Professional Documents
Culture Documents
Please join the PTC on 13.03.2023 (at 16:00 Hrs.) at the following link: -
NOTE: After retrieval of 4km EIPL –DT Vizag pipeline from Ch1.4 till Ch5.4, the retrieved pipes
are to be handed over at GAIL DT Vizag and the remaining pipeline to be hooked up to C-Line at
EIPL Ch1.4 by use of Flow Tee.
1
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
2
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
3
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
4
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
TRANSPORTATION OF LINE PIPES & RETREIVED PIPES
Transportation related activities of line pipes shall be consisting but not limited to following.
SOR rate is inclusive of all the below.
The line pipes are mostly available at GAIL Vijaipur, Madhya Pradesh .These line
pipes are to be transported from GAIL Vijaipur to GAIL VSPL DT Vizag,
Andhra Pradesh.
Retrieved pipes shall be transported to GAIL DT Vizag
Table 1
S.No Line pipe details Thickness Available at
(mm)
1 12" dia API 5L GR X-70 6.4/7.1 Vijaipur
5
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
All possible care must be taken to avoid coating damage during the transportation.
While handing over the pipeline to contractor for execution of work, a joint
inspection by GAIL’s representative & contractor shall be done to check the
condition of coating. In case of damage of coating occurred during transportation,
handling, stacking etc. by the contractor then same shall be repaired as per
direction of EIC without any extra cost to GAIL including supply of all materials.
Lifting equipment etc. for unloading and loading is included in the scope of
this SOR for new line pipes, however for retrieved pipes SOR: Hiring of
lifting equipment/Excavator shall be utilized.
Addresses
• GAIL Vijaipur: P.O. GAIL COMPLEX, VIJAIPUR DISTT. GUNA (M.P) 473112,
MADHYA PRADESH
• GAIL DT Vizag: Opp. Ayyappa Swamy Temple, Sheela Nagar, BHPV Post,
VISAKHAPATNAM,533012, ANDHRA PRADESH NEAR VISHAKAPATNAM
Special conditions:
1. Loading of materials shall be done within 24 hr after truck/trailer reports at GAIL
Vijaipur, and the same will be unloaded at GAIL DT Vizag after truck/trailer reports at
GAIL Vizag within 24 hrs of reporting at GAIL.
2. Contractor shall ensure that the entire documentation required for the transportation of
materials up to the destination like packing list, Road Permits, copy of Bill of Entries,
invoices, declaration if any etc. is completed well before dispatch of the vehicle from
GAIL, Vijaipur
3. Contractor shall be responsible to provide proper lashing, packing and dam rag of the
loaded materials at their own cost. Materials shall be covered with tarpaulin in transit to
avoid damage due to rain water & sun heat. Contractor shall take all adequate measure
precautions to safeguard the material during transit against pilferage, carriage. In case
any loss occurred due to the negligence of the Contractor, the same shall be debited to
the Contractor’s bills.
4. Contractor shall ensure that the vehicles to be utilized to carry GAIL’s materials shall
have all the required documents like inter-state permit, valid insurance policy, fitness
certificate, driver’s valid license and any other documents required for smooth
transportation of the materials from receiving site to delivery site at destination.
5. If payment of octroi charges is paid by the contractor in any state, the same shall be
reimbursed as per actual subject to production of original receipt with proper
explanation acceptable to GAIL.
6. Submission of bills along with Driver’s copy of LR/GR duly endorsed by the receiving
GAIL unit’s representative / warehouse with “Receipt Details” is must.
7. No transhipment of materials will be allowed from the time of loading till delivery at
site unless there are valid reasons such as break down of vehicles and written
confirmation from GAIL for transshipment. Similarly, no other material will be allowed
to be loaded in a vehicle carrying GAIL material as full loads.
6
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
8. Contractor shall be responsible to submit the delivery challans in original to the
consignee at the time of delivery. However, they shall take photocopies of the same at
their own cost for reconciliation of materials collected and dispatched.
9. Contractor should obtain / clear acknowledgement of receipt of materials from the
destination authority on the driver’s copy of the GR and one copy of GR should be
handed over at destination. Receipted driver’s copy of GR must be submitted along with
the invoices for payment as per contract.
Contractor shall be fully conversant with the laws applicable to the work under this
contract, including but not limited to the Motor vehicle Act, Shop & Establishments
Act, Labor Laws, Octroi formalities etc, and all other applicable Laws, Bye Laws, Rules
and Regulations to ensure that the work under the contract is carried out smoothly,
efficiently and as per the Laws of the Land
10. Contractor shall be required to indemnify GAIL against any loss, damage,
inconveniences caused to any person or any property due to his or his activities
while rendering services under the Contract till final completion of the Contract.
11. Contractor shall be required to indemnify GAIL against any loss, damage,
inconveniences caused to any person or any property due to his or his activities while
rendering services under the Contract till final completion of the Contract.
12. Contractor and their staff/ labor shall observe all Rules, Regulations etc. for entry /
exit / operation / safety, etc., at all places, go-downs, work-sites, in transit, etc. in
connection with the services arising out of this contract. Any loss / damage due to any
act / omission by the afforested persons shall be made good by the Contractor.
13. Contractor shall not sublet, transfer, assign the Contract or any part thereof or interest
therein or venality or advantage thereof in any manner whatsoever, provided
nevertheless any such consent for subject, transfer or assignment by GAIL, shall not
relieve the Contractor from any obligation, duty or responsibility under this contract.
14. Contractor shall ensure that all the persons engaged by him for carrying out the job(s),
behave properly with GAIL staff/officers. In the event of any misbehaviour by his
persons, if reported by GAIL, the Contractor shall immediately withdraw such persons
from work.
15. Contractor shall abide by the usual and special rules applicable for carrying out the
jobs under this contract and also regarding safety and security measures at the sole
responsibility of the Contractor to ensure that proper and suitable equipment /
manpower deployed for carrying out jobs under the Contract. GAIL shall not be
responsible for safety or security with relation to the Contractor’s manpower, vehicles,
equipment or any properties.
16. Contractor shall be responsible for any losses / damages to the consignments due to
pilferage, rough handling or due to any other reasons whatsoever, while the same are
in the custody of the Contractor. Timely lodging of F.I.R. with Police, report to any
other authorities for theft, pilferage, damages losses etc. shall be the responsibility of
the Contractor/Contractor. In case of theft / pilferage/ loss of such material which may
fetch higher prices in the market than the prices actually paid by GAIL, the decision of
GAIL regarding the amount to be recovered from the Contractor shall be final and
7
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
binding on the Contractor/Contractor. The losses suffered by GAIL shall be worked
out on the basis of Suppliers Invoice, Insurance Premium, Customs Duty, Freight etc.
The decision of the GAIL for the value of loses shall be final and binding on the
Contractor / Contractor.
17. Contractor/Contractor shall comply with the instructions of the consignee for open
delivery / damaged consignment and shall give short/ damage certificate, joint
inspection report at the time of delivery of the materials at destination in the manner
advised by the GAIL from time to time.
18. The GAIL shall have the right under the income tax Act, 1961 to withhold from the
invoice of the contractor, Tax at source the rate as may be prescribed from time to
time by the Income Tax Authorities under the Income Tax Act, 1961 and pay such
taxes deducted at source directly to the Income Tax Authorities. GAIL shall however,
provide certificate to the contractor for having paid such taxes deducted at sources to
Income Tax Authorities.
19. Kindly note that in rare situations the lines pipes may be required to be shifted to
GAIL Vizag from any other GAIL location (if lines pipes aren’t available for sparing).
8
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
PROCUREMENT OF MATERIAL IN VIEW OF SHIFTING OF FEEDER
PIPELINES UNDER VSPL VIZAG REGION
FLOW TEE,12"X12X12”,600#,MSS-SP-75GR.WPHY60
Refer technical specifications for Flow Tee attached seperately
1. RATING : 600#
2. DESIGN PRESSURE : 98 Kg/cm2(g)
3. DESIGN TEMPERATURE : -29°C to 65°C
4. SERVICE : LPG
5. CORROSION ALLOWANCE : 3.0 MM
6. SIZE NB (INCHES) : 12IN X 12IN X 12IN
9. END CONNECTION : BUTT-WELD AT BOTH ENDS
10.DESIGN CODE : ASME B31.8, ASME B16.9 / MSS SP 75,
ASME B31.3
11.DESIGN FACTOR : 0.5
12.HYDROSTATIC TEST PRESSURE : 138 Kg/cm2 (g)
13.CHARPY TEST(TEES, END PIECES) : REQUIRED AS PER
SPECIFICATION & ASTM- A370
14.HARDNESS TEST : REQUIRED AS PER SPECIFICATION &
ASTM- A370
15. SUITABILITY OF FLOW TEE : FOR INTELLIGENT
PIGS
16. FLOW DIRECTION : BI - DIRECTIONAL
17. MATERIALS SPECIFICATION (EQUIVALENT OR
SUPERIOR)
9
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
1) TEE : MSS - SP - 75 Gr. WPHY 70
2) END PIECES : ASTM A - 694 F - 70
3) INTERNAL SLEEVE : API 5L Gr. 56, PSL-2
NOTE:
FLOW TEE SHALL BE SUITABLE FOR ABOVE GROUND
INSTALLATION
MANUFACTURE TO INDICATE DIMENSIONS MARKED
A & B IN THE SKETCH ABOVE.
MANUFACTURER TO FURNISH DETAILS OF THE SLOTS
IN INTERNAL SLEEVE. THE AREA OF THE SLOTS
SHALL BE MINIMUM EQUAL TO THE INTERNAL
AREA OF THE BRANCH PIPE. RELEVENT
CALCULATIONS TO THIS EXTENT SHALL BE
FURNISHED.
MANUFACTURER SHALL ENSURE THAT THE WALL
THICKNESS (W.T) OF ALL PARTS OF FLOW TEE
SHALL BE ADEQUATE TO SUSTAIN DESIGN
PRESSURE AND THE THICKNESS OF RUN SIZE ENDS (
T1) & BRANCH SIZE END( T2) OF FLOW TEE SHALL BE
SAME AS CONNECTING RUN PIPE AND BRANCH PIPE
W.T. AS INDICATED ABOVE.
MANUFACTURER TO FURNISH THICKNESS
CALCULATIONS.
MANUFACTURER TO FURNISH BRANCH
REINFORCEMENT CALCULATIONS / PROOF TEST
CERTIFICATE FOR TEE AS PER ASME B16.9.
10
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
of codes and standards referred in Section 2.0 of this specification. Design factor
and corrosion allowance indicated in data sheet shall be taken into account
for design of Flow Tee’s
Flow tees shall generally conform to the figure shown in the data sheet and shall
meetfollowing requirements as minimum:
1. An internal pipe having the same diameter as the connecting pipeline
allowing the passage of scraper/ instrumented pigs, provided with
holes/slots located in the center line of the branch. The holes shall be
oriented at 450 angle. The holes shall be designed to prevent the pig
getting stuck or damaged without affecting the flow through the branch
line. The area of the holes/slots shall be at least equal to the internal area
of branch size.
2. A forged / submerged arc welded `tee' as per ASME B 16.9/ MSS-SP-75
enclosing the internal pipe fixed to it by suitably shaped forged steel rings.
Machined steel rings shall not be used. The center-to-end dimension of
the outlet shall meet the minimum recommended dimension of the
referred standard. Circumferential welding on the branch outlet is not
acceptable. Pup shall not be provided either at the run or at the branch.
3. Tees used for fabrication of flow tees shall be seamless type for run sizes
DN ≤350 mm (14”) and shall be either welded or seamless type for run
sizes DN ≥400 mm (16”). Tees shall conform to ASME B16.9 for run size
up to DN 350(14”). For run sine DN ≥ 400 mm (16”), the tees shall
confirm to MSS-SP- 75/ASME B16.9.
Butt weld ends shall be beveled as per MSS-SP-75.
All flow tees shall be completely stress relieved as per MSS-SP-75.
Stub-in or pipe to pipe connection shall not be used in the manufacture of flow
tees. Flow tees shall be manufactured by forging or extrusion methods. In case
flow tees aremanufactured using welded tees, the longitudinal weld seam shall be
at least 90° to thebranch connection.
All welds shall be made by welders and welding procedures qualified in
accordance withASME Section-IX. The welding procedure qualification test shall
include charpy impact test and hardness test and shall meet the requirements of
clause 4.4 and 4.5 of this specification respectively.
Repair by welding on parent metal is not allowed. Repair of welds shall be carried
out only after specific approval by Purchaser's Representative for each repair. The
repair welding shall be carried out by the welders and welding procedures duly
qualified as per ASME Section-IX and records for each repair shall be
maintained. Repair welding procedure qualification shall include all test, which
are applicable for regular production welding procedure qualification.
11
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
specification and the relevant codes, prior to shipment, at his works. Such inspection
and tests shall be, but not limited to the following:
All flow tees shall be visually inspected. The internal & external surfaces of the flow
teesshall be free from any strikes, gauges & other detrimental defects.
Dimensional checks shall be carried out as per the approved drawing.
Chemical composition and Mechanical properties shall be checked as per MSS-SP-75
andthis specification for each heat of steel used.
Nondestructive examination of individual flow tees shall be performed as given below:
100% inspection by radiography shall be carried out on all butt welds ofpressure
containing parts. Acceptance limits shall be as per API 1104.
Welds which in Purchaser's Representative's opinion cannot be inspected by
radiographic methods shall be checked by ultrasonic or magnetic particle
methods. Acceptance criteria shall be as per ASME Section VIII Appendix-12
and Appendix-6 respectively.
Magnetic particle or liquid penetrant examination shall be performed on cold
formed butt welding tees with extruded outlets that are subjected to an extreme
fiber elongation of greater than 5%. The examination shall be carried out as per
the supplementary Requirement SR 3 of MSS-SP-75.
All finished wrought weld ends shall be 100% ultrasonically tested for
lamination type defects for a distance of 25mm from the end. Any lamination
larger than 6.35mm shall not be acceptance.
All forgings shall be wet magnetic particle examined on 100% of the forged
surfaces. Method and acceptance shall comply with MSS-SP-53.
Purchaser's Representative shall also perform stage wise inspection and witness
tests as indicated in clause 6.1 at manufacturer's works prior to shipment.
Manufacturer shall give reasonable notice of time and shall provide without
charge reasonable access and facilities required for inspection, to the Purchaser's
Representative.
Inspection and tests performed/ witnessed by Purchaser's Representative shall
in noway relieve the Manufacturer's obligation to perform the required inspection
and tests.
Flow tees entire surface shall be thoroughly cleaned, freed from rust and grease
and applied with sufficient coats of standard mill coating / corrosion resistant
paint, after all the required tests have been performed and accepted by
Purchaser's Representative. The surface preparation shall be carried out by shot
blasting to SP 6 in accordance with "Steel Structures Painting Council - Visual
Standard - SSPC-VIS-1"
Manufacturer shall indicate the type & recommended coats of standard mill
coating / corrosion resistant paint used, in the drawing submitted for approval.
12
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
Flow tees shall be marked with indelible paint with the following data :
a) Manufacturer's Name
b) Nominal diameter in inches D1 x D2
c) End thickness in mm T1 x T2
d) Material
e) Tag numbers
Flow tees shall be suitably protected to avoid any damage during transit. Metallic
or highimpact plastic bevel protectors shall be provided for weld ends.
13
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
SUPPLY, Acceptance, ERECTION, INSTALLATION AND
ACCEPTANCE OF LR BENDS :
12 Inch LR BENDs (46 Deg to 90 Deg) & 12 Inch LR BENDs (10
Deg to 45 Deg
14
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
The scope of work shall also include all that is necessary to lay two numbers of self lubricated
HDPE duct, Blowing of OFC in one duct and all related works. These are:
i) Preparation of survey drawings & obtaining ROU/ROW clearances / permissions from
authorities (However GAIL shall facilitate in giving the required letter and guarantee /
deposits if any required as per the requirements of the concerned statutory authorities).
ii) Trenching upto the depth of 1.65 mtrs and then laying one no. of permanently lubricated
HDPE duct in the same trench, back filling of trench, restoring ROU/ ROW properly to its
original conditions.
iii) Blowing optical fibre cable through one HDPE duct pipe using blowing technique and
cleaning, jointing, continuity test of the second duct and finally sealing the ends for future
use.
iv) Jointing of the optical Fiber cable after properly placing it in manholes.
v) Termination of the optical fiber cable on FDF / DDF.
The duct is normally of about 1 km. lengths and the OFC cable length would be about 1.5 to
4 kms Drum. The contractor shall be responsible for laying of one duct in the trenches,
cleaning, testing and jointing of laid ducts and placement of manholes and further blowing of
O.FC.
Contractor has to supply the OFC cable and HDPE duct, joint couplers, FTC, joint
enclosures as per specs mentioned in tender.
The trench excavation shall be carried out by the contractor on the prescribed route as per the
route plan approved by the GAIL.
The minimum depth at which the duct is to be laid through trenching is asfollows:
Contractor may take up any detour required by site conditions after approval from the
Engineer-In–Charge of the project.
Due to any unavoidable circumstances, if the duct is laid at depth less than specified depth
due to site conditions, then contractor has to obtain the prior permission from Engineer-In-
charge and the work is to be executed as per site instructions.
In case rock is encountered below 1 meter depth (rock not starting from the ground level) the
trench excavation shall be done for 1.4 meters only and both the ducts are to be laid through
120mm DWC pipe.
Special care should be taken to avoid any twist of duct / OFC while laying Optical
fiber cable under road, Nalla, as specified elsewhere in the tender document
As far as possible the road, nalla, pipelines etc. should be crossed by mechanical boring /
15
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
tunneling / trench-less technology.
The back filling and compacting of trench in layers of 20 cms, restoration of road, nalla,
pavements etc. after the completion of laying work as specified elsewhere in this document.
Testing of laid duct section wise shall be done with foam mandrill prior to blowing of OFC.
However in case any defect is found, the duct-laying contractor shall be responsible for
removing of the defect at the earliest.
Testing of the complete cable section (between two stations) to the satisfaction of GAIL as
per test schedule mentioned elsewhere in the tender document.
Blowing of OFC, in the duct as specified by EIC and placing it properly in the manholes and
at nodes.
OFC loop should not be left without proper protection at any place. The OFC loop or
surplus cable should be accommodated within the jointing man-hole / chamber.
Providing of all necessary power supply at site for splicing and testing etc.
The contractor shall return the cable drum not fully utilized to GAIL’s store at the designated
place after putting the baton & sealing the cable.
Supply of as-built documentation as given elsewhere in tender document
Contractor has to return the empty drum to the Gail.
Special care should be taken at entry in telecom rooms.
16
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
Excavation, Cutting and retrieval of underground pipeline
Retrieval of 3 feeder pipeline that needs to be carried are C-Line,-Line and E-Line.
The pipeline data is as below
Size: 12inch diameter.
Pipe Grade: API 5L X-60 7.1mm/8.7mm/6.4mm.
Coating: Yes, 3LPE.
Cathodic protection: Yes
These pipelines are at a depth of around 1.2m to 1.6m and all the 3No’s pipelines are present
in a ROU width of 5m. The horizontal distance/gap between each pipeline is around 1m-2m
and even at some places are very close due to the restricted ROU.
Retrieval of all these feeder pipelines approx. 2200m each from old ROU is to be carried
one after another so as to ensure NIL interruption of LPG feed to VSPL network through the
operating feeder pipelines.
The probable sequence of Retrieval is
H-Line E-LineC-Line
Scope of work:-
1. Mobilization of team along with required number of backhoe/excavator/equipment to
the site, ROU opening (GAIL scope)
2. Grading existing old ROU is also included in the scope of this SOR.
3. Removal of all types of soil/any other surface by excavation/cutting.
4. Retrieval of pipeline by cutting. Retrieval of the pipelines to be carried as per site
conditions/demands and as per instructions from EIC.
5. During pipes retrieval the pipeline section shall be cut suitably as per site conditions
taking in consideration the presence of GAIL feeder pipelines and third party utilities
like pipelines, electrical poles, fences & walls etc.
6. HDPE Duct with OFC will be present in the existing ROU where retrieval is to be
carried, hence necessary caution/care to be taken so as to not cause any damage to the
OFC and duct.
7. Approx. 2000m of H-Line and E-Line which is retrieved is to be laid in ROU
adjoining the old ROU. i.e. retrieved pipes are to be laid in the new ROU. Hence at
most care is to be taken in handling these retrieved pipes. Any physical damages like
buckling, dents, gouges etc. are to be attended by the contractor. No separate rate is
payable for such negligence. Existing Coating of pipeline shall be intact and holiday
testing will also need to be carried. For coating damages SOR.8 under Part-D to be
utilized.
8. 2000m pipe of new pipeline to be laid for C-Line. Hence retrieved C-Line pipes are to
be transported to DT Vizag (approx. 2-3 km from retrieved place).
17
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
9. For Loading & un-loading of retrieved pipe to adjoining nearby ROU/GAIL DT
Vizag, SOR No.2 under Part-E to be utilized. However for transportation of retrieved
pipes ,SOR.4 under Part-E to be utilized
10. Belts, Slings, D-Shackles and etc. required during the retrieval and excavation works
are in the scope of this SOR.
11. KM markers, Warning markers, TLP (CP boxes), OFC inspection chambers etc. are to
be safely removed/dismantled and to be installed in the new ROU. All associated
works related to these are included in the scope of this SOR.
12. Contractor shall be wholly responsible for any mishaps occurring as result of their
negligence.
Supply (Mobilization & Demobilization) & operation including operator, Diesel, helper
and any other consumables. Machinery movement shall be in all types of soils and in all
weather conditions for Loading/unloading of retrieved pipes & new pipes. The
Machinery deployed should have all necessary documents as required by Transport
authorities. All Toll Taxes and any other statutory taxes/rates etc. are to be borne by
contractor. May include JCB/Hydra 14.0MT/Proclainer (Ex-70 / 200) as per site
conditions/demands/requirements.
Supply of Nitrogen
18
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
6. All the safety requirements for transportation Nitrogen shall be adhered as per the
relevant standards.
7. All the road permits & other statutory permissions are to be arranged by the
supplier for transportation of Nitrogen.
8. Deployment of trained persons for handling the Nitrogen in Liquid / Gas form
during transportation & purging along with suitable tools and tackles.
9. All PPE shall be provided to supplier staff.
10. All the safety & Process requirements viz. safety valve, gauges shall be provided.
11. All the statutory documents pertaining to tanker shall be provided on demand.
12. Inertization of the pipeline needs to be done by purging Nitrogen Gas through
PIGs. PIGs of various sizes shall be provided by GAIL.
13. The purging activity shall be done as per the clearances available and requirement
on different occasions.
14. Applicable safety rules / conditions need to be followed at GAIL locations during
the time of purging.
15. All applicable statutory compliances shall be ensured.
NOTE:
16. The contractor would be intimated minimum 2 days in advance for mobilizing the
Nitrogen at site. The container of Nitrogen being transported may be required to
stay at site for 3-4 days at a time based on requirement.
17. The vaporiser should be sent in a suitable trailer / vehicle so that the Nitrogen
tanker can be connected directly to the vaporiser on the trailer / vehicle itself. If
such arrangement is not possible, then the contractor at his own cost shall unload
the vaporiser at the place of purging and load it onto the trailer / vehicle after
completion of job. GAIL is not having any loading / unloading facilities and it
would be the contractor’s responsibility for arranging all necessary equipment like
hydra, wire ropes, rigger etc.
18. The payment shall be made as per the measurement of Nitrogen in m3 in gaseous
state.
19. If, in case the quantity consumed is less than 0.5 MT, payment shall be admissible
for the minimum quantity as specified in this document i.e. 0.5 MT
20. Both tanker and vaporiser needs to be sent together and QTY. shall be considered
only if both are available.
21. If the indented quantity exceeds the general tanker capacity then bidder has to
send in multiple tankers and ensure that all the tankers are sent at a time.
22. In case there is a time gap between the tankers (not more than 15 to 20 minutes –
which is allowed for removal of one tanker and connecting the next tanker), then
the same would be considered as delay in supply.
19
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
23. In case of abnormal delay which in turn affects our operations then it would be
treated as non-performance. No tools, tackles & Equipment’s be removed from
the site without prior permission of Engineer-In-Charge.
GAIL SCOPE
1. Operation of pig barrel through which N2 will be injected. Obtaining Permits
from GAIL departments.
2. Certification of N2 quantity
SCOPE OF WORK
20
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
7. Preparation of line diagrams & preparation of BOM.
8. Coordination with the contractor's supervisors for day to day site works.
9. Report preparation pertaining to all technical works.
10. Reports. Any other miscellaneous works assigned by EIC/HOD (P/L). Non-site
work
11. If TPIA coordinator/inspector reach office after 09: 45 hrs. Shall be treat as half
day only and payment shall be made 0.30 (i.e. Half day non-site work payment)
12. Inspection/quality surveillance at vender site: for any other jobs in vender i.e
flow-tee’s & LR bends ETC.
13. GAIL may advice TPIA for carrying out sample inspection of items at vendor
works within India. For inspection of these bought-out items the TPIA shall plan
their visits to the vendor shop in co-ordination with the vendors and GAIL, as laid
down in the Quality Assurance Plan [QAP]. The TPIA shall formally intimate the
EIC about the mutually agreed dates in advance. Any delay on the part of the
TPIA shall be dealt in accordance to the delay in deployment. The man-days will
be calculated for the days spent at vendor’s shop for inspection. All invoices
pertaining to this will be certified by the Co-coordinator/EIC of the particular
job/project for which the materials are being inspected.
14. Works- for inspection as and when required basis, welding inspection,
Radiographic inspection, other NDT jobs inspection, hydro test witness during the
course of feeder pipelines shifting works.
TPIA DELIVERABLES
The TPIA is required to submit all deliverables within the schedule inline with the
requirement mentioned in various sections of this document. The deliverables includes
reports, presentations etc. The deliverables are summarized as under but not limited to:
► TPIA shall prepare a detailed Quality Assurance plan for the execution of site works
for various activities, which will be mutually discussed and agreed to.
► TPIA shall establish document and maintain an effective Quality Assurance system
outlined in recognized codes.
► Any other deliverable not mentioned here but required elsewhere in tender.
► As far as possible both hard and editable soft copies to be provided.
► Any other document required for release of payment to TPIA.
21
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
LOCAL CONVEYANCE CHARGES PER ONE KM
In case of GAIL unable to provide local travel assistance to respective sites, TPI person
shall hire a 4 Wheeler (Mahindra Xylo/Scorpio etc. (Minimum dual airbags vehicle)
which is purchased not later than one year from the date of LOA and vehicle's total KM
run should not exceed 100000 KM. GAIL person and his team will also travel to the site
along with the TPIA inspector for important site works. Such reimbursement shall be
made upon submitting of requisite invoices.
22
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
Back filling with available approved excavated material and / or other suitable
soil, supply and installation of slop breaker as per specifications and drawings in
steep slope areas, wherever required.
Carrying out hydrostatic testing including air cleaning, flushing, filling, gauging,
pressurization of complete pipeline in single section as approved by EIC to the
specified test pressure, providing all equipment , pumps, fittings, instruments ,
dead weight tester, all types of pigs etc. , and services, supervision, labour,
consumables , arranging water required for hydrostatic testing including supply of
corrosion inhibitor, air, etc. , as required, locating of leaks and rectification of
defects attributable to contractor, re-testing after rectification, successful
completion of hydro-testing of pipeline including all tie-ins with the
pipeline/piping installed including cutting of test header, re-bevelling as required,
carrying out all temporary ancillary, auxiliary works and all incidental works
required to make the pipeline ready for pre-commissioning, repair of defects if
any found during pre-commissioning work through SOR:” HYDROTESTING
AND VACCUME DRYING”.
Carrying EGP of whole pipeline after hooking up (Tie-In) with respective
pipelines from where shifting of feeder pipelines is not carried.
Carrying out any defects arising in EGP report.
Final clean up and restoration of ROU in all aspects and disposal of debris and
returning all surplus material to designated disposal area/storage yard, as directed
by EIC, restoration of land, facilities and boundary wall etc. as associated
facilities dismantled/ damaged by the contractor during construction, obtain work
permits from respective GAIL- maintenance base and complying with all
stipulations/ conditions/ recommendation of the applicable standards.
Preparation of as -build drawings, pipe book and other records.
SOR shall be read in conjunction with drawings, scope of work, specifications,
standards and other provisions of contract document. The work includes the
survey data & site preparations, stringing/changes in direction, bevelling of pipe
element, welding procedure qualification & welders qualification, welding of pipe
element, Inspection & testing of production welds, field joint coating, controlled
blasting, chiselling etc.,. Material handover and material handling, material
reconciliation.
10% on carrying out Route Survey, clearing and Grading,
25% on stringing, mainline welding and NDT
20% on joint coating, trenching by Excavation and lowering of pipeline
20% on completion of tie-ins and back filling
10 % on completion of restoration and markers installations
10% on completion of all work in all respects and completion of commissioning work
Overall commissioning including system checks, inertisation (as required using SOR:
Supply of Nitrogen) and charging of entire pipeline system and associated facilities
including notifying the Company that the pipeline system is ready for commissioning;
Review of status jointly with the Company and obtaining final clearance for start of
23
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
commissioning; Development and submission of commissioning procedures, obtaining
Company approval thereupon, carrying out overall commissioning of the total pipeline
system including all facilities and all necessary coordination/ liaison with other
Contractor(s) operations; Carrying out commissioning; Supply of all equipment like
Nitrogen vaporizers (as required SOR: Supply of Nitrogen), along with all piping and
instruments, temporary venting/ flaring/draining facilities as applicable, man-power,
consumables including pigs and required quantity of Nitrogen (as required using SOR
Supply of Nitrogen); Performing all associated works, complete as per the relevant
specifications, Drawings, scope of work, other provisions of Contract document and
instructions of Engineer-in-Charge.
24
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
all requisite equipment, labor, supervision, materials, films , consumables all
facilities and personnel to process, develop, examine and interpret radiographs
and other tests, as required, carrying out repairs of weld joints found defective by
Owner, carrying out re-radiography and other tests such as ultrasonic etc., as
required on repaired joints etc. , as mentioned in SCC & particular job
specification.
5. Carrying out cleaning, water filling, pre-hydrotesting, of complete pipeline in one
section / test sections as approved by Owner to specified pressures for 24 hrs. test
pressure holding period; providing all equipment, pumps, test headers, fittings,
pressure & temperature instruments etc., and services, supervision, labor,
consumables, water, air, etc. as required; detection of leaks, if any occurred during
pre-hydrotesting, attributable to Contractor and rectification of defects, re-testing
after rectification with due approval of Owner, successful completion of pre-
hydrotesting including dewatering of pipeline to acceptance criteria defined in the
specifications.
Mobilization and demobilization as per contractor's scope of supply of all
materials and consumables excluding supply of required length of CS conduit for
OFC laying of size 150mm NB; 6.4mm thk. Of IS 3589 pipe to work site's, HDD
machine & other associated equipment, manpower and other resources including
handling, loading, unloading, aligning, etc.,
6. Acquiring the required land by Contractor for Storage, fabrication, site
preparation and their access for execution of the works
7. Getting permissions and work permit for river crossing as well as utility crossings
(if any) encountered during river crossing prior to start the execution work from
respective concerned authority.
8. Drilling to the required depth i.e. minimum 5M from lowest bed level to top of
pipe in all types of strata, all depth to accommodate the pipeline at all conditions
of the slushy crossing by HDD method.
9. Installation of the proposed pipeline below the slushy area bed & minimum 5
meters apart from the center line of the existing HDD steel pipeline section by
HDD method to the correct profile as per approved drawings.
10. The contractor shall also lay a 6# MS conduit with 2 no. of 40 / 50 mm HDPE
ducts parallel to the HDD
11. String either by drilling a separate hole or bundle pulling with the service pipeline
and subsequently OFC (single mode 24-fibre armored) to be laid by blowing. No
separate payment for HDD for 6"CS conduit shall be paid. Supply of all material
like 6" MS pipe, OFC and HDPE duct are in the scope of the contractor.
(Note: Leak detection, its rectification and successfully re-hydrotesting shall be
carried out by Contractor with a view that completion of all activity for successful
pre-hydrotesting is not inordinately extended, which will hamper the overall
project schedule. Further, no extra payment claim shall be entertained for re-
hydrotesting, leak detection and their rectifications if defects found attributable to
Contractor.
25
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
12. Final clean - up and restoration of additional land/right of use/corridor including
obtaining NOC from respective land owners & statutory authorities if required,
and disposal of debris and returning surplus material to Owner's designated
disposal area(s) /stockyard(s) as directed by Owner.
13. Preparation of as-built drawings, pipe-book and other records as specified in the
specifications.
14. Carrying out cleaning, pigging, gauging, drying and post installation hydrostatic
testing of complete pipeline
15. section laid by HDD method as approved by Owner to specified pressures for 24
hours test pressure holding period; providing all equipment, pumps, test headers,
fittings, instruments, dead weight tester, pressure recorder, etc., and services,
supervision, labor, consumables, water including supply of corrosion inhibitor,
air, etc., as required for successful completion of hydrotesting of pipeline to
acceptance criteria defined in the specifications, complete dewatering and
swabbing of the pipeline.
16. Supply and providing end seal at both ends & application of coal tar epoxy over
CS conduit pipe surface as per specification.
17. Backfilling of the ditch / trench including restoration, clean-up of area, disposal of
drilling fluid & waste, etc. to the satisfaction of Owner/ Concerned Authority and
getting NOC from concerned authority.
18. Preparation and submission of as built drawings & other drawings etc., duly
approved by Owner. All type of welded joints after fabrication of pipeline string
shall be radiographically tested by X-ray Notes:
(i) Crossings indicated is indicative. Crossing width may vary as per site
condition. Bidders are advised to visit the site for actual assessment of extent of
crossing and to assess the extent of cover which may have to be provided. Actual
string length for HDD shall be as per design calculations so that pipe is not under
stress as permitted by codes / specifications. Final length of string shall be
decided after decision of minimum cover requirement by concerned Authority /
Engineer - in - charge.
(ii) Geo-technical investigation and hydrological survey data/report of the above
crossings shall be carried out by the Contractor and the Contractor shall submit
design calculation and all construction (profile) drawings, survey data for GAIL /
PMC approval. Work shall start only after approval of the above.
(iii) Contractor shall not be entitled for any extra payment due to location / area
constraint, capacity of rig, etc.
(iv) The contractor may have to arrange an additional working space up to 12
meter outside ROU (At hook up place both sides) and 200 M along ROU (String
preparation) for carryout the HDD activity. Any kind of compensation required
for arranging additional working space outside and along the ROU as mentioned
above, shall be the contractor's responsibility and shall be deemed to be inclusive
in the quoted rates.
Line pipe details:
26
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
Size Thk. Material Coating Type
Inch (NB) (mm)
12" 7.1/6.4MM 3 layer PE Bevel End.
27
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
Refer cased crossing specification document attached for more details.
NOTE: At most care to be taken during retrieval of pipes. Coating damages resulting as a
result of pure negligence during handling/excavating/transporting, contractor is
responsible for carrying out coating repairs without any extra cost.
28
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
HYDROTESTING AND VACCUME DRYING
Hydrostatic testing and Vaccume drying as per standard procedures. The Contractor's
Scope of Work for the pipeline shall consist of, but not limited to,
Hydrotesting and vaccume drying of the laid pipeline (C-Line-Line and E-Line) are to be
carried individually only one after another and as per instructions from EIC.
HYDROTEST
Hydrostatic test shall be performed on the entire length of the pipeline (i.e. for
underground). Hydrostatic test shall be performed in accordance with approved
Hydrostatic Test Diagrams clearly indicating the underground pipeline and maximum test
pressures (1.50 Times of design pressure (72 Kg/Cm2) OR As per instruction from EIC
after assessing the pipeline parameters and instruction/guidance obtained thereafter).
All such works that are not indicated here below but are otherwise required completing
the work in all respects shall form part of contract/scope of work.
Contractor's Scope of Work.
CONTRACTOR shall mobilize and provide all equipment’s, manpower (skilled and
unskilled), calibrated instruments, consumables and other resources etc. as required for
the execution of the complete job defined herein. Contractor shall provide complete
details of manpower, equipment’s etc. to be deployed. Hydrostatic test shall commence
only after Clearance from GAIL.
DRYING:
After successful completion of Hydro testing, dewatering and swabbing operations to
facilitate safe gas-in operation (Pigs like HD,LD and BIDI are in scope of contractor) and
to ensure that all aspects of the project requirements and the relevant codes/standards are
fully understood, and met by those carrying out the work. Pipeline drying operation is a
very significant activity and requires reference to a large amount of data. Comprehensive
understanding of all aspects described herein is necessary by the users of this document
due to the criticality of the operation. All such works that are not indicated here below but
are otherwise required completing the work in all respects shall form part of
contract/scope of work.
Drying to be carried out either by Vacuum Drying or by Air drying Vacuum Drying
Acceptance The dew-point of (#) 6°C or better & vacuum pressure of 3.68 mbar to be
achieved as or directed by EIC. Air Drying Acceptance. The final air drying acceptance is
(#) 6°C or better
Before commencement of work, contractor shall submit a hydro test procedure in detail
for the above mentioned line pipe for the approval of EIC. However, a general guideline
of hydro testing is given below;
·Hydro testing shall be done as per guide line given in API-1110.
·The line pipe shall be hydrostatically tested at pressure 138 Kg/Cm2; however, the
maximum hydrostatic pressure shall not exceed the pressure required to produce a hoop
stress equal to 95 percent of SMYS of the pipe material based on minimum wall
thickness in the test section.
·The test duration shall be a minimum 04(four) hours.
29
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
·Pressure variations during testing shall be acceptable, if caused by factors other than
leakage, like temperature variations.
·
Hydro testing procedure to be submitted by bidder shall also have following information
in addition to information given above.
·A schematic diagram indicating all fillings, vents, valves, temporary connections and
other provision of test header. The diagram shall also indicate injection locations, intake
and discharge lines.
·Estimated amount of test water, water sources.
·Water filling and disposal procedures.
·Pressure testing procedure including a complete description of all proposed equipment
and Instruments (Including spares), their location and set-up and proposed system for
observation and recording of data during the pressure test.
·Procedure for deflection and location of leaks.
30
Shifting/Re-routing of LPG Feeder pipeline segments of
VSPL in view of road expansion for M/s VPT port
connectivity by M/s NHAI
mainline and NDT of welding, repair and re-testing of defective welds, coating of welded
joints, cleanup, testing including providing all labor, materials, consumables and inputs
other than OWNER supplied materials and performing all works, specifications and
instructions of EIC/TPIA. In case of pinhole leaks not easily detectable all works for
locating leak (occurred during mechanical resistance test and tightness test attributable to
Owner issued materials) including detecting leak.
Contractor supplied
All works for locating burst occurred during Hydrostatic test of flow tee and other fittings
whose supply is under the scope of contractor. All works for locating burst (occurred
during hydrostatic testing and tightness test attributable to contractor supplied materials)
including detecting burst, necessary repairing/replacing defective fittings at own cost,
including cutting out and removing the defective fittings, pretesting the replacement
fitting, welding of replacement fitting into mainline and NDT of welding, repair and re-
testing of defective welds, coating of welded joints, application of R95 for flow tee,
cleanup, testing including providing all labor, materials, consumables and inputs other
than OWNER supplied materials and performing all works, specifications and
instructions of EIC/TPIA. In case of pinhole leaks not easily detectable all works for
locating leak (occurred during mechanical resistance test and tightness test attributable to
Owner issued materials) including detecting leak.
31