Professional Documents
Culture Documents
( )
GAIL (India) Ltd.
(A Government of India Undertaking)
WHEREAS GAIL (INDIA) LTD. (hereinafter referred to as GAIL) which expression shall unless repugnant to the context includes
their legal representatives, successors and assigns having their registered office at 16, Bhikaiji Cama Place; R.K.Puram New
Delhi has entered into a CONTRACT with ______________________ (hereinafter referred to as the CONTRACTOR which
expression shall unless repugnant to the context include their legal representatives, successors and assigns) for
____________________on the terms and conditions as set out, inter-alia, in the CONTRACT No................. Dated............. and
various documents forming part thereof hereinafter collectively referred to as the "CONTRACT" which expression shall include all
amendments, modifications and/or variations thereto.
AND WHEREAS
i) GAIL has agreed to supply to the CONTRACTOR, equipment, plants and materials (finished, semi-finished and raw)for
the purpose of EXECUTION of the said CONTRACT by the CONTRACTOR (the equipment, plants and materials to
be supplied by GAIL to the CONTRACTOR, hereinafter for the sake of brevity referred to as the "said materials") and
pending execution by the CONTRACTOR of the CONTRACT incorporating the said materials, the said materials shall
be under the custody and charge of the CONTRACTOR and shall be kept, stored, altered, worked upon and/or
fabricated at the sole risk and expense of the CONTRACTOR.
ii) As a pre-condition to the supply of the said materials by GAIL to the CONTRACTOR, GAIL has required the
CONTRACTOR to furnish to GAIL an Indemnity Bond in the manner and upon terms and conditions hereinafter
indicated.
NOW, THEREFORE, in consideration of the premises aforesaid the CONTRACTOR hereby irrevocably and
unconditionally undertakes to indemnify and keep indemnified GAIL from and against all loss, damage and destruction
(inclusive but not limited to any or all loss or damage or destruction to or of the said materials or any item or part thereof
by theft, pilferage, fire, flood, storm, tempest, lightning, explosion, storage, chemical or physical action or reaction,
binding, warping, exposure, rusting, faulty workmanship, faulty fabrication, or faulty method or technique of fabrication,
strike, riot, civil commotion, or other act or omission or commission whatsoever within or beyond the control of the
CONTRACTOR, misuse and misappropriation (inclusive but not limited to the misuse or misappropriation by the
CONTRACTOR and the Contractor's servants and/or agents) whatsoever to, or of in the said materials or any part of
them thereof from the date that the same or relative part of item thereof was supplied to the CONTRACTOR upto and
until the date of return to GAIL of the said materials or relative part of item thereof or completed fabricated works(s)
incorporating the said material and undertake to pay to GAIL forthwith on demand in writing without protest or demur
the value as specified by GAIL of the said material or item or part thereof, lost, damaged, destroyed, misused and/or
misappropriated, as the case may be or, together with GAIL'S costs and expenses (inclusive of but not limited to
handling, transportation, cartage, insurance, freight, packing and inspection costs/or expenses upto) and aggregate
limit of Rs._________________________________________________ (Rupees
________________________________________________________________
_________________________________).
i) This Indemnity/Undertaking shall be a continuing Indemnity/ Undertaking and shall remain valid and
irrevocable for all claims of GAIL arising hereunder upto and until the midnight of ________________.
However, if the CONTRACT for which this Indemnity/Undertaking is given is not completed by this date, the
CONTRACTOR hereby agrees to extend the Indemnity/Undertaking till such time as is required to fulfil the
CONTRACT.
ii) This Indemnity/Undertaking shall not be determined by any change in constitution or upon insolvency of the
CONTRACTOR but shall be in all respects and for all purposes be binding and operative until payment of all
moneys payable to GAIL in terms of hereof.
iii) The mere statement of allegation made by or on behalf of GAIL in any notice or demand or other writing
addressed to the CONTRACTOR as to any of the said material or item or part thereof having been lost ,
damaged, destroyed, misused or misappropriated while in the custody of the CONTRACTOR and/or prior to
completion of the completed fabricated work(s) and delivery to job site thereof incorporating the said
materials shall be conclusive of the factum of the said material or item or part thereof having been supplied
to the CONTRACTOR and/or the loss, damage, destruction, misuse or misappropriation thereof, as the case
may be, while in the custody of the CONTRACTOR and/or prior to the completion of the completed
fabricated work(s) and delivery to job site thereof incorporating the said materials without necessity on the
part of GAIL to produce any documentary proof or other evidence whatsoever in support of this.
iv) The amount stated in any notice of demand addressed by GAIL to the CONTRACTOR as to the value of
such said materials lost, damaged, destroyed, misused or misappropriated, inclusive relative to the costs and
expenses incurred by GAIL in connection therewith shall be conclusive of the value of such said materials
and the said cost and expenses as also of the amount liable to be paid to GAIL to produce any voucher, bill
or other documentation or evidence whatsoever in support thereof and such amount shall be paid without
any demur and on demand and no dispute shall be raised concerning the same.
The undersigned has full power to execute this Indemnity Bond on behalf of the CONTRACTOR under the Power of
Attorney dated______.
Place:
Dated:
SECTION IV
SCOPE OF WORK
AND
TECHNICAL DETAILS
SECTION IV
M/s GAIL (India) Limited is operating major gas pipelines, Hazira Vijaipur Jagdishpur Delhi widely
known as HVJ pipeline & its spur lines in India commissioned in 1987 having a length of approximately
1873 kms. These pipelines are utilized for transporting of Natural Gas from west cost of India i.e.
Hazira, near Surat to central and north zone of India. The relevant portion of the map of India showing
the geographical location of the pipeline is enclosed at Annexure I.
These pipelines are feeding Natural Gas to various Petrochemical, Fertilizer, LPG & Power Plants
located along the pipeline route. This pipeline passes through forest, rocky, marshy and desert terrain
and having many major / minor road, rail, river, canal crossings.
GAIL does its pipeline integrity analysis time to time based on the best available techniques in the world
this includes in-line inspection of its pipeline using MFL tool. GAIL has already completed inline
inspection using MFL tool of its 642 Km 36 Dia HVJ pipeline (From Hazira to Vijaipur), 352 Km 30 HVJ
pipeline (From Vijaipur to Auraiya) and presently in-line inspection of its 505 Km 36 Dia. GREP pipeline
is going on. However, the Spur lines of HVJ of sizes 24 Dia & 18 Dia were not pigged (Intelligent
as well as cleaning Pigging) after commissioning.
The pipelines being covered under this scope of work are the HVJ spur lines of sizes 24 dia Auraiya-
Aonla-Babrala-Dadri pipeline of total length approximately 420 Km with 05 Pigging segments & 18 Dia.
of 04 pipelines namely Dadri-DESU, Vagodia- IPCL, Auraiya-Jagdishpur & Vijaipur- Boreri-Gadepan.
The total length of these 18 Dia pipelines approximately 435 Km having total 08 pigging segments. All
the pipelines have been provided with three-layer PE coating along with Impressed Current Cathodic
Protection System. Source of power for ICCP is Closed Cycle Vapour Turbine (CCVT) installed at the
Radio Repeater (RR) station along the pipeline at an interval of 35-40 Km (approx.). Total 63 nos of
Sectionalizing full bore ball valves have been installed in these spur lines at a regular interval for the
safety measures. Pipeline has been provided with the Tele-supervisory and telecommunication system
for efficient and safe operation. Each pipeline segment is provided with Launcher & Receiver facilities at
each end. The above pipeline have not been pigged since commissioning and there are no reported
failure so far.
1.0 OBJECTIVE
The objective of the present pigging programme includes cleaning. Electronic gauging and
in-line inspection( Corrosion Detection & Axial Defect detection) using MFL techniques (without
disturbing the process) is to assess the health of the pipeline in quantifiable terms.
The following is general overall technical information about the HVJ spur lines under the
present scope of work; however, the detailed technical information in the format has been
enclosed for all the pigging segments at annexure I of the bid document along with general
schematic line diagram with relevant technical details.
The gas velocities (different for different segments) mentioned in the bidding document can not
be altered due to operational constraints during cleaning, electronic geometry and high
resolution intelligent pig runs.
The bidders tool should be capable to detect & size the defects in the above-mentioned
conditions as per the conditions of the contract.
The scope of work under this tender include in line inspection of 24 & 18 Dia HVJ-Spur
pipeline segments (approximately 855Km, 13 Segments) by running high resolution intelligent
Pig (Corrosion Detection Pig)based on magnetic flux leakage techniques to detect and quantify
internal /external corrosion/mechanical defects and other anomalies preceded by proving,
cleaning, gauging and calliper(Geometry)pig runs. In addition to that, out of 855 Km,
approximately 284 Km ( 02 segments for 24 dia. Auraiya-Dadri pipeline, 01 segment for 18
dia. Auraiya-Jagdishpur pipeline & 01 segment for 18 dia. Vijaipur-Gadepan pipeline) for the
same pipelines , the contractor has to run their high resolution Axial defect detection Pig to
accesses & sizing of the defects along the axial direction of pipe which includes but not limited
to axial cracks, stress corrosion cracks, longitudinal weld seam defects etc. All facilities/
services which the CONTRACTOR feels necessary to fulfil the WORK (other than which has
been specified in this contract are in the scope of the OWNER) shall have to be arranged by
him at no extra cost and time to the OWNER.
The entire job has been bifurcated into two groups as under and scope of work detailed
out as under shall be applicable for both groups.
The bidders are free to quote for Group-I or Group-II or for Both the Group-I & Group-II.
2.2.1 ACTIVITIES
Following activities shall be required but not limited to complete the entire job to the satisfaction
of the OWNER
Mobilization of all equipment e.g. High Density Foam Pigs, Cleaning pigs (Brush & Magnet
Pigs), Gauging Pigs, Caliper pigs, Intelligent pigs (Corrosion Detection Pig & Axial Defect
detection Pig) Pig locating device, pig tracking devices, magnetic markers, spares,
All the gauge & cleaning Pigs (Brush & Magnet) should be of bi-directional type.
Sufficient quantities ( for both the sizes of the pipelines) of Cleaning Pigs , foam Pigs along with
electronic geometry Pigs & MFL tools ( Corrosion Detection Pig & Axial defect detection Pig)
shall be mobilized by the bidder before commencement of the job .However, Bidder are
expected to make their own assessment of actual resources required for them and mobilized
accordingly.
Contractor shall mobilize adequate numbers tracking personnel along with tracker for tracking
of pig in the pipeline under scope of work without waiting for turn around time. Minimum Three
(3) nos pig tracking devices & sufficient number of transmitters shall be mobilized by the
contractor for tracking the pig during run. However contractor should be in position to mobilize
additional tracking devices if required depending on terrain, accessibility to tracking location
etc.
2.2.1.4 CONSUMABLES
Markers for placement (at every 2.5 Km interval). Bidder should note that markers shall
not be retrieved back after completion of the job.
All tools & tackles for pig preparation.
primary and secondary sensors assembly for the CDP.
cable cord, for electronic and sensors for each group of pipeline.
electronic assembly including electronic cords, tape recorder and cassette and other
electronic components which can be replaced at the site by the field personnel.
Set of all type of Batteries .
Magnet & brush assemblies.
Odometer wheel assembly including cables for each size of pipe.
backup software required for calibration of EGP / CDP.
spare battery backup for pig tracking devices and transmitters.
Following Tools & tackles (but not limited to) shall be mobilized by the contractor
At least two set of tools and tackles required for servicing of Cleaning, Gauge, Brush,
Cleaning Magnet, EGP / Corrosion Detection pigs/Axial defect detection Pig.
Two set of pusher rod for pushing the pig inside the barrel.
Two sets of lifting sling suitable for each type of pig.
03sets of COME ALONG tackle for with about 5 meter of rope for pulling the tool
out of receiver barrel.
Two sets of wheel mounted trolley for transporting Pigs to launcher and receiver and
transportation of debris to a safer location.
One set of non-sparking tools to work in the hazardous location.
04 sets of Nitrogen cylinder regulator and key.
Other equipments required for interpretation of data of EGP, Corrosion Detection Pig &
Axial defect detection Pig.
2.2.1.6 MANPOWER
During cleaning Pigging operations, two teams with adequate helpers and qualified personnel
one for launching and the other for receiving shall be deployed by the contractor along with the
tools and tackles. In each tracking location adequate number of personnel with tracking device
to be deputed. All the tracking personnel should have a proper communication device/ Cell
phone. During EGP, CDP & axial defect detection pigging, in addition to above the contractor
has to deployed additional experts. There should be at least one project Manager to co-
ordinate with Pigging team and GAIL.
All facilities / services, tools, consumables, man power and equipments which the
CONTRACTOR feels necessary to fulfil the WORK apart from the facilities/ services mentioned
under Owners obligation (clause no. 18 of SCC) shall have to be arranged and transported to
work site by him at no extra cost and time to the owner (GAIL).
The magnetic markers to be supplied by the contractor at least 45 days in advance before start
of job to install it by GAIL. The markers will be installed on the pipeline at 2.5 Km interval,
irrespective of availability of permanent pipeline markers / installations. These permanent
markers shall not be retrieved back after completion of inspection work and shall not be taken
back by Contractor. The maximum coating thickness on the pipeline is 3.0 mm. However,
Contractor to deploy markers of adequate strength so that same shall be detected by high
resolution Inspection Pig during inspection at above coating thickness and gas velocities. The
contractor has to submit the detail of the marker location with GPS co-ordinate. The GPS has
to be arranged by the Contractor.
During installation of the markers, the representative of the contractor shall be present and
ensure the proper installation. It shall be the Pigging contractors responsibility in case of non-
identifying the magnet markers by the contractors tool.
The pigging contractor can install other type of permanent markers; however, contractor shall
be responsible for identifying the exact location of the defect with reference to the markers.
In addition to above, the contractor can bring its own above ground markers with GPS for
identification of the defect location with no extra cost to GAIL.
Contractor is required to Conduct Calibration / Pull through test of Corrosion Detection Pigs &
Axial defect detection Pigs at Contractors work facilities prior to mobilization of pig at sites by a
reputed third party inspection agency of their own country. Owner at their discretion reserves
the right to witness and/or to appoint its authorized agency to witness the Pull through test to
ascertain diagnostic capability, reliability etc. of the inspection tools to be deployed at site.
During pull through test, the OWNER representatives shall be allowed to share the technical
information related to the intelligent Pigs, including test pipe data, tool velocity, magnetization
level achieved and metal loss inspection performance achieved during testing. Pull through test
report for Corrosion Detection Pigs & Axial defect detection Pigs shall be submitted within
seven days of performing the test.
The test certificates witnessed by the third party inspector (and duly certified by the OWNERs
representative, if witnessed) shall be submitted to the OWNER in English language. All the
charges for engaging & certification charges of the third party inspector shall be borne
by the Contractor.
The drawings for pig launcher & receiver and enclosed at Annexure 1. Bidder to satisfy himself that their
pigging requirements are met. Any modification to the access area which the BIDDER feel essential
shall be included in his BID and the BID shall also be evaluated by including the cost of such
modifications as indicated by the Bidder. NO additional cost in this regard shall be payable.
In case the modifications is required to be carried out, the contractor shall have to submit the detailed
drawings of proposed modification and obtain approval of OWNER before commencement of work.
Same shall have to be tested and inspected to the satisfaction of OWNER. Hot work shall be avoided
site to the extent possible.
2.2.3 Carrying out 01 (one) number of high density foam pigs runs in each pipeline segments of covered
pipeline under SCOPE OF WORK prior to running of cleaning pigs to make final assessment of the line
piggability and provide detailed daily site report for each in the approved format before commencing the
subsequent run.
2.2.4 Carrying out 01 (one) number of gauging pig runs in each pipeline segment covered under SCOPE OF
WORK prior to running of cleaning pigs to make final assessment of the line piggability and provide
detailed daily site report for each in the approved format before commencing the subsequent run.
2.2.5 Carrying out 04 nos. of cleaning pig run of any combination of Brush pig and magnetic pig as decided
by the OWNER in each pipeline segment covered under SCOPE OF WORK including pig tracking. The
degree of cleanliness of pipeline segment will be based on the following criteria:
Maximum amount of debris coming out of the line shall be less than 100 Kg.
Magnets onto the magnet pig shall have collected less ferrous debris than the magnet can hold.
2.2.6 Extra Cleaning Pig Run (if necessary): If in any segment the pigability/ cleanliness as per the criteria
mentioned above could not achieved after the above Pig runs, then the contractor has to run the
required no of extra pigs (any type gauge/ magnetic/ brush pigs) to achieve the degree of cleanliness.
For the extra run (apart from the mandatory 1no. Foam, 1 no.Gauge, 4nos. cleaning pig run), the
payment shall be made as per the item No. 2 of SOR . The contractor has to mobilize his manpower
and necessary Pigs as per the requirement.
2.2.7 Carrying out adequate number of electronic geometry (caliper) pig runs in each pipeline segment
covered under SCOPE OF WORK including pig tracking for each segment decided after findings of
gauge pig run and analysis of data of the caliper survey to detect the nature, extent (in% ID of pipeline)
and location of internal construction (dent) in the pipeline segment and provide detailed daily site report
for each run in the approved format before commencing the subsequent run.
The contractor to submit typical data logs for EGP run along with site report and demonstrate that the
minimum internal bore/maximum constriction detected in the pipeline do not exceed the limitation of
High resolution Inspection tool. Detailed processed EGP logs shall be submitted along with the final
Work Report.
2.2.8 Carrying out adequate number of Corrosion detection pig runs in each pipeline segment by running high
resolution MFL tool including pig tracking on each segment to generate valid and physically verifiable
data for identification of external and internal corrosion other defects/anomalies location of girth weld,
valves, lateral joints and tees and submit the detailed daily report indicating the data is generated for the
entire length of segment. The preliminary site report shall be submitted by Contractor along with the
typical data logs of CDP.
2.2.9 Carrying out adequate number of axial defect detection pig runs for approximately 284 Km of 04
segments of the pipeline ( 02 segments for 24 dia. pipeline & 02 segments for 18 dia pipelines) by
running high resolution MFL tool including pig tracking to generate valid and physically verifiable data
for identification of & sizing of the defects (internal & external) along the axial direction of pipe which
includes but not limited to axial cracks, stress corrosion cracks, longitudinal weld seam defects etc and
submit the detailed daily report indicating the data is generated for the entire length of segment. The
preliminary site report shall be submitted by Contractor along with the typical data logs of axial defect
detection Pig.
Bidder to note that no pig train shall be permitted in a particular segment due to operational
constraints.
2.2.10 DEFECT VERIFICATION
At the discretion of OWNER out of the identified defect a maximum of 05 (five) verification of detected
defects shall be verified for each segment of pipeline. The excavation, removal of coating, cleaning of
surface by excavating, removing the coating, re-coating of the pipe (after defect verification by the
contractor), restoration of ROU will be done by GAIL. Non-Destructive testing shall be done by the
Contractor (including mobilization required instruments/equipment such as UT flaw detector etc.) to
confirm the detected defect to Owner / their authorized third party inspection agency to the satisfaction
of Engineer-In-Charge. Please refer clause no. 2.5.12 of this section for further technical detail
regarding the defect verification.
In- case a mismatch has been found between the reported defect based on the report from the
intelligent Pigging by the contractor and that of dig verification, then cost incurred in the excavation and
backfilling and coating repair shall be charged to the contractor as per actual, based on the prevailing
market rate in India. This is applicable to the mismatch that is within the acceptable limit of POD
(Probability of Detection) also.
As pigging contractor shall assist (along with the GPS) the local contractor engaged by GAIL for
installation of permanent markers, GAIL shall not be responsible for any wrong installation of Permanent
marker.
2.2.11 DEMOBILIZATION
Demobilization of all contractors tools, personnel, equipment after successful completion of all pigging
activities for all segments of all the pipelines. However, Contractor can demobilize the high-resolution
intelligent pig after completion of the last segment. However, if inspection survey of a particular
segment(s) is declared unsuccessful in the defect verification then contractor to remobilize the high-
resolution tool at no extra cost to OWNER and within the time schedule as per contract to carry out
inspection of segment(s), which are declared as unsuccessful.
Before demobilizing, the contractor has to ensure proper cleanliness of the working sites, to the
satisfaction of OWNER.
2.2.12 OPERATION MANUAL, PROCEDURE DOCUMENTS REPORTS etc.
Preparation and submission of Operation Manual and Work Procedure for execution of the field
activities for the various Pigs and pipeline covered under scope of work before commencing the job for
OWNER approval.
Preparation and submission of daily site report after completion of each pigging activity.
Preparation of Preliminary report based on results of Corrosion Detection Pigging & axial defect
detection Pigging (wherever done) giving location/sites for Dig verification.
Analysis of the Corrosion Detection Pigging & axial defect detection pigging (wherever done) data
at Contractors works site.
Preparation and submission of the final work report for each segment within 45 (forty-five)
days after completion of field activities of the particular segment for approval by the Owner. The
final work report shall include foam, gauging, cleaning, caliper, corrosion detection pig runs &
axial defect detection Pig runs details (wherever performed) with operational and functional
parameters, daily detailed site report of each run with observations, individual feature report,
severity analysis, velocity plot of Intelligent pig, defect distribution along the length of segment
and report of dig verification etc.
Submission of Recommendation for Repair Report (RRR) and Fitness for Purpose (FFP)
report after the acceptance of Final Work Report by GAIL and with in the contractual time of
completion. The FFP report should be as per the guidelines of standard ASME B31G (latest
edition).
BIDDER will write down in his offer all foreseeable abnormal circumstances during the execution of the
project for enabling the GAIL to take appropriate measures in time. The GAIL will prepare a contingency
plan incorporating all abnormal situations to overcome such situations, if the same arise during the
implementation of the project.
In the event of pig (upto gauge pig) getting stuck in the pipeline during the first time of pigging activity
because of the anomaly in pipeline construction, CONTRACTOR shall assist GAIL in the retrieval of the
tool. This assistance will be limited to his providing advice and help in operation for salvaging the tool
and in putting back the pipeline in normal operating condition. Also refer to clause no. 2.4.3 of this
section for details.
The objective of this section is to write down foreseeable abnormal circumstances for taking appropriate
measures, when such a condition arises during implementation of Project.
The GAIL has foreseen the following abnormal conditions. However, if the BIDDER foresees any other
abnormal condition, he is free to make a mention of the same in his technical BID offer.
During execution of pigging for the pipeline defined in the Scope of Work of this document, if it is found
that it is not feasible to proceed with subsequent stage of pigging in the pipeline, unless major
rectification of certain areas of pipeline are completed, then, the GAIL and the CONTRACTOR shall
hold discussion and come to a mutual agreement about revised pigging program for that segment of the
pipeline. What constitute a major modification shall be decided by GAIL and communicated to the
contractor.
CONTRACTOR is required to get valid interpretable and physically verifiable data for each segment of
pipeline.
In case CONTRACTOR is not able to perform fully to the satisfaction of GAIL and generate valid data
for each pipeline segment covered under SCOPE OF WORK during the live runs of electronic geometry
pig and live intelligent pig, the payment shall be made as per provision of clause 21.0 of SCC, (Terms of
Payment).
The BIDDER shall provide a contingency plan in his BID as proposed by him in case any of the pigs get
stuck up. The plan shall identify procedure for exactly locating the stuck up pig, equipment including
SPREAD and support facilities required to retrieve the pig and maintain the flow with minimum loss of
time and optimum efforts.
In the event of pig getting stuck (up to gauge pig) in the any segment of the pipeline because of the
pipeline construction, the CONTRACTOR shall assist GAIL in retrieval of the tool. The assistance in the
field will be limited to his providing advice and help in operation. After retrieval of the pig, decision to
continue with the next phase of activities shall be taken by GAIL. Locating the stuck pigs shall be the
responsibility of CONTRACTOR.
Reverse flow is not possible. Pressure surges may be possible which need to be critically planned in
consultation with GAIL and CONTINGENCY CONTRACTOR.
If Pig do not move from stuck up location, by any measure, then the pipeline section shall have to be
cut for retrieval of Pig. Hot tapping, bypass loop installation, Pipe cutting, etc. before pig retrieval and
necessary erection, fabrication and modification of pipe with new pipe piece after retrieval of pig shall be
done by owner. If gauge pig get stuck due to some anomaly/reduction in diameter of pipeline then the
cost of replacement will be borne by Owner. However, locating the stuck pig is the responsibility of
pigging contractor with an accuracy of +10m. If gauge pig gets stuck due to contractors fault then
replacement cost shall be borne by Pigging Contractor. After Gauge Pigging, any subsequent pig get
stuck then replacement cost shall be borne by Pigging Contractor as per actual, based on the prevailing
market rate in India. However, consequential damages shall not be charged from pigging contractor.
After fabrication & erection and resumption of flow, pigging Contractor shall run Gauge pig to check
internal restriction, if any.
2.4.4 MISMATCH OF INSPECTION RESULTS WITH ACTUAL DEFECTS DURING SITE VERIFICATION
In case of variance between the results of physical defect verification and the results reported by the
contractor on the basis of intelligent pigging (after considering the tolerance as provided in the contract)
segments, GAIL shall review the entire case in consultation with the contractor and shall reserve the
right to terminate the contract at their discretion and the payment for the work done up to such stage
shall be made as per SCC clause No 21.0 (Terms of payments.)
2.5.1 INTENT
i) The intent of the specification is to set forth the requirements of the in-line inspection of the 24
dia.& 18 Dia HVJ-Spurlines of approximately 855 Km having total 13 Pigging using corrosion
detection Pig and out of this 855 Km, approximately 284 Km ( 02 segments for 24 dia. Auraiya-
Dadri pipeline, 01 segment for 18 dia. Auraiya-Jagdishpur pipeline & 01 segment for 18 dia.
Vijaipur-Gadepan pipeline), the contractor has to run their high resolution Axial defect detection
Pigs after properly cleaning and gauging the pipelines without disturbing the process parameters to
help the BIDDER to quote his unit rate PRICE in the schedule of rates in this document.
ii) This requirement is not intended to be all inclusive and use of guidelines set-forth does not relive
the CONTRACTOR to his responsibility to carry out all activities successfully as defined in scope of
WORK and to obtain valid, interpretable and physical verifiable data from the intelligent pig runs
about the condition of the pipeline.
iii) Other than Foam Pig all the Gauge & Cleaning pigs (Brush & Magnetic) should be Bi-
directional type and the intelligent Pigs shall be of MFL type.
The Corrosion Detection tools & axial defect detection tools used for on line Inspection for pipeline
segments covered under Scope of Work in response to this bid, should be High resolution inspection
tool based on Magnetic Flux leakage Technology.
CONTRACTOR shall be required to maintain the velocities of different pigs (by using various
techniques to control the velocity of pigs) in such a manner that normal flow through a particular
segment while a particular pig is travelling is not required to be altered. The bidders proposed tool
should be capable to handle the flow variation because of any unforeseen process disturbance.
The operating flow rates & velocity for different pipeline segments are given in Annexure I of
the document.
2.5.4 HIGH DENSITY FOAM PIG , GAUGE AND CLEANING PIG RUNS
Prior to launching of corrosion detection pigs, CONTRACTOR shall complete all activities required to
check the piggability and cleanliness of pipeline and to verify the internal geometry of the pipeline with
relation to ovality, dent etc. and to ensure that internal bore restriction at any location does not exceed
the limitation of proposed tools to be used subsequently. For that purpose the contractor shall have to
carry out 01 (one) number of high density foam pig run, 01 (one) number of gauging pig runs in each
pipeline segment covered under SCOPE OF WORK prior to running of cleaning pigs to make final
assessment of the line piggability. The gauging pig shall be fitted with the gauging plate made of
Aluminum and its diameter should be 95% of minimum pipeline internal diameter. CONTRACTOR s
cleaning and gauging pig assemblies should be able to pass over or negotiate lateral tees or bends of
sizes or radii given in the Annexure I of this document. After the satisfactory report of gauge pig run the
contractor shall carry out total 04 nos. of cleaning pig run of any combination of Brush pig and magnetic
pig as decided by the OWNER in each pipeline segment covered under SCOPE OF WORK including
pig tracking. The degree of cleanliness of pipeline segment will be based on the following criteria:
Maximum amount of debris coming out of the line shall be less than 100 Kg.
Magnets onto the magnet pig shall have collected less ferrous debris than the magnet can hold.
Extra Cleaning Pig Run (if necessary): If in any segment the pigability/ cleanliness as per the criteria
mentioned above could not achieved after the above Pig runs, then the contractor has to run the
required no of extra pigs (any type gauge/ magnetic/ brush pigs) to achieve the degree of cleanliness.
For the extra run (apart from the mandatory 1no. Foam, 1 no.Gauge, 4nos. cleaning pig run), the
payment shall be made as per the item No. 2 of SOR . The contractor has to mobilize his manpower
and necessary Pigs as per the requirement.
The technical specifications of foam, gauge and cleaning pigs should be as per the
specifications provided in the tender document, which should be confirmed by bidder in the
offer. Bidder to furnish minimum % of ID / Construction that his cleaning pigs is capable to pass
without any damage to tool and pipeline.
The electronic geometry (caliper) pig should be capable of recording the entire length of each segment
i.e. from launcher to receiver in one single run and therefore its electronic recorder system should have
requisite data storage capacity. Battery life therefore should be adequate to commensurate with the run
time required to travel the pipe length of each segment and the drive cups should have requisite
resistance to wear and tear to maintain effective seal throughout the entire run time.
The measurement shall cover the entire 360 degree of internal pipe wall circumference using properly
oriented and sufficient quantity of sensors. The tool should be capable to identify and locate the
following features as a minimum.
Individual Girth weld
Dent, ovality, buckles, or any other out of roundness, change in pipeline I.D. and difference of
thickness.
Bend with bend radius and degree of bend.
Valves or any partially closed valves.
2.5.6.1 Upon completion of all preceding activities (foam, cleaning, gauging, caliper runs) and based on their
results CONTRACTOR shall intimate about his readiness for running the high resolution Corrosion
Detection Pig. COMPANY shall indicate the exact time of launching the corrosion detection pig in
consultation with CONTRACTOR.
As per the requirement of GAIL, the contractor has to run its high-resolution axial defect diction Pig after
the corrosion detection Pig for some selected segments of the pipelines (24 dia. & 18 dia pipelines).
Permanent Magnetic Marker devices should be placed at 2.5 km interval in each segment prior to
running of Intelligent Pig. Permanent magnet marker shall be supplied by the contractor for this purpose
and shall not be retrieved back.
The Corrosion detection Pig proposed by the BIDDER should be capable of identifying & sizing the
following anomalies keeping in view the defect significance detailed as given in coming pages:-
* General corrosion * Pitting corrosion
* Mechanical damages * Laminations
The Axial defect detection Pig proposed by the BIDDER should be capable of identifying & sizing the
following anomalies keeping in view the defect significance detailed as given in coming pages:-
* General corrosion * Pitting corrosion
* Mechanical damages * Laminations
* Axial cracks * Stress corrosion cracks
* Bulges, dents, ovalities. * Measuring pipe wall thickness.
* Run distance measurement * Measuring pipe & spool lengths
* Manufacturing defects *Locating metallic objects adjacent to pipeline.
* Longitudinal weld seam defects
2.5.7.1 The following information/performance is expected out from the Geometry survey.
The Electronic Geometry Pig should detect a DENT OF minimum of 2% OF INTERNAL DIAMETER
AND ABOVE. The geometry defect should be located in the field with an accuracy of +/- 1.0% of
distance traveled from nearest marker or pipeline feature.
2.5.7.2 The following information/performance is expected out of the intelligent pig inspection.
a) The external and internal metal loss/mechanical defects should be identifies, discriminated,
sized (L x B x D) and suitably reported in a mutually agreed manner.
c) To check the effect of inter-active corrosion if a cluster of pits are identified close to each
other, values of L1, L2 W1, W2.. should be reported (refer sketch below) and the
location of each pit cluster is to be identified with reference to permanent pipeline feature.
Two individual metal loss features interact when axial spacing between the metal loss feature edges is
less than the smallest metal loss feature length and circumferential spacing is less than smallest metal
loss feature width.
Metal Loss 1
Metal loss 2
L1, L2: Length of metal loss 1 & 2 X : Longitudinal distance between metal
d) Any metal loss in the heat affected zone of the weld should be specifically highlighted in the
report but may not be sized.
The BIDDER must specify in his offer the maximum length which can be inspected in one single
continuous run by the tool proposed by him. It is required to complete the entire run length of each
segment of pipelines in a single run.
The best accuracy offered and guaranteed by the BIDDER for each category of defect should be
clearly spelt out. The BIDDER must define the pitting corrosion, general corrosion and the accuracy
offered by him in each case for a) depth of corrosion, b) axial and circumferential location of
corrosion and, c) length of corrosion. For Axial, defect detection tool the axial cracks, SCC colonies
and the accuracy offered by him in each case for length, width, depth & circumferential location.
2.5.10 CONFIDENCE LEVEL AND PROBABILITY OF DETECTION
A confidence level of 80% is acceptable in defect sizing accuracy (i.e. guaranteed accuracy is
acceptable for equal to or more than 80% metal loss features reported) with 90% Probability of
Detection (POD).
The intelligent pigs should have as a minimum, the following capabilities with 80% confidence level
and 90% probability of detection (POD).
B.LOCATIONAL ACCURACY
AXIAL
WITH IN PIPE + 0.20M
A
FROM MARKER +(1.0M+1% of the distance
traveled)
B CIRCUMFERENTIAL + 15 DEGREE
C. The MFL tool should able to detect and locate the circumferential cracks if any.
The contractor has to deploy his tracking team along with the pig tracking device and along with the
proper communication system (cell phone) during the movement of any type of pig (except the foam
pig) put into the line during pre-inspection or intelligent pigging and shall be required to be monitor along
the pipeline length from launcher to receiver trap. The BIDDER shall detail out the complete
methodology of pig tracking proposed to be deployed by him including complete technical details of the
equipment and device proposed to be used for this purpose.
GAIL & the CONTRACTOR shall mutually agree regarding the Pig Tracking intervals and locations as
per standard peactices.
Contractor on completion of CDP/ Axial defect detection pig run, to furnish a preliminary inspection
report indicating the details of all the defects including sizing of defects, chainage of defects,
circumferential location, distance from magnet marker/pipeline feature, pipe joint length etc.
At the discretion of GAIL a maximum of five verification dig sites for each segment from the recorded
data will be identified and the verification shall be done by the contractor within four weeks from the date
of receiving the information on dig site verification from Engineer In-Charge. However the excavation,
coating removal, re-coating and restoration are in the OWNERs scope. To locate the defects and
verification of defects in daylight or through NDT to be done by the contractor.
However, while offering the defects for verification the Contractor shall follow the following guidelines :-
- A maximum of 5 numbers of most injurious verifiable metal loss defects to be identified in each
segment.
- General Corrosion defects with length and width greater than 3t X 3t and metal loss depth 20% of
wall thickness or more.
- Pitting corrosion defects with length and width greater than 2tX2t and metal loss depth 40% of pipe
wall thickness or more.
- Mill defects and other manufacturing defects which do not threaten the pipeline integrity should not
be considered for verification purpose.
- Axial cracks & SCC colonies
In case of variance between the results of physical defect verification (either day light and/or using NDT)
and the results reported by the contractor on the basis of intelligent pigging (after considering the
tolerance as provided in the contract) segments, GAIL shall review the entire case in consultation with
the contractor and shall reserve the right to terminate the contract at their discretion and the payment for
the work done up to such stage shall be made as per SCC clause No 21.0 (Terms of payments).
In case verifiable defects are not found in a particular segment, the Contractor shall explicitly indicate
this situation in his preliminary report so that payments against Clause No. 21.0 (TERMS OF
PAYMENT) of SCC (Special condition of contract) can be released after getting the preliminary report.
OWNER shall participate in the analysis of the recorded data together with the engineering and other
personnel of CONTRACTOR. This analysis shall be carried out at BIDDERs Analysis Centre to achieve
the following objectives:
a) To identify the locations of internal or external defects likely to jeopardize the normal safety and
operation of the pipeline.
b) To arrive at general methodology of repair to be followed.
c) Short-term measures to be taken in view of potentially hazardous defects, if found in any of the
pipelines.
BIDDER shall provide all raw and processed data and his software package along with the operating
system in WINDOW based platform. The software should be licensed in the name of GAIL (India) Ltd.
However, any reporting system shall include but not limited to the following:
a) Preliminary site report for each pipe segment for each running of foam, cleaning, caliper, intelligent
pig runs stating comments/observations of each run, pig condition, operating parameters and total
time required.
b) A detailed report in respect of each pipe segment of running each of the pre-inspection tool such as
cleaning pig, caliper pig.
c) A detailed report on the geometry survey of each pipeline segment incorporating the following
supplemented with raw/processed data logs.
i. List of installations.
ii. List of Significances with
1. Feature Information
2. Feature type
3. Feature description
4. Feature log Distance
5. Feature Clock orientation
6. Feature length
7. Feature depth (Change in ID)
iii. Installation references
1. Distance from next installation
2. Installation Distance
3. Installation type
s) All the Reports and data generated by the CONTRACTOR shall be compiled in Hard copies along
with CD ROM/ DVD having user-friendly operation on an IBM Compatible PC along with the
software necessary for review/analysis of data. This is required to facilitate selection of significant
defects, their chainage and sizing. Contractor to provide Five sets of Hard copy along with
CDROM/ DVD consisting all generated data along with compatible operating software.
CONTRACTOR is required to pre-calibrate the inspection tools with a reputed third party agency of their
own country (Intelligent pig) to perform the pilot/loop test at his inspection centre before mobilization of
these inspection tools to SITE. COMPANY at its discretion reserves the right to witness and /or to
appoint its authorized agency to witness the above pre-calibration/pilot/loop tests to ascertain the
diagnostic capability, mechanical performance requirements, reliability etc. of the inspection tools to be
deployed at SITE. The cost for appointing the third party inspector & other associated charges shall be
borne by the contractor. However, it is clearly and expressly understood by the CONTRACTOR that
such association of the COMPANY for witnessing the pre-calibration/pilot/loop tests shall in no way
absolve the responsibility of the CONTRACTOR either for the performance of the inspection tool or his
obligations under the CONTRACT. COMPANY shall bear the expenses of his representative/authorized
agency related to travel, (to and fro) boarding, lodging and other incidentals during the period of their
stay for witnessing above tests of inspection tools at the inspection Centre of the CONTRACTOR. Pull
through test report of Corrosion Detection pig/ Axial defect detection Pig shall be submitted within seven
days of performing the test.
2.5.16.1.1 Pig shall be made out of open cell polyurethane foam of uniform density 8-10 LBS/CU
FT and coated with polyurethane ester synthetic rubber coating. The material for
foam Pig should confirm the standard ASTM 02240/ DIN 53505/ BS903. The PIG
should withstand temperature range from 0 Deg to 80 Deg.C and upto 90 Deg C for
short duration.
2.5.16.1.3 Pig shall be suitable for heavy wiping of internal surface of minimum 250 KM
continuous run.
2.5.16.1.4 Pig shall be able to successfully pass through up to 50% reduction in pipeline -internal
diameter.
2.5.16.1.5 OD of the poly pig & quantity to be supplied shall be as per tendered Scope of work
2.5.16.1.6 Each pig. shall be equipped with a pulling hook on front portion of the pig body. The
hook may be made of nylon rope.
2.5.16.1.7 Weight & Length of the pig must be given by the bidder.
2.5.16.2.1 Each Bi-Di Gauge/Scrapper pig shall essentially consist of four polyurethane sealing disc and
two support/guide discs,mounted on a carbon steel body.Each disc shall be separated by
suitable polyurethane spacers.Each pig shall be suitable for specific nominal diameter
pipelines to be cleaned.
2.5.16.2.2 Polyurethane Sealing discs. Support/ guide discs and polyurethane spacers: -
i) All discs and spacers shall be made of polyurethane with large sealing surface area to
accept wear during run. The sealing disc O.D and support / guiding disc O.D. shall be
as per tendered specification of works. The maximum allowable tolerance on each disc
O.D is +/- 2 mm.
ii) Physical properties of polyurethane for sealing discs and supporting discs should be as
per ASTM 02240/ DIN 53505/BS903/ DIN53504/ DIN.53516. The PIG should
withstand temperature range from 0 Deg to 80 Deg.C and upto 90 Deg C for short
duration.
2.5.16.2.5 Each pig/spare discs shall be suitable for pigging of 250 km, continuous run of pipeline on
each occasion, unless specified elsewhere.
2.5.16.2.6 The pig shall be flexible enough to negotiate restrictions in internal diameter up to 15%.
2.5.16.2.7 The pig shall be able to maneuver itself through 3 D (90 degree) bends.
2.5.16.2.8 The pig shall have provision of bypass ports and shall be plugged with threaded plugs.
2.5.16.2.9 The pigs shall be equipped with a pulling hook on front portion of pig body.
The primary application of Magnetic Pig is to remove ferric debris left in the pipeline during construction
or operations. The ferric debris includes welding rods, nuts, brushes & various solid steel objects.
The Pig shall be Bi-directional type with all discs and body confirmed to the general specification of Bi-
Di pigs. The following additional features are required:
Each Pig shall have adequate magnet packs made of permanent magnet, backing iron &
housing to be suitable for mounting on the Bi-Di Pig. The housing should have adequate
strength to prevent the magnet from breaking and falling into the pipeline in case of impact.
Each magnet pack shall have a lift capacity of minimum 3 Kg. Each magnet shall have
minimum strength of 800 gauss.
APPENDIX (I)
PROFORMA FOR FOAM, GUAGING PIG, BRUSH CLEANING PIG, MAGNET CLEANING PIG
DETAILS
DIAMETER OF TOOLS:
APPENDIX (II)
PROFORMA FOR ELECTRONIC GEOMETRY PIG DETAILS
DIAMETER OF EGP:
APPENDIX (III)
SECTION V
SPECIAL
CONDITION
OF
CONTRACT
SECTION V
CONTENT
1.0 INTRODUCTION
2.0 WATER, POWER & OTHER UTILITIES
3.0 BIFURCATION OF WORK
4.0 SCOPE OF WORK
5.0 SCOPE OF SUPPLY
6.0 TIME OF COMPLETION
7.0 DETAIL OF PIPELINE
8.0 PROJECT SCHEDULING & MONITORING
9.0 MOBILISATION ADVANCE
10.0 CUSTOM DUTY ON INSPECTION EQUIPMENTS TOOLS AND TACKLES
11.0 INSPECTION AIDS, EQUIPMENT, TOOLS AND TACKLES
12.0 CHANGE ORDERS
13.0 PRICE ESCALATION
14.0 COMPLIANCE WITH LAWS
15.0 SCHEDULE OF RATES
16.0 INTELLIGENT PIGGING SUCCESSFUL/NOT SUCCESSFUL
17.0 ABNORMALLY HIGH UNIT RATES (AHR ITEMS)
18.0 OWNER'S OBLIGATION
19.0 CONTRACTORS OBLIGATION
20.0 ENTRY PASSES, GATE PASSES, WORK PERMITS & SAFETY REGULATIONS
21.0 TERMS OF PAYMENT
22.0 ORGANISATION FOR THIS WORK
23.0 EQUIPMENTS, TOOLS & TACKLES
24.0 QUALITY CONTROL FOR REUSING THE DIFFERENT PIGS
25.0 SEGMENT
26.0 MOBILISATION
27.0 INCOME TAX & CORPORATE TAX
28.0 DEDUCTIONS FROM CONTRACT PRICE
29.0 WITHHOLDING, ACCOUNTING AND TAX REQUIREMENTS
30.0 OPERATIONAL CONSTRAINS
31.0 DEFECT LIABILITY PERIOD
32.0 MAXIMUM VELOCITY OF INTELLIGENT PIG
33.0 PIGS WITH A COMBINATION OF DIFFERENT FUNCTIONS
SECTION V
SPECIAL CONDITIONS OF CONTRACT
1.0 INTRODUCTION.
M/s GAIL (India) Limited is operating major gas pipelines, Hazira Vijaipur Jagdishpur Delhi widely
known as HVJ pipeline & its spur lines in India commissioned in 1987 having a length of approximately
1873 kms. These pipelines are utilized for transporting of Natural Gas from west cost of India i.e.
Hazira, near Surat to central and north zone of India. The relevant portion of the map of India showing
the geographical location of the pipeline is enclosed at Annexure I.
GAIL does its pipeline integrity analysis time to time based on the best available techniques in the world
this includes in-line inspection of its pipeline using MFL tool. GAIL has already completed inline
inspection using MFL tool of its 642 Km 36 Dia HVJ pipeline (From Hazira to Vijaipur), 352 Km 30 HVJ
pipeline (From Vijaipur to Auraiya) and presently in-line inspection of its 505 Km 36 Dia. GREP pipeline
is going on. However, the Spur lines of HVJ of sizes 24 Dia & 18 Dia were not pigged (Intelligent
as well as cleaning Pigging) after commissioning.
The objective of the present pigging programme includes cleaning. Electronic gauging and
in-line inspection using MFL techniques (without disturbing the process) is to assess the health
of the pipeline in quantifiable terms of its 24 Dia (Auraiya- Aonla- Babrala-Dadri)& 18 Dia.
spur lines (Auraiya-Jagdishpur, Vijaipur-Boreri-Gadepan, Dadri-DESU, Vagodia-IPCL) of total
855 Km . having 13 Pigging segments.
1.1. The Special Conditions of Contract shall be read in conjunction with the General Conditions of Contract,
specifications of work, drawings and any other document forming part of this contract wherever the
context so requires.
1.2. Notwithstanding 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 General Conditions of Contract 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 General
Conditions of Contract only to the extent that such repugnancy of variations in the Special Conditions of
Contract as are not possible of being reconciled with the provisions of General Conditions of Contract.
1.4. Whenever it is mentioned in the specification that the CONTRACTOR shall perform certain work or provide
certain facilities, it is understood that the CONTRACTOR shall do at his own cost and the Contract price
shall be deemed to have included cost of such performances and provisions, so mentioned.
1.5. The materials, design and workmanship shall satisfy the applicable relevant Indian & International
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.
2.1 Drinking Water and Power( 230V AC, 50 HZ only) as required for execution of works shall be provided
by the OWNER, free of cost. However, for cleaning of Pigs and for other use of contractor, the
contractor shall arrange water.
3.1 The entire job has been bifurcated into two groups. GROUP- I consists of Pipelines of 24 Dia & GROUP-II
consists of pipelines of 18 dia.
3.2 The bidders shall be free to quote his offer either for GROUP-I or GROUP-II or for BOTH the GROUPS.
3.3 The offers shall be evaluated based on the quoted rates in SOR on individual GROUP basis
and job shall be awarded to the lowest bidder of that Group.
No material whatsoever shall be supplied by the OWNER. All materials required for execution of work shall
be covered under Contractor's Scope of Supply.
B. Time of completion shall be reckoned from the DATE OF LETTER OF INTENT . Date of Submission of
Recommendation for Repair Report (RRR), Fitness for Purpose (FFP) Report, after acceptance of Final
Work Report by GAIL, shall be treated as the date of COMPLETION of CONTRACT.
C. The time of completion stipulated above is inclusive of time required for mobilization of equipment and
personnel at site by the CONTRACTOR as well as for demobilization.
D. The time includes time required for pipeline cleaning including additional cleaning run, gauging, EGP,
MFL tools etc. and completion of all other associated works such as installation of Markers etc. and
making the entire pipeline ready for running the intelligent pig.
E. GAIL shall be taking maximum of 4 (four) weeks time for acceptance of Final Work Report from the date
of submission by contractor, which is included in the above Time of Completion.
The detail of the pipeline and the necessary technical detail is attached in Annexure-1 of the tender
document
8.0 PROJECT SCHEDULING & MONITORING
The following schedules/documents/reports shall be prepared and submitted by the CONTRACTOR for
review/ approval at various stages of the contract.
A. Schedule
The Bidder is required to submit a Project Time Schedule in Bar Chart Form, along with the Bid. The
Schedule shall cover all activities including mobilization, procurement, ordering, delivery schedule of
necessary materials if any, completion of all the associated works required for running of intelligent pig and
completion of the works as per bid document, demobilization etc. with in the completion time stipulated in
the Bidding 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 overall project requirement.
The CONTRACTOR shall submit within 2 weeks of Notification of Award, a detailed overall project
schedule in the activity network form, clearly indicating the major milestones, inter-relationship/
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 execution of contract.
The CONTRACTOR is required to submit within two weeks of award of work, the methodology of
progress measurement and the basis of computation of overall services/physical progress informed.
OWNER reserves the right to modify the methodology in part or in full.
The CONTRACTOR shall present the programme and status at various review meetings as required after
start of actual work.
Agenda : a) Weekly programme v/s actual achieved in the past week and
programme for next week.
c) Client query/approval.
b) Completion Outlook
d) Assistance required
e) Critical issues
f) Client query/approval
This report shall be submitted 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:
c) Scheduled v/s 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.
f) Annexures giving status summary for Material Requisitions and deliveries, sub-contracting and
construction.
B. Weekly Report
This report (3 copies) will be prepared and submitted by the CONTRACTOR on weekly basis and will cover
following items:
10.1 CONTRACTOR is liable to pay custom duty on all equipments and materials brought into India for executing
the works covered under this CONTRACT. The CONTRACTOR shall be fully liable for observing all the
formalities in this regard as well as to pay the custom duty chargeable on the equipments, including any
deposit payable for such purpose. No adjustment in quoted rates shall be permissible for any change in
applicable rate of duty in respect of equipment & materials brought in India for the use and for re-export of
equipment & materials on completion of the works covered under this CONTRACT.
10.2 If the Custom Authorities require the CONTRACTOR to furnish a bond to secure payment of any custom
duty in respect of any import and that such Bond shall be furnished by the OWNER, the OWNER may at the
request of the CONTRACTOR furnish the said Bond against the CONTRACTOR furnishing a Bank
Guarantee to the OWNER, of the like amount in the form and from a Bank in India approved by the
OWNER.
10.3 If for any reason the OWNER is required by the Customs Authorities to pay any customs duty due to the
importation or retention by the CONTRACTOR of any imports, the CONTRACTOR shall forthwith on
demand by the OWNER pay the same to the OWNER, with the right in the OWNER (without prejudice to
any other mode of recovery or right of the OWNER) to deduct the same from the on account and other
payments due and/or becoming due or payable to the CONTRACTOR from time to time. The payments
under such a case shall be subject to submission of Bank Guarantee from a Bank approved by OWNER, by
the CONTRACTOR in favour of the OWNER for an amount equivalent to amount of custom duty.
10.4 The obligations undertaken and/or any bond or facility provided by the OWNER to the CONTRACTOR shall
be based on the clear understanding that the said equipment shall be utilized by the CONTRACTOR only
for the performance of the work covered under this contract and that the OWNER shall be discharged
forthwith from all said obligations and shall be entitled forthwith to discontinue and recall any bond or other
facility to the CONTRACTOR if the CONTRACTOR shall utilize or permit to be utilized the said
equipment(s) or any of them for the performance of any work other than the work covered by the Contract in
which event any amount due from CONTRACTOR in this connection shall also carry interest @ 22%
(Twenty two percent) per annum from the date of relative payment by OWNER up to the date of recovery in
full.
The clause no: 86.1 of GCC stand modified to the following extent only:
11.1 CONTRACTOR shall be solely responsible for making available for executing the work, all requisite
Equipment, Special Aids, tools, tackles and testing equipment and appliances suitable for this type of work.
Such equipment shall be subject to examination and approval by OWNER for the same being in first class
operating condition. Any discrepancies pointed out by OWNER shall be immediately got rectified, repaired
or the equipment replaced altogether, by CONTRACTOR within a reasonable time frame. OWNER shall not
in any way be responsible for providing any such equipment, tools and tackles etc other than what is
mentioned under OWNERS OBLIGATION in clause 18.0 hereinafter.
11.2 Contracted rates shall be deemed to be inclusive of custom duties, if any, applicable on the equipments &
machinery imported from abroad and set up in India for the execution of this contract. No adjustment in
contracted rates shall be permissible for any change in duty as specified above.
11.3.1 All demurrage, wharfage and other expenses incurred due to delayed clearance of the equipments as
above or any other reason shall be to the account of the CONTRACTOR. CONTRACTOR will make
arrangements for getting the necessary documentary import clearance formalities completed at the port of
disembarkation, through his local representatives or he shall make adequate timely arrangements for all
such clearances.
11.3.2 The CONTRACTOR shall, however, notify OWNER of the date of each shipment from the port of
embarkation as well as expected date of arrival of all equipment, at the designated port of arrival.
11.3.3 Complete shipping information concerning the Weight, size, content, etc., of each shipment shall be
forwarded to OWNER by CONTRACTOR.
11.4.1 The CONTRACTOR shall arrange import of all equipments required for execution of this works as
per the guidelines laid down by the Government of India. No Import license shall be provided by OWNER
for this purpose. OWNER shall issue recommendatory letter required by the statutory body on request from
the CONTRACTOR without any financial implication and obligation on its part.
12.1 A change order will be initiated in case (i) the OWNER directs the CONTRACTOR to include any addition to
the scope of work covered under this contract or delete any part of the scope of the work under the contract,
(ii) CONTRACTOR requests to delete any part of the work which will not adversely affect the operational
capabilities of the CONTRACT and if agreed by the OWNER and for which cost and time benefits shall be
passed on to the OWNER.
12.2 Any changes required by the OWNER before giving their approval to detailed procedure or any other
document relating to material procurement, layout plans etc. for complying with requirements of Bidding
Document shall not be construed to be a change in the scope of work under the Contract.
12.3 Any change order as above comprising an alteration which involves a change in the cost of the works
(which sort of alteration is hereinafter called a "Variation") shall be the subject of an amendment to the
contract by way of an increase or decrease in the contract price and adjustment of the Time Schedule, if
any.
12.4 If the contract provides applicable rates for the valuation of the variation in question the contract price shall
be increased or decreased in accordance with those rates. If the parties agree that the contract does not
contain applicable rates then the parties shall negotiate a revision of the contract price which shall represent
the change in cost of the works caused by the variations. Any change order must be duly approved by the
OWNER in writing.
12.5 If there is a difference of opinion between the CONTRACTOR and OWNER whether a particular work or
part of work constitutes a change order or not, the matter shall be handled in accordance with the
procedures set forth in Clause 12.7.
12.6 Within 10(ten) working days of receiving the OWNER's comments on documents submitted by the
CONTRACTOR for approval, the CONTRACTOR's response in writing stating which item(s) is/are potential
change(s), if applicable, will be submitted to the OWNER.
12.7 Procedure
12.7.1 During execution of work, if the CONTRACTOR observes that any new requirement not specific or intended
in the Bidding Document has been indicated by OWNER, they shall discuss the matter with OWNER's
representatives.
12.7.2 In case such modifications are required by the CONTRACTOR they would also discuss the matter with
OWNER's representative.
12.7.3 In either of the two cases above, the representatives of both parties shall discuss the CONTRACT
requirement and mutually decide whether the CONTRACT requirement constitutes a change order.
12.7.4 If it is mutually agreed that the CONTRACT requirement constitutes a "Change Order: then a joint
memorandum will be prepared to confirm a "Change Order" with basic ideas of necessary agreed
modifications.
12.7.5 CONTRACTOR will study the work required in accordance with the joint memorandum and assess
subsequent schedule and cost effect if any.
12.7.6 The results of this study would be discussed mutually to enable OWNER to give a final decision whether
CONTRACTOR should proceed with the Change Order or not, in the best interest of the CONTRACT.
12.7.7 If OWNER's representative accepts the change order in writing then CONTRACTOR shall proceed with the
work stipulated in the Change Order. Time worked by all workmen employed and a statement showing the
description and quality of all materials and plant utilised for extra work shall be submitted to OWNER. The
OWNER's representative shall sign and return to the CONTRACTOR the statement, as agreed. At the end
of each month the CONTRACTOR shall deliver to the OWNER's representative a priced statement of the
labour, materials and plant used. Whenever any dispute arises as to cost allocation between the
CONTRACTOR and the OWNER, the voucher shall nevertheless be signed by the OWNER as a record of
time worked and materials used. List and vouchers so signed will be the subject of negotiations between
the OWNER and the CONTRACTOR regarding their costs allocation.
12.7.8 In case mutual agreement whether CONTRACT Requirement constitutes a Change Order or not, is not
reached prior to the start of the work , then CONTRACTOR, in the interest of the CONTRACT, shall take up
the implementation of the work, if advised in writing to do so by OWNER's representative. Pending
settlement between the two parties to the effect whether the CONTRACT Requirement constitutes a change
order or not as per the terms and conditions of contract documents shall be decided/ settled mutually.
12.7.9 The time and cost effect in such a case shall be mutually verified for the purpose of record. Should it be
established that the said work is constituting a change order, the same shall be compensated taking into
account the records kept and in accordance with the contract.
12.7.10 Should the amount of Extra Work/Change Order, if any, which the CONTRACTOR may be required to
perform by the OWNER, fairly entitles the CONTRACTOR to extensions of time beyond the scheduled
completion date for completion of either the whole of the works or for such Extra work only, the OWNER
and the CONTRACTOR shall mutually discuss and decide the extension of time, if any to be granted to the
CONTRACTOR.
13.1. The contract price shall be deemed to be firm and valid for the entire duration of the contract till the
completion of work, and shall not be subject to any adjustment due to increase in prices of materials,
utilities, or any other input for performance of work under the contract.
14.1 The CONTRACTOR shall abide by all applicable rules, regulations, statutes, laws governing the
performance of works in India, including but not limited to the following:
v) Factory Act
x) Any other Statute, Act, Law as may be applicable for establishing, maintaining, running of
coating plant.
14.2 Similarly the CONTRACTOR shall abide by all the applicable rules, regulations, statutes, laws
governing the performance of works outside India, if applicable.
14.3 OWNER shall not be responsible for any default by CONTRACTOR due to lack of information on the
part of the CONTRACTOR.
The Schedule of Rates (SOR) shall be read in conjunction with Special Conditions of Contract, General
Conditions of Contract, Technical Specifications, Drawings and any other Document forming part of the
contract. The quantities shown against the various items are only approximate and subject to variations as
per the stipulation made in General Conditions of Contract. The contracted rates shall include any
variations in the quantities of work.
All the works, item wise, shall be measured upon completion and paid for at the contracted rates. In case
any activity though specifically not covered in Schedule of Rates description but the same is covered under
Scope of work/ specification/Drawings etc., no extra claim on this account shall be entertained, since SOR is
to be read in conjunction with SCC, GCC, Technical specifications, drawings & any other documents
forming part of the contract.
All items of work in the Schedule of Rates shall be carried out as per the Specifications, drawings and
instructions of the Engineer-in-Charge and the Rate so quoted in Schedule of Rates shall be inclusive of
all materials, consumables, labour, supervision, tools and tackles, as well as preparatory, incidental,
intermediate/auxiliary/ancillary or enabling works etc.
Intelligent Pigging run shall be considered SUCCESSFUL provided at the end of the intelligent pigging run,
the contractor is able to deliver valid interpretable and physically verifiable data which after dig site
verification in the field is found in conformity with the defect significance mentioned in SCOPE OF WORK
& TECHNICAL SPECIFICATION section of the bid document.
Intelligent Pigging run shall be considered NOT SUCCESSFUL provided at the end of the intelligent pigging
run, the contractor is able to deliver valid interpretable and physically verifiable data which after dig site
verification in the field is found in non conformity with the defect significance mentioned in SCOPE OF
WORK & TECHNICAL SPECIFICATION section of the bid document.
16.3 After intelligent pigging if the verifiable data received is found in non-conformity with the defect significance
mentioned in Scope of Work & Technical Specification then contractor can do the re-run of the intelligent
pigs and do the verification at the new location as decided by GAIL and with no extra cost to GAIL. However
the completion time will remain same. If still the mismatch exists between the verifiable data received from
the intelligent pigging and that of dig site verification then Intelligent Pigging run shall be considered NOT
SUCCESSFUL as per clause no. 16.2 above.
18.1 Launcher/Receiver barrel in working order at all stations including lifting tackles, monorail and one chain
pulley-block (3-Ton), at launcher & receiver this will also include the main line valves and its associated
valves and necessary online instruments.
18.2 GAIL shall arrange 230VAC, 50 HZ power supply. The bidder has to make necessary arrangements in-
case any other type of power supply is required by him.
18.4 GAIL shall provide existing communication (wherever available) to the extent available for local use
only.
18.5 GAIL shall provide the existing set up/facilities at each of the launcher / receiver stations. No
modifications on any of these facilities shall be allowed as these are constructed with proper design
following international standards / codes. However, any modifications, if warranted, shall be carried out
by the contractor with written permission of the Owner at his own risk and cost.
18.6 GAIL Shall install the under ground markers which will be supplied by the CONTRACTOR, well in
advance to install it all along the pipeline at 2.5 Km interval. However, the Contractor has to be
associated during installation of such markers. GAIL shall also be associated for the disposal of debris
coming out from the pipeline and will excavate the pipeline during defect verification this will only
include excavation, removal of coating, cleaning of pipe-surface, re-coating and back filling.
18.7 Guest house accommodation to Contractors personnel depending on availability at Vijaipur & Auraiya
(on chargeable basis) shall be provided. For rest of the locations contractor has to make his own
arrangements for accommodation of his personnel.
Apart from OWNERs obligation mentioned in the clause no. 18 of SCC, all other obligations/ responsibility
are with the contractor to complete the entire job as per terms and conditions of tender document. This will
include but not limited to the following:
Deployment of adequate Manpower, skilled and unskilled for Pig handling at Launcher and receiver, which
includes lifting the Pigs in the barrel, removing the Pigs from the barrel, assistance for preparation of Pigs,
cleaning of Pigs.
Crain at each launcher & receiver for loading and unloading the Pigs, putting the heavier Pigs like CDP,
axial defect detection Pig & EGP in the launching tray and removing from receiving tray and also for Pig
repair.
Supply of all types of pigs (foam, brush, magnetic, caliper & MFL tool) along with necessary spares &
equipments to complete the pigging activities of the entire HVJ-Spur pipelines of 24 & 18 Dia.
Deployment of adequate data interpreter of intelligent pigging along with all necessary equipments for data
interpretation.
.Dig verification.
Arrangement of adequate number of vehicles for transporting contractors man, machines, tools & tracking
team. At least 04 vehicles will be required, two for Pig tracking team and one each for Pig launching &
receiving team.
Supply of nitrogen for pigging along with all necessary fitting and tubing.
20.0 ENTRY PASSES, GATE PASSES, WORK PERMITS & SAFETY REGULATIONS
20.1.1 The CONTRACTOR has to apply for photo entry passes for his workers & staff in a prescribed Performa
available with OWNER. The photo entry passes shall be issued by OWNER for a maximum period of three
months and if extension is required by the CONTRACTOR, he has to apply separately for extension. As a
special case temporary entry passes for a maximum period of seven days may be issued.
20.1.3 In case of loss of any entry pass, the CONTRACTOR has to lodge FIR with local police station and inform
the ENGINEER-IN-CHARGE and will have to pay Rs. l50.00 against each computerized entry pass and
Rs.50.00 for ordinary photo pass.
20.1.4 Identity card issued by the security section should always be carried/displayed by contractors employee
while working inside the plant/platform.
To bring materials/equipments/tools/ tackles etc. inside the plant for construction WORK, the
CONTRACTOR has to produce challans/proper documents to the Owners personnel at gate. The
materials shall be checked thoroughly by the Owners personnel at gate and recorded in their register
before allowing any materials to bring inside the Plant/platform by CONTRACTOR/his representative. It is
Contractors responsibility to see that the recorded entry No., Date, Signature of Owners authorized
representative personnel with stamp are there on the challan/supporting documents before taking any
materials inside the plant. In addition to above, entry of the material will be permitted only during the
stipulated working hour, and more so, if consignee is available to receive the said material.
To take Contractors materials out of the plant, the CONTRACTOR has to apply with specific
purpose/reasons to the ENGINEER-IN-CHARGE, attaching challans/ supporting documents signed by
Owners personnel at gate during entry. Moreover, a certificate from the Management certifying that the
nomenclature and specification shown in the challan confirms to the original one as correct, will be issued.
The CONTRACTOR shall abide by security regulations as enforced by OWNER from time to time.
20.3.1 Hot WORK permit are to be obtained for all the jobs which are capable of generating flame, spark, heat,
etc., like
(2) Grinding
(3) Welding
(4) Use of any electrical/Diesel/Petrol/battery operated prime mover/ M/c / tools/ equipments etc. like
Generator set, Mixer M/c, Drilling M/c, pumps, crane, fork lifter, hand lamp, truck, trailer, megger
etc.
(11) Opening of hydrocarbon vessels, pipelines man entry into confined space like excavation pit,
sumps etc.
(13) Radiography.
20.3.2 Cold WORK permits are to be obtained for the jobs which are not coming under the category of HOT
WORK and where there is no risk of fire like:
(ii) Arrangement for making welding/hot WORK booth, setup for temporary power/water connection,
shed for protecting M/cs from rain etc.
(iii) Cold application of hot & cold insulating materials on pipes & equipments.
(v) Shuttering, fixing of reinforcement, hand mix concreting, plastering, brickwork, etc.
According to the nature of WORK and use of various types of equipments & tools the CONTRACTOR has
to apply for cold/hot permits in a prescribed format at least three days before the WORK is planned to start.
No WORK permit shall be issued by the competent authority unless proper arrangement is made by the
CONTRACTOR at site to ensure safe performance of WORK inside the plant/platform. Job wise and area
wise permit shall be issued to the CONTRACTOR and against each permit at least one construction super-
visor and one safety supervisor of required level shall always be made available at site by the CON-
TRACTOR. The supervisor shall have sufficient experience in relevant field.
Permits are to be obtained separately for Entry/use of vehicles/Trailers etc. inside the plant. The following
requirements are to be met to obtain vehicle permit:
(4) Valid road tax certificate, fitness certificate and insurance policy from competent authority.
(2) No permit is valid if it is not renewed by the shift in- charge/his representative in shifts (morning &
evening).
(3) The permit shall be issued for a maximum period of one month and if extension is required, the
CONTRACTOR has to apply for fresh permit.
(4) As a special case working hours beyond l6.30 may be extended up to l9 hrs. after taking approval
of ENGINEER-IN-CHARGE, if the CONTRACTOR applied for extended hours in well advance
with valid reasons.
(5) No permit is valid on holidays unless special permission is obtained from the competent authority.
The WORK shall be carried out inside the plant/platform as per safety practices enforced by OWNER safety
section and instruction of EIC issued from time to time. Many times it may happen that the working hours
shall be drastically reduced or increased to meet certain safety requirements and the CONTRACTOR shall
meet these requirements without any argument for time and financial implementation. To obtain WORK
permit and to satisfy all conditions laid down therein, shall be the responsibility of the CONTRACTOR. No
claim for idling of machinery, plant, manpower etc for safety reasons or non-issuance of WORK permit by
I/C, Safety Section shall be considered.
The CONTRACTOR shall abide by all safety regulations of the plant and ensure that safety equipment for
specific job kit as stipulated in the factory act/safety handbook is issued to the employee during the
execution of WORK, failing which all the WORKS at site will be suspended.
(l) When doing hot WORK inside the plant/platform, the CONTRACTOR must ensure that the fire
hose is hooked up with the fire water system and extended to the WORK spot. Fire extinguisher
must be kept near the working spot. Area around and below the hot working place must be
adequately protected from falling/coming out of sparks/hot metals from the booth made of
asbestos cloth/sheet and wetting them with water. The CONTRACTOR must arrange sufficient
number of fire hoses and fire fighting equipments of approved quality at his own cost to carry out
hot job inside the plant.
(2) Opening of OWS/Sewer pit must be covered with asbestos sheet and cloth while during hot
WORK nearly such openings.
(3) Welding & Electrical cables should be of approved quality, continuous and full with insulation. No
jointing & loose connection will be permitted.
(4) At the end of the working day the CONTRACTOR must inform electrical section to switch off
power at substation end and must ensure that all switches from substation and m/s are made off
by them.
(5) In some sensitive area of the plant only pneumatic tools/tackles are allowed to operate.
(6) Only brass hammers are allowed to be used inside the plant.
(7) The CONTRACTOR must provide cotton dress, safety shoe, safety helmet, safety belt, hand
gloves of approved quality to his workers to meet the safety requirement of various job to be
carried out inside the plant.
(8) Grass to be removed around and below the hot work point and water to be sprayed before starting
the hot job.
(l) Vehicle must not ply on any road within the plant at a speed exceeding permitted speed for
particular plant.
(2) Mobile crane/loaded trucks/trailers must not exceed speed limit of l0 km/hr. inside the plants.
Progress payment shall be released to contractor after successful pigging of different segments against
running account bills duly certified by Engineer-in-Charge after affecting the necessary deductions/
recovery accrued thereon. The basis for payment against various items shall be as below.
21.1 Prorata payment shall be made as under for each segment for item no. 1 of each GROUP:
i) 10% against completion of all the associated field activities for cleaning pigging and
acceptance of Preliminary Pipeline and Site Cleaning report by GAIL.
ii) 10% against completion of field activities for electronic geometry pigging and acceptance of
electronic geometry pig run by GAIL.
iii) 10% against completion of field activities for high-resolution inspection tool and confirmation
by Contractor that verifiable and interpretable data has been generated by High Resolution
inspection tool which will meet the specifications as mentioned in "Defect Significance" in
Technical Specifications of bid Document.
iv) 25% on submission of Preliminary report on high resolution inspection run, reporting the
verifiable defects as per "Defect Verification" in Technical Specifications of bid Document and
confirmation by GAIL after dig verification that reported defects are found in conformity with
"Defect Significance of technical specification in bid Document after joint defect verification in
the field.
v) 30% on submission and acceptance of Final Work Report, Recommendation for Repair Report
(RRR) and Fitness for Purpose (FFP) report
vi) 15% on completion of inline inspection of all segments covered under scope of work.
21.2 For item No. 2 of SOR ( extra cleaning run) of each GROUP:
100% against completion of all the associated field activities for cleaning pigging and
acceptance of Preliminary Pipeline and Site Cleaning report by GAIL for each segment.
21.3 For item no. 3 of SOR ( axial defect detection Pig) of each GROUP:
i) 10% against completion of field activities for high-resolution inspection tool and
confirmation by Contractor that verifiable and interpretable data has been generated by
High Resolution inspection tool which will meet the specifications as mentioned in
"Defect Significance" in Technical Specifications of bid Document.
ii) 45% on submission of Preliminary report on high resolution inspection run, reporting
the verifiable defects as per "Defect Verification" in Technical Specifications of bid
Document and confirmation by GAIL after dig verification that reported defects are
found in conformity with "Defect Significance of technical specification in bid Document
after joint defect verification in the field.
iii) 30% on submission and acceptance of Final Work Report, Recommendation for Repair
Report (RRR) and Fitness for Purpose (FFP) report.
iv) 15% on completion of inline inspection of all segments covered under scope of work.
In case Intelligent Pigging is not successful for any segment, for the works carried out on the
particular segment, payment already made against clause 21.1 (iii) Onwards for item no. 1 of
SOR & 21.3 (i) onwards for item no. 3 of SOR, if any, shall be recovered from the contractor.
21.4 Compensation for extended stay
In the event of the time of completion of work getting delayed beyond the time schedule
indicated in the bidding document plus a grace period due to reasons solely attributable to
Employer, the Contractor shall be paid compensation for extended stay (ESC) to maintain
necessary organizational set up and construction tools, tackles, equipments etc. at site of work.
The grace period for such purpose shall be 4 weeks.
The bidder is required to specify the rate for ESC on per week basis in the PRICE PART of
his bid, which shall be considered for loading on total quoted price during price bid evaluation.
The loading shall be done for a period of 1/4th of the time schedule (taken as number of weeks)
or 12 weeks whichever is less. In case bidder does not indicate the rate for ESC in price part of
his bid, it will be construed that no ESC is required by the bidder. While calculating 1/5th of the
time schedule as grace period and 1/4th of the time schedule for evaluation, the figure will be
rounded-off to the next higher digit.
Loading towards extended stay compensation will be done for each Group separately
considering respective time schedule of each group.
Subject to the provisions in the contract document and without prejudice to Contractors
liabilities and responsibilities to provide adequate qualified skilled, semi skilled and unskilled
personnel on the work, CONTRACTOR shall deploy site organisation and augment the same
as decided by the Engineer-in-Charge depending upon the job requirement & the exigencies of
work so as to complete all works within the contracted time schedule and without any additional
cost to OWNER.
23.0 EQUIPMENTS, TOOLS & TACKLES
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,
tools & tackles and augment the same as decided by the Engineer-in-Charge depending on the
exigencies of the work so as to complete all works within the contracted time schedule and
without any additional cost to OWNER.
24.0 QUALITY CONTROL AND RE-USING THE DIFFERENT PIGS
Quality control by the contractor has to be developed at the technical bid stage regarding the
re-usability of the pigs and associated instruments. Formats for above should be submitted to
Engineer-In -Charge for approval and shall form the part of the quality control document.
Contractor to get validation from Engineerincharge before re-use of the utility and intelligent
pigs.
The contractor has to supply all the pigs including cleaning pigs as per the attached
specification of the pigs. GAIL shall check and ensure the quality of the foam pigs and the
guide & sealing disks of the pigs by destruction test on sample basis. The contractor shall
supply additional foam pig and guide/sealing disks for the destructive testing by GAIL to ensure
the quality as per the specification without any financial implication to GAIL.
25.0 SEGMENT
SEGMENT shall mean the entire length of pipeline from a launcher to receiver of the pipeline
covered under scope of work.
26.0 MOBILIZATION
Mobilization as per clause no. 1.1.31of GCC shall mean the mobilization of inspection
equipments, tools, tackles, spares, consumables, manpower etc as mentioned in the bidding
documents.
27.1 Income tax deduction at source, as applicable under Indian Income Tax Act shall be deducted
from the gross amount billed by contractor from time to time and certificate of such TDS
amount shall be given to contractor.
All costs, damages or expenses which the OWNER may have paid, for which CONTRACTOR is
liable under the CONTRACT shall be claimed by the OWNER. All such claims shall be billed by
the OWNER to the CONTRACTOR, regularly as and when they fall due. All such claims shall be
supported by appropriate and certified vouchers or explanations, to enable the CONTRACTOR
to properly identify such claims. Such claims shall be paid by the CONTRACTOR within
fifteen (15 days) of the receipt of corresponding bills and if not paid by the CONTRACTOR within
the said period, the OWNER shall deduct the amount, from any amount due or becoming due
to the CONTRACTOR under the Contract or may be recovered by actions of law or otherwise, if
the CONTRACTOR fails to pay the OWNER of such claims. Intimation regarding deduction shall
be given to contractor.
29.1 CONTRACTOR agrees for withholding from wages and salaries of his agents, servants or
employees all sums, required to be withheld by the laws of the Republic of India or any other
statutory authority / agency having jurisdiction over the area where CONTRACTOR is conducting
operations, under the contract and to pay the same promptly and directly when due to the relevant
authority. CONTRACTOR further agrees to comply with all accounting and reporting requirements
of any Nation having jurisdiction over the subject matter hereof and to confirm to such laws and
regulations and to pay the cost of such compliance. If requested by OWNER, CONTRACTOR will
furnish OWNER the evidence of payment of applicable taxes, in the Country(ies) of the
Contractors and his sub-CONTRACTOR(s) and expatriate employees.
GAIL reserve the right to suspend temporarily or not executing certain segments of the pipelines
under the present scope of work due to operational constrains. Therefore, contractor may have to
demobilize its man, machine & equipments to another site in the present scope of work. However
in case GAIL feels that the operational constrains are over, then after getting the written intimation
from the Engineer In-Charge , the contractor has to mobilize its equipments, man and machine
again to that site with in seven days . The mobilization and demobilization of its man, machine &
equipments in this case will be borne by the contractor.
31.0 DEFECT LIABILITY PERIOD:
The contractor shall guarantee the quality of workmanship for a period of 06 (Six) months after the
data of issue of completion certificate.Any change or defect to completed work during this period
shall be rectified /replaced by the contractor at no extra cost to Owner. The decision of Engineer-
in-Charge shall be final and binding in this regard. The guarantee for such rectified/replaced item
shall be for a period of 06 months from completion of such rectification/replacement.
During the high resolution intelligent Pigging (Corrosion detection Pig & axial defect detection Pig),
the maximum velocity of the gas in that particular pigging segment will be maintained within 5 m/s.
If the contractor supplied pigs has a combination of more than one function, only one function at a
time will be considered in a single run. For example if the cleaning pig has a combination of
magnet & brush, then in the first run it will be considered as brush pig & in the next run it will be
considered as magnet pig. This is applicable to intelligent tools also.
SECTION VI
SCHEDULE
OF
RATES
SECTION VI
SCHEDULE OF RATES
BID DOCUMENT NO :
SCHEDULE OF RATES
1. The Schedule of Rates should be read with all other sections of TENDER DOCUMENT.
2. The BIDDER shall be deemed to have studied the DRAWINGS, specifications and details of WORKS to
be done within the TIME SCHEDULE and to have acquainted himself of the conditions prevailing at
SITE.
3. No claim shall be entertained at a later date towards any items due to the above.
4. All items of WORK mentioned in the Schedule of Rates shall be carried out as per the specifications,
DRAWINGS, provisions of CONTRACT and instructions of ENGINEER-IN-CHARGE. The rates are
deemed to be inclusive of material consumable, labour, supervision, , tools & tackles and detailing of
construction/fabrication DRAWINGS, documents as called for in the detailed specification and
conditions of the CONTRACT.
5. BIDDER's quoted prices under the various items included in Schedule of Rates should also include any
other item of WORK as may not be identified in Schedule of Rates, but as is required to execute and
complete the WORKS as per scope of WORK, specification and other provisions of BID DOCUMENT.
GAIL shall not entertain any claim whatsoever after award of job on account of above.
6. Bidders quoted prices shall be inclusive of all Taxes and duties (except service tax) in India as well as
in bidders country. While making the payments the owner shall deduct the works contract tax and
income tax at prevailing rates and shall provide a certificate in this regard.
NAME OF BIDDER:
QUOTED CURRENCY:
Km 143
Required number of high resolution Axial defect detection
03 Pig run (MFL technique) till the receipt of complete
verifiable data of a particular segment including
mobilization & demobilization, handling of Pig,
transportation in India and abroad, as per specification
and provision of the BID DOCUMENT including
mobilization & demobilization of manpower, consumables,
tracking device, spares, accessories etc. as required for
24 dia pipeline. This also includes the analysis of data,
reports, RRR & FFP reports.
NOTE: The pipe length measurement shall be rounded off nearest to the meter.
TOTAL AMOUNT (IN FIGURE):____________________________
(IN WORDS):______________________________________________
Tender No. ..
NAME OF BIDDER:
QUOTED CURRENCY:
NOTE: The pipe length measurement shall be rounded off nearest to the meter.
TOTAL AMOUNT (IN FIGURE):____________________________
(IN WORDS):______________________________________________
Tender No. ..
ANNEXURE
ANNEXURE - 1
W
G H B
C FREE
L
O WORK
S --ING
F E
U
R AREA
E
Nominal Pipe Diameter : 24" Maximum Length Between Scraper Methane (C1) 98.7 %
Stations : 62.502 KM Ethane (C2) 1.1 %
Carbon Di Oxide(Co2) 0%
Total Pipe Length : 62.502 KM Pipe Wall Thickness Nitrogen ( N2) 0.23%
Onshore : 62.502 KM 0.468 31.72541 KM
0.562 18.76235 KM
Under Ground : 62.502 KM 0.625 12.01159 KM
Pipeline Specifications :
Outside Diameter : 24
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 22.75
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No Depth of Cover (Meter)
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Hot Taps? : NO
Pipeline Specifications :
Outside Diameter : 24
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 22.75
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No Depth of Cover (Meter)
Canal NIL
Railway - --
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Branch
Hot Taps? : NO
Valves : Full Bore Valves
Type : API 6D Minimum Bore : FULL BORE
Manufacturer : CAMERON
Pipeline Specifications :
Outside Diameter : 24
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 22.75
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No Depth of Cover (Meter)
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Hot Taps? : NO
Valves : Full Bore Valves
Type : API 6D Minimum Bore : FULL BORE
Manufacturer : CAMERON
Pipeline Specifications :
Outside Diameter : 24
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 22.75
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No Depth of Cover (Meter)
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : No Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Branch : Yes
Branch No. :1
Hot Taps? : No
Valves : Full Bore Valves
Type : API 6D Minimum Bore : FULL BORE
Manufacturer : CAMERON
Total no of valves on pipeline with their chainges (In Km from Launcher) : 04
CH 28.582, 54.156
Nominal Pipe Diameter : 24" Maximum Length Between Scraper Methane (C1) 98.7 %
Stations : 105.212 KM Ethane (C2) 1.1 %
Carbon Di Oxide(Co2) 0%
Total Pipe Length : 105.212 KM Pipe Wall Thickness Nitrogen ( N2) 0.23%
Onshore : 105.212 KM 0.468 54.324523 KM
0.562 11.746634 KM
Under Ground : 105.212 KM 0.625 39.205684 KM
Pipeline Specifications :
Outside Diameter : 24
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 22.75
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No Depth of Cover (Meter)
Road 18 1.15 to 4
River 2 21.5
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Hot Taps? : NO
Valves : Full Bore Valves
Type : API 6D Minimum Bore : FULL BORE
Manufacturer : CAMERON
W
G H B
C FREE
L
O WORK
--ING
F E S
U
R AREA
E
Nominal Pipe Diameter : 18" Maximum Length Between Scraper Methane (C1) 91.0 %
Stations : 46.943 KM Ethane (C2) 4.8 %
Propane (C3) 1.1 %
Total Pipe Length : 46.943 KM Pipe Wall Thickness Butane (C4) 0.34 %
Carbon Di Oxide(Co2) 2.4%
Onshore : 46.943 KM 0.375 45.622 KM Nitrogen ( N2) 0.23%
0.438 0.103 KM
Under Ground : 46.943 KM
0.500 1.218 KM
Pipeline Specifications :
Outside Diameter : 18
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 17
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No
Road - Highway 5
River 2
Canal 5
Railway 3
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Hot Taps? : NO
Nominal Pipe Diameter : 18" Maximum Length Between Scraper Methane (C1) 98.7 %
Stations : 71.079 KM Ethane (C2) 1.1 %
Carbon Di Oxide(Co2) 0%
Total Pipe Length : 71.079 KM Pipe Wall Thickness Nitrogen ( N2) 0.23%
Onshore : 71.079 KM 0.375 63.76263 KM
0.438 4.95505KM
Under Ground : 71.079 KM
0.500 2.3518 KM
Pipeline Specifications :
Outside Diameter : 18
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 17
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No Depth of Cover (Meter)
River 2 8.13
Canal 1 2.18
Railway 3
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Hot Taps? : NO
Nominal Pipe Diameter : 18" Maximum Length Between Scraper Methane (C1) 98.7 %
Stations : 76.556 KM Ethane (C2) 1.1 %
Carbon Di Oxide(Co2) 0%
Total Pipe Length : 76.556 KM Pipe Wall Thickness Nitrogen ( N2) 0.23%
Onshore : 76.556 KM 0.375 63.86715 KM
0.438 8.66427 KM
Under Ground : 76.556 KM
0.500 4.00597 KM
Pipeline Specifications :
Outside Diameter : 18
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 17
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No Depth of Cover (Meter)
Canal 1 ----
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Hot Taps? : NO
Nominal Pipe Diameter : 18" Maximum Length Between Scraper Methane (C1) 98.7 %
Stations : 70.194 KM Ethane (C2) 1.1 %
Carbon Di Oxide(Co2) 0%
Total Pipe Length : 70.194 KM Pipe Wall Thickness Nitrogen ( N2) 0.23%
Onshore : 70.194 KM 0.375 45.40523 KM
0.438 17.65311 KM
Under Ground : 70.194 KM
0.500 7.12084 KM
Pipeline Specifications :
Outside Diameter : 18
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 17
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No Depth of Cover (Meter)
River 1 5.80
Railway 1 2.0
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Hot Taps? : NO
Valves : Full Bore Valves
Type : API 6D Minimum Bore : FULL BORE
Manufacturer : CAMERON
Nominal Pipe Diameter : 18" Maximum Length Between Scraper Methane (C1) 91.04 %
Stations : 69.7 KM Ethane (C2) 4.23 %
Propane (C3) 0.58 %
Total Pipe Length : 69.7 KM Pipe Wall Thickness Butane (C4) 0.04 %
Carbon Di Oxide(Co2) 3.68%
Onshore : 69.7 KM 0.375 LS 25.449052 KM Nitrogen ( N2) 0.12%
S 16.75476 KM
Under Ground : 69.7 KM
0.438 LS 0.26027 KM
S 21.76329 KM
0.500 LS 3.795627 KM
Pipeline Specifications :
Outside Diameter : 18
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 17
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No Depth of Cover (Meter)
Canal - ----
Railway - -----
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Hot Taps? : NO
Valves : Full Bore Valves
Type : API 6D Minimum Bore : FULL BORE
Manufacturer : CAMERON
Nominal Pipe Diameter : 18" Maximum Length Between Scraper Methane (C1) 91.04 %
Stations : 41.044 KM Ethane (C2) 4.23 %
Propane (C3) 0.58 %
Total Pipe Length : 41.044 KM Pipe Wall Thickness Butane (C4) 0.04 %
Carbon Di Oxide(Co2) 3.68%
Onshore : 41.044 KM 0.375 LS 17.419109 KM Nitrogen ( N2) 0.12%
S 15.69873 KM
Under Ground : 41.044 KM
0.438 LS ------------ KM
S 4.110317 KM
0.500 LS 3.754685 KM
Pipeline Specifications :
Outside Diameter : 18
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 17
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No Depth of Cover (Meter)
River __
Canal __ ----
Railway 1 3.2
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Nominal Pipe Diameter : 18" Maximum Length Between Scraper Methane (C1) 91.04 %
Stations : 29.5 KM Ethane (C2) 4.23 %
Propane (C3) 0.58 %
Total Pipe Length : 29.5 KM Pipe Wall Thickness Butane (C4) 0.04 %
Carbon Di Oxide(Co2) 3.68%
Onshore : 29.5 KM 0.280 & 0.406 Nitrogen ( N2) 0.12%
Under Ground : 29.5 KM
Pipeline Specifications :
Outside Diameter : 18
Grade : API 5L X 65
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 17
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No
Road - Highway 6
River 1
Canal __
Railway 1
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Tees : YES
Forged Fittings? : Yes
Nominal Pipe Diameter : 18" Maximum Length Between Scraper Methane (C1) 87.04 %
Stations : 32.444 KM Ethane (C2) 6.89 %
Propane (C3) 1.01 %
Total Pipe Length : 32.444 KM Pipe Wall Thickness Butane (C4) 0.04 %
Carbon Di Oxide(Co2) 4.99%
Onshore : 32.444 KM 0.375, 0.438 & 0.500 Nitrogen ( N2) 0.03%
Under Ground : 32.444 KM
Pipeline Specifications :
Outside Diameter : 18
Grade : API 5L X 60
Seamless : NO
Longitudinally Welded : YES
Spirally Welded : NO
Multi-layer(clad) Pipe : NO
Minimum Internal Dia : 17
Min. Bend Radius / Angle : 6D
Length of Straight Pipe between Bends : Minimum one Pipe Length
Angle of Pipe Run : 90 Degree
Major Crossings :
Total No
Road - Highway 13
River 2
Canal 2
Railway 2
Pipeline Features
Thread & Coller Couplings : No Bell & Spigot Coupling : No
Hydro Couples : No Stepped Hydrocoupkes : No
Chill Rings : No Acetylene Welds : No
Wall Thickness Changes : Yes Wye Fittings : No
Corrosion Sample Points : No Mitre Joints : No
Stopple Tees : No Expansion Bellows : No
Main Line Valve : Yes Expansion Loops : No
Valves : Full Bore Valves
Type : API 6D Minimum Bore : FULL BORE
Manufacturer : CAMERON