 17.0 STATUTORY REGULATIONS, LICENCES & PERMITS 17.1 The contractor shall adhere to all applicable statutory requirements including TAC, OISD,
Inspectorate of Factories, Indian Electricity Rules and other statutes of Govt. of India and state government. The contractor shall himself ascertain all applicable requisite regulations.
17.2 The contractor shall be solely responsible for obtaining necessary clearances from various
statutory bodies including those of Govt. of India / State Govt. and as applicable during the course of manufacture/ fabrication, testing, transportation and delivery of plant and equipment. The rates quoted in this connection shall be deemed to include any fees payable to Govt./ Fire Authorities/ Statutory bodies for obtaining approval.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 151 of 153
17.3 Contractor shall keep constant liaison with the local Fire Authority, Electrical Authority and all
other Statutory Authorities whose approval and permissions/ sanctions before and after execution of the work are required to be obtained.
17.4 It shall be the Contractor's responsibility to obtain the approvals and permissions, sanctions,
No Objection certificates from relevant Fire Authorities for work done by him to enable owner to take up the operation of plant. Contractor shall comply with all requirements of the appropriate authorities, submit documents, test reports and conduct such tests as may be required by the concerned authority to its full satisfaction.
18.0 HANDING OVER THE WORK ON COMPLETION The contractor shall be responsible for handing over the work complete in all respects and in
proper finished condition, on completion of the work. If there is any damage or disfiguration/ stains on the finished surfaces including on wall, floors, ceiling, columns, beams etc. due to contractors use, damage or any other reason during the period of construction, the same shall be rectified suitable by the contractor without any extra payment.
19.0 SCHEDULE OF RATES / BILL OF MATERIALS The quantities of different material, pipes/ fittings, valves, flanges, erection, accessories etc.
mentioned in the specification and SOR are approx. quantities and any change in requirements will be as per the finally approved drawings. Any item, instrument which is not specifically mentioned in the SOR, but required for the completeness of the system, will have to be supplied and erected by the contractor and the financial implication shall be built in the testing and commissioning item.
20.0 General
All the pipe / conduit / equipment supports shall be provided as per standard practice.
Underground piping network shall be protected against corrosion by providing wrapping and coating material as per TAC / BIS.
Wherever pipes and cables are crossing the pipes and cables shall be laid in hume pipe of NP-4 rating at a minimum depth of one meter.
Deluge valve housing / room to protect the deluge valve from mechanical damage and other environmental effect viz. Dust, dirt, extreme temperature condition.
Civil room for the storage of inert gas cylinders shall be provided.
Subsequent to successful commissioning, the systems shall be accepted after 3 months
of trial runs and performance guarantee test.
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 152 of 153
GUIDE LIST OF MAKES OF MATERIAL
Fire Hydrant System Sr. No. Product Description Make
1 ERW MS black pipe Tisco/ Jindal/ Surya / Ajanta/ Gujarat Steel
2 MS flanges Aditya forge/ forge & forge/ metal forging/ CD Engg./ Amforge Industries/ JK forge
3 Water Monitor Newage/HD/ Minimax/ Vijay Fire / Zenith 4 Double Headed hydrant Valve Newage/HD/ Minimax/ Vijay Fire / Zenith 5 Rubberised fabric lined hose New age/ Jayshree 6 Gunmetal branch pipe Newage/HD/ Minimax/ Vijay Fire / Zenith 7 Gunmetal nozzle Newage/HD/ Minimax/ Vijay Fire / Zenith 8 Fire men's axe Newage/HD/ Minimax/ Vijay Fire / Zenith 9 Fire Brigade inlet (2way & 4- way) Newage/HD/ Minimax/ Vijay Fire / Zenith
10 screwed single acting air valve Flowchem/KSB/leader 11 Cast steel sluice valve flowchem/KSB/Audco/Kalpana 12 Fire Hose cabinet Newage/HD/ Minimax/ Vijay Fire / Zenith 13 Pressure Gauge AN instrument/ General Inst 14 Pressure Switch Indfoss / Switzer or equivalent
Fire water Spray System (HVWS & MVWS)
Sr. No. Product Description Make
1 GI Pipe Tisco/ Jindal/ Surya Prakash/ Ajanta/ Gujarat Steel
2 MVWS Nozzle HD/ Kidde or equivalent 3 Quartzoid Bulb Detector HD/ wiking/ spray safe or UL listed 4 Deluge Valve HD/ Kidde 5 Gate valve flowchem/venus/KSB/Audco/Kalpana
6 y' type Strainer Gujarat Otofilt/ Grandprix / Ravi Techno or as per tender
7 Pressure switch Indfoss/ Switzer or equivalent
8 Cable INCAB/ Universal cable/ Asian cable/ KEI or as per tender make
Hindustan Petroleum Corporation Ltd.
CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE,
TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
Bid Doc. No.: 05/51/23LK/HPCL/001(i)
MECON LIMITED
D:\old data\Vijyant\HPCL\Tender\Laying\Vol-I of IV\ParticularJobSp-Tikari-final.doc Page 153 of 153
Fire Detection & Alarm System Sr. No. Product Description Make
1 Mcd Detector Apollo/ Morley IAS/ GST/ Honeywell 2 Flame proof Manual call point PCD/ Agni control 3 Hooter PCD/ Agni control 4 Flasher PCD/ Agni control
5 Panel Control Equipment/ Morley IAS/ GST/ Honeywell
6 Response Indicator Agni/ PCD/ Securico
7 Cable INCAB/ Universal cable/ Asian cable/ KEI or as per tender make
8 Abort Switch system sensor/ Agni/ PCD
SECTION – 4
(GENERAL TERMS & CONDITIONS FOR WORKS CONTRACT)
GENERAL TERMS & CONDITIONS OF WORKS CONTRACT (GTC) 1 PRELIMINARY 1.1 This is a Contract for execution of __________________ work at _______________________. (please fill up the blanks) 1.2 The tenderer for the abovementioned item of work is ____________________________. (please give the name and address of the tenderer) 1.3 The terms and conditions mentioned hereunder are the terms and conditions of the Contract for the execution of the work mentioned under item 1.1 above. 1.4 It is the clear understanding between Hindustan Petroleum Corporation Limited and the tenderer ______________________________________ that (name and address of the tenderer) in case the tender of ______________________________________________________________ is (name and address of the tenderer) accepted by Hindustan Petroleum Corporation Limited and an intimation to that effect is so issued and also a Purchase Order is placed with ________________________________________________________ (name and address of the tenderer) this document will be termed as a Contract between the parties and terms and conditions hereunder would govern the parties interest. 1.5 Interpretation of Contract Documents: All documents forming part of the Contract are to be taken mutually explanatory. Should there be any discrepancy, inconsistency, error or omission in the contract, the decision of the Owner/Engineer-in-Charge/Site-in-Charge shall be the final and the contractor shall abide by the decision. The decision shall not be arbitrable. Works shown upon the drawings but not mentioned in the specification or described in the specifications without being shown on the drawings shall nevertheless be deemed to be included in the same manner as if they are shown in the drawings and described in the specifications. 1.6 Special conditions of Contract : The special conditions of contract, if any provided and whenever and wherever referred to shall be read in conjunction with General Terms and Conditions of contract, specifications, drawings, and any other documents forming part of this contract wherever the context so requires. Notwithstanding the subdivision of the documents into separate sections, parts volumes, every section, part or volume shall be deemed to be supplementary or complementary to each other and shall be read in whole. In case of any misunderstanding arising the same shall be referred to decision of the Owner/ Engineer-in-Charge/Site-in-Charge and their decision shall be final and binding and the decision shall not be arbitrable. It is the clear understanding that wherever it is mentioned that the Contractor shall do/perform a work and/or provide facilities for the performance of the work, the doing or the performance or the providing of the facilities is at the cost and expenses of the work not liable to be paid or reimbursed by the Owner. 2. DEFINITIONS In this contract unless otherwise specifically provided or defined and unless a contrary intention appears from the contract the following words and expressions are used in the following meanings; 2.1 The term "Agreement" wherever appearing in this document shall be read as
"Contract". 2.2 The "Authority" for the purpose of this Contract shall be the Chairman and Managing Director or any other person so appointed or authorised. 2.3 The "Chairman and Managing Director" shall mean the Chairman and Managing Director of HINDUSTAN PETROLEUM CORPORATION LIMITED or any person so appointed, nominated or designated and holding the office of Chairman & Managing Director. 2.4 The "Change Order" means an order given in writing by the Engineer-in-Charge or by Owner to effect additions to or deletion from or alterations into the Work. 2.5 The "Construction Equipment" means all appliances and equipment of whatsoever nature for the use in or for the execution, completion, operation or maintenance of the work except those intended to form part of the Permanent Work. 2.6 The "Contract" between the Owner and the Contractor shall mean and include all documents like enquiry, tender submitted by the contractor and the purchase order issued by the owner and other documents connected with the issue of the purchase order and orders, instruction, drawings, change orders, directions issued by the Owner/Engineer-in-Charge/Site-in-Charge for the execution, completion and commissioning of the works and the period of contract mentioned in the Contract including such periods of time extensions as may be granted by the owner at the request of the contractor and such period of time for which the work is continued by the contractor for purposes of completion of the work. 2.7 "The Contractor" means the person or the persons, firm or Company whose tender has been accepted by the Owner and includes the Contractor's legal heirs, representative, successor(s) and permitted assignees. 2.8 The "Drawings" shall include maps, plans and tracings or prints thereof with any modifications approved in writing by the Engineer-in-Charge and such other drawings as may, from time to time, be furnished or approved in writing by the Engineer-in-Charge. 2.9 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or designated as such by the Owner and shall include those who are expressly authorised by the owner to act for and on its behalf. 2.10 "The Owner" means the HINDUSTAN PETROLEUM CORPORATION LIMITED incorporated in India having its Registered office at PETROLEUM HOUSE, 17, JAMSHEDJI TATA ROAD, BOMBAY - 400020 and Marketing office at ____________________________________________ or their successors or assignees. 2.11 The "Permanent Work" means and includes works which form a part of the work to be handed over to the Owner by the Contractor on completion of the contract. 2.12 The "Project Manager" shall mean the Project Manager of HINDUSTAN PETROLEUM CORPORATION LIMITED, or any person so appointed, nominated or designated.
2.13 The "Site" means the land on which the work is to be executed or carried out and such other place(s) for purpose of performing the Contract. 2.14 The "Specifications" shall mean the various technical and other specifications attached and referred to in the tender documents. It shall also include the latest editions, including all addenda/corrigenda or relevant Indian Standard Specifications and Bureau Of Indian Standards. 2.15 The "Sub-Contractor" means any person or firm or Company (other than the Contractor) to whom any part of the work has been entrusted by the Contractor with the prior written consent of the Owner/Engineer-in-Charge/Site-in- Charge and their legal heirs, representatives, successors and permitted assignees of such person, firm or Company. 2.16 The "Temporary Work" means and includes all such works which are a part of the contract for execution of the permanent work but does not form part of the permanent work confirming to practices, procedures applicable rules and regulations relevant in that behalf. 2.17 The "Tender" means the document submitted by a person or authority for carrying out the work and the Tenderer means a person or authority who submits the tender offering to carry out the work as per the terms and conditions. 2.18 The "Work" shall mean the works to be executed in accordance with the Contract or part thereof as the case may be and shall include extra, additional, altered or substituted works as maybe required for the purposes of completion of the work contemplated under the Contract. 3. SUBMISSION OF TENDER 3.1 Before submitting the Tender, the Tenderer shall at their own cost and expenses visit the site, examine and satisfy as to the nature of the existing roads, means of communications, the character of the soil, state of land and of the excavations, the correct dimensions of the work facilities for procuring various construction and other material and their availability, and shall obtain information on all matters and conditions as they may feel necessary for the execution of the works as intended by the Owners and shall also satisfy of the availability of suitable water for construction of civil works and for drinking purpose and power required for fabrication work etc. Tenderer, whose tender may be accepted and with whom the Contract is entered into shall not be eligible and be able to make any claim on any of the said counts in what so ever manner for what so ever reasons at any point of time and such a claim shall not be raised as a dispute and shall not be arbitrable. ® A pre-bid meeting may be held as per the schedule mentioned in the tender. 3.2 The Tenderer shall be deemed to have satisfied fully before tendering as to the correctness and sufficiency of his tender for the works and of the rates and prices quoted in the schedule of quantities which rates and prices shall except as otherwise provided cover all his obligations under the contract. 3.3 It must be clearly understood that the whole of the conditions and specifications are intended to be strictly enforced and that no work will be considered as extra work and allowed and paid for unless they are clearly outside the scope, spirit, meaning of the Contract and intent of the Owner and have been so ordered in writing by Owner and/or Engineer-in-Charge/Site-in-Charge, whose decision shall be final and binding.
3.4 Before filling the Tender the Contractor will check and satisfy all drawings and materials to be procured and the schedule of quantities by obtaining clarification from the Owner on all the items as may be desired by the Tenderer. No claim for any alleged loss or compensation will be entertained on this account, after submission of Tender by the Tenderer/Contractor and such a claim shall not be arbitrable. ®3.5 Unless specifically provided for in the tender documents or any Special Conditions, no escalation in the Tender rates or prices quoted will be permitted throughout the period of contract or the period of actual completion of the job whichever is later on account of any variation in prices of materials or cost of labour or due to any other reasons. Claims on account of escalation shall not be arbitrable. 3.6 The quantities indicated in the Tender are approximate. The approved schedule of rates of the contract will be applicable for variations upto plus or minus 25% of the contract value. No revision of schedule of rates will be permitted for such variations in the contract value, including variations of individual quantities, addition of new items, alterations, additions/deletions or substitutions of items, as mentioned above. Quantities etc. mentioned and accepted in the joint measurement sheets shall alone be final and binding on the parties. 3.7 Owner reserve their right to award the contract to any tenderer and their decision in this regard shall be final. They also reserve their right to reject any or all tenders received. No disputes could be raised by any tenderer(s) whose tender has been rejected. 3.8 The Rates quoted by the Tenderer shall include Costs and expenses on all counts viz. cost of materials, transportation of machine(s), tools, equipments, labour, power, Administration charges, price escalations, profits, etc. etc. except to the extent of the cost of material(s), if any, agreed to be supplied by Owner and mentioned specifically in that regard in condition of Contract, in which case, the cost of such material if taken for preparation of the Contractor's Bill(s) shall be deducted before making payment of the Bill(s) of the Contractor. The description given in the schedule of quantities shall unless otherwise stated be held to include wastage on materials, carriage and cartage, carrying in and return of empties, hoisting, setting, fitting and fixing in position and all other expenses necessary in and for the full and complete execution and completion of works and in accordance with good practice and recognised principles in that regard. 3.9 Employees of the State and Central Govt. and employees of the Public Sector Undertakings, including retired employees are covered under their respective service conditions/rules in regard to their submitting the tender. All such persons should ensure compliance to the respective/applicable conditions, rules etc. etc. Any person not complying with those rules etc. but submitting the tender in violation of such rules, after being so noticed shall be liable for the forfeiture of the Earnest Money Deposit made with the tender, termination of Contract and sufferance on account of forfeiture of Security Deposit and sufferance of damages arising as a result of termination of Contract. ®3.10 In consideration for having a chance to be considered for entering into a contract with the Owner, the Tenderer agrees that the Tender submitted by him shall remain valid for the period prescribed in the tender conditions, from the date of opening of the tender. The Tenderer shall not be entitled during the said validity period, to revoke or cancel the tender without the consent in writing from the Owner.
In case the tenderer revokes or cancels the tender or varies any of terms of the tender without the Consent of the Owner, in writing, the Tenderer forfeits the right to the refund of the Earnest Money paid along with the tender. ®3.11 The prices quoted by the Tenderer shall be firm during the validity period of the bid and Tenderer agrees to keep the bid alive and valid during the said period. The Tenderers shall particularly take note of this factor before submitting their tender(s). 3.12 The works shall be carried out strictly as per approved specifications. Deviations, if any, shall have to be authorised by the Engineer-in-Charge/Site-in-Charge in writing prior to implementing deviations. The price benefit, if any, arising out of the accepted deviation shall be passed on to the Owner. The decision of Engineer-in-Charge shall be final in this matter. 3.13 The contractor shall make all arrangements at his own cost to transport the required materials outside and inside the working places and leaving the premises in a neat and tidy condition after completion of the job to the satisfaction of Owner. All materials except those agreed to be supplied by the Owner shall be supplied by the contractor at his own cost and the rates quoted by the Contractor should be inclusive of all royalties, rents, taxes, duties, octroi, statutory levies, if any, etc. etc. 3.14 The Contractor shall not carry on any work other than the work under this Contract within the Owner’s premises without prior permission in writing from the Engineer-in-Charge/Site-in-charge. 3.15 The Contractor shall be bound to follow and ensure compliance to all the safety and security regulations and other statutory rules applicable to the area. In the event of any damage or loss or sufference caused due to non-observance of such rules and regulations, the contractor shall be solely responsible for the same and shall keep the Owner indemnified against all such losses and claims arising from the same. 3.16 At any time after acceptance of tender, the Owner reserves the right to add, amend or delete any work item, the bill of quantities at a later date or reduce the scope of work in the overall interest of the work by prior discussion and intimation to the Contractor. The decision of Owner, with reasons recorded therefor, shall be final and binding on both the Owner and the Contractor. The Contractor shall not have right to claim compensation or damage etc. in that regard. The Owner reserves the right to split the work under this contract between two or more contractors without assigning any reasons. 3.17 Contractor shall not be entitled to sublet, sub contract or assign, the work under this Contract without the prior consent of the Owner obtained in writing. 3.18 All signatures in tender document shall be dated as well as all the pages of all sections of the tender documents shall be initialled at the lower position and signed, wherever required in the tender papers by the Tenderer or by a person holding Power of Attorney authorising him to sign on behalf of the tenderer before submission of tender. 3.19 The tender should be quoted in English, both in figures as well as in words. The rates and amounts tendered by the Tenderer in the Schedule of rates for each item and in such a way that insertion is not possible. The total tendered amount should also be indicated both in figures and words with the signature of tenderer.
® If some discrepancies are found between the rates given in words and figures of the amount shown in the tender, the following procedure shall be applied : (a) When there is a difference between the rates in figures and words, the rate which corresponds to the amount worked out by the tenderer shall be taken as correct. (b) When the rate quoted by the tenderer in figures and words tallies but the amount is incorrect, the rate quoted by the tenderer shall be taken as correct. (c) When it is not possible to ascertain the correct rate in the manner prescribed above the rate as quoted in words shall be adopted. 3.20 All corrections and alterations in the entries of tender paper will be signed in full by the tenderer with date. No erasures or over writings are permissible. 3.21 Transfer of tender document by one intending tenderer to the another one is not permissible. The tenderer on whose name the tender has been sent only can quote. 3.22 The Tender submitted by a tenderer if found to be incomplete in any or all manner is liable to be rejected. The decision of the Owner in this regard is final and binding. In case of any error/discrepancy in the amount written in words and figures, the lower amount between the two shall prevail. 4. DEPOSITS a) EARNEST MONEY DEPOSIT (EMD) The tenderer will be required to pay a sum as specified in the covering letter, as earnest money deposit alongwith the tender either thru a crossed demand draft or a non-revokable Bank Guarantee in favour of Hindustan Petroleum Corporation Limited, from any Scheduled Bank (other than a Co-Operative Bank) payable at Mumbai in favour of Hindustan Petroleum Corporation Limited, Mumbai in the proforma enclosed. The earnest money deposit will be refunded after finalisation of the contract. Note: Public sector enterprises and small scale units registered with National Small Scale Industries are exempted from payment of Earnest Money Deposit. Small scale units registered with National Small Scale Industries should enclose a photocopy of their registration certificate with their quotation to make their quotation eligible for consideration. The Registration Certificate should remain valid during the period of the contract that may be entered into with such successful bidder. Such tenderers should ensure validity of the Registration Certificate for the purpose. ® b) SECURITY DEPOSIT: The tenderer, with whom the contract is decided to be entered into and intimation is so given will have to make a security deposit of one percent (1%) of the total contract value in the form of account payee crossed demand draft drawn in favour of the Owner, within 15 days from the date of intimation of acceptance of their tender, failing which the Owner reserves the right to cancel the Contract and forfeit the EMD. 1% of PO/Contract value as Security deposit will be acceptable in the form of Demand draft upto Rs. 50,000/- and in the form of Demand draft / Bank guarantee beyond Rs. 50,000/-. Composite Performance Bank Guarantee (CPBG) for 10% of PO value towards Performance Bank Guarantee inclusive of Security Deposit shall be accepted (in lieu of deduction of retention money); such CPBG shall be valid upto a period of 3 months beyond the expiry of defect liability period.
Demand Draft should be drawn on Scheduled Banks, other than co-operative bank. 5. EXECUTION OF WORK All the works shall be executed in strict conformity with the provisions of the contract documents and with such explanatory details, drawings, specifications and instructions as may be furnished from time to time to the Contractor by the Engineer-in-Charge/ Site-in-Charge, whether mentioned in the Contract or not. The Contractor shall be responsible for ensuring that works throughout are executed in the most proper and workman- like manner with the quality of material and workmanship in strict accordance with the specifications and to the entire satisfaction of the Engineer-in- Charge/Site-in-Charge. The completion of work may entail working in monsoon also. The contractor must maintain the necessary work force as may be required during monsoon and plan to execute the job in such a way the entire project is completed within the contracted time schedule. No extra charges shall be payable for such work during monsoon. It shall be the responsibility of the contractor to keep the construction work site free from water during and off the monsoon period at his own cost and expenses. For working on Sundays/Holidays, the contractor shall obtain the necessary permission from Engineer Incharge/Site Incharge in advance. The contractor shall be permitted to work beyond the normal hours with prior approval of Engineer-In-Charge/Site-In-Charge and the contractors quoted rate is inclusive of all such extended hours of working and no extra amount shall be payable by the owner on this account. 5.a. SETTING OUT OF WORKS AND SITE INSTRUCTIONS 5.a.1. The Engineer-in-Charge/Site-in-Charge shall furnish the Contractor with only the four corners of the work site and a level bench mark and the Contractor shall set out the orks and shall provide an efficient staff for the purpose and shall be solely responsible for the accuracy of such setting out. 5.a.2. The Contractor shall provide, fix and be responsible for the maintenance of all necessary stakes, templates, level marks, profiles and other similar things and shall take all necessary precautions to prevent their removal or disturbance and shall be responsible for consequences of such removal or disturbance should the same take place and for their efficient and timely reinstatement. The Contractor shall also be responsible for the maintenance of all existing survey marks, either existing or supplied and fixed by the Contractor. The work shall be set out to the satisfaction of the Engineer-in-Charge/Site-in-Charge. The approval thereof or joining in setting out the work shall not relieve the Contractor of his responsibility. 5.a.3. Before beginning the works, the Contractor shall, at his own cost, provide all necessary reference and level posts, pegs, bamboos, flags ranging rods, strings and other materials for proper layout of the work in accordance with the scheme, for bearing marks acceptable to the Engineer-in-Charge/Site-in-Charge. The Centre longitudinal or face lines and cross lines shall be marked by means of small masonary pillars. Each pillar shall have distinct marks at the centre to enable theodolite to be set over it. No work shall be started until all these points are checked and approved by the Engineer-in-Charge/Site-in-Charge in writing. But such approval shall not relieve the contractor of any of his responsibilities. The Contractor shall also provide all labour, materials and other facilities, as necessary, for the proper checking of layout and inspection of the points during construction.
5.a.4. Pillars bearing geodetic marks located at the sites of units of works under construction should be protected and fenced by the Contractor. 5.a.5. On completion of works, the contractor shall submit the geodetic documents according to which the work was carried out. 5.a.6. The Engineer-in-Charge/Site-in-Charge shall communicate or confirm his instructions to the contractor in respect of the executions of work in a "work site order book" maintained in the office having duplicate sheet and the authorised representative of the contractor shall confirm receipt of such instructions by signing the relevant entries in the book. 5.a.7. All instructions issued by the Engineer-in-Charge/Site-in-Charge shall be in writing. The Contractor shall be liable to carry out the instructions without fail. 5.a.8. If the Contractor after receipt of written instruction from the Engineer-in-Charge/ Site-in-Charge requiring compliance within seven days fails to comply with such drawings or 'instructions' or both as the Engineer-in-Charge/Site-in-Charge may issue, owner may employ and pay other persons to execute any such work whatsoever that may be necessary to give effect to such drawings or `instructions' and all cost and expenses incurred in connection therewith as certified by the Engineer-in-Charge/ Site-in-Charge shall be borne by the contractor or may be deducted from amounts due or that may become due to the contractor under the contract or may be recovered as a debt. 5.a.9. The Contractor shall be entirely and exclusively responsible for the horizontal and vertical alignment, the levels and correctness of every part of the work and shall rectify effectually any errors or imperfections therein. Such rectifications shall be carried out by the Contractor, at his own cost. 5.a.10. In case any doubts arise in the mind of the Contractor in regard to any expressions, interpretations, statements, calculations of quantities, supply of material rates, etc. etc., the contractor shall refer the same to the Site-in-Charge/ Engineer-in-Charge for his clarification, instructions, guidance or clearing of doubts. The decision of the Engineer-in-Charge/Site-in-Charge shall be final and the contractor shall be bound by such a decision. 5.a.11. "The Contractor shall take adequate precautions, to ensure that his operations do not create nuisance or misuse of the work space that shall cause unnecessary disturbance or inconvenience to others at the work site". 5.a.12. "All fossils, coins articles of value of antiquity and structure or other remains of geological or archaeological discovered on the site of works shall be declared to be the property of the Owner and Contractor shall take reasonable precautions to prevent his workmen or any other persons from removing or damaging any such articles or thing and shall immediately inform the Owner/ Engineer-in-Charge/Site-in-Charge." 5.a.13. "Contractor will be entirely and exclusively responsible to provide and maintain at his expenses all lights, guards, fencing, etc. when and where even necessary or/as required by the Engineer-in-Charge/Site-in-Charge for the protection of works or safety and convenience to all the members employed at the site or general public."
5.b. COMMENCEMENT OF WORK The contractor shall after paying the requisite security deposit, commence work within 15 days from the date of receipt of the intimation of intent from the Owner informing that the contract is being awarded. The date of intimation shall be the date/day for counting the starting day/date and the ending day/date will be accordingly calculated. Penalty, if any, for the delay in execution shall be calculated accordingly. Contractor should prepare detailed fortnightly construction programme for approval by the Engineer-in-Charge within one month of receipt of Letter Of Intent. The work shall be executed strictly as per such time schedule. The period of Contract includes the time required for testing, rectifications, if any, re-testing and completion of work in all respects to the entire satisfaction of the Engineer-in-Charge. A Letter of Intent is an acceptance of offer by the Owner and it need not be accepted by the contractor. But the contractor should acknowledge a receipt of the purchase order within 15 days of mailing of Purchase Order and any delay in acknowledging the receipt will be a breach of contract and compensation for the loss caused by such breach will be recovered by the Owner by forfeiting earnest money deposit/bid bond. 5.c. SUBLETTING OF WORK 5.c.1. No part of the contract nor any share or interest thereof shall in any manner or degree be transferred, assigned or sublet, by the Contractor, directly or indirectly to any firm or corporation whatsoever, without the prior consent in writing of the Owner. 5.c.2. At the commencement of every month the Contractor shall furnish to the Engineer-in-charge/Site-in-Charge list of all sub-contractors or other persons or firms engaged by the Contractor. 5.c.3 The contract agreement will specify major items of supply or services for which the Contractor proposes to engage sub-Contractor/sub-Vendor. The contractor may from ime to time propose any addition or deletion from any such list and will submit the proposals in this regard to the Engineer-in-charge/Designated officer-in-charge for approval well in advance so as not to impede the progress of work. Such approval of the Engineer-in-charge/Designated officer-in-charge will not relieve the contractor from any of his obligations, duties and responsibilities under the contract. 5.c.4. Notwithstanding any sub-letting with such approval as resaid and notwithstanding that the Engineer-in-Charge shall have received copies of any sub-contract, the Contractor shall be and shall remain solely to be responsible for the quality and proper and expeditious execution of the works and the performance of all the conditions of the contract in all respects as if such subletting or sub-contracting had not taken place and as if such work had been done directly by the Contractor. 5.c.5 Prior approval in writing of the Owner shall be obtained before any change is made in the constitution of the contractor/Contracting agency otherwise contract shall be deemed to have been allotted in contravention of clause entitled “sub-letting of works” and the same action may be taken and the same consequence shall ensue as provided in the clause of “sub- letting of works”.
5.d EXTENSION OF TIME ® 1) If the Contractor anticipates that he will not be able to complete the work within the contractual delivery/ completion date (CDD), then the Contractor shall make a request for grant of time extension clearly specifying the reasons for which he seeks extension of time and demonstrating as to how these reasons were beyond the control of the contractor or attributable to the Owner. This request should be made well before the expiry of the Contractual Delivery/ Completion Date (CDD). 2) If such a request for extension is received with a Bank Guarantee for the full Liquidated Damages amount calculated on the Total Contract Value, the concerned General Manager of the Owner shall grant a Provisional extension of time, pending a decision on the request. 3) The concerned General Manager of the Owner shall expeditiously decide upon the request for time extension and decide the levy of liquidated damages within a maximum period of 6 months fom the CDD or date of receipt of the request, whichever is later. 4) Grant of any extension of time shall be by means of issuance of a Change Order. 5) In order to avoid any cash crunch to the Contractor, a Bank Guarantee could be accepted against LD, as stated above. Once a decision is taken, the LD shall be recovered from any pending bills or by encashment of the BG. Any balance sum of Contractor or the BG (if LD is fully recovered from the bills) shall be promptly refunded/returned to the Contractor. 5.e. SUSPENSION OF WORKS 5.e.1. Subject to the provisions of this contract, the contractor shall if ordered in writing by the Engineer- in-Charge/Site-in-Charge for reasons recorded suspend the works or any part thereof for such period and such time so ordered and shall not, after receiving such, proceed with the work therein ordered to uspended until he shall have received a written order to re-start. The Contractor shall be entitled to claim extension of time for that period of time the work was ordered to be suspended. Neither the Owner nor the Contractor shall be entitled to claim compensation or damages on account of such an extension of time. 5.e.2. In case of suspension of entire work, ordered in writing by Engineer-in-Charge/Site-in-Charge, for a period of 30 days, the Owner shall havethe option to terminate the Contract as provided under the clause fortermination. The Contractor shall not be at liberty to remove from the site of the works any plant or materials belonging to him and the Employer shall have lien upon all such plant and materials. 5.e.3. The contract shall, in case of suspension have the right to raise a dispute and have the same arbitrated but however, shall not have the right to have the work stopped from further progress and completion either by the owner or through other contractor appointed by the owner.
5.f. OWNER MAY DO PART OF WORK Not withstanding anything contained elsewhere in this contract, the owner upon failure of the Contractor to comply with any instructions given in accordance with the provisions of this contract, may instead of Contract and undertaking charge of entire work, place additional labour force, tools, equipment and materials on such parts of the work, as the Owner may decide or engage another Contractor to carryout the balance of work. In such cases, the Owner shall have the right to deduct from the amounts payable to the Contractor the difference in cost of such work and materials with ten percent overhead added to cover all departmental charges. Should the total amount thereof exceed the amount due to the contractor, the Contractor shall pay the difference to the Owner within 15 days of making demand for payment failing which the Contractor shall be liable to pay interest at 24% p.a. on such amounts till the date of payment. 5.g. INSPECTION OF WORKS 5.g.1. The Engineer-in-Charge/Site-in-Charge and Officers from Central or State Government will have full power and authority to inspect the works at any time wherever in progress, either on the site or at the Contractor's premises/workshops of any person, firm or corporation where work in connection with the contract may be in hand or where the materials are being or are to be supplied, and the Contractor shall afford or procure for the Engineer-in-Charge/Site-in-Charge every facility and assistance to carryout such inspection. The Contractor shall, at all times during the usual working hours and at all other times at which reasonable notice of the intention of the Engineer-in-Charge/Site-in-Charge or his representative to visit the works shall have been given to the Contractor, either himself be present to receive orders and instructions, or have a responsible agent, duly accredited in writing, present for the purpose. Orders given to the Contractor's agent shall be considered to have the same force as if they had been given to the Contractor himself. The Contractor shall give not less than seven days notice in writing to the Engineer-in-Charge/Site-in-Charge before covering up or otherwise placing beyond reach of inspection and measurement any work in order that the same may be inspected and measured. In the event of breach of above, the same shall be uncovered at Contractor's expense for carrying out such measurement and/or inspection. 5.g.2. No material shall be removed and despatched by the Contractor from the site without the prior approval in writing of the Engineer-in-charge. The contractor is to provide at all times during the progress of the work and the maintenance period proper means of access with ladders, gangways, etc. and the necessary attendance to move and adapt as directed for inspection or measurements of the works by the Engineer-in-Charge/Site-in-Charge. 5.h. SAMPLES 5.h.1. The contractor shall furnish to the Engineer-in-charge/Site-in-Charge for approval when requested or required adequate samples of all materials and finishes to be used in the work. 5.h.2. Samples shall be furnished by the Contractor sufficiently in advance and before commencenent of the work so as the Owner can carry out tests and examinations thereof and approve or reject the samples for use in the works. All material samples furnished and finally used/applied in actual work shall fully be of the same quality of the approved samples.
5.i. TESTS FOR QUALITY OF WORK 5.i.1. All workmanship shall be of the respective kinds described in the contract documents and in accordance with the instructions of the Engineer-in-Charge / Site-in- Charge and shall be subjected from time to time to such tests at Contractor's cost as the Engineer-in-Charge/Site-in-Charge may direct at the place of manufacture or fabrication or on the site or at all or any such places. The Contractor shall provide assistance, instruments, labour and materials as are normally required for examining, measuring and testing any workmanship as may be selected and required by the Engineer-in-Charge/Site-in-Charge. 5.i.2. All the tests that will be necessary in connection with the execution of the work as decided by the Engineer-in- charge/Site-in-Charge shall be carried out at the contractors cost and expenses. 5.i.3. If any tests are required to be carried out in connection with the work or materials or workmanship to be supplied by the owner, such tests shall be carried out by the Contractor as per instructions of Engineer-in-Charge/Site-in-Charge and expenses for such tests, if any, incurred by the contractor shall be reimbursed by the Owner. The contractor should file his claim with the owner within 15 (fifteen) days of inspection/test and any claim made beyond that period shall lapse and be not payable. 5.j. ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS AND WORKS 5.j.1. The Engineer-in-Charge/Site-in-Charge shall have powers to make any alterations, additions and/or substitutions to the schedule of quantities, the original specifications, drawings, designs and instructions that may become necessary or advisable or during the progress of the work and the Contractor shall be bound to carryout such altered/extra/new items of work in accordance with instructions which may be given to him in writing signed by the Engineer-in-Charge/Site- in-Charge. Such alterations, omissions, additions or substitutions shall not invalidate the contract. The altered, additional or substituted work which the Contractor may be directed to carryon in the manner as part of the work shall be carried out by the Contractor on the same conditions in all respects on which he has agreed to do the work. The time for completion of such altered added and/or substituted work may be extended for that part of the particular job. The rates for such additional altered or substituted work under this Clause shall, be worked out in accordance with the following provisions: 5.j.2. If the rates for the additional, altered or substituted work are specified in the contract for similar class of work, the Contractor is bound to carryout the additional, altered or substituted work at the same rates as are specified in the contract. 5.j.3. If the rates for the additional, altered or substituted work are not specifically provided in the contract for the work, the rates will be derived from the rates for similar class of work as are specified in the contract for the work. In the opinion of the Engineer-in- Charge/Site-in-Charge as to whether or not the rates can be reasonably so derived from the items in this contract, will be final and binding on the Contractor.
5.j.4. If the rates for the altered, additional or substituted work cannot be determined in the manner specified above, then the Contractor shall, within seven days of the date of receipt of order to carry out the work, inform the Engineer-in-Charge/ Site-in-Charge of the rate at which he intends to charge for such class of work, supported by analysis of the rate or rates claimed and the Engineer-In-Charge/ Site-in-Charge shall determine the rates on the basis of the prevailing market rates for both material and labour plus 10% to cover overhead and profit of labour rates and pay the Contractor accordingly. The opinion of the Engineer-in- Charge/Site-in-Charge as to current market rates of materials and the quantum of labour involved per unit of measurement will be final and binding on the contractor. 5.j.5 Deletd. 5.j.6. In case of any item of work for which there is no specification supplied by the Owner and is mentioned in the tender documents, such work shall be carried out in accordance with Indian Standard Specifications and if the Indian Standard Specifications do not cover the same, the work should be carried out as per standard Engineering Practice subject to the approval of the Engineer-in-Charge/ Site-in-Charge. 5.k. PROVISIONAL ACCEPTANCE Acceptance of sections of the works for purposes of equipment erection, piping, electrical work and similar usages by the Owner and payment for such work or parts of work shall not constitute a waiver of any portion of this contract and shall not be construed so as to prevent the Engineer from requiring replacement of defective work that may become apparent after the said acceptance and also shall not absolve the Contractor of the obligations under this contract. It is made clear that such an acceptance does not indicate or denote or establish to the fact of execution of that work or the Contract until the work is completed in full in accordance with the provisions of this Contract. 5.l. COMPLETION OF WORK AND COMPLETION CERTIFICATE As soon as the work is completed in all respects, the contractor shall give notice of such completion to the site in charge or the Owner and within thirty days of receipt of such notice the site in charge shall inspect the work and shall furnish the contractor with a certificate of completion indicating: a) defects, if any, to be rectified by the contractor b) items, if any, for which payment shall be made in reduced rates c) the date of completion. 5.m. USE OF MATERIALS AND RETURN OF SURPLUS MATERIALS 5.m.1. Notwithstanding anything contained to the contrary in any or all of the clauses of this contract, where any materials for the execution of the contract are procured with the assistance of Government either by issue from Government stocks or purchase made under orders or permits or licences issued by Government, the contractor shall use the said materials economically and solely for the purpose of the contract and shall not dispose them of without the permission of the Owner. 5.m.2. All surplus(serviceable) or unserviceable materials that may be left over after the completion of the contract or at its termination for any reason whatsoever, the Contractor shall deliver the said product to the Owner without any demur. The price to be paid to the Contractor, if not already paid either in full or in part, however, shall not exceed the amount mentioned in the Schedule of Rates for such material and in cases where such rates are not so mentioned, shall not exceed the CPWD scheduled rates. In the event of breach of the aforesaid condition the contractor shall become liable for contravention of the terms of the Contract.
5.m.3. The surplus (serviceable) and unserviceable products shall be determined by joint measurement. In case where joint measurement has failed to take place, the Owner may measure the same and determine the quantity. 5.m.4. It is made clear that the Owner shall not be liable to take stock and keep possession and pay for the surplus and unserviceable stocks and the Owner may direct the Contractor to take back such material brought by the Contractor and becoming surplus and which the Owner may decide to keep and not to pay for the same. 5.n. DEFECT LIABILITY PERIOD The contractor shall guarantee the work executed for a period of 12 months from the date of completion of the job. Any damage or defect that may arise or lie undiscovered at the time of completion of the job shall be rectified or replaced by the contractor at his own cost. The decision of the Engineer In-charge/Site-Incharge/Owner shall be the final in deciding whether the defect has to be rectified or replaced. Equipment or spare parts replaced under warranty/guarantees shall have further warranty for a mutually agreed period from the date of acceptance. The owner shall intimate the defects noticed in writing by a Registered A.D. letter or otherwise and the contractor within 15 days of receipt of the intimation shall start the rectification work and complete within the time specified by the owner failing which the owner will get the defects rectified by themselves or by any other contractor and the expenses incurred in getting the same done shall be paid by the Contractor under the provision of the Contract. Thus, defect liability is applicable only in case of job/works contract (civil, mechanical, electrical, maintenance etc. ) where any damage of defect may arise in future (i.e. within 12 months from the date of completion of job) or lie undiscovered at the time of completion of job. In other words, in case of service contracts (like car hire etc.) where there is no question of damage or defect arising in future, the defect liability clause is not applicable. 5.o. DAMAGE TO PROPERTY 5.o.1. Contractor shall be responsible for making good to the satisfaction of the Owner any loss of and any damage to all structures and properties belonging to the Owner or being executed or procured by the Owner or of other agencies within the premises of the work of the Owner, 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. 5.o.2. The Contractors shall indemnify and keep the Owner harmless of all claims for damage to Owner's property arising under or by reason of this contract.
6. DUTIES AND RESPONSIBILITIES OF CONTRACTOR 6.a. EMPLOYMENT LIABILITY TOWARDS WORKERS EMPLOYED BY THE CONTRACTOR 6.a.1 The Contractor shall be solely and exclusively responsible for engaging or employing persons for the execution of work. All persons engaged by the contractor shall be on Contractor's payroll and paid by Contractor. All disputes or differences between the Contractor and his/their employees shall be settled by Contractor. 6.a.2. Owner has absolutely no liability whatsoever concerning the employees of the Contractor. The Contractor shall indemnify Owner against any loss or damage or liability arising out of or in the course of his/their employing persons or relation with his/their employees. The Contractor shall make regular and full payment of wages and on any complaint by any employee of the Contractor or his sub contractor regarding non-payment of wages, salaries or other dues, Owner reserves the right to make payments directly to such employees or sub- contractor of the Contractor and recover the amount in full from the bills of the Contractor and the contractor shall not claim any compensation or reimbursement thereof. The Contractor shall comply with the Minimum Wages Act applicable to the area of work site with regard to payment of wages to his employees and also to employees of his sub contractor. 6.a.3. The Contractor shall advise in writing or in such appropriate way to all of his employees and employees of sub-contractors and any other person engaged by him that their appointment/employment is not by the Owner but by the Contractor and that their present appointment is only in connection with the construction contract with Owner and that therefore, such an employment/appointment would not enable or make them eligible for any employment/appointment with the Owner either temporarily or/and permanent basis. 6.b. NOTICE TO LOCAL BODIES The contractor shall comply with and give all notices required under any Government authority, instruction, rule or order made under any act of parliament, state laws or any regulations or by-laws of any local authority relating to the works. 6.c. FIRST AID AND INDUSTRIAL INJURIES 6.c.1 Contractor shall maintain first aid facility for his employees and those of his sub-contractors. 6.c.2. Contractor shall make arrangements for ambulance service and for the treatment of all types of injuries. Names and telephone numbers of those providing such services shall be furnished to Owner prior to start of construction and their name board shall be prominently displayed in Contractor's field office. 6.c.3. All industrial injuries shall be reported promptly to owner and a copy of contractor's report covering each personal injury requiring the attention of a physician shall be furnished to the Owner.
6.d. SAFETY CODE 6.d.1. The Contractor shall at his own expenses arrange for the Safety provisions as may be necessary for the execution of the work or as required by the Engineer-in-Charge in respect of all labours directly or indirectly employed for performance of the works and shall provide all facilities in connections therewith. In case the contractor fails to make arrangements and provide necessary facilities as aforesaid, the Owner shall be entitled to do so and recover the cost thereof from the Contractor. 6.d.2. From the commencement to the completion of the works, the contractor shall take full responsibility for the care thereof and of all the temporary works (defined as meaning all temporary works of every kind required in or for the execution, completion or maintenance of the works). In case damage, loss or injury shall happen to the works or to any part thereof or to temporary works or to any cause whatsoever repair at his (Contractor's) own cost and make good the same so that at the time of completion, the works shall be in good order and condition and in conformity in every respect with the requirement of the contract and Engineer-in-Charge's instructions. 6.d.3. In respect of all labour, directly or indirectly employed in the work for the performance of the Contractor's part of this agreement, the contractor shall at his own expense arrange for all the safety provisions as per relevant Safety Codes of C.P.W.D Bureau of Indian Standards, the Electricity Act/I.E. Rules. The Mines Act and such other Acts as applicable. 6.d.4. The Contractor shall observe and abide by all fire and safety regulations of the Owner. Before starting construction work, the Contractor shall consult with Owner's Safety Engineer or Engineer-in-Charge/Site-in-Charge and must make good to the satisfaction of the Owner any loss or damage due to fire to any portion of the work done or to be done under this agreement or to any of the Owner's existing property. 6.d.5. The Contractor will be fully responsible for complying with all relevant provisions of the Contract Labour Act and shall pay rates of Wages and observe hours of work/conditions of employment according to the rules in force from time to time. 6.d.6. The Contractor will be fully responsible for complying with the provision including documentation and submission of reports on the above to the concerned authorities and shall indemnify the Corporation from any such lapse for which the Government will be taking action against them. 6.d.7. Owner shall on a report having been made by an inspecting Office as defined in the Contract Labour Regulations have the power to deduct from the money due to the Contractor any sum required or estimated to be required for making good the loss suffered by a worker(s) by reasons of non-fulfillment of conditions of contract for the benefit of workers no-payment of wages or of deductions made from his or their wages which are not justified by the terms of contract or non observance of the said contractor's labour Regulation. 6.e. INSURANCE AND LABOUR Contractor shall at his own expense obtain and maintain an insurance policy with a Nationalised Insurance Company to the satisfaction of the Owner as provided hereunder.
6.e.1. EMPLOYEES STATE INSURANCE ACT i. The Contractor agrees to and does hereby accept full and exclusive liability for the compliance with all obligations imposed by Employees State Insurance Act, 1948, and the Contractor further agrees to defend indemnify and hold Owner harmless from any liability or penalty which may be imposed by the Central, State or local authority by reason of any asserted violation by Contractor, or sub-contractor of the Employees' State Insurance Act, 1948 and also from all claims, suits or proceedings that may be brought against the Owner arising under, growing out of or by reason of the work provided for by this contract whether brought by employees of the Contractor, by third parties or by Central or State Government authority or any political sub-division thereof. ii. The Contractor agrees to file with the Employees State Insurance Corporation, the Declaration forms and all forms which may be required in respect of the Contractor's or sub-contractor's employee whose aggregate emuneration is within the specified limit and who are employed in the work provided or those covered by ESI Act under any amendment to the Act from time to time. The Contractor shall deduct and secure the agreement of the sub-contractor to deduct the employee's contribution as per the first schedule of the Employee's State Insurance Act from wages and affix the employee's contribution cards at wages payment intervals. The Contractor shall remit and secure the agreement of the sub contractor to remit to the State Bank of India, Employee's State Insurance Corporation Account, the Employee's contribution as required by the Act. iii. The Contractor agrees to maintain all records as required under the Act in respect of employees and payments and the Contractor shall secure the agreement of the sub contractor to maintain such records. Any expenses incurred for the contributions, making contribution or maintaining records shall be to the Contractor's or sub-contractor's account. iv. The Owner shall retain such sum as may be necessary from the total contract value until the Contractor shall furnish satisfactory proof that all contributions as required by the Employees State Insurance Act, 1948, have been paid. v. WORKMAN'S COMPENSATION AND EMPLOYEE'S LIABILITY INSURANCE Provide Insurance for all the Contractor's employees engaged in the performance of this contract. If any of the work is sublet, the Contractor shall ensure that the sub contractor provides workmen's compensation and Employer's Liability Insurance for the latter's employees who are not covered under the Contractor's insurance. vi. AUTOMOBILE LIABILITY INSURANCE Contractor shall take out an Insurance to cover all risks to Owner for each of his vehicles plying on works of this contract and these insurances shall be valid for the total contract period. No extra payment will be made for this insurance. Owner shall not be liable for any damage or loss not made good by the Insurance Company, should such damage or loss result from unauthorised use of the vehicle. The provisions of the Motor Vehicle Act would apply.
vii. FIRE INSURANCE Contractor shall within two weeks after award of contract insure the Works, Plant and Equipment and keep them insured until the final completion of the Contract against loss or damage by accident, fire or any other cause with an insurance company to be approved by the Employer/Consultant in the joint names of the Employer and the Contractor (name of the former being placed first in the Policy). Such Policy shall cover the property of the Employer only. 6.e.2. ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATION OR BY OWNER i. Contractor shall also provide and maintain any and all other insurance which may be required under any law or regulations from time to time. He shall also carry and maintain any other insurance which may be required by the Owner. ii. The aforesaid insurance policy/policies shall provide that they shall not be cancelled till the Engineer-in-Charge has agreed to their cancellation. iii. The Contractor shall satisfy to the Engineer-in-Charge/Site-in-Charge from time to time that he has taken out all insurance policies referred to above and has paid the necessary premium for keeping the policies alive till the expiry of the defects liability period. iv. The contractor shall ensure that similar insurance policies are taken out by his sub-contractor (if any) and shall be responsible for any claims or losses to the Owner resulting from their failure to obtain adequate insurance protections in connection thereof. The contractor shall produce or cause to be proceed by his sub-contractor (if any) as the case may be, the relevant policy or policies and premium receipts as and when required by the Engineer-in-Charge/Site-in-Charge. 6.e.3. LABOUR AND LABOUR LAWS i. The contractor shall at his own cost employ persons during the period of contract and the persons so appointed shall not be construed under any circumstances to be in the employment of the Owner. ii. All payments shall be made by the contractor to the labour employed by him in accordance with the various rules and regulations stated above. The contractor shall keep the Owner indemnified from any claims whatsoever inclusive of damages/costs or otherwise arising from injuries or alleged injuries to or death of a person employed by the contractor or damages or alleged damages to the property. iii. No labour below the age of eighteen years shall be employed on the work. The Contractor shall not pay less than what is provided under the provisions of the contract labour (Regulations and Abolition) Act, 1970 and the rules made thereunder and as may be amended from time to time. He shall pay the required deposit under the Act appropriate to the number of workman to be employed by him or through sub contractor and get himself registered under the Act. He shall produce the required Certificates to the Owner before commencement of the work. The Owner recognises only the Contractor and not his sub contractor under the provisions of the Act. The Contractor will have to submit daily a list of his workforce. He will also keep the wage register at the work site or/and produce the same to the Owner, whenever desired. A deposit may be taken by the Owner from the Contractor to be refunded only after the Owner is satisfied that all workmen employed by the Contractor have been fully paid for the period of work in Owner's premises at rates equal to or better than wages provided for under the Minimum Wages Act. The contractor shall be responsible and liable for any complaints that may arise in this regard and the consequences thereto.
iv. The Contractor will comply with the provisions of the Employee's Provident Fund Act and the Family Pension Act as may be applicable and as amended from time to time. v. The Contractor will comply with the provisions of the payment of Gratuity Act, 1972, as may be applicable and as amended from time to time. vi. IMPLEMENTATION OF APPRENTICES ACT, 1961 The Contractor shall comply with the provisions of the Apprentices Act, 1961 and the Rules and Orders issued thereunder from time to time. If he fails to do so, his failure will be a breach of the contract and the Engineer-in-Charge may, at his discretion, cancel the contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provision of the Act. vii. MODEL RULES FOR LABOUR WELFARE The Contractor shall at his own expenses comply with or cause be complied with Model rules for Labour Welfare as appended to those conditions or rules framed by the Government from time to time for the protection of health and for making sanitary arrangements for worker employed directly or indirectly on the works. In case the contractor fails to make arrangements as aforesaid the Engineer-in-Charge/Site-in-Charge shall be entitled to do so and recover the cost thereof from the contractor. 6.f. DOCUMENTS CONCERNING WORKS 6.f.1. All documents including drawings, blue prints, tracings, reproducible models, plans, specifications and copies, thereof furnished by the Owner as well as all drawings, tracings, reproducibles, plans, specifications design calculations etc. prepared by the contractor for the purpose of execution of works covered in or connected with this contract shall be the property of the Owner and shall not be used by the contractor for any other work but are to be delivered to the Owner at the completion or otherwise of the contract. 6.f.2. The Contractor shall keep and maintain secrecy of the documents, drawings etc. issued to him for the execution of this contract and restrict access to such documents, drawings etc. and further the Contractor shall execute a SECRECY agreement from each or any person employed by the Contractor having access to such documents, drawings etc. The Contractor shall not issue drawings and documents to any other agency or individual without the written approval by the Engineer-in-Charge/Site-in- Charge. 6.f.3. Contractor will not give any information or document etc. concerning details of the work to the press or a news disseminating agency without prior written approval from Engineer-in-charge/Site-in-Charge. Contractor shall not take any pictures on site without written approval of Engineer-in-Charge/Site-in-Charge. 7. PAYMENT OF CONTRACTOR'S BILLS ®7.1. Payments will be made against Running Accounts bills certified by the Owner's Engineer-in-Charge/Site-in-Charge within 15 days from the date of receipt of the bill.. 7.2. Running Account Bills and the final bill shall be submitted by the Contractor together with the duly signed measurements sheet(s) to the Engineer-in-Charge/ Site-in-Charge of the Owner in quadruplicate for certification.
The Bills shall also be accompanied by quantity calculations in support of the quantities contained in the bill along with cement consumption statement, actual/theoretical, wherever applicable duly certified by the Engineer-in-Charge/ Site-in-Charge of the Owner. 7.3. All running account payments shall be regarded as on account payment(s) to be finally adjusted against the final bill payment. Payment of Running Account Bill(s) shall not determine or affect in any way the rights of the Owner under this Contract to make the final adjustments of the quantities of material, measurements of work and adjustments of amounts etc.etc. in the final bill. 7.4. The final bill shall be submitted by the Contractor within one month of the date of completion of the work fully and completely in all respects. If the Contractor fails to submit the final bill accordingly Engineer-in-Charge/Site-in-Charge may make the measurement and determine the total amount payable for the work carried out by the Contractor and such a certification shall be final and binding on the Contractor. The Owner/Engineer- in-Charge/Site-in-Charge may take the assistance of an outside party for taking the measurement, the expenses of which shall be payable by the Contractor. 7.5. Payment of final bill shall be made within 30 days from the date of receipt of the certified bill by the Disbursement Section of the owner. ®7.6 Wherever possible, payment shall be tendered to the contractor in electronic mode (e-payment) through any of the designated banks. The contractor will comply by furnishing full particulars of Bank acount (mandate) to which the payments will be routed. Owner reserves the right to make payment in any alternate mode also. 7.a. MEASUREMENT OF WORKS 7.a.1. All measurements shall be in metric system. All the works will be jointly measured by the representative of the Engineer-in-Charge/Site-in-Charge and the Contractor or their authorised agent progressively. Such measurement will be recorded in the Measurement Book/Measurement Sheet by the Contractor or his authorised representative and signed in token of acceptance by the Owner or their authorised representative. 7.a.2. For the purpose of taking joint measurement, the Contractor/representative shall be bound to be present whenever required by the Engineer-in-Charge/Site-in-Charge. If, however, they are absent for any reasons whatsoever, the measurement will be taken by the Engineer-in-Charge/Site-in-Charge or his representative and the same would be deemed to be correct and binding on the Contractor. 7.a.3. In case of any dispute as to the mode of measurement for any item of work, the latest Indian Standard Specifications shall be followed. In case of any further dispute on the same the same shall be as per the certification of an outside qualified Engineer/ Consultant. Such a measurement shall be final and binding on the Owner and the Contractor.
7.b. BILLING OF WORKS EXECUTED The Contractor will submit a bill in approved proforma in quadruplicate to the Engineer-in-Charge/Site-in-Charge of the work giving abstract and detailed measurement for the various items executed during a month, before the expiry of the first week of the succeeding month. The Engineer-in-Charge/Site-in-Charge shall take or cause to be taken the requisite measurements for the purpose of having the bill verified and/or checked before forwarding the same to the disbursement office of the Owner for further action in terms of the Contract and payment thereafter. The Engineer-in-Charge/Site-in-Charge shall verify the bills within 7 days of submission of the Bill by the Contractor. 7.c. RETENTION MONEY 10% of the total value of the Running Account and Final Bill will be deducted and retained by the Owner as retention money on account of any damage/defect liability that may arise for the period covered under the defect liability period clause of the Contract free of interest. Any damage or defect that may arise or lie undiscovered at the time of issue of completion certificate connected in any way with the equipment or materials supplied by contractor or in workmanship shall be rectified or replaced by the contractor at his own expense failing which the Owner shall be entitled to rectify the said damage/defect from the retention money. Any excess of expenditure incurred by the Owner on account of damage or defect shall be payable by the Contractor. The decision of the Owner in this behalf shall not be liable to be questioned but shall be final and binding on the Contractor. Thus, deduction towards retention money is applicable only in case of job/works contracts (civil, mechanical, electrical, maintenance etc.) where any damage or defect may arise in future (i.e. within 12 months from the date of completion of job) or lie undiscovered at the time of issue of completion certificate. ®7.d. STATUTORY LEVIES 7.d.1 The Contractor accepts full and exclusive liability for the payment of any and all taxes, duties, octroi, rates, cess, levies and statutory payments payable under all or any of the statutes etc. ® Variations of taxes and duties arising out of the amendments to the Central / State enactments, in respect of sale of goods / services covered under this bid shall be to HPCL’s account, so long as : • They relate to the period after the opening of the price bid, but before the contracted completion period ( excluding permitted extensions due to delay on account of the contractors, if any) or the actual completion period, whichever is earlier; and • The vendor furnishes documentary evidence of incurrence of such variations, in addition to the invoices/documents for claiming Cenvat /Input Tax credit, wherever applicable. All contributions and taxes for unemployment compensation, insurance and old age pensions or annuities now or hereafter imposed by Central or State Governmental authorities which are imposed with respect to or covered by the wages, salaries or other compensations paid to the persons employed by the Contractor and the Contractor shall be responsible for the compliance with all obligations and restrictions imposed by the Labour Law or any other law affecting employer-employee relationship and the Contractor further agrees to comply and to secure the compliance of all sub-contractors with all applicable Central, State, Municipal and local laws, and regulations and requirements of any Central, State or Local Government agency or authority.
Contractor further agrees to defend, indemnify and hold harmless from any liability or penalty which may be imposed by the Central, State or Local authorities by reason of any violation by Contractor or sub-contractor of such laws, regulations or requirements and also from all claims, suits or proceedings that may be brought against the Owner arising under, growing out of, or by reasons of the work provided for by this contract by third parties, or by Central or State Government authority or any administrative sub-division thereof. The Contractor further agrees that in case any such demand is raised against the Owner, and Owner has no way but to pay and pays/makes payment of the same, the Owner shall have the right to deduct the same from the amounts due and payable to the Contractor. The Contractor shall not raise any demand or dispute in respect of the same but may have recourse to recover/receive from the concerned authorities on the basis of the Certificate of the Owner issued in that behalf. 7.d.2. The rates quoted should be inclusive of all rates, cess, taxes and sales tax on works contracts wherever applicable. However, wherever the sales tax on works contract is applicable and is to be deducted at source, the same will be deducted from the bills of the Contractor and paid to the concerned authorities. The proof of such payments of sales tax on works contract will be furnished to the contractor. 7.d.3. Income tax will be deducted at source as per rules at prevailing rates, unless certificate, if any, for deduction at lesser rate or nil deduction is submitted by the Contractor from appropriate authority. ® 7.d.4 The contractor shall provide accurate particulars of PAN number as required, to enable issuance of TDS (Tax Deduction at Source) certificate. 7.e. MATERIALS TO BE SUPPLIED BY CONTRACTOR 7.e.1. The Contractor shall procure and provide the whole of the materials required for construction including tools, tackles, construction plant and equipment for the completion and maintenance of the works except the materials viz. steel and cement which may be agreed to be supplied as provided elsewhere in the contract. The contractor shall make arrangement for procuring such materials and for the transport thereof at their own cost and expenses. 7.e.2. The Owner may give necessary recommendation to the respective authority if so desired by the Contractor but assumes no responsibility of any nature. The Contractor shall procure materials of ISI stamp/certification and supplied by reputed suppliers borne on DGS&D list. 7.e.3. All materials procured should meet the specifications given in the tender document. The Engineer-in-charge may, at his discretion, ask for samples and test certificates for any batch of any materials procured. Before procuring, the Contractor should get the approval of Engineer-in-Charge/Site-in-Charge for any materials to be used for the works. 7.e.4. Manufacturer's certificate shall be submitted for all materials supplied by the Contractor. If, however, in the opinion of the Engineer-in-Charge/Site-in-Charge any tests are required to be conducted on the material supplied by the Contractor, these will be arranged by the Contractor promptly at his own cost.
7.f. MATERIALS TO BE SUPPLIED BY THE OWNER 7.f.1. Steel and Cement maybe supplied by the Owner to the contractor against payment by Contractor from either godown or from the site or within work premises itself and the contractor shall arrange for all transport to actual work site at no extra cost. 7.f.2. The contractor shall bear all the costs including loading and unloading, carting from issue points to work spot storage, unloading, custody and handling and stacking the same and return the surplus steel and cement to the Owner's storage point after completion of job. 7.f.3. The contractor will be fully accountable for the steel and cement received from the Owner and contractor will give acknowledgement/receipt for quantity of steel and cement received by him each time he uplifts cement from Owner's custody. 7.f.4. For all computation purposes, the theoretical cement consumption shall be considered as per CPWD standards. 7.f.5. Steel and Cement as received from the manufacturer/stockists will be issued to the contractor. Theoretical weight of cement in a bag will be considered as 50 Kg. Bags weighing upto 4% less shall be accepted by the contractor and considered as 50 Kg. per bag. Any shortage in the weight of any cement bag by more than 4% will be to the Owner's account only when pointed out by the Contractor and verified by Engineer-in-Charge/Site in Charge at the time of Contract or taking delivery. 7.f.6. The contractor will be required to maintain a stock register for receipt, issuance and consumption of steel and cement at site. Cement will be stored in a warehouse at site. Requirement of cement on any day will be taken out of the warehouse. Cement issued shall be regulated on the basis of FIRST RECEIPT to go as FIRST ISSUE. 7.f.7. Empty cement bag shall be the property of the Contractor. Contractor shall be penalised for any excess/under consumption of cement. The penal rate will be twice the rate of issue of cement for this work. 7.f.8. All the running bills as well as the final bills will be accompanied by cement consumption statements giving the detailed working of the cement used, cement received and stock-on-hand. 7.f.9. The Contractor will be fully responsible for safe custody of cement once it is received by him and during transport. Owner will not entertain any claims of the contractor for theft, loss or damage to cement while in their custody. 7.f.10. The contractor shall not remove from the site any cement bags at any time. 7.f.11. The Contractor shall advise Engineer-in-charge/Site-in-charge in writing atleast 21 days before exhausting the Cement stocks already held by Contractor to ensure that such delays do not lead to interruptions in the progress of work. 7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles, precast cement jali and any other bought out items which consume cement and for temporary works.
7.f.13. Cement in bags and in good usable condition left over after the completion of work shall be returned by the contractor to the Owner. The Owner shall make payment to the Contractor at the supply rate for such stocks of cement they accept and receive. Any refused stock of cement shall be removed by the Contractor from the site at his cost and expenses within 15 days of completion of the work. 8. PAYMENT OF CLAIMS AND DAMAGES 8.1. Should the Owner have to pay money in respect of claims or demands as aforesaid the amount so paid and the costs incurred by the Owner shall be charged to and paid by the Contractor and the Contractor shall not be entitled to dispute or question the right of the Owner to make such payments notwithstanding the same may have been without his consent or authority or in law or otherwise to the contrary. 8.2. In every case in which by virtue of the provisions of Workmen's Compensation Act, 1923, or other Acts, the Owner is obliged to pay Compensation to a Workman employed by the Contractor in execution of the works, the Owner will recover from the Contractor the amount of compensation so paid and without prejudice to the rights of Owner under the said Act. Owner shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from any sum due to the Contractor whether under this contract or otherwise. The Owner shall not be bound to contest any claim made under Section 12 sub section (1) of the said Act, except on the written request of the Contractor and upon his giving to the Owner full security for all costs for which the owner might become liable in consequence of contesting such claim. 8.a. ACTION AND COMPENSATION IN CASE OF BAD WORK If it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has been executed with bad, imperfect or unskilled workmanship, or with materials, or that any materials or articles provided by the Contractor for execution of the work are not of standards specified/inferior quality to that contracted for, or otherwise not in accordance with the contract, the CONTRACTOR shall on demand in writing from the Engineer-in-Charge/Site-in-Charge or his authorised representative specifying the work, materials or articles complained of, notwithstanding that the same may have been inadvertently passed, certified and paid for, forthwith rectify or remove and reconstruct the work so specified and at his own charge and cost and expenses and in the event of failure to do so within a period of 15 days of such intimation/ information/knowledge, the Contractor shall be liable to pay compensation equivalent to the cost of reconstruction by the Owner. On expiry of 15 days period mentioned above, the Owner may by themselves or otherwise rectify or remove and re-execute the work or remove and replace with others, the materials or articles complained of as the case may be at the risk and expenses in all respects of the Contractor. The decision of the Engineer-in- Charge/ Site-in-Charge as to any question arising under this clause shall be final and conclusive and shall not be raised as a dispute or shall be arbitrable. 8.b. INSPECTION AND AUDIT OF CONTRACT AND WORKS This project is subject to inspection by various Government agencies of Government of India. The contractor shall extend full cooperation to all the Government and other agencies in the inspection of the works, audit of the Contract and the documents of Contract Bills, measurements sheets etc. etc. And examination of the records of works and make enquiries interrogation as they may deem fit, proper and necessary. Upon inspection etc. by such agencies if it is pointed out that the contract work has not been carried out according to the prescribed terms and conditions as laid down in the tender documents and if any recoveries are recommended, the same shall be recovered from the contractors running bills/final bill/from ordered/suggested Security Deposit/retention money.
The Contractor shall not rise any dispute on any such account and the same shall not be arbitrable. 9. CONTRACTOR TO INDEMNIFY THE OWNER The Contractor shall indemnify the Owner and every member, officer and employee of the Owner, also the Engineer-in-Charge/Site-in-Charge and his staff against all the actions, proceedings, claims, demands, costs, expenses, whatsoever arising out of or in connection with the works and all actions, proceedings, claims, demands, costs, expenses which may be made against the Owner for or in respect of or arising out of any failure by the Contractor in the performance of his obligations under the contract. The Contractor shall be liable for or in respect of or in consequence of any accident or injury to any workmen or other person in the employment of the Contractor or his sub contractor and Contractor shall indemnify and keep indemnified the Owner against all such damages, proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto. 10. LIQUIDATED DAMAGES ® i) In case of any delay in completion of the work beyond the CDD, the Owner shall be entitled to be paid Liquidated Damages by the Contractor. The liquidated damages shall be initially at the rate of 0.5% (half percent) of the total contract value for every week of the delay subject to a maximum of 5% of the total contract value. The liquidated damages shall be recovered by the Owner out of the amounts payable to the Contractor or from any Bank Guarantees or Deposits furnished by the Contractor or the Retention Money retained from the Bills of the Contractor, either under this contract or any other contract. ii) The Contractor shall be entitled to give an acceptable unconditional Bank Guarantee in lieu of such a deduction if Contractor desires any decision on a request for time extension. iii) Once a final decision is taken on the request of the Contractor or otherwise, the LD shall be applicable only on the basic cost of the contract and on each full completed week(s) of delay (and for part of the week, a pro-rata LD amount shall be applicable). iv) This final calculation of LD shall be only on the value of the unexecuted portion/quantity of work as on the CDD. v) Contractor agrees with the Owner, that the above represents a genuine pre-estimate of the damages which the Owner will suffer on account of delay in the performance of the work by Contractor. The Contractor further agrees that the LD amount is over and above any right which owner has to risk purchase under Clause 12.4 and any right to get the defects in the work rectified at the cost of the contractor. 11. DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK CONTRACT BY OWNER The Contractor shall remain responsible and liable to make good all losses or damages that may occur/appear to the work carried out under this Contract within a period of 12 months from date of issue of the Completion Certificate and/or the date of Owner taking over the work, which ever is earlier. The Contractor shall issue a Bank Guarantee to the Owner in the sum of 10% of the work entrusted in the Contract, from any nationalised Bank acceptable to the Owner and if however, the Contractor fails to furnish such a Bank Guarantee the Owner shall have right to retain the Security Deposit and Retention Money to cover the 10% of the Guarantee amount under this clause and to return/refund the same after the expiry of the period of 12 months without any interest thereon.
12. TERMINATION OF CONTRACT 12.1 The owner may terminate the contract at any stage of the construction for reasons to be recorded in the letter of termination. 12.2 The Owner inter alia may terminate the Contract for any or all of the following reasons that the contractor a) has abandoned the work/Contract. b) has failed to commence the works, or has without any lawful excuse under these conditions suspended the work for 15 consecutive days. c) has failed to remove materials from the site or to pull down and replace the work within 15 days after receiving from the Engineer written notice that the said materials or work were condemned and/or rejected by the Engineer under specified conditions. d) has neglected or failed to observe and perform all or any of the terms acts, matters or things under this Contract to be observed and performed by the Contractor. e) has to the detriment of good workmanship or in defiance of the Engineer's instructions to the contrary sub-let any part of the Contract. f) has acted in any manner to the detrimental interest, reputation, dignity, name or prestige of the Owner. g) has stopped attending to work without any prior notice and prior permission for a period of 15 days. h) has become untraceable. i) has without authority acted in violation of the terms and conditions of this contract and has committed breach of terms of the contract in best judgement of the owner. j) has been declared insolvent/bankrupt. k) in the event of sudden death of the Contractor. 12.3 The owner on termination of such contract shall have the right to appropriate the Security Deposit, Retention Money and invoke the Bank Guarantee furnished by the contractor and to appropriate the same towards the amounts due and payable by the contractor as per the conditions of Contract and return to the contractor excess money, if any, left over. ® 12.4 In case of Termination of the contract, Owner shall have the right to carry out the unexecuted portion of the work either by themselves or through any other contractor(s) at the risk and cost of the Contractor. In view of paucity of time, Owner shall have the right to place such unexecuted portion of the work on any nominated contractor(s). However, the overall liability of the Contractor shall be restricted to 100 % of the total contract value. 12.5 The contractor within or at the time fixed by the Owner shall depute his authorised representative for taking joint final measurements of the works executed thus far and submit the final bill for the work as per joint final measurement within 15 days of the date of joint final measurement. If the contractor fails to depute their representative for joint measurement, the owner shall take the measurement with their Engineer-in-Charge/Site-in-Charge or any other outside representatives. Such a measurement shall not be questioned by the Contractor and no dispute can be raised by the Contractor for purpose of Arbitration.
12.6 The Owner may enter upon and take possession of the works and all plant, tools, scaffoldings, sheds, machinery, power operated tools and steel, cement and other materials of the Contract at the site or around the site and use or employ the same for completion of the work or employ any other contractor or other person or persons to complete the works. The Contractor shall not in any way object or interrupt or do any act, matter or thing to prevent or hinder such actions, other Contractor or other persons employed for completing and finishing or using the materials and plant for the works. When the works shall be completed or as soon thereafter the Engineer shall give a notice in writing to the Contractor to remove surplus materials and plant, if any, and belonging to the Contractor except as provided elsewhere in the Contract and should the Contractor fail to do so within a period of 15 days after receipt thereof the Owner may sell the same by public auction and shall give credit to the contractor for the amount realised. The Owner shall thereafter ascertain and certify in writing under his hand what (if anything) shall be due or payable to or by the Owner for the value of the plant and materials so taken possession and the expense or loss which the Owner shall have been put to in procuring the works, to be so completed, and the amount if any, owing to the Contractor and the amount which shall be so certified shall thereupon be paid by the Owner to the Contractor or by the Contractor to the Owner, as the case may, and the Certificate of the Owner shall be final and conclusive between the parties. 12.7 When the contract is terminated by the Owner for all or any of the reasons mentioned above the Contractor shall not have any right to claim compensation on account of such termination. 13. FORCE MAJEURE 13.1. Any delay in or failure of the performance of either part hereto shall not constitute default hereunder or give rise to any claims for damage, if any, to the extent such delays or failure of performance is caused by occurrences such as Acts of God or an enemy, expropriation or confiscation of facilities by Government authorities, acts of war, rebellion, sabotage or fires, floods, explosions, riots, or strikes. The Contractor shall keep records of the circumstances referred to above and bring these to the notice of the Engineer-in-Charge/Site-in-Charge in writing immediately on such occurrences. The amount of time, if any, lost on any of these counts shall not be counted for the Contract period. Once decision of the Owner arrived at after consultation with the Contractor, shall be final and binding. Such a determined period of time be extended by the Owner to enable the Contractor to complete the job within such extended period of time. 13.2. If Contractor is prevented or delayed from the performing any of its obligations under this Agreement by Force Majeure, then Contractor shall notify Owner the circumstances constituting the Force Majeure and the obligations performance of which is thereby delayed or prevented, within seven days of the occurrence of the events. 14. ARBITRATION 14.1 All disputes and differences of whatsoever nature, whether existing or which shall at any time arise between the parties hereto touching or concerning the agreement, meaning, operation or effect thereof or to the rights and liabilities of the parties or arising out of or in relation thereto whether during or after completion of the contract or whether before after determination, foreclosure, termination or breach of the agreement (other than those in respect of which the decision of any person is, by the contract, expressed to be final and binding) shall, after written notice by either party to the agreement to the other of them and to the Appointing Authority hereinafter mentioned, be referred for adjudication to the Sole Arbitrator to be appointed as hereinafter provided.
®14.2 The appointing authority shall either himself act as the Sole Arbitrator or nominate some officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as owner or HPCL) or a retired officer of any other Government Company in the Oil Sector of the rank of Ch. Manager & above or any retired officer of the Central Government not below the rank of a Director, to act as the Sole Arbitrator to adjudicate the disputes and differences between the parties. The contractor/vendor shall not be entitled to raise any objection to the appointment of such person as the Sole Arbitrator on the ground that the said person is/was an officer and/or shareholder of the owner, another Govt. Company or the Central Government or that he/she has to deal or had dealt with the matter to which the contract relates or that in the course of his/her duties, he/she has/had expressed views on all or any of the matters in dispute or difference. 14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the appointment, or is unable or unwilling to act or resigns or vacates his office for any reasons whatsoever, the Appointing Authority aforesaid, shall nominate another person as aforesaid, to act as the Sole Arbitrator. 14.4 Such another person nominated as the Sole Arbitrator shall be entitled to proceed with the arbitration from the stage at which it was left by his predecessor. It is expressly agreed between the parties that no person other than the Appointing Authority or a person nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator. The failure on the part of the Appointing Authority to make an appointment on time shall only give rise to a right to a Contractor to get such an appointment made and not to have any other person appointed as the Sole Arbitrator. 14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement. 14.6 The work under the Contract shall, however, continue during the Arbitration proceedings and no payment due or payable to the concerned party shall be withheld (except to the extent disputed) on account of initiation, commencement or pendency of such proceedings. 14.7 The Arbitrator may give a composite or separate Award(s) in respect of each dispute or difference referred to him and may also make interim award(s) if necessary. ®14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the parties unless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsum fees of the Arbitrator shall be Rs. 40,000/- per case for transportation contracts and Rs. 60,000/- for engineering contracts and if the sole Arbitrator completes the arbitration including his award within 5 months of accepting his appointment, he shall be paid Rs. 10,000/- additionally as bonus. Reasonable actual expenses for stenographer, etc. will be reimbursed. Fees shall be paid stagewise i.e. 25% on acceptance, 25% on completion of pleadings/documentation, 25% on completion of arguments and balance on receipt of award by the parties 14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made thereunder, shall apply to the Arbitration proceedings under this Clause. 14.10 The Contract shall be governed by and constructed according to the laws in force in India. The parties hereby submit to the exclusive jurisdiction of the Courts situated at say Mumbai for all purposes. The Arbitration shall be held at Mumbai and conducted in English language.
14.11 The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation Limited. 15. GENERAL 15.1. Materials required for the works whether brought by the or supplied by the Owner shall be stored by the contractor only at places approved by Engineer-in-Charge/Site-in-Charge. Storage and safe custody of the material shall be the responsibility of the Contractor. 15.2. Owner and/or Engineer-in-Charge/Site-in-Charge connected with the contract, shall be entitled at any time to inspect and examine any materials intended to be used in or on the works, either on the site or at factory or workshop or at other place(s) manufactured or at any places where these are laying or from which these are being obtained and the contractor shall give facilities as may be required for such inspection and examination. 15.3. In case of any class of work for which there is no such specification supplied by the owner as is mentioned in the tender documents, such work shall be carried out in accordance with Indian Standard Specifications and if the Indian Standard Specifications do not cover the same the work should be carried out as per standard Engineering practice subject to the approval of the Engineer-in-Charge/Site-in-Charge. 15.4. Should the work be suspended by reason of rain, strike, lockouts or other cause the contractor shall take all precautions necessary for the protection of the work and at his own expense shall make good any damages arising from any of these causes. 15.5 The contractor shall cover up and protect from injury from any cause all new work also for supplying all temporary doors, protection to windows and any other requisite protection for the whole of the works executed whether by himself or special tradesmen or sub- contractors and any damage caused must be made good by the contractors at his own expense. 15.6 If the contractor has quoted the items under the deemed exports, then it will be the responsibility of the contractor to get all the benefits under deemed exports from the Government. The Owner’s responsibility shall only be limited to the issuance of required certificates. The quotation will be unconditional and phrases like “subject to availability of deemed exports benefit” etc. will not find place in it. ®16. Integrity Pact : Effective 1st September, 2007, all tenders and contracts shall comply with the requirements of the Integrity Pact (IP) if the value of such tenders or contracts exceed Rs.1 crore. Failure to sign the Integrity Pact shall lead to outright rejection of bid. # 17. Grievances of parties participating or intend to participate in the tender shall be addressed in writing to the officer designate of the Grievance Redressal Cell where the tenders have to be submitted within the stipulated period. Detailed mechanism of Grievance Redressal is available on the HPCL website.
SECTION-5
BID FORM
To:
Date M/s Hindustan Petroleum Corporation Limited Mumbai Gentlemen, Having examined the Conditions of Contract and Specifications including Addenda Nos (Insert Numbers) the receipt of which is hereby duly acknowledged, we the undersigned, offer to supply and deliver (Description of Goods and Services) in conformity with the said Drawings, Conditions of Contract and specifications, for the sum as quoted in e-tender We undertake if our bid is accepted, complete delivery of items as agreed and specified in the RFQ document. If our bid is accepted we will obtain the guarantee of a Bank in a sum not exceeding (10)% of the Contract price for the due performance of the Contract. We agree to abide by this bid for a period of 120 days from the date fixed for bid opening under Instructions to Bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof in your notification of award (Fax of Intent ) shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid, you may receive. Dated this ___________ Day of _______________ Signature ……………………………………… In the capacity of Duly authorised to sign bid for an on behalf of Witness Address Signature
SECTION-6
AGREED TERMS AND CONDITIONS This questionnaire duly filled shall be returned along with each copy of Un-priced bid. Clauses confirmed hereunder should not be repeated in the bid. ALL THE COMMERCIAL TERMS AND CONDITIONS SHOULD BE INDICATED IN THIS FORMAT ONLY. IF REQUIRED DETAILS INCLUDING DEVIATION TO GCC, IF ANY, SHOULD BE INDICATED AS AN ANNEXURE TO THIS FORMAT. In view of the rejection clause no. 16.0 of Section-2, which will be strictly adhered to, bidders are advised to comply to the terms and conditions of the bid document in the First Instance itself. Sl. NO. DESCRIPTION BIDDER'S CONFIRMATION
1. Confirm Your Offer is in complete compliance with the scope of work as specified in the Bid document
2. Confirm you have quoted your prices strictly in the applicable Price schedule format (enclosed with the Bid document) along with Unit and Total Prices
3. INSPECTION : Confirm your quoted prices are inclusive of all testing and inspection requirements as specified in the bid document.
4. Confirm acceptance / compliance with the following conditions /clauses of the Bid document (i) Confirm price basis of your offer is
strictly in accordance with Bid document.
(ii) Confirm You have furnished Bid security (Bank Guarantee) for the requisite amount in the required format as per terms of bid document.
iii) Confirm that You shall furnish Security Deposit as per terms of Bid document.
(iv) Confirm your Firm completion period shall be strictly as per requirement specified in the Bid Document.
(v) Confirm that Your offer will remain Valid for acceptance for a period of 120 days from the Bid due date or extended due date (if the same is Extended).
(vi) Confirm that the quoted rates shall remain FIRM, FIXED & BINDING till complete Execution of Order irrespective of variation in quantities and payment shall be for the actual quantities installed
Sl. NO. DESCRIPTION BIDDER'S CONFIRMATION
at site.
vii) Confirm that Defect Liability Period shall be as per Bid document.
viii) Confirm that the Force Majeure shall be as per Bid document.
(ix) Confirm acceptance of Liquidated Damages clause for delay in completion as per Bid document.
(x) Confirm total acceptance to Payment Terms as per Bid document
(xi) Arbitration clause shall be as per Bid document.
xii) Confirm that extension of time shall be as per the bid document
5. Confirm Terms related to Taxes and Duties shall be as per Provisions of Bid document
6. All correspondence must be in English Language Only
7. Owner reserves the right to make any changes in the terms and conditions of bid document. Confirm
8. The Bidder is required to state whether any of the Director's Bidder is a relative of any Director of Owner or the Bidder is a firm in which any Director of Owner or his relative is a partner.
9. (a) Confirm acceptance in Toto of the Terms and Conditions contained in the Bid document
(i) Instructions to Bidders. (ii) Special Conditions of Contract (iii) General Conditions of Contract (iv) All other commercial documents /
attachments / sections of the bid document
(b) In case of reservations, confirm that
clause wise comments have been specified as annexure to this format.
All the terms and conditions have been indicated in this format (including Annexure, if any) and have been repeated in the Bid elsewhere. It is noted that terms and conditions indicated elsewhere including any printed terms and conditions shall not be considered by the owner
10. Furnish Financial Turnover figures of last 3 years
Sl. NO. DESCRIPTION BIDDER'S CONFIRMATION
TURNOVER 2008 - 2009 2007 - 2008 2006 - 2007 In support of above Bidder shall enclose copies of its published Annual reports of preceding 3 years. Confirm compliance.
11. Bidder shall furnish details of the Concurrent commitments, with their schedule / expected completion dates.
12. Bidder to confirm that all the schedules in e-procurement website of HPCL have been quoted. Please confirm. Bidder must quote all the items of schedule/SORPlease confirm
BIDDERS NAME, ADDRESS, SIGNATURE AND SEAL
Fax No. Telephone No. Email Address
SECTION – 7
PROFORMA/ANNEXURES
ANNEXURE-A
DECLARATION (To be submitted along with Un priced bid)
(M/s. __________________________) hereby declare / clarify that we have not been banned or delisted by Government of India or any of the Ministries of Government of India .
Stamp and Signature of Bidder
ANNEXURE-B
BIDDER’S GENERAL INFORMATION
Bid Document No. _________________ To Hindustan Petroleum Corporation Limited Mumbai, India. 1.1 Bidder’s 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) (Tel. Number) 1.6 E-mail address & Web Site 1.7 Telefax Number __________________________________________ (Country Code) (Area
Code) (Tel. Number) 1.8 ISO Certification, if any (if yes, please furnish details)
TO BE FILLED BY BIDDERS REGISTERED WITH NSIC 1 NAME OF BIDDER
2 WHETHER REGISTERED WITH NSIC : YES / NO
3 WHETHER COPY OF NSIC CERTIFICATE ENCLOSED : YES / NO
4 NSIC REGISTRATION CERTIFICATE IS VALID UPTO
5 MONETARY LIMIT OF NSIC REGISTRATION CERTIFICATE
6 WHETHER ITEM QUOTED IS COVERED IN NSIC REGISTRATION CERTIFICATE IF YES, PLEASE MENTION THE ITEM NAME IN NSIC CERTIFICATE UNDER WHICH TENDERED ITEM IS COVERED
7 whether you have suceeded in securing orders for same items(item quoted), in competition (i.e. without price preference) with large scale units during the preceeding 12 months (from the date of this tender. (say : yes or no)
Sign & stamp of NSIC registered bidder
Annexure – C
QUALIFICATION FORMAT - FORM 1
FOR
Annual Financial Turnover
Bid Document No…………………………………..
Year Annual Turnover in Rs.
2006-2007
2007-2008
2008-2009
Attach copies of audited balance sheets for the year 2006-2007, 2007-2008, 2008-2009 AUDITORS SEAL AND SIGNATURE
BIDDERS SEAL AND SIGNATURE
Annexure – C
QUALIFICATION FORMAT - FORM 2
FOR
Particular Experience Record Bid Document No…………….. (List only works which are similar to the proposed works for which qualification is sought) Should contain only the works completed during the last 7 years ending last day of month previous to the one in which applications are invited
Sl. No.
Work Description Date of award
Date of completion
Value in Rs
Work Order / Completion certificates
Furnished / not furnished
Furnished / not furnished
Furnished / not furnished
Furnished / not furnished
Furnished / not furnished
Furnished / not furnished
Furnished / not furnished
Work orders and Completion certificates from clients for the above mentioned works shall be provided. In the absence of the above documents details furnished will be ignored.
BIDDERS SEAL AND SIGNATURE.
Annexure – C QUALIFICATION FORMAT - FORM 3
QUALIFICATION ASSESSMENT SUMMARY
Bid Document No.9000203-HD-10002 (05/51/23LK/HPCL/001(i)) Name of the Company with complete postal address, contact numbers, e-mail id, etc.
Mee
tin
g P
Q
Cri
teri
a (Y
es
/No)
Enclosures
1 Annual Financial turn over shall meet the minimum prescribed bid qualification requirement in each of the three financial years preceding the financial year in which tenders are invited. (as per clause 3.1 Section 1 ).
2006-07 2007-08 2008-09
(Attach Copy of Auditor's Certificate / Annual Reports for 2006-07, 07-08 & 08-09)
2 Bidder should have carried out and completed all of the following, within last seven years reckoned from 30-11-09 i) Laying including testing and Pre-commissioning of buried
Cross country hydrocarbon Pipeline (coated) of minimum 6” in diameter and minimum 10km length.
AND ii) Installation, testing & commissioning of Station Piping and
mechanical equipments in petrochemical or hydrocarbon installations with owner supplied material and or contractor supplied material.
AND iii) Construction of RCC building directly or by engaging civil
contractor. Contract should be in the name of bidder. (As per cl. No.3.2.1 of Section-1)
(Attach copy of work orders, completion certificates, taking over certificates from client)
Client Order No. & date Description of the work Order value in Rs. Lakhs Year of completion
(Attach Copy of work order)
Completion / Taking over certificate
Issued by
Ref. No.
Date
Attach Copy of completion certificates / taking over certificate issued by clients
3. Bidder during the last seven years reckoned from 30-11-09, shall have carried out and completed similar work as under (as per clause 3.3.2 Section 1)
a) One single order of similar nature of value not less than
Rs.13.12 Crores. Client Order No. & date Description of the work Order value in Rs. Lakhs Year of completion
(Attach Copy of work order)
Completion / Taking over certificate
Issued by
Ref. No. Date
Attach Copy of completion certificates / taking over certificate issued by clients
b) Two order of similar nature of value not less than Rs.8.2 Crores
i) Client Order No. & date Description of the work Order value in Rs. Lakhs Year of completion
(Attach Copy of work order)
Completion / Taking over certificate
Issued by
Ref. No. Date
Attach Copy of completion certificates / taking over certificate issued by clients
ii) Client Order No. & date Description of the work Order value in Rs. Lakhs Year of completion
(Attach Copy of work order)
Completion / Taking over certificate
Issued by
Ref. No. Date
Attach Copy of completion certificates / taking over certificate issued by clients
c) Three order of similar nature of value not less than Rs.6.56 Crores.
i) Client Order No. & date Description of the work Order value in Rs. Lakhs Year of completion
(Attach Copy of work order)
Completion / Taking over Issued Ref. No. Date
certificate by Attach Copy of
completion certificates / taking over certificate issued by clients
ii) Client Order No. & date Description of the work Order value in Rs. Lakhs Year of completion
(Attach Copy of work order)
Completion / Taking over certificate
Issued by
Ref. No. Date
Attach Copy of completion certificates / taking over certificate issued by clients
iii) Client Order No. & date Description of the work Order value in Rs. Lakhs Year of completion
(Attach Copy of work order)
Completion / Taking over certificate
Issued by
Ref. No. Date
Attach Copy of completion certificates / taking over certificate issued by clients
4. Whether all Bid Qualification norms are met.
NOTE : STRIKE OUT WHICH IS NOT APPLICABLE
BIDDERS SEAL AND SIGNATURE
BG FORMATS
BANK GUARANTEE FOR PERFORMANCE OF THE OBLIGATIONS OF SUPPLIER / CONTRACTOR (on non-judicial stamp paper of appropriate value) To, Hindustan Petroleum Corporation Ltd., (Address as applicable) IN CONSIDERATION OF THE HINDUSTAN PETROLEUM CORPORATION LTD. a Government of India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Bombay - 400 020 (hereinafter called "the Corporation" which expression shall include its successors and assigns) having awarded to M/s ___________________________________________________ a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at ______________________________ (hereinafter referred to as "the Supplier" which expression shall wherever the subject or context so permits includes its successors and assigns) a supply contract in terms inter alia, of "the Corporation's" Order No. ____________ dated __________________ and the General purchase conditions of "the Corporation" and upon the condition of "supplier's" furnishing security for the performance of "the Supplier's" obligations and/or discharge of "the supplier's" liability under and/or in connection with the said supply contract upto a sum of Rs. _______________ (Rupees_____________________) amounting to 10% (ten percent) of the total contract value. We, ______________________ (hereinafter called "the Bank" which expression shall include its successors and assigns) hereby jointly and severally undertake and guarantee to pay to "the Corporation" in rupees forthwith on demand in writing and without protest or demur of any and all moneys anywise payable by "the Supplier" to "the Corporation" under, in respect of or in connection with the said supply contract inclusive of all the Corporation's losses and damage and costs, (inclusive between attorney and client) charges, and expenses and other moneys anywise payable in respect of the above as specified in any notice of demand made by "the Corporation" to the Bank with reference to this Guarantee upto and aggregate limit of Rs.___________ (Rupees __________________________ ) and "the Bank" hereby agrees with "the Corporation" that: 1. This Guarantee/Undertaking shall be a continuing Guarantee / Undertaking and shall remain valid and irrecoverable for all claims of "the Corporation" and liabilities of "the S u p p l i e r " a r i s i n g u p t o a n d u n t i l m i d n i g h t o f _ _ _ _ _ _ _ _ _ _ _ _ _ _ 2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that "the Corporation" may now or any time anywise have in relation to "the Supplier's obligation/liabilities under and/or connection with the said supply contract, and "the Corporation" shall have full authority to take recourse to or enforce this security in preference to the other
security(ies) at its sole discretion and no failure on the part of "the Corporation" to enforcing or requiring enforcement to any other security shall have the effect of releasing "the Bank" from its full liability hereunder. 3. "The Corporation" shall be at liberty without reference to "the Bank" and without affecting the full liability of "the Bank" hereunder to take any other security in respect of "the Supplier's" obligation and/or liabilities under or in connection with the said supply contract and to vary the term vis-a-vis "the supplier" of the said supply contract or to grant time and/or indulgence to "the Supplier" or to reduce or to increase or otherwise vary the prices of the total contract value or to release or to forebear from enforcement of all or any of the obligations of "the supplier" under the said supply contract and/or the remedies of "the Corporation" under any other security(ies) now or hereafter held by "the Corporation" and no such dealing(s), variation(s) or other indulgence(s) or agreement(s) with "the supplier" or release of forbearance whatsoever shall have the effect of releasing "the Bank" from its full liability to "the Corporation" hereunder or of prejudicing rights of "the Corporation" against "the Bank". 4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of constitution or insolvency of "the supplier" but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to "the Corporation" in terms hereof. 5. "The Bank" hereby waives all rights at any time inconsistent with the terms of this Guarantee/Undertaking and the obligations of "the Bank" in terms hereof shall not be anywise affected or suspended by reason of any dispute having been raised by "the suppliers" (whether or not pending before any arbitrator, officer, tribunal or court) or any denial of liability by "the supplier" or any other order of communication whatsoever by "the supplier" stopping or preventing or purporting to stop or prevent any payment by "the Bank" to "the Corporation" in terms hereof. 6. The amount stated in any notice of demand addressed by "the Corporation" to "the Bank" as liable to be paid to "the Corporation" by "the supplier" or as suffered or incurred by "the Corporation" on account of any losses or damages or costs, charges/and/or expenses shall be as between "the Bank" and "the Corporation" be conclusive of the amount so liable to be paid to "the Corporation" or suffered or incurred by "the Corporation", as the case may be, and payable by "the Bank" to "the Corporation", in terms hereof. 7. Not withstanding anything contained herein above : i) Our liability under this guarantee shall not exceed Rs.......... ii) This Bank Guarantee shall be valid upto and including .......; and
iii) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you serve
upon us a written claim or demand on or # before the expiry of 30 days from the date of expiry of this guarantee. 8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/or the agreement/contract or MOU entered into between "the supplier" and "the Bank" in this regard. IN WITNESS Where of __________________ Bank, has executed this document at ________________ on _______________ 199 . ____________________________ Bank (by its constituted attorney) (signature of a person authorized to sign on behalf of "the Bank")
COMPOSITE BANK GUARANTEE FOR MOBILISATION ADVANCE, SECURITY DEPOSIT/RETENTION MONEY/PERFORMANCE GUARANTEE (On Non-Judicial stamp paper of appropriate value) TO : Hindustan Petroleum Corporation Limited (Address as applicable) IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED, a Government of India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called "The Corporation" (which expression shall include its successor in business and assigns) having placed an order on Messers ............................ a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at .............. (hereinafter called "the supplier" (which expression shall include executors, administrators and assigns) vide order No....................... dated.............. (hereinafter called "the order" which expression shall include any amendments/alterations to "the order" issued by "the Corporation") for the supply of goods to/execution of services for "the Corporation" and "the Corporation" having agreed : a) not to insist upon immediate payment of Security deposit for the fulfilment and performance of the said order b) to pay "the supplier" as and by way of advance upto a sum of Rupees__________ (Rupees _____________________________ only) being ____% of the value of "the order"; c) that "the supplier" shall furnish a security for the performance of "the supplier's" obligations and/or discharge of "the supplier's" liability in connection with the said "order"; and "the Corporation" having agreed with "the supplier" to accept a composite Bank Guarantee for the mobilisation advance, security deposit, retention money and performance guarantee. We, .................................................... Bank having office at ............................................ (hereinafter referred to as "the Bank" which expression shall includes its successors and assigns) at the request and on behalf of "the supplier" hereby agree to pay to "the Corporation"without any demur on first demand an amount not exceeding Rs........... (Rupees.............................only) against any loss or damage, costs, charges and expenses caused to or suffered by "the Corporation" by reason of non performance and fulfilment or for any breach on the part of "the supplier" of any of the terms and conditions of the said "order". 2. We, ............................. Bank further agree that "the Corporation" shall be sole judge whether the said
"Supplier" has failed to perform or fulfill the said "order" in terms thereof or committed breach of any terms and conditions of "the order" and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by "the Corporation" on account thereof and we waive in the favour of "the Corporation" all the rights and defences to which we as guarantors and/or "the Supplier" may be entitled to. 3. We, ................................. Bank further agree that the amount demanded by "the Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liability to pay and the amount demanded and "the Bank" undertake to pay "the Corporation" the amount so demanded on first demand and without any demur notwithstanding any dispute raised by "the Supplier" or any suit or other legal proceedings including arbitration pending before any court, tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional. 4. We, .................................. Bank further agree with "the Corporation" that "the Corporation" shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said "order"/or to extend time of performance by "the Supplier" from time to time or to postpone for any time to time any of the powers exercisable by "the Corporation" against "the Supplier" and to forbear to enforce any of the terms and conditions relating to "the order" and we shall not be relieved from our liability by reason of any such variation or extension being granted to "the Supplier" or for any forbearance, act or ommission on the part of "the Corporation" or any indulgence by "the Corporation" to "the Supplier" or by any such matter or things whatsoever which under the law relating to sureties would but for this provision have the effect of relieving us. 5. However, it has been agreed between "the Supplier" and "the Corporation" that there shall be only one Composite Bank Guarantee for both the advance and security deposit performance guarantee/Retention Money @ of ____% valid till the end of the defects liability period as per the terms of the P.O. No. _______________ dated ______________ and that in proportion with the recovery of advance @ ______% per bill the same amount/value automatically stands credited to the defects liability account/security deposit or retention money as the case may be and will continue to be credited/treated till the entire advance of Rs._______________________ is fully recovered from the running bills and from the date of full recovery of the advance of Rs.__________________ this guarantee automatically, shall stand valid towards the ____% retention money/defects liability, fully valid in all
® respects unto a further period of 3 (three) months, as per the Purchase Order of "the Corporation". 6. Not withstanding anything contained herein above :
i) Our liability under this guarantee shall not exceed Rs.......... ii) This Bank Guarantee shall be valid upto and including .......; and iii) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you serve
upon us a written claim or demand on or before the expiry of 30 days from the date of expiry of this guarantee. 7. We, ........................................ Bank further undertake not to revoke this guarantee during its currency except with the previous consent of "the Corporation" in writing. 8. We, ......................................... Bank lastly agree that "the Bank"'s liability under this guarantee shall not be affected by any change in the constitution of "the Supplier". 9. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/or the Agreement/Contract or MOU entered into between "the Supplier" and "the Bank" in this regard. IN WITNESS WHEREOF the Bank has executed this document on this ............................. day of ........................... For ........................ Bank (by its constituted attorney) (Signature of a person authorised to sign on behalf of "the Bank")*
(INDEMNITY BOND) (TO BE NOTORISED AND ON STAMP PAPER OF APPROPRIATE VALUE) TO, HINDUSTAN PETROLEUM CORPN. LTD. (Address as applicable) Dear Sirs, WHEREAS Hindustan Petroleum Corporation Limited, a Government of India Company, registered under the Companies Act, 1956, having its Registered Office at 17, Jamshedji Tata Road, Bombay - 400020 (hereinafter called "the Indemnified" which expression shall include its successors and assigns) has awarded to M/s. .......................................... a Partnership Firm/Sole Proprietor Business/a company having its Registered Office at ....................................................... (hereinafter called "the Indemnifier", which expression shall include its successors and assigns) a contract for conditions set out, inter-alia, in "the Indemnified" 's Purchase Order No. ............................. dated .................. (hereinafter referred to as "The Said Contract") to "the Indemnifier". AND WHEREAS "the Indemnified" has agreed to supply to "the Indemnifier" raw material/components to the value of Rs......... (Rupees .............................................. only) for incorporation in fabrication by "the Indemnifier" in terms of "the said contract", the components/raw material to be supplied by "the Indemnified" to "the Indemnifier" for the said fabrication, (hereinafter, for the sake of brevity, referred to as "the said material") and pending fabrication and delivery at job-site of the completed fabricated work(s) incorporating "the said material" and accounting for "the said material" shall be under the sole custody and charge of "the Indemnifier" and shall be kept, stored, altered, worked upon and/or fabricated at the sole risk and expenses of "the Indemnifier" ; As a Pre-condition to the supply of "the said material" by "the Indemnified" to "the Indemnifier", the Indemnified" has required "the Indemnifier" to furnish to "the Indemnified" security in the manner and upon terms and conditions hereinafter indicated : NOW THEREFORE, in consideration of the premises aforesaid "the Indemnifier" Shri ..................................., Shri ............................ all directors/partners/sole proprietor of "the Indemnifier" in consideration of aforesaid "contract" hereby irrevocably and unconditionally and jointly and severally undertake to idemnify and always keep "the Indemnified" from and against all loss, damage and destruction (inclusive but not limited to any or all loss or damage or destruction to or of "the said material" or any item or part thereof) by theft, fire, flood, storm, tempest, lightning, explosion, storage, chemical or physical action or reaction, bending, wrapping, exposure, rusting, faulty workmanship, faulty fabrication or faulty method of technique of fabrication, riot, civil commotion or other act
of omission or commission whatsoever within or beyond the control of "the Indemnifier", misuse and misappropriation by "the Indemnifier's" servants and/or agents whatsoever to, of or in "the said material" or any part or item thereof between the date that the same or relative part or item thereof was supplied to "the Indemnifier" upto and until the return to "the Indemnified" on due dates of "the said material" or relative part or item thereof or completed fabricated work(s) incorporating the said material AND jointly and severally undertake to pay to "the Indemnified" forthwith on first demand in writing without protest or demur the value of "the said material" or item part thereof lost, damaged, destroyed, misused and/or misappropriated, as the case may be, inclusive of "the Indemnified" 's cost and expenses (inclusive but not limited to handling, transportation, cartage, insurance, freight, packing and inspection costs and/or expenses) as specified in the said demand. AND "the Indemnifier" hereby agree with "the Indemnified" that : 1. This Indemnity shall remain valid and irrevocable until the settlement of all claims of "the Indemnified" arising hereunder : 2. This Indemnity shall be in addition to any other Indemnity, Guarantee or Security whatsoever that "the Indemnified" may now or any time anywise have in relation to "the Indemnifier" 's obligations/liabilities under and/or in connection with the said contract inclusive of "the said material" and "the Indemnified" shall have full authority to take recourse to or enforce this security in preference to the other security (ies) at its sole discretion, and no failure on the part of "the Indemnified" in enforcing or requiring enforcement of any other security shall have the effect of releasing "the Indemnifier" from its full liability hereunder : 3. "The Indemnified" shall be at liberty without reference to "the Indemnifier" and without affecting the full liability of "the Indemnifier" hereunder to take any other such security in respect of "the Indemnifier" 's obligations and/or liabilities under or in connection with the "said contract" inclusive of "the said material" and to vary the terms vis-avis "the Indemnifier" of "the said contract" or to grant time and/or indulgence to "the Indemnifier" or to reduce or to increase or otherwise vary the prices or the total contract value or the quantity, quality, description or value of the said material or to release or to forbear from endorsement of all or any of the obligations of "the Indemnifier" under the said contract (inclusive of anything in respect of "the said material") and/or the remedies of "the Indemnified" under any other security(ies) now or hereinafter held by "the Indemnified" and no such dealing(s), variations(s), reduction(s), increase(s) or other indulgence(s) or arrangement(s) with "the Indemnifier" or release or forbearance whatsoever shall have the effect of releasing "the Indemnifier" from their full liability to "the Indemnified" hereunder or of anywise prejudicing rights of "the Indemnified" against "the Indemnifier" and "the Indemnifier" hereby waive all rights, if any,
at any time, inconsistent with the terms of this Indemnity. 4. This Indemnity shall not be determined or affected by the liquidation or winding up, dissolution, or change of constitution or insolvency of "the Indemnifier" and the obligations of "the Indemnifier" in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by "the Indemnifier" (whether now pending before any Arbitrator, Officer, Tribunal or Court) or any denial of liability by "the Indemnifier" or any other order or communication whatsoever by "the Indemnifier" stopping or preventing or purporting to stop or prevent any payment by "the Indemnifier" to "the Indemnified" in terms hereof : 5. The mere statement made by or on behalf of "the Indemnified" in any notice or demand or other writing addressed to "the Indemnifier" as to any of "the said material" or item or part thereof supplied to "the Indemnifier" having been lost, damaged, destroyed, misused or misappropriated while in the custody of "the Indemnifier" before or after completion of the completed fabricated work(s) incorporating "the said material" and delivery at job site thereof shall as between "the Indemnifier" and "the Indemnified" be conclusive of the factum of "the said material" or item or part thereof having been supplied to "the Indemnifier" and/or the loss, damage, destruction, misuse or misappropriation thereof, as the case may be, while in the custody of "the Indemnifier" and/or prior to the completion of the completed fabricated work(s) and delivery to job site thereof without necessity on the part of "the Indemnified" to produce any documentary proof or other evidence whatsoever in support of this; 6. The amount stated in any notice of demand addressed by "the Indemnified" to "the Indemnifier" as the value of any of "the said material", lost, damaged, destroyed or misused or misappropriated, inclusive relative to the cost and expenses incurred by "the Indemnified" in connection therewith shall as between "the Indemnifier" and "the Indemnified" be conclusive of the value of such "said material" and the said costs and expenses as also of the amount liable to be paid by "the Indemnifer" to "the Indemnified" in terms and for the purpose of, without necessity for "the Indemnfied" to produce any voucher, bill or other documentation or evidence whatsoever in support thereof. In witness whereof "the Indemnifier" have hereunto set and subscribed his hand this day and year first hereinabove written in the presence of witnesses. Yours faithfully, 1) 2) 3) WITNESSES 1. 2.
BANK GUARANTEE IN LIEU OF EARNEST MONEY (On Non-Judicial stamp paper of appropriate value) TO : Hindustan Petroleum Corporation Limited (Address as applicable) IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED a Government of India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Bombay-20 (hereinafter called "The Corporation" which expression shall include its successor in business and assigns) issued a tender on Messrs. ................................................ a partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at (hereinafter called "the Tenderer" which expression shall include its executors, administrators and assigns) against Tender no............ dated .................... (hereinafter called "the tender" which expression shall include any amendments/ alterations to "the tender" issued by "the Corporation") for the supply of goods to/execution of services for "the Corporation" and "the Corporation" having agreed not to insist upon immediate payment of Earnest Money for the fulfilment of the said tender in terms thereof on production of an acceptable Bank Guarantee for an amount of Rs....... (Rupees ................................. only). We, ................................... Bank having office at ..................................................... Bombay (hereinafter referred to as "the Bank" which expression shall include its successors and assigns) at the request and on behalf of "the Tenderer" hereby agree to pay to the Corporation without any demur on first demand an amount not exceeding Rs........... (Rupees ...................................... only) against any loss or damage, costs, charges and expenses caused to or suffered by "the Corporation" by reason of non performance and fulfilment or for any breach on the part of "the Tenderer" of any of the terms and conditions of the said "tender". 2. We, ........................................ Bank further agree that "the Corporation" shall be sole Judge whether the said "Tenderer" has failed to perform or fulfill the said "tender" in terms thereof or committed breach of any of the terms and conditions of "the order" and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by "the Corporation" on account thereof and we waive in favour of "the Corporation" all the rights and defences to which we as guarantors and/or "the Tenderer" may be entitled to. 3. We, ................................. Bank further agree that the amount demanded by "the Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liability to pay and the amount demanded and "the Bank" to undertake to pay "the Corporation" the amount so demanded on first demand
and without any demur notwithstanding any dispute raised by "the Tenderer" or any suit or other legal proceedings including arbitration pending before any court, tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional. 4. We, ....................................... Bank further agree with "the Corporation" that "the Corporation" shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said "tender"/or to extend time of performance by "the Tenderer" from time to time or to postpone for any time to time any of the powers exercisable by "the Corporation" against "the Tenderer" and to forbear to enforce any of the terms and conditions relating to "the tender" and we shall not be relieved from our liability by reason of any such variation or extension being granted to "the Tenderer" or for any forbearance, act or ommission on the part of "the Corporation" or any indulgence by "the Corporation" to "the tenderer" or by any such matter or things whatsoever which under the law relating to sureties would but for this provision have the effect of relieving us. 5. NOTWITHSTANDING anything hereinbefore contained, our liability under this Guarantee is restricted to Rs. ......... (Rupees....................................... only). Our liability under this guarantee shall remain in force until expiration of six months from the due date of opening of the said "tender". Unless a demand or claim under this guarantee is made on us in writing within said period, that is, on or before .................................... all rights of "the Corporation" under the said guarantee shall be forfeited and we shall be relieved and discharged from all liabilities thereunder. 6. We, ........................................ Bank further undertake not to revoke this guarantee during its currency except with the previous consent of "the Corporation" in Writing. 7. We, ......................................... Bank lastly agree that "the Bank" 's liability under this guarantee shall not be affected by any change in the constitution of "the Tenderer". 8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/or the Agreement/Contract or MOU entered into between "the Tenderer" and "the Bank" in this regard. IN WITNESS WHEREOF the Bank has executed this document on this .......................... day of ........................ For ........................ Bank (by its constituted attorney) (Signature of a person authorised to sign on behalf of "the Bank")
# BANK GUARANTEE IN LIEU OF LIQUIDATED DAMAGES (On Non-Judicial stamp paper of appropriate value) (Clause B.11.1 of Chapter IV) To: Hindustan Petroleum Corporation Limited (Address as applicable) IN CONSIDERATION OF MESSRS. HINDUSTAN PETROLEUM CORPORATION LIMITED a Government of India Company registered under the Companies Act, 1956, having its registered office at 17, Jamshedji Tata Road, Churchgate, Mumbai – 400 020 (hereinafter called "The Corporation" which expression shall include its successor in business and assigns) agreeing to grant a provisional extension of time in respect of the contract entered into with Messrs. ................................................ a sole proprietorship business/ partnership firm/ a company registered under the Companies Act, 1956 having its office at ........................................................... (hereinafter called "the Contractor", which expression shall include its executors, administrators and assigns) against Purchase Order No. .......... dated .................... (hereinafter called "the Contract" which expression shall include any amendments/ alterations to "the contract" issued by "the Corporation") for ………………………………………. (state the purpose of the Contract), and the Contractor having requested for extension of time without deduction of any Liquidated Damages from the bills in terms of the Contract and "the Corporation" having agreed to grant provisional extension of time pending a decision on the request for extension of time and not to insist upon immediate deduction/payment of Liquidated Damages upon receipt of this unconditional irrevocable Bank Guarantee for an amount of Rs....... ………………..(Rupees ....................................................... only). We, ................................... Bank having our office at ..................................................... Bombay (hereinafter referred to as "the Bank" which expression shall include its successors and assigns) at the request and on behalf of "the Contractor" hereby agree to pay to the Corporation without any demur and on first demand an amount not exceeding Rs…………….......... (Rupees ...................................... only) against any loss or damage, costs, charges and expenses caused to or suffered by or likely to be caused to or suffered by "the Corporation" by reason of the delay in performance of work or the Corporation agreeing to grant such provisional extension of time without insisting on deduction of Liquidated Damages. 2. We, ........................................ Bank further agree that "the Corporation" shall be sole Judge whether the said "Contractor" has failed to perform or fulfill the said "Contract" in terms thereof or committed breach of any of the terms and conditions of "the purchase ______________________________________________________________________________ order/Contract" or was not entitled to any extension of time and also the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by "the Corporation" on account thereof and we waive in favour of "the Corporation" all the rights and defences to which we as guarantors and/or "the Contractor" may be entitled to.
3. We, ................................. Bank further agree that the amount demanded by "the Corporation" as such shall be final and binding on "the Bank" as to "the Bank" 's liability to pay the amount demanded and "the Bank" undertakes to pay to "the Corporation" the amount so demanded on first demand without further proof or conditions and without any demur, reservation, contest, recourse or protest and without any enquiry of you or the Contractor, forthwith and in full without any deductions or set-offs or counterclaim whatsoever, the sum claimed by you in such Demand, notwithstanding any dispute raised by "the Contractor" or the pendency of any suit or other legal proceedings including arbitration pending before any court, tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional. We further agree that the Corporation shall not be bound to disclose any reasons while demanding any amount under the Bank Guarantee. 4. We, ....................................... Bank further agree with "the Corporation" that "the Corporation" shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder, to vary any of the terms and conditions of the said "Contract"/or to extend time of performance by "the Contractor" from time to time or to postpone for any time or from time to time any of the powers exercisable by "the Corporation" against "the Contractor" and to forbear to enforce any of the terms and conditions relating to "the Contract" and we shall not be relieved from our liability by reason of any such variation or extension being granted to "the Contractor" or for any forbearance, act or omission on the part of "the Corporation" or any indulgence by "the Corporation" to "the Contractor" or by any such matter or things whatsoever which under the law relating to sureties would, but for this provision, have the effect of relieving us. Any waivers or other forbearance given or variations required under the Contract or any invalidity, unenforceability or illegality of the whole or any part of the Contract or rights of any party thereto, or amendment or other modification of the Contract or any other fact, circumstance, provision of statute or law which might, were our liability to be secondary and not primary, entitle us to be released in whole or in part from our undertaking, shall not in any way release us from our obligations under this Guarantee. Our obligations hereunder in respect of the sum or sums demanded by the Corporation under this Guarantee are primary, independent and absolute and not by way of surety only. The Corporation may make an unlimited number of Demands under this Guarantee provided that the aggregate of all sums paid shall not exceed the entire Guarantee Amount. 5. Notwithstanding anything hereinbefore contained, our liability under this Guarantee is restricted to Rs. ......... ……. (Rupees....................................... only). Our liability under this guarantee shall remain in force until expiration of six months from the expiry of the said "Contract". Unless a demand or claim under this guarantee is made on us in writing within said period, that is, on or before .................................... all rights of "the Corporation" under the said guarantee shall be forfeited and we shall be relieved and discharged from all liabilities thereunder. 6. We, ........................................ Bank further undertake not to revoke this guarantee during its currency except with the previous consent of "the Corporation" in Writing.
7. We, ......................................... Bank lastly agree that "the Bank" 's liability under this guarantee shall not be affected by any change in the constitution of "the Contractor" or its insolvency winding up, reorganisation, amalgamation or liquidation (including any appointment of a receiver, administrator, administrative receiver or supervisor of the Contractor or any of its assets) nor in case of any dispute or disagreement whatsoever under the Agreement. We shall indemnify you immediately on demand against any cost, loss or liability suffered by you as a result of our this obligation being or becoming unenforceable, invalid or contrary to the laws of India (except in the case of a fraud by you). 8. "The Bank" has power to issue this guarantee in favour of "the Corporation" in terms of the documents and/or the Agreement/Contract or MOU entered into between "the Contractor" and "the Bank" in this regard. This Guarantee shall be governed by and construed in accordance with the laws of the Republic of India. 9. Any demand, notice or other communication given in connection with or required by this Guarantee shall be made in writing in English be delivered by hand to, or sent by pre-paid registered post, or facsimile transmission to: ________________________ ________________________ ________________________ IN WITNESS WHEREOF the Bank has executed this document on this .......................... day of ........................ For ........................ Bank (by its constituted attorney) Signature of a person authorised to sign on behalf of the bank") ______________
SECTION- 11
TIME SCHEDULE
Name of Work Time of Completion CONSTRUCTION OF 10" DIA. X 15 KM (APPROX.) & 8” DIA X 15 KM (APPROX.) STEEL PIPELINE, TERMINALS AND ASSOCIATED FACILITIES FOR BAHADURGARH TIKRIKALAN PIPELINE
COMPLETION OF CONSTRUCTION WORKS OF TWO PARALLEL 10’’X15 KM AND 8” X 15 KM U/G PIPELINES TRENCH FROM BAHADURGARH TO TIKARIKALAN, TAP-OFF/HOOK UP WITH EXISTING PRODUCT TANKS, INTERCONNECTING ABOVE GROUND COMPLETE PIPING SYSTEM, DISPATCH & RECEIVING TERMINAL WORKS INCLUDING COMPLETE ERECTION OF ALL PUMPS (8 NOS) AND COMMISSIONING ASSISTANCE, CONTROL ROOMS, STRUCTURAL SHEDS AND ALL ASSOCIATED MECHANICAL, CIVIL, STRUCTURAL, ELECTRICAL, INSTRUMENTATION, SCADA & TELECOMMUNICATION WORKS, CP WORKS AT BAHADURGARH & TIKARIKALAN AS PER SCOPE OF WORKS GIVEN IN TENDER WITHIN THE TIME PERIOD AS DETAILED BELOW: 26 WEEKS FROM THE DATE OF FOI. IT SHOULD BE NOTED THAT THE PERIOD OF COMPLETION GIVEN INCLUDES PREPARATION OF DRAWINGS (IF REQUIRED), PROCUREMENT AND SUPPLY OF MATERIAL INCLUDING THEIR INSPECTION AND TESTING, MOBILISATION AT SITE, CONSTRUCTION, LAYING, FABRICATION, ERECTION, INSPECTION, TESTING, RECTIFICATION (IF ANY) AND UPTO PRECOMMISSIONING OF FOLLOWING FACILITIES : A) PIPELINE UPTO HYDRO-TESTING
(READY FOR TAKING PRODUCT) B) TERMINALS AFTER TESTING (READY
FOR TAKING PRODUCT) C) PUMPS (READY FOR TAKING PRODUCT) D) CP SYSTEM READY FOR
COMMISSIONING E) ELECTRICAL & INSTRUMENTATION
READY FOR FINAL INTEGRATED TESTING & COMMISSIONING
4 WEEKS FOR OVERALL COMMISSIONING IN ALL RESPECTS TO THE ENTIRE SATISFACTION OF HPCL/MECON FROM THE DATE OF ADVISE TO COMMENCE COMMISSIONING.
Note: 1) The time of completion shall be reckoned from the date of award of contract, which
shall be the date of issue of letter/ Fax of Intent.
2) The time indicated is for completing all the works in all respects as per specifications, codes, drawings and instructions of Engineer-in-charge.
_______________________________ (STAMP & SIGNATURE OF BIDDER)
top related