32
Client V.O.Chidambaranar Port Trust Tender No MEE-SEIMN-MEC-FFFSC-VI-20 Project Fixed Fire FightingSystem at Oil Jetty in compliance with OISD-156(2017) requirements' Date:30.10.2020 Name of the firm M/s.Sterling & Wilson S.NO Reference of bid documents s&w Queries Clarification SEC.NO Page No. Clause No. Subject 1 Part I Section IV 17 of 410 4.16 The total amount of EMD shall be Rs.34,98,000/-. The bidder may pay the entire amount through RTGS/NEFT to the account of V.O.Chidambaranar Port Trust Or else the bidder may pay 50% of the EMD i.e Rs.17,49,000/-(seventeen lakhs forty nine thousand) shall be paid through RTGS /NEFT to V.O.Chidambaranar Port Trust, Tuticorin and remaining 50% i.e Rs.17,49,000/- (seventeen lakhs forty nine thousand) shall be furnished in the form of BG as indicated in Clause 3.5(ii) of Part I, Section III. As per this clause, We can pay full EMD through the NEFT/RTGS or 50% EMD throught NEFT/RTGS and 50% through Bank Guarantee. For all other port tenders, we submitted the EMD for full amount in form of Bank guarantee only. Hence we request you to kindly accept the full amount of EMD i.e 34.98 Lakhs through the Bank Guarantee. Tender condition prevails 2 Part I Section V 34 of 410 5.12.1 Addition Alteration: VOCPT shall have power and authority, from time to time and at all times, to make amendments or additions or alterations or changes in the Technical Specification and give such further instructions and directions, as may appear necessary and proper to VOCPT for the guidance of the Contractor and good & efficient execution of thework. As per our understanding all amendments or additions or alterations or changes in the Technical Specification shall be done before bid submission closing date. Any change after bid submission may have cost implication by mutual understanding. Kindly confirm our understanding. Tender condition stands. 3 Part I Section V 34 of 410 5.12.3 VOCPT may increase or decrease or split the quantity of work included in the contract or execute additional work of any kind necessary for good & efficient execution of thework We understand this is lumpsum trunkey project based on tender specification provided. Any changes in the scope of during course of execution shall be treated as extra. The prices for addition or deletion of work will be changed by mutual understanding. Kindly confirm. Tender conditions prevails. 4 Part I Section V 47 of 410 5.45.4 If found necessary, VOCPT reserves the rights to get the materials inspected from a Government or Government recognized Laboratory/TestHouse. As per our understanding, the charges for material inpection from Government or Government recognized Laboratory/ Test house shall be borne by VOCPT. Kindly cofirm our understanding. Tender condition stands. However, for clarity purpose , the inspection of the material is at the cost of successful bidders. Appointing TPI shall be responsibility of VOCPT. It is the responsibility of contractor to do testing and other necessary work as required under QAP

SEC.NO Page No. Clause No. Subject

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Client V.O.Chidambaranar Port Trust Tender No MEE-SEIMN-MEC-FFFSC-VI-20 Project Fixed Fire FightingSystem at Oil Jetty in compliance with OISD-156(2017) requirements' Date:30.10.2020 Name of the firm M/s.Sterling & Wilson

S.NO Reference of bid documents s&w Queries Clarification SEC.NO Page No. Clause No. Subject

1 Part I Section IV 17 of 410 4.16 The total amount of EMD shall be Rs.34,98,000/-. The bidder may pay the entire amount through RTGS/NEFT to the account of V.O.Chidambaranar Port Trust Or else the bidder may pay 50% of the EMD i.e Rs.17,49,000/-(seventeen lakhs forty nine thousand) shall be paid through RTGS /NEFT to V.O.Chidambaranar Port Trust, Tuticorin and remaining 50% i.e Rs.17,49,000/- (seventeen lakhs forty nine thousand) shall be furnished in the form of BG as indicated in Clause 3.5(ii) of Part I, Section III.

As per this clause, We can pay full EMD through the NEFT/RTGS or 50% EMD throught NEFT/RTGS and 50% through Bank Guarantee. For all other port tenders, we submitted the EMD for full amount in form of Bank guarantee only. Hence we request you to kindly accept the full amount of EMD i.e 34.98 Lakhs through the Bank Guarantee.

Tender condition prevails

2 Part I Section V 34 of 410 5.12.1 Addition Alteration: VOCPT shall have power and authority, from time to time and at all times, to make amendments or additions or alterations or changes in the Technical Specification and give such further instructions and directions, as may appear necessary and proper to VOCPT for the guidance of the Contractor and good & efficient execution of thework.

As per our understanding all amendments or additions or alterations or changes in the Technical Specification shall be done before bid submission closing date. Any change after bid submission may have cost implication by mutual understanding. Kindly confirm our understanding.

Tender condition stands.

3 Part I Section V 34 of 410 5.12.3 VOCPT may increase or decrease or split the quantity of work included in the contract or execute additional work of any kind necessary for good & efficient execution of thework

We understand this is lumpsum trunkey project based on tender specification provided. Any changes in the scope of during course of execution shall be treated as extra. The prices for addition or deletion of work will be changed by mutual understanding. Kindly confirm.

Tender conditions prevails.

4 Part I Section V 47 of 410 5.45.4 If found necessary, VOCPT reserves the rights to get the materials inspected from a Government or Government recognized Laboratory/TestHouse.

As per our understanding, the charges for material inpection from Government or Government recognized Laboratory/ Test house shall be borne by VOCPT. Kindly cofirm our understanding.

Tender condition stands. However, for clarity purpose , the inspection of the material is at the cost of successful bidders. Appointing TPI shall be responsibility of VOCPT. It is the responsibility of contractor to do testing and other necessary work as required under QAP

5 Part I Section V 51 of 410 5.62.1 Extension of completion period: Should the quantum of extra or additional work of any kind or delayed availability of the Trustees' materials to be supplied as per contract or Force Majeure condition (as per GCC Clause No. 5.79) or other special Circumstances, of any kind, beyond the control of the Contractor or any other reason not attributable to the Contractor [including hindrance at site of work, causes indicated as "Excepted Risks", etc.] cause delay in completing the work, the Contractor shall apply to the Engineer, in writing, for suitable extension of completion period, within 7 (seven) days from the date of occurrence of the reason and the Engineer shall thereupon consider the stated reasons in the manner deemed necessary and shall either reject the application or determine and allow, in writing, the extension period as he would deem proper for completion of the work, with or without the imposition of "Liquidated Damage" (GCC Clause No. 5.62.2 hereof) on the Contractor and his decision shall be binding on the Contractor. If an extension of completion period is granted by the Engineer, "Liquidated Damage" (GCC Clause No. 5.62.2 hereof) shall apply from its date of expiry, if the work be not completed within the extended time, unless stated otherwise in the decision communicated by the Engineer, as aforesaid.

As per our understanding, in case the delay in completion due to reason not attirbuted to the contractor, the overstay charges shall be paid to contractor by VoCPT. Kindly confirm our understanding.

Tender conditions prevails.

6 Part I Section V 60 of 410 5.78.1 Before commissioning of execution of works the contractor shall insure against any damage, loss or injury which may occur to any property including that of the V.O.Chidambaranar Port Trust or to any person including any employee of the V.O.Chidambaranar Port Trust by or arising out of the execution of the works in carrying out of the contract.

We understand that insurance for VoCPT persons will be covered under WC policy of VoCPT. Hence this clause is not applicable to bidder because our scope of work limited to fire protection system with associated work only. Kindly confirm our understanding.

Tender conditions prevails.

7 Part I Section V 60 of 410 5.78.2 Minimum Amount of Insurance: Such Insurance shall be effected with an insurer and in terms approved by the employer and for atleast the amount offered in the tender and the contractor shall produce to the Engineers representative the policy or policies of insurance and receipts for payment of the current premiums, which is mandatory before admitting any bills for payment by Port.

Kindly provide the minimum amount of insurance required. Also provide the name of prefered insurance company (if any).

Tender conditions prevails.

8 Part I Section VI 66 of 410 7 Payment Terms: Following are the stages of payment in accordance with GCC clause 5.64.2: a) For Supply of equipment/materials/fittings for Mechanical Works, Machinery Works, Instrumentation Works, Electrical Works and Schedule of Other Items i) 60% of the Quoted rates (as stated in BOQ) on respective supplies on pro-rata basis will be paid on supply of equipment/ materials/ fittings in good condition at site and on production of relevant test certificates & documents and certificate issued by Third Party Inspection Agency appointed by Employer. ii) 10% of Quoted rates (as stated in BOQ) on respective supplies on pro-rata basis will be paid on erection of the equipment/ materials at site and on production of certificates from Third Party Inspection Agency appointed by Employer. iii) Balance 30% will be paid after successful commissioning of the system and on issue of Taking Over Certificate in respect of fire- fighting facilities at Oil Jetty. b) 100% payment towards erection, commissioning, transportation, insurance, etc.,(as stated in BOQ) to be paid on successful commissioning of the Project and taxes at actuals shall be paid as per clause 5.64 under GCC.

We request you to accept the following payment terms similar to our executed project of other ports.

Supply: 70% of quoted price on Pro-Rata basis supply of equipment/ materials /fittings in good condition at site and on production of relevant test certificates & documents and certificate issued by Third Party Inspection Agency appointed by Employer.

20% of quoted rates on Pro-Rata Basis will be paid on erection of equipment/material at site.

10% will be paid after successful commissioning of system and handing over.

Erection: 90 % of Quoted price on pro-rata basis upon erection of equipment material and accepted by Engineer in charge. 10% will be paid after successful commissioning of system and handing over.

Refer Corrigendum (SI.No.1)

9 Part I Section VI 67 of 410 12 If the contractor fails to complete the work in all respects within the time specified or within the extended time that may be allowed by the port as per clause under GCC (5.58,5.59), the contractor shall pay or allow the board to deduct a sum equivalent to 1% per week or part thereof on the total value of the contract subject to a maximum of 10% of the total value of contract as Liquidated or Ascertained damages and not by way of penalty, for every week or part thereof beyond the said period or extended period as the case may be during which the work shall remain unfinished. Such damages will be deducted from any money due or become due to the contractor. The payment of such damages shall not relieve the contractor of his obligations to complete the work or from any other of his obligations or liabilities under this contract.

We request to relax this terms as 0.5% per week or part thereof on balance work to a maximum 5% of balance work as liquidated damage.

Tender condition stands. .

10 Part I Section VI 70 of 410 24 The contractor has to obtain a certificate of registration under "Building & Other Construction Workers (Regulation Of Employment & Conditions Of Service) Act-1996 and Central Rule 1998 and his rate shall include a cess payable @ 1 % of the cost of construction as applicable under "Building & Other Construction Workers Welfare Cess Act -1996 & Welfare Cess Rules 1998.

We understand that BOCW is not applicable for the fire protection / piping/ mechanical work. If it applicable then we request VOCPT to pay the BOCW and deduct it from our running bill. Kindly accept our request.

Tender condition prevails.

11 Part I Section VI 74 of 410 36, Para:4 It will be the obligation of the contractor to arrange for PESO, OISD-

156 certification on behalf of V.O.Chidambaranar Port Trust.

As per PESO rules, all applicable charges & statutory fees to be paid by end user. Tender

Hence we understand that all the statutory fees will be in account of VOCPT.

Contractor will support VOCPT with documentation/drawings to get necessary request

approval from PESO/Local Authority.

Kindly confirm our understanding.

condition prevails. Any supporting document, if any

necessary for PESO shall be furnished by VOCPT based on the

by contractor.

12 Part II, Seciton C 133 of 410 Annexure III Central Hose Station As per previous tender addendum we understand that no hose station is in

contractor scope. Kindly confirm.

The existing fire station near red gate will be the additional

monitoring station for oil jetty fire fighting system.

13 Part II, Seciton C 133 of 410 Annexure III Central Hose Station:

In addition, HAZCHEM nozzle and high flow long

range multipurpose nozzles may also be

considered.

As per OISD-156 clause: 4.10.iii, the quantity of Hazchem nozzle is not defined.

We request client/consultant to kindly provide the quantity of nozzle need to be

considered in our scope.

only one set of Hazchem nozzle will be in the scope of bidder.

14 Part II, Section C2 136 of 410 1.3 Major items covered for fire fighting facility As per our understanding the capacities given under this table is tentative not

minimum and contractor need to design system as per 015D-156 (2017 edition).

kindly confirm our understanding.

Tender conditions prevails. The entire design, supply and

erection should be as per the OISD 156.

15 Part II, Section C2 136 of 410 1.3 Table SI. 10 Refurbishment of Fire fighting Control room Kindly provide the architectural/ civil plan & sectional drawing of existing

control room in autocad/pdf format.

As per our understanding the scope of refurbishment also include the following:

1. New Electrical power distribution.

2. Lighting and Power receptacles

3. Earthing and lightning protection.

4. Cable tray and Trench work

Please refer the Available drawings already enclosed in the

Tender document. Bidder should visit the site and collect the

necessary data and necessary Entry Passes for their visit shall be

obtained from VOCPT. Please also refer enclosed Schematic

Diagram for Oil Jetty Substation (Annexure-A).

16 Part II, Section C2 137 of 410 1.3 Table SI. 17 Jetty Lighting, Jetty approach lighting & lighting from Fire Pump

House to Jetty approach

We understand that the lighting of following areas in our scope.

1. inside the fire water pump house.

2. Control Room 3. Street light from Fire water pump house to Oil jetty. Any other area apart from above need to be provided with lighting, kindly

specify.

Contractor's Scope: Lighting arrangement at inside and outside

the building of Fixed Fire Fighting. System and tower monitor, etc. as per the norms including necessary wiring arrangements. The entire lighting layout, LUX levels shall be as per IS 6665 for

pump house, control room, jetty approach and jetty operation

area. Wherever,electrical fixures shall be as per Zone

classification and all outside electrical fitting should be as per IP

66.

17 Part II, Section C2 137 of 410 1.3 Table SI. 18 Diesel Generator As per our understanding the capacity of diesel generator required only for fire

fighting system operation as per 015D-156 requirement. The diesel generator backup is not required for other services like lighting of Jetty, Jetty operation

etc.

Kindly confirm our understanding.

Tender conditions prevails. The diesel generator should scater the emergency power requirement of the entire scope of work.

18 Part II, Section C2 137 of 410 1.3 Table SI. 18 Diesel Generator Kindly provide the location for keeping the diesel generator. Suitable location may be idenfied by the contractor as per

Design.

19 Part II, Section C2 137 of 410 1.3 Table 51. 19 LIPS We understand that UPS is required only for PLC panel & CCTV operation. Kindly confirm our understanding.

UPS is required for PLC Panel, CCTV and Control Room lighting operation. The requirement of UPS shall be assessed by the Contractor as per the design of control circuit with electronic accessories, etc.

20 Part II, Section C2 137 of 410 1.3.1 The drawings attached along with the tender is only for reference. We have not received any drawing with tender. Kindly provide all the drawings in autocad/pdf format required to design the system. The minimum list of drawing is as follows: 1. Overall Plot Plan with clear demarkation of battery limit 2. System Architecture for PLC 3. Hazard Area Classification Drawing 4. Equipment & piping Layout of loading unloading platform 5. Load list of Diesel Generator 6. Load List for UPS 7. Potable water piping layout

Please refer the Available drawings already enclosed in the Tender document. Bidder should visit the site and collect the necessary data.

21 Part II, Section C2 141 of 410 2.3.1.d Preparation of hazardous area classification schedule and layout drawings.

Hazard area classification drawing is part of safety studies. Since the process & product handling details of Oil Jetty is not known to contractor, the safety studies generally carried out by End user and based on the safety studies recommendation, different systems are designed. We understand that this studies already carried out by VoCPT and based on same tender is floated. Hence we request VoCPT to share the Hazard area classification drawing.

Tender condition prevails and it is responsibility of contractor to do necessary study as required.

22 Part II, Section C2 141 of 410 2.3.1 Engineering activities to be performed by Contractor shall also include, but shall not be limited to, the following:

As per our understanding power System studies and equipment sizing is to be carried out by using e-Tap or same is acceptable with numerical calculation. Kindly confirm our understanding.

Tender conditioins prevails.

23 Part II, Section C3 148 of 410 3.0 Scope of work shall include design, detailed engineering, procurement , supply, fabrication, construction, installation/ erection, inspection, testing, precommissioning and commissioning of fire protection system for protection of LPG vessel up to 40,000 DWT and POL vessels more than 1,00,000 DWT at Oil jetty of VOCPT,

As per this clause, this is multipurpose Jetty having capacity for handling LPG upto 40000 DWT and POL vessel more than 1,00,000 DWT. The capacity of Tower Monitor given in Table under clause 1.3 of Section C2 is 5678LPM (1500gpm) which is not inline with with OISD-156 requirement for POL vessel more than 1,00,000DWT. As per Table-1 of 0I5D-156, for the capacity of POL vessel more than 1,00,000DWT, Two nos. tower Fire water/ foam monitor of capacity 2000 GPM (7570 Ipm or 454.2 M3/ hr) each is required. Further if the LPG vessel upto 40000DWT then 4 x 2000gpm monitors are required. Hence the given pumping capacity will not be sufficient to cater the requirement. Hence request you to kindly reconfirm the vessel capacity, Tower monitor capacity & accordingly pumping capacity.

Tender conditioins prevails.

24 Part II, Section C3 150 of 410 3.O.i.i Operation & control of Fire Water pumps shall be through new dual redundant PLC Based Control system.

As per our understanding we need consider the one general type Dual redundant PLC based control system for Fire water Pumps operation, Tower Monitor Operation, Gas Detection system, compressed air system. Kindly confirm our understanding.

Tender conditioins prevails.

25

_ _

Part II, Section C3 150 of 410 3.0.i.ii All field instruments shall be hardwiredand the integration of the existing pumps viz. Pressure transmitters, cables, junction boxes etc., shall also be into the scope of contractor.

As per tender & site visit all existing pumps and instrumentation to be dismantled & replaced with new equipment. Hence there will not be any existing pumps need to be integrate with new PLC system. Kindly confirm our understanding.

Tender conditioins prevails.

26 Part II, Section C3 150 of 410 3.0.i.iii Status of all fire water pumps and jockey pumps to be displayed in main Control room/SCADA room also an external view panel shall be installed in Port Fire Station. The bidder shall consider an OFC cable from the jetty fire control room to the port fire station and a view panel to overview the entire fire fighting operations.

We understand that all fire water pump & jockey pump status to be displayed in main control room/scada room located above the fire water pump house on LED MIMIC panel and duplication of same will be done in port fire station building. Kindly confirm our understanding.

Tender conditioins prevails.

27 Part II, Section C3 150 of 410 3.0.i.iii Status of all fire water pumps and jockey pumps to be displayed in main Control room/SCADA room also an external view panel shall be installed in Port Fire Station. The bidder shall consider an OFC cable from the jetty fire control room to the port fire station and a view panel to overview the entire fire fighting operations.

Kindly provide the dimensional plot plan in autocad/pdf format of entire port showing the Main Control Room and Port Fire Station Building and its distances.

Tender conditioins prevails.

28 Part II, Section C3 152 of 410 3.5 Water Demand Calculation As per clause No: 4.3.2 para. ii of OISD-156, water demand of MVWS spray system for manifold/ knockout drums/ pig launcher and Fire escape route need to be added in design flow rate. However same is specified in tender specification. We request you to confirm the spray system requirement for Manifold/ Knockout drum/ Pig Launher/ Fire escape route. If required kindly share the necessary input drawines.

The bidder should follow the maximum demand indicated in the OISD 156.

29 Part II, Section C3 153 of 410 3.6.p DCP Protection system We understand that portable DCP extinguisher will be required in this project as per OISD-156. Kindly confirm our understanding.

Tender conditioins prevails.

30 Part II, Section C3 153 of 410 3.6.g Manual/Automatic below deck fixed water spray system or pile fire- proofing to protect berth structure and installation shall be provided.

As per our site visit, the all piles are of RCC civil work. Hence fire proofing or manual/automatic below fixed water spray system is not required. Kindly confirm.

The jetty is with RCC piles. Bidder to follow the OISD 156 regulations.

31 Part II, Section C3 153 of 410 3.7.b The monitor is tapped from firewater network system through a ROV gate valve and shall be installed at the suitable height on the tower such that it will cover the deck of the largest tanker in the lightest condition at spring tides at the jetty. At the downstream of the motorized gate valve an inline balance proportioner shall be installed.

In this clause both ROV & MOV is mentioned for isolation. We understand the remote operated valves on Jetty Deck will be ROV type and for other area it will be Power Operated Motorised valve. Kindly confirm.

PESO approval is in the scope of the successful bidder. If PESO approves, motor operated valves in LPG handling jetty the bidder can offer all motorised valves and need not to go with the pneumatic operated valves.

32 Part II, Section C3 175 177 of 3.7.e Foam be AR AFtype MOC of tower mounted concentrate shall -1--F and As this clause the foam concentrate requried is AR AFF.F type however as per foam be Stainles, water cum monitor shall steel. data sheet in Section D, AFFF foam is mentioned. Kindly clarify. per given

33 Part II, Section C3 154 of 410 3.8 It is proposed to install automatic water curtain systems to segregate loading / unloading arms / piping manifold and ship tanker of the Jetty.

As per general practice the operation of jumbo curtain nozzle is manually from remote panel at control room/ local panel with the help of ROV. This nozzles are not linked with any detection system. However as per this clause automatic operation is required. Kindly review the requirement of auto operation.

Tender conditiions prevails.

34 Part II, Section C3 154 of 410 3.10.a Piping materials shall be ASTM 106 Grade "B" Sch.Std 1. As per clause: 3c of Section C, CS pipe with 3mm corrosion allowence is required to calculate the pipe thickness. 2. As per cluase no: 3.10a of section C3, the schedule standard thickness is required. We understand that the pipe sizing need to be done considering 3mm corrosion allowence. Kindly confirm our understandine

Tender conditiions prevails.

35 Part II, Section C3 156 of 410 3.12.3 Adequate communication system like telephone/Public Address System/Paging System/ intrinsically safe Walkie-talkie system should be considered and also a separate OFC will run from the control room to the Port Centralised Fire Station.

Kindly clarify the prefered communication system by VOCPT and accordinlgy provide the detailed specification of that system.

Tender conditiions prevails, as discussed.

36 Part II, Section C4 160 of 410 4.1 Complete design & detailed engineering consisting of all engineering documents necessary for proper procurement including sizing and selection of electrical system / equipment / cabling / earthing / lighting required at four jetties, installation, testing and commissioning of the complete system as per OISD-156.

As per our understanding our scope is limited to omplete design & detailed engineering consisting of all engineering documents necessary for proper procurement including sizing and selection of electrical system / equipment /

cabling / earthing / lighting required at One Jetty as per tender specification. Kindly confirm our understanding.

Refer Corrigendum (SI.No.2)

37 Part II, Section C4 160 of 410 4.2.1 Distribution Transformer Kindly provide the capacity & location of existing distribution transfomer. Schematic Diagram for Oil Jetty Substation is furnished. Refer Annexure-A.

38 Part II, Section C4 161 of 410 4.2.23 High mast as per client requirement Kindly provide the drawing with location of proposed high mast light and Specification of High Mast Tower & Light.

All lighting arrangements required for Fixed Fire Fighting System with sufficient illumination come under the scope of the Contractor, hence suitable location shall be selected accordingly.

39 Part II, Section C4 175 of 410 4.14.3 General Requirements of Generator Construction Kindly clarify the Specific configuration / type is needed, whether it is a. Silent type with overall enclosure suitable to Install outdoor open to sky or b. Indoor type without overall containerized enclosure

Acoustic outdoor type DG set with suitable enclosure to safeguard the DG set and as per the TNPCB norms.

40 Part II, Section C4 201 of 410 4.17.7 MCCB shall in general conform to IS: 13947 Part-2. MCCBs shall be provided with thermomagnetic type release for over current and short circuit protection. These shall be microprocessor based with RS 485 communication facility.

1. As per our undestanding the MCCB with RS-485 communication port is required for all microprocessor based MCCB. Kindly confirm our understanding. 2. MCCB with minimum SC Rating 5OKA will increase the system cost without giving any technical advantages. It is requested to considered MCCB with SC rating as oer SC calculation.

Comply with the Port specifications.

41 Part II, Section C4 215 of 475 4.20.3 Critical lighting through battery backed LED lamps in selected areas of the plant during plant emergency conditions.

As per our understanding UPS power back up emergency light is advisable instead of self powered light fitting. Kindly confirm our understanding.

Comply with the Port specifications.

42 Part II, Section C4 221 of 410 4.21.4 Cable trays shall be ladder/perforated type as specified prefabricated made out of galvanized steel complete with matching fittings (like elbows, bends, reducers, tees, crosses, etc.), accessories (like side coupler plates, Tray cover etc.) and hardware (like bolts, nuts, washers, GI strap, hook etc.) as required.

As per our understanfding site is having very high corrosive atmosphere. Hence FRP type cable tray advisable nedd to be consider of Galvanized cable tray. Kindly confirm our understanding.

Tender conditiions prevails.

43 Part II, Section C5 250 of 410 5.4 Fire Water Pipes shall be coated externally 3 LPE and internally lined with polyglass coating of thickness with minimum 3mm.

As per our previous experience in similar kind of job with sea water application, 1mm thickness of internal polyglass coating is sufficient. Request you to kindly reconfirm.

Tender conditiions prevails.

44 Part II, Section C5 251 of 410 5.4 Immediate after exit from the pump house the respective pipeline delivery header of fire pumps shall be connected to the other berths both landward side and seaward side. The connecting of other berth/jetty shall be provided with isolation valves either by motor operated or air operated to control the flow of water on need basis. After exiting from the pump house each respective header shall be divided so that fire fighting needs of both berths landside and seaside berths can be catered from a single pump house. The air operated/motorised valves shall be installed on the headers so that pipe leading to one berth can be isolated form that running or other berth.

We understand that two tapping in delivery line i.e. one tapping at jetty approach and other tapping near fire water pump house with isolation valve & blind flange are required. Kindly confirm our understanding.

As explained in the pre-bid meeting, the main header shall be laid from the fire fighting pump house to jetty approach. From the jetty approach the main header shall be split into two per hydrant as hydrant network loops. The successful bidder has to design the piping sizes accordingly.

45 Part II, Section C5 252 of 410 5.6.iii iii. The monitors shall deliver 5678 LPM of sea water at 7 kg/cm2 pressure from 20m high tower with a horizontal throw of 100 m of (New expanded Foam solution at 7 kg/cm2 with a throw range of 90 111 and foam vertical range will be 45m. for

1. Please note that None of the UL /FM approved tower Monitor Manufacturer age / Shah Bogilal / Fire Tech / Vimal Fire) will not meet Water Cum Monitor through Range as per Tender condition. Refer enclosed curver

range of monitor. Hence the monitor range shall be as per OEM standard as mentioned in curve and OISD-156 requirement. Kindly confirm

Tower monitors range should cover the maximum vessel size mentioned in the tender. The location of the tower monitor shall be as per OISD 156 guidelines. Accordingly the tower monitor range and height (Horizontal throw in all angles) shall be finalised.

46 Part II, Section C5 254 of 410 5.6.xviii Tower Monitor: The manufacturer shall guarantee the material, workmanship and the performance unit for a period of two years from the date of commissioning which shall not be later than six months from the date of receipt at site of the items accepted.

As per GCC/SCC the guarantee period for complete system is 12 months. Hence all equipment/systems including tower monitor shall be guaranted for 12 months. Kindly confirm our understanding.

The defect liability period is 12 months. However extended warranty/Gurantee granted by OEM as applicable for individual system shall be provided.

47 Part II, Section C5 259 of 410 5.16 Foam System As per NFPA-11, clause no. 4.7.1.7, For the purpose of computing friction loss in the foam concentrate piping, the following shall be used: (1) Darcy-Weisbach formula for (Newtonian) foam concentrates. As per our understanding same is applicable in this project. Kindly confirm our understanding.

Foam system as per OISD 156 and need not to follow NFPA-11.

48 260 of 410 5.16 The foam compound requirement shall be calculated based on the assumption that three tower monitors (3 x 6000lpm) operating simultaneously for 60 minutes and the concentration of foam components shall be considered as 3%.

As per our understanding the foam compound requirement shall be calculated based on 2 x 5678lpm as per Table II of 0150-156. Kindly confirm our understanding.

Kindly follow as per OISD 156 Table 3 for the foam calculations. Foam compound is required only for liquid vessels and hence the bidder shall design the system accordingly.

49 Part II, Section C5 273 of 410 5.32.v Safety showers / Eye wash fountains to be installed at Strategic Locations — 2 Sets

As per our understanding, the potable water line is already installed and tapping will be provided at one location at jetty deck and we have to take tapping from exisitng line for Safety Shower/ Eye wash. Kindly confirm our understanding.

The potable pipe line will be given at one location and necessary additional piping shall be laid by the successful bidder.

50 Part II, Section C6 282 of 410 6.7 This specification (PMS) covers the various piping classes for Process and utility Piping.

The PMS for piping is not available in tender specificaiton provided. Tentative PMS is attached. (Annexure-B)

51 Part II, Section C11 321 of 410 11, Table 3, SI. No: 4

CCTV: Yes. Required number of CCTV cameras shall be provided at various locations specified as per OISD 156 regulations. The FLP camera shall be provided on jetty area within Zone-1 location. All CCTV cameras shall be area specific, digital, PTZ type, 180 Degree rotation. The CCTV recorder shall have one month backup and control panel shall be placed in the fire control room.

As per this clause CCTV system is in our scope. Kindly provide the detailed specification of CCTV system with following minimum information 1. type of type of camera (Analogue/digital), 2. resolution pixies, 3. controller, 4. Storage capacity, 5. storage type etc. 6. Also provide the battery limit for CCTV system scope marked on layout drawing. If same is not available kindly confirm the CCTV is required only for following areas: a. Fire Water Pump House b. Control & SCADA Room c. Loading & Unloading Manifold area If any other area is required to be covered with CCTV, kindly specify.

1. All cameras are digital type. 2. Resolution Pixels: Camera of suitable resolution with 36X optical zoom. 3. Controller should be in control room with joystick control. 4. Storage Capacity - 30 days 5. CVR with hard disc 6. Tender conditions prevails.

52 Part II, Section C11 324 of 410 11.5 a) Hardwired relay based Control Panel As per our understanding all control system is PLC based. Kindly clarify. Tender conditions prevails. PLC based Control panel

53 Part II, Section C11 326 of 410 11.5.d.iii Main fire alarm control panel shall be provided for automated starting of Fire water pumps based on lead lag logic in control room. This shall be fail safe, Dual redundant PC-PLC based as per standard spec. enclosed elsewhere in bid documents.

As per our understanding the Main Fire Alarm Panel shall be Microprocessor based to detect fire in control station and through Manual Call point located in jetty. This panel will not be use to start the pumps. Kindly confirm our understanding. Also provide the detailed specification for fire alarm system and its component.

Tender conditions prevails

54 Part II, Section C12 328 of 410 12.1 Structural Design validation of Existing Structures Please provide Geo-technical investigation report of existing Structures for structural stability analysis

VOCPT will provide only the structural drawings available with them and Geo technical investigation & civil foundations are not in the scope of present tender. The interested bidder may be permitted to collect the available data with Port and structural drawing to assess the stability of existing struture.

55 Part II, Section C12 328 of 410 12.1 Structural Design validation of Existing Structures Kindly share existing civil foundation design report & calculations to verify the stability of same.

56 Part II, Section C12 328 of 410 12.0.c Modification of existing pump foundation. Additional foundation required for proposed pumps

During our site visit we observed that piles & foundations of pump house are rusted and structural audit is required which will be done during detail engineering. Hence at this stage it is not possible to estimate quantam of Civil work required. Hence we request you to kindly keep Civil work as Unit rate & provide the BOQ for same.

Tender conditions prevails

57 Part II, Section C12 332 of 410 12.1.a For the proposed equipment housed in the existing Fire Water Pump House, the CONTRACTOR shall validate the structural design adequacy of existing foundation, columns, beams, slabs, pedestals, etc., by the approved competitive agencies who have executed the similar type of marine works.

As per our understanding bidder scope is limited to structural audit of existing fire water pump house. The implementation/ augumentation of the audit report will be in VOCPT scope. Kindly confirm our understanding.

Tender conditions prevails

58 Part II, Section C12 332 of 410 12.12 Miscellaneous As our scope is limited to fire protection system, all the activities mentioned in this clause is not applicable. Kindly confirm.

Relevant to the fire fighting pump house shall be implemented -only structural part.

59 Part II, Section C12 329 of 475 12.3 RCC sleepers: As per our site visit, RCC sleepers required only for fire water piping and same will be laid beside the existing fire water line. Fire water piping shall follow the existing pipe routing. Kindly confirm

RCC sleepers shall be provided as per the requirement by replacing with the existing sleepers.

60 Part II, Section C14 353 of 410 14.3 51. No: 3.1 Cables: 50% of the length of each type Please confirm 50 % of length cable required as a Spare . For Example .. 2C x 1.5 Sq.mm Cable installed at site 4000 meter . Spare Cable required for 2C x 1.5 Sq.mm cable - 2000 meter ( 50% Spare ) required . Please clarify. 2. Specific cable type and details not mention in Spare philosophy , hence we assumed spare cable required for only control cable not Power cable and OFC cable Please confirm

Tender conditions prevails.

61 Part II, Section C14 353 of 410 a. Bidder shall provide consumable spares for six months operation. b. Start up and commissioning spares as required shall be provided

As per our understanding, consumable spares does not include the diesel and foam concentrate required for six month operation. Kindly confirm our understanding.

Tender conditions prevails.

62 Part II, Section C16 357 of 410 16 Incoming power cable shall be made available at one point near Pump House ground floor by others, Further distribution and termination of the same is in Bidders scope. Incoming cable termination also in Bidder's scope. Any additional incoming cable required with respect to Bidder's main panel location shall be in Bidder's scope. Jointing Kit required for incoming cable shall also be in Bidder's scone

Kindly provide the voltage rating & Amp rating of incoming power supply. Also provide the cable size.

Tender conditions prevails. 415 V , 400 A main available from the nearest SS at oil jetty. Cable size: 3 1/2 X 400 sq mm.

63 Part II, Section C16 357 of 410 16.1 Terminal point for Earthing shall be nearest earthing grid. Kindly mark the location of nearest available earthing grid on layout drawing. Kindly share the oil jetty substation location.

Nearest Earthing Grid is at Oil Jetty Substation. Layout enclosed. (Annexure-C)

64 Part II, Section C17 432 of 475 SI. No: 9 to 11 Ball Valve: L & T,CRESCENT,KEYSTONE,STEEL STRONG VALVES, JC VALVES tender Gate/ Globe:TYVO,SANMER,BDK,AUDCO-INDIA, JC VALVE these Check Valve: L&T,CRESCENT,UPADHYA,KEYSTONE, JC VALVES

The most of the vendors mentioned under these category are not meeting the Tender specification. Hence we request you to kindly add following vendor for

items, they already supplied the valves for similar application and EIL approved vendors. - GM Engineering - Zed Valve - Chemtech - Hawa Valve - Nilon Valve

conditions prevails

65 Part II, Section C17 358 of 410 SI No: 15 MATHER & PLATT FIRE SYSTEMS LTD., VIJAY FIRE PROTECTION SYSTEM LTD., VIMAL FIRE CONTROL PVT. LTD. NITIN FIRE PROTECTION INDUSTRIES LTD. STEELAGE INDUSTRIES LTD, New Age Fire Fighting Co Ltd. Surendranagar

The Fire Fighting System is comprising of various component from different manufacturer. The names given under this SI. No. are the fire fighting contractors like us. As per our understanding any contractor meeting qualification crieteria can also bid for the project. Kindly confirm our understanding.

Tender conditions prevails

— 66 Part II, Section C17 359 of 410 Sr. No-14 Lighting fixture (LED): Bajaj / Philips / Havells / WIPRO The make given in list hardly provide explosion proof light fitting . Request you

to kindly add equivalent make like Crompton/ Baliga and other in approved list. Tender conditions prevails

67 Part II, Section C17 359 of 410 Sr. No-15 Street light fixtures with poles: Bajaj / Philips / Havells / W1PRO We recommend to consider FRP pole for For the jetty area. The approved make does not offer FRP pole. Hence as per our understanding, We can offer alternate reputed makes for same. Kindly confirm our understanding.

Tender conditions prevails

68 Part II, Section C17 358 of 410 General Though the vendor list is not available for following mentioned equipment we will considering the list of make as follows. Kindly confirm. 1. Motorised Gate Valve: GM Engg, Nilon Valve, Zed Valve, Chemtech, Hawa Valve. 2. ROV: GM Engg, Nilon Valve, Zed Valve, Chemtech, Hawa Valve. 3. Tower Monitor: Newage, Vimal Fire, Shahbhogilal, Firetech 4. Ground Monitor: Newage, Vimal Fire, Shahbhogilal, Firetech 5. Foam Pump: Delta Pump, Delpd 6. Foam Propotioner: Firetech, newage, Firetech 7. Air Compressor: Ingersoll Rand, Elgi compressor, Atlas corp 8. Stainless Steel Piping: MSL, Ratnamani, Hindustan Inox 9. Fittings: Montex, Fittech, United Forge 10. Gasket: Champion, Goodrich, 11. Gas Detection System: Gas Sensor, Oldham, Dragger 12. PLC System: Honeywell, Siemens, Snchider, Rockwell 13. Pressure Switch: Switzer, Indfoss 14. Pressure Transmitter: E&H, Emerson, 15. AFFF Foam: IFP, KV Fire 16. Deluge Valve: Fluid equipment, Darling Muesco 17. Spray Nozzle: Fluid equipment, Firetech, Newage

Tender conditions prevails

69 Part II, Section C17 360 of 410 Purchaser reserves the right to select the desired make out of the list of makes indicated in the approved makes.

Contractor reserves the right to select the desired make out of the list of makes indicated in the approved makes. Kindly confirm.

Tender conditions prevails

70 Part II, Section D 363 of 410 Point: 57 FIRE WATER MAIN PUMPS AS PER UL/FM LISTED/NFPA-20/OISD-156 As per.clause: 3.0.h.i of section C3, Tower Monitor, Ground Monitor, etc. connected with fire protection system shall be UL/FM approved. However, all

Refer Corrigendum (SI.No.3)

71 Part II, Section D 368 of 410 Point: 57 FIRE WATER JOCKEY PUMPS AS PER UL/FM LISTED/NEPA-20/015D- 156

the pumps (main pumps, jockey pumps and foam pumps) should be manufactured as per the OISD 156/NFPA20 and along with the tender the

72 Part II, Section D 379 of 410 5.1.3 Tower Monitor Size: 200/250 NB

The tower monitor sizes shall be as per UL listed OEM standard and inline with OISD156. Kindly confirm.

Tender conditions prevails

73 Part II, Section D 381 of 410 7 Pipes: Welded joints at every 12 mtr Fitting: Flanged Joints

As per clause 5.5 of section CS, the pipes to be coated internally with 3mm polyglass. On polyglass coated pipes welding will damage internal lining. Hence Flanged connection at evert 12 meters and flanged joints at fittings are recommended. Kindly re-confim, pipe to pipe joining method whehter same is required welded or flanged connection.

No flanged ends are acceptable except valve locations.

74 Part II, Section D 385 of 410 10.4.3 Type/Size of Hose:A/63 MM As per various clause of tender specificaiton and as per OISD-156 type B hoses are required. However in data sheet Type-A hose is mentioned. Kindly clarify.

Refer Corrigendum (SI.No.4)

75 VOCPT - 2020 - 03 Tower Monitor Location Plant The drawing provided are Not to scale drawing. From this drawing we are unable to locate the location of pump house, Jetty and approach trestle with dimensional details. Also it is difficult to know the availability of space for laying new pipes beside existing piping. These details are minimum required to estimate the quantam of work. Hence requesting you to kindly provide the Scaled layout drawing showing all the details as mentioned above in Autocad/odf format

VOCPT will provide only the structural drawings available with them and Geo technical investigation & civil foundations are not in the scope of present tender. The interested bidder may be permitted to collect the available data with Port and structural drawing to assess the stability of existing struture.

76 General General As per clause no. 4.2 para. lx of 01S0-156, Clean agent fire extinguishing system should be provided for control room / computer room. However same is not specified in tender document. Kindly confirm clean agent system for control room is required or not. Also confirm whether total flooding or panel flooding is reauired.

Portable Cot system is enough and no elaborate clean agent fire extinguishing system is required.

77 General General Kindly provide the distance between Oil Jetty and VoCPT store, where we have to shift the dismantled Civil/Mechanical items.

Approximately 5 kms.

78 General General As per site visit, we found that existing civil structure for tower monitor platform is not adequate to install new tower. The photograph is enclosed for your reference. We request VoCPT to allow us the new tower for montor platform beside the existing tower monitor.

After finalisation of the tower monitors locations based on the design vessel sizes, if tower monitor falling on the same existing location bidder should see that the tower monitor shall anchor at the pile location only as expalined in the pre-bid meeting.

79 General General As per our understanding & based site visit, we have to install the 2 nos of tower monitors near existing tower monitors. We request VoCPT to mark the location of third tower monitor on layout drawing.

„ Chief Mechanic- I ngineer

CLIENT V 0 CHIDAMBARANAR PORT TRUST TENDER NO : MEE-SEIMN-MEC-FFFSC-V1-20/01 PROJECT : FIREFIGHTING SYSTEM Name of the bidder: M/s.Samay Project Services Pvt. Ltd.

S No Volume No Sec. No Pg. No Cl. No. Subject Clause description Samay Deviation Clarification

1 Technical Specification for Fire

Fighting Works

C5 250 5.5 Pipe Protection The sea water pipelines are envisaged to be internally coated with polyglass... and externally 3 LPE coating in the factory.

Manufacturers have regretted external 3LPE coating as quantity is small. Can we consider two coats of corrosion resistant polyurethane for external protection?

Tender conditions prevails

2 List of Makes C17 356 10 Gate valve TYCO SANMAR,BDK,AUDC0- INDIA, JC VALVES

Tyco Sanmar and BDK are not manufacturing ROVs / MOVs with Duplex SS. Can you suggest alternate makes please?

Tender conditions prevails

3 Technical Specification for Electrical System

C4 157 4.2 Distribution transformer

Bidder shall check the adequacy of the existing connected load to the transformer. During evaluation if the existing transformer found to be inadequate, bidder shall provide new dedicated transformer and further distribution system including panels, cables, etc. and the samehas to be bid separately as a new item along with the proper SLD in the technical bid.

As we are not clear about the adequacy of the existing transformer capacity, can we quote optional price for new transformer?

Existing Transformer capacity available at OJ substation -22kV / 415V, 500kVA. If it is found inadequate as per your design, a new dedicated transformer shall be provided adhering to tender conditions.

4 Technical Specification for

Mandatory spares

C14 349 14.1 Consumable Spares

Bidder shall provide consumable spares for six months operation.

Please confirm if it is sufficient to consider first fill diesel only, as diesel is not a consumable spare.

Please refer Clause 2.4.3 of Section C2, Bidder shall supply mandatory spares/insurance spares/ consumables (along with first fill of oil, fuel, foam compound) for the successful running of all vital machineries including mechanical and electrical equipment along with the amount quoted by the concerned OEM for a period of 2 years along with bid. A tentative list of Mandatory Spare Parts, to consider as a minimum shall be furnished. The cost towards mandatory spares and tools and tackles etc shall be included in the respective machineries/equipments supply part given in the BoQ (Price Schedule)

5 Technical Specification for

Mandatory spares

C14 349 14.1,2 Pipes & Fittings Spares

Non Metallic Pipes - 5% of total installed quantity and Fittings and Valves for Non Metallic Pipes - 10% of total installed quantity.

We understand that metallic pipe & fittings spare not required. Kindly confirm.

Only non metallic pipes and fittings

6 Technical Specification for Fire

Fighting Works

C5 250 5.6 Tower Monitor The monitors shall deliver 5678 LPM of sea water at 7 kg/cm2 pressure from20m high tower with a horizontal throw of 100 m of expanded Foam solution at7 kg/cm2 with a throw range of 90 m and vertical range will be 45m.

None of the vendors as per vendor list is able to meet this spec. All manufacturers have specified Horizontal Throw 70-80 Mtrs. (Water) & 65-75 Mtrs (Foam) at 1000-2000USGPM respectively at 30 degree trajectory. (in still wind condition). Kindly confirm if the camp can hp cnnsielprpri

Tender Condition prevail. Tower monitors range should cover the maximum vessel size mentioned in the tender. The location of the tower monitor shall be as per OISD 156 guidelines. Accordingly the tower monitor range and height (Horizontal throw in all angles) shall be finalised.

7 Technical Specification for Fire

Fighting Works

C5 241 5.2 Supplying seawater for firefighting

system.

There shall be two independent lines from discharge header supplying seawater for firefighting system.

P&ID shows only one line whereas the spec states two independent lines, Kindly confirm if we have to consider spec or P&ID

As explained in the pre-bid meeting, the main header shall be laid from the fire fighting pump house to jetty approach. From the jetty approach the main header shall be split into two per hydrant as hydrant network loops. The successful bidder has to design the piping sizes accordingly.

8 Technical Specification for Fire

Fighting Works

C5 248 5.4 Suction Pipe Velocity.

For pump suction shall not be more than 2 m/sec and pump delivery shall not more than 4 m/sec.

All manufacturers are only offering Suction pipe velocity of 3.5m/sec, as per HSI standard, Kindly confirm.

Tender conditions prevails

13

9 Minimum Eligibility Criteria

Part — I, 2 2.1.2 The term "similar work" means - Our understanding of the PQR is that any contractor who has completed any Port project in the world as per NFPA standards is eligible. OISD requirement is for Indian Port or Industrial projects. Kindly confirm.

Tender conditions prevails

(MEC) "Engineering, Design, Installation of fixed fire fighting system with fire fighting equipments including construction of civil structural works for fire fighting facilities in Ports / Chemical industries/ Refineries/ as per OISD requirements".

Chief Mecha I Engineer

CLIENT : V 0 CHIDAMBARANAR PORT TRUST TENDER NO : MEE-SEIMN-MEC-FFFSC-VI-20/01 PROJECT : FIREFIGHTING SYSTEM Name of the firm: M/s. Hitek Engineering Services

S No Subject Queries by HITECH Clarification

1 Control Room Size We refer to your drawing no. TPT/0559/1796/95 dated 21.10.95 which shows that control room size is 12 x 2 x 3.6 ht. However refer to your drawing no. TPT/0J64/1808/96 dated 19.02.96 which shows that control room size is 16x4x3.6 ht. Kindly confirm the correct size.

Please refer drawing no. TPT/0J64/1808/96 dated 19.02.96.

2 Addendum to Tender The tender was floated earlier having no. MEE-SEIMN- MEC-FFFSC-VI-20. The same tender is refloated. Kindly confirm if earlier addendum and confirmation also is part of this tender.

The tender document MEE-SEIMN- MEC-FFFSC-V1-20/01 uploaded shall be considered.

3 The MOC of all valves Duplex and wetted parts super duplex is not quoted by any manufacturer as per your approved vendor list as it is outside their manufacturing range and only Kirloskar valves have quoted who are not in your vendor list. We have used Cast Steel valves with corrocoting which is suitable for sea water application and meets OISD 156 requirement. Kindly confirm.

As per tender conditions prevails.

4 Please note that the main & jockey pump which are vertical turbine type with Super Duplex SS construction as per data sheet are special pumps that are very expensive. As OISD 156 the FM/UL approval for VT pumps is not mandatory and you may decide accordingy.

FM/UL approval is not required. The vertical turbine pump should conform to OISD 156/NFPA 20

Chief ec ar l‘P ,ka.---- rirc;TEngineer

CLIENT : V 0 CHIDAMBARANAR PORT TRUST TENDER NO : MEE-SEIMN-MEC-FFFSC-VI-20/01. PROJECT : FIREFIGHTING SYSTEM Name of the firm: M/s.Consilium

Tender Document Referecne Queries By Consilium Clarification Sr.No. Section No Page No Clause No Subject

1

Part 1 Section IV 11 of 475 4.3.4

If any bidder has a Licensing Agreement or a Technical Collaboration Agreementor a Joint Venture Agreement or a Consortium with other bidder(s).

1) Please confirm ,any of the consortium members other than" Lead Partner "can be a foreign company?

Tender condition stands. No foreign company can be participated.

2) Please confirm, is it mandatory to submit the bid in the name of lead partner of consortium or can be submitted in the name of any of the members of the consortium,provided the consortium agreement should be uploaded along with the bid?

Tender condition stands

2

Name of the bidder: M/s.Pyra Industries Pvt. Ltd. S No Section No Page No Clause No Subject Queries By PYRA INDUSTRIES PRIVATE LIMITED Clarification

1

Part 1 Section IV 11 of 475 4.3.4

If any bidder has a Licensing Agreement or a Technical Collaboration Agreement or a Joint Venture Agreement or a Consortium with other bidder(s).

Please confirm that Joint Venture Company can bid on its own with the financial capabilities of IV partners. The JV Partners will have enough financial criteria whereas the JV company will not have any financial capability since it is formed exclusively for bidding only fire fighting works.

Tender condition stands Tender clause 4.3.4 is itself explanatory. Hence the bidder may peruse the clause 4.3.4 (i.e c1.4.3.4 & cl. 4.3.4.1 to 4.3.4.2.7)

Please confirm, if it is acceptable for the VOCPT, the JV company will submit the JOINT VENTURE AGREEMENT along with the financial statements, as required.

2

Name of the bidder: M/s.Kamal Conpro.,

S.No. Description Queries By Kamal Conpro Clarification

1

Nil

If a consortium is made and the main company of the consortium is full filling all the eligibility criteria,we request not to consider any eligibility requirement for minor/working partner. If that is not possible atleast the same can be considered for 1V(Joint venture) firms. Please clarify,to enable us to submit our competitive bid

Tender condition stands Tender clause 4.3.4 is itself explanatory. Hence the bidder may peruse the clause 4.3.4 (i.e c1.4.3.4 & cl. 4.3.4.1 to 4.3.4.2.7)

Chief Mechaaiial Engineer 16

Annexure-A SCHEMATIC DIAGRAM OF RED GATE CONTROL ROOM & OIL JETTY SUBSTATION

Incomer 1 (Spare)

22 KV, 3X120Sgmm1

RED GATE CONROL ROOM

Incomer 2 From Auto New SS 22 KV, 3 X 120 sq mm

BC

NCB II 8 SS-5

250 KVA

Oil Jetty Feeder SS 24 SS 12 - 500 KVA SS-16 Hare 500 KVA (HT indoor 250 KVA Island

Sprinkler breaker unit) System

22 KV / 440 Oil Jetty 500 KVA (Spare)

Substation

V

22 KV, 3 X 120 sq mm

V

sq mm Cable v

Fire Service Station at Oil

Jetty

MOCB

Lighting Circuit

22 KV / 440 500 KVA

3.5 X 400 / LT UG

Fixed Fire Fighting System

1C3V *0,1 SPIC

V IOC

A niNeAwv-c. —

PIPING MATERIAL SPECIFICATION

PIPE CLASS A3A

RATING 150

BASE MATERIAL CARBON STEEL

CORROSION ALLOWANCE :: 3 MM

TEMPERATURE (Deg. C) AND PRESSURE (Kg/Sq. cm g) RATINGS

TEMP T 0 38 , 50 65 L

PRESS 1 16 16 1 T 16 i1 16

1 1 1

SERVICE:

FIRE WATER, CRUDE OIL, EFFLUENT WATER, DIESEL

NOTES:

I. M INDICATES THAT FITTING THICKNESS TO MATCH WITH PIPING THICKNESS.

THE THICKNESS OF REDUCING FITTINGS SHALL MATCH THE WALL THICKNESS

OF HIGHER SCHEDULE PIPE WALL.

S NO PIPING

CLASS RATING C.A

(MM) BASIC MAT. SERVICE

I A3A 150 3 C.S. CRUDE OIL

2 A3A 150 3 C.S. EFFLUENT WATER

3 A3A 150 3 C.S. DIESEL ENGINE

4 A3A 150 3 C.S. FIRE WATER

2

BRANCH TABLE:

36.0 34.0 32.0

R 30.0 RR 28.0

. .. K RR 26.0 R K RR 24.0

22.0 K K K K K 20.0

K R R R RR 18.0 R R R R R R R 16.0

RR RR K RR R 14.0 R RR RR KRR R 12.0

RRRR R R RR RR 10.0

RRRR K RR R R R R 8.00 R RRRR R RR R KRR 6.00

I 1111111 III 111111 1 8 1 .11111 5.00 P P P R 4.00

I 1 1 I I I

T

I I

P

[ II I

PgP

- Li I IR

I

R

Ii

R

I

R

I

R

IA-- 350 T P P PPP PP RRR R RR 3.00

ill IIIIIIII IIIIIIII I 111 1 250 T P P P PPPP I' RR P KRR 2.00

TT H H H HHHHIIIIII HHHH 1.50 i 1.25

T T H II H H HHHHHIIII HHHH 1.00

T T 1II II H Fl WI HHHHHH I1HHH, 0.75 T T T T II H H H H H H H H II H IIIIHH 0.50

,̀,;, 1!:.' S ..fl" '5 0 F, 0 0, 0 0 0 0 c% ,c,', ;;;. ,`t 0; ,.",', ̀,::. 0, 0 'f, 0 0 — — — p., ,.. rn , vr ,,, '0 . N N N IN N en

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION

F SADDLE FUSED JT H H. COUPLING P PIPE TO PIPE R REINFORCED S SOCKOLETS T TEES (B.W. STRAIGHT OR REDUCED) W WELDOLET X INTRUEMENT TEE X REFER NOTE L SWEEPOLET J THREADOLET

BR

AN

CH

PIP

E (

SIZ

E IN

INC

HE

S)

3

4

30.00 FLNG. 26.00 LND

0.50 8.00 FLNG.FIG.8

Item Type Lower Upper Size Size

(Inch) (Inch)

Pipe Group

PIPE 00.50 00.75

PIPE 01.00 1.50

PIPE 02.00 2.00

PIPE 03.00 06.00

PIPE 08.00 16.00

PIPE 18.00 26.00

PIPE 30.00 30.00

NIPPLE 00.50 0.75

NIPPLE 01.001.50 Flange Group

FLNG.SW 0.50 1.50

FLNG.WN 26.00 30.00

FLNG.SO 2.00 24.00

FLNG. 0.50 24.00 BLND

PCR&BLI 10.00 24.00 D H -1 -

SPCR&BL 26.00 30.00 ND

150, 11-7125AARH STD ASTM A 285 GR.C ,

Dm n. STD Material Description

PE, SEAMLESS

ch/ hk

80S B-36-I0 ASTM A 106 GR.B

80S B-36-10 iASTM A 106 GR.B PE, SEAMLESS

80S B-36-10 1ASTM A 106 GR.B BE, SEAMLESS

80S

STD

B-36-I0

B-36-I0

ASTM A 106 GR.B

ASTM A 106 GR.B

BE, SEAMLESS

BE, SEAMLESS

STD B-36-10 API 5L, GR. B BE, WELDED

STD B-36-I0 API 5L, GR. B

ASTM A 106 GR.B

ASTM A 106 GR.B

ASTM A 105

BE, WELDED

PBE, SEAMLESS

PBE, SEAMLESS

150, RF/I25AARH

M

M

M

B-36-10

B-36-I0

B-I 6.5

B-16.47-B ASTM A 105 150, RF/125AARH

M B-16.5 ASTM A 105 j 150, RF/I25AARH

B-16.5 ASTM A 105 150, RF/I25AARH

B-16.47-B ASTM A 285 GR.0 150, RF/I25AARH

ASME-B 16.48

ASME-

ASTM A 105

ASTM A 105

150, FF/I25AARH

150, FF/125AARI-1 _L B16• 48

Note No

Fitting Group

ELBOW.90 0.50 1.50 B-I6.11 ASTM A 105 SW, 3000

ELBOW.90 2.00 6.00 M B-I6.9 ASTM A 234 BW, 1.5D GR.WPB

ELBOW.90 8.00 30.00 M B-16.9 ASTM A 234 BW, 1.5D GR.WPB-W

ELBOW.45 0.50 1.50 B-I6.11 ASTM A 105 SW, 3000

ELBOW.45 2.00 6.00 M B-16.9 ASTM A 234 BW, I.5D GR.WPB

ELBOW.45 8.00 30.00 M B-16.9 ASTM A 234 BW, 1.5D R.WPB-W

T.-EQUAL 0.50 1.50 B-16.11 ASTM A 105 SW, 3000

T.-EQUAL 2.0 6.00 M B-16.9 ASTM A 234 BVV GR.WPB

T-EQUAL 8.00 30.00 M B-I6.9 ASTM A 234 BW GR.WPB-W

T.RED 0.50 1.50 B-16.11 ASTM A 105 SW, 3000

Item Type

Lower Size (Inch)

Upper Size

(Inch)

Sch/ Thk Dmn. Description MaterialSTD Note No

T.RED 2.00 6.00 M M B-16 9 ASTM A234 GR.WPB BW

T.RED 8.00 30.00 M, M B-16.9 ASTM A 234 GR WPB-W BW -

REDUC.CONC 2.00 6.00 K M B-16 9 ASTM A 234 GR. WPB BW

REDUC.CONC 8.00 30.00 M, M B-16.9 ASTM A 234 GR. WPB-W BW -

REDUC.ECC 2.00 6.00 M, M B-16.9 ASTM A 234 GR.WPB BW .

REDUC.ECC

SWAGE.CONC

8.00

0.50

30.00

3.00

M, .M

M, M

B-16.9

BS-3799

AS1 M A 234 GR WPB-W

ASTM A 105

13W

PBE

SWAGE. ECC. 0.50 3.00 M,M BS-3799 ASTM A 105 PBE -

CAP 0.50 1.50 B-16.11 ASTM A 105 SCRF, 3000 -

CAP 2.00 30.00 M 13-16 9 ASTM A 234 GR.WPB BW

5

Fitting Group

ASTM A 105 CPLNG.FULL 0.50 1.50 B-16. I I SW, 3000 -

CPLNG.HALF

CPLNG.LH

0.50

0.50

1.50

1.50

B-16.11

B-16.11

ASTM A 105 SW, 3000

ASTM A 105 SW, 3000

-

CPLNG RED 0.50 1.50 B-16.11 ASTM A 105 SW, 3000 -

I- UNION 0.50 1.50 BS-3799 ASTM A 105

I SW, 3000 -

Valves Group

VLV.GATE 0.50 1.50 API-602 BODY-ASTM A 105, TRIM- STELLITED,

STEM - 13% CR sTEEL 4-

SW, 800. 3000, B- 16.11 -

VLV.GATE 2.00 30.00 API-600 BODY-ASTM A216 ITU). 150,13-16 5.

GR WC B, - TRIM - 13% CR.STEEL

RE7125AARI I

VLV.GLOBE 0.50 I.50 BS -5352 BODY-ASTM A 105. TRIM - STELLIT ED,

STEM - 13% CR STEEL

SW. 800. 3000, Li- 16 11 -

VLV.GLOBE 2.00 16.00 BS-1873 BODY-ASTM A 216

GR.WCB.TR1M- 13% CK.STEEL

FLGD. 150, 0-16.5. IEF/125AARH

VLV.CHECK 0.50 L50 BS -5352 BODY-ASTM A 105, TRIM - STELLITED

SW, 800-3000, B- 16.11

VLV.CHECK

VLV.BUTTERF LY

2.00

3.00

24.00

24.00

BS 1868

API-609/13S-5155

BODY-ASTM A 216 OR. wcR,TRim- 130/0 C R s T IT t.

BODY-ASTM A 216 GR WCB,TRIM- 13% CR.STEEL

ETGD, 150, B-I6 5, RE/125AARH

WAFT,150,13-16.5,

-

.

6

Note No Item Type

Lower Size (Inch)

Upper Size (Inch)

Sch/ Thk Dmn. STD Material Description

VLV.BUTTERF LY 26.00 30.00 BS-5155

BODY-ASTM A 216 GR.WCB,TRIM- 13% CR STEEL

FLED, 150,8-16.47 B, RF/125AAR1-1

VLV. BALL

Bolt Group

00.50 16.00 BS-5351

BODY-ASTM A 105/ ASTM A 216

GR WCB, TRIM- BODY SEAT-RPT FE

FLGD, 150, B-16.5. 25AARH

BOLT.STUD 0.50 30.00 B-I 8 2 BOLT A193 GR 87, NUT A194 GR 211

Gasket Group

GASKET 0.50 24.000 B-16.20,

ANSI B16.5 SPIRAL WOUND

SS316+CAF SPIRAL ,150

GASKET 26.0D 30.00 B-16.20,

ANSI 816.5 SPIRAL WOUND

SS316+CAF+ I RING SPIRAL ,150

7

GENERAL NOTES FOR PIPING MATERIAL SPECIFICATION

1.0 SCOPE

1.1 This specification (PMS) covers the various piping classes for Process and utility Piping.

1.2 Deviations from this specification may be necessary to conform to specific job requirements.

2.0 REFERRED CODES & STANDARDS

2.1 All Piping shall be designed in accordance with the Process Piping Code, ASME 831.3. A particular edition (indicated in Design Basis), once selected shall be followed throughout the job.

2.2 Editions and addenda (if any) of referred Codes and Standards shall be as per the Job Engineering Design Basis (Piping).

2.3 For the sake of brevity, the initials of the society to which the codes are referred to may be omitted in the specification. For example; B 16.5 is a code referring to ASME; A106 is a standard referring to ASTM.

3.0 MATERIAL SPECIFICATIONS

3.1 Individual piping Class has been generally designed to cover a set of services operating within pressure-temp. combination as per ASME B 16.5 / B16.34 or part of it.

3.2 The PMS shall be strictly adhered to in the design, requisitioning, purchasing, fabrication and testing of the piping system. However, deviations of material may occur due to design conditions and/or availability. All substitutions must be duly approved.

3.3 Unless mentioned otherwise, pipe thicknesses in the specs are for above ground piping.

4.0 CLASS DESIGNATION CODE

The class designation shall consist of not more than three components made up of a letter, number & letter; e.g.B I A.

4.1 The first letter indicates pressure rating.

A 150 Class D 600 Class G 2500 Class

B 300 Class E 900 Class J 125/150 Class C 400 Class F 1500 Class K UNCLASSIFIED

8

4.2 The middle number indicates difference in the specifications due to service change within the same rating.

4.3 The third letter indicates type of material.

A Carbon B Carbon Moly. C 1.0 % Cr., 0.5 % Moly. D

1.25 % Cr., 0.5 % Moly. E 2.25 % Cr., 1.0 % Moly. F 5.0 % Cr., 0.5 % Moly. G

9.0 % Cr., 1.0 % Moly. H 3.5 %Ni.

J Nickel / Titanum K Stainless steel type 304, 304H, 304L. L Aluminium M Stabilised stainless steel type 316, 3I6H, 321, 347. N 316L P Monel / Alloy 20 Q Hastalloy / Inconel / Incoloy R Lead S PVC & FRP, PP / FRP, PVDF / FRP T Cast Iron / Silicon Iron ✓ Duplex Stainless Steel W Cupro-Nickel Y Lined steel (Rubber Lined, Teflon Lined etc). Z HDPE / PDVF / Teflon / PVC

5.0 PIPES

5.1 Pipe dimension shall be in accordance with ASME B36.10, 1S:1239 & IS:3589 for wrought steel and wrought iron pipe; to B36.10 / B36.19 for stainless steel pipe and respective ASTM Standard for non-ferrous and non- metallic pipes.

5.2 Pipe made by acid-bessemer process shall not be acceptable, steel pipe shall be made by open hearth, electric furnace or basic Oxygen process.

5.3 All pipe threads shall conform to ASME B1.20.1 except where otherwise noted.

5.4 Pipe thicknesses not covered in different classes of this specification shall be calculated to meet specific job requirement based on actual max. design condition to economize on thickness. However, in such cases the thickness shall be calculated at not less than 80% of class rating unless defined otherwise in the Job Engineering Design Basis (Piping).

9

5.5 Maximum of 10% of Corrosion Allowance may be adjusted to optimize on pipe schedule. However, if CA is suffixed by 'minimum', this downward adjustment shall not be used.

5.6 Non-Standard pipe sizes 11/4", 21/2", 31/2", 5" and 22" shall not be treated as a part of this specification unless these sizes are separately called out.

6.0 FLANGES

6.1 Flanges shall be in accordance with the following codes, except where otherwise noted:

Up to 24" (150# -1500#) ASME B16.5

Up to 12", 2500# ASME BI6.5

Above 24" ASME B16.47 SERIES 'B' / AWWA.

Flanges to ASME B16.47 SERIES 'A' or any other standard (e.g. DIN, GOST, JIS etc.) may be specified to mate with equipment or valve flanges with the corresponding bolting.

6.2 Finish of steel flange faces shall be as follows:

Stock Finish :10001.tin AARH max. Serrated Finish/ 125 AARH : Serrations with 125-250uin AARII Smooth finish 63 AARH : 32 TO 63 µin AARH

6.3 Brinnel hardness for RTJ groove shall be at least 20 BFIN more than that of corresponding gasket as specified.

6.4 Fig.8 Fl and SPCR & BLN shall be as per B 16.48 up to 24" (150-1500#) & up to 12" for 2500#.

7.0 FITTINGS

7.1 Forged steel SW and threaded fittings shall be in accordance with ASME B16.11, unless otherwise specified. For items not covered under 816.11, reference may be made to BS 3799 or appropriate MSS-SP-Std.

7.2 BW Fittings shall be in accordance with ASME B 16.9, unless otherwise specified.

7.3 Dimensions of steel BW fittings for sizes not covered in ASME B 16.9 shall conform to MSS-SP48.

7.4 Usage of unions shall be restricted to utilities only.

10

8.0 BENDS, MITRES AND REDUCERS FABRICATED FROM PIPE

8.1 Miters and Reducers fabricated from Pipe may be used if specified in particular

Piping Class. 90-degree mitre shall be minimum 4-piece construction up to 24" and

minimum 5-piece construction for 26" & above. 45-degree mitre shall be minimum

3- piece construction. Mitres require higher thickness than corresponding Pipe /

Elbow to hold the same pressure (Refer ASME B31.3).

9.0 GASKETS

9.1 Non-metallic gaskets shall conform to B16.21 (corresponding to B16.5) up to 24", and B16.21 (corresponding to B16.47B) beyond 24", unless otherwise specified.

9.2 Spiral wound gaskets (SP.WND or SPWD) and Ring Joint gaskets shall conform to B16.20.

10.0 BOLTING

10.1 All bolts shall conform to B18.2.1, nuts to be B18.2.2. Reference shall also be made to BI6.5 for studs.

10.2 Threads shall be to coarse Thread Series, B1.1, having Class 2A allowances for bolts and studs, and Class 2B tolerance for nuts.

10.3 Nuts for Bolts and Studs shall be the American Standard Hexagon Heavy Series.

11.0 THREADS

11.1 Threads for threaded Pipes, Fittings, Flanges and Valves shall be in accordance with B1.20.1 taper threads, unless otherwise specified.

11.2 Up to 204 deg.C, threaded joints shall be made with 1" width PTFE joining tape.

11.3 Above 204 deg.C, threaded joints shall be seal welded with a full-strength fillet weld.

11.4 All threaded joints irrespective of pressure and temperature on lines carrying toxic fluid shall be seal welded with a full-strength fillet weld.

12.0 VALVES

12.1 Face to Face / End to End dimension of valves shall conform to B16.10 to the extent

covered. For valves not covered in 816.10, reference shall be made to BS 2080 and /

or the manufacturer's drawings.

12.2 Flange / weld ends of the valve shall be as per the corresponding Flange / Fitting ends

of the piping class, unless otherwise specified.

Valve ize Rating

Gate 1/2"- 1.1/2"

800 / 1500 Globe / Check -do 800 / 1500 Gate 2"-24"

150/300/ 600

Gate 26%42"

150 / 300

Globe 2"-8" 150/300/

600 Check 2"-24" -do-

Gate/ Globe/Check

Ball 1/2"-16"

900 / 1500 / 2500

150 / 300 / 600

900 / 1500

Plug

Butterfly

Diaphragm

Bronze

Cast Iron

1/2"-12" All

3" & All above

ALL

12.3 Pressure-temperature rating for flanged and butt-welding end valves shall be as per

ASME B16.34 except for ball, plug & butterfly valves. For these valves refer TABLE

FOR PRESSURETEMP RATING FOR BALL, PLUG AND BUTTERFLY

VALVES. Wall thickness of valve body at different locations should not be less than

as calculated as per B16.34.

12.4 Unless called-out specifically, valves shall be as per the following Standards:

Des. Std.

API-602 BS-5352

API-600

BS-1414

BS-1873

BS-I868

B-16.34 (Refer 12.6 also)

BS-5351 / API 6D API 6D API-599 / BS 5353 API-609 / BS 5155 / AWWA C504 BS-5I56 RELEVANT IS STD. RELEVANT IS STD.

Testing Std.

API-598 BS-6755 Pt-I

API-598

BS-6755 Pt-1

-do-

-do-

API 598 / BS-6755 Pt.I

BS — 6755 Pt. I / API 598 AP1-598 API-598 / BS 6755 Pt.I API-598 / BS-6755 Pt-I / AWWA BS-6755 Pt-I RELEVANT IS STD. RELEVANT IS STD.

12

12.5 If not covered in 12.3, the valve shall be as per B16.34 / relevant MSS-SP Standard.

12.6 For details of the valves specifications, refer specifications 04-SP-08. Features not covered by 04-SP-08 and the relevant code shall be to the manufacturer's standard.

12.7 Unless otherwise specifically called for, up to 600# rating, 2" and larger size steel Gate, Globe & Check valves in Hydrocarbon and utility service shall have bolted bonnets. Pressure-seal bonnets or covers shall be used for Classes 900# and above to minimize bonnet leakage. However, valves with Pr-seal Bonnet shall have wall thickness & stem diameter as per API-600, (if required). Welded bonnets or screwed & seal welded bonnets are acceptable for sizes lower than 2" for Classes 900# & above.

13

13.0 For Welding Specifications and Non-Destructive Testing (NDT) specification.

O j

c.; = ... -VC . BIP:NG

= I /2' PLPINC:

INS1

aa. , rt 3/4" piPiNG

11:... INS'

o REV CUUPLING ;4; EOUAL TEE a "EE/WEE: TEE ET,IIINI TEE

<LP ---•? tL' F —Ft ..___ ./ FE:71 ON uht YA" - I yr FTE:Tr:i ON : ;FL! I - i • 1771_9_Ni4r•FL.___1/2"':

O. C

4. ; 1 I/="I PIPING SWAGE NIPPLE

TO.,L TEE

PC-41 L NE I"- 't

•- . 3/ 4" P POE; .;_

JLEIP0...pg i

r y.r1 ENE 3/4" - I IR'

•••

1PC: FO1 ON LINE & ABOVE N7-27171 oN ENE & 'BONE

I x 3/4' FCC. COL.P

V-1

I GWAIOE NIPPLE

$

• • LAN....E LI ;

47.7.;114.. t 11 '

2.0 P EINL: INST.

PP

3

Ci"

"S/I COI:F.04N

I. THE INDIcATED ARE miNitAtoo WH.CH ALSO COVER INSULATION IC THE EXTENT Sp:CAN NE4g-.E. THICKNESS OF INSULATION THAN INITICA'E.O, THE DIFFERENCE SHALL EL AL:BLL: IN IpIL (.):y evt, AW)v I ACCOROINGLv:

2. REFER MATERIAL SPECIEICATION/P&ID FON CELTAiLj or BRANCHING: EN:: CONNITI NON & 1.)1 VALVt.

3 IN ;)ASE GF ;HANGEU VALVES Egt. IONO & GA,SKEI UN ENV h 1,:;ES OE VALVE JEN... EL IN 'NIL u. PFNG :N GAEL PPOLNOLO LINEN IEFAN INDIC:MEG IN ;HIS SID. FUN LAYOUT'' xCASILINS. BE IAILLL: DIMENSIONS WILL Et CALLEB OW,

14

e

• • - • • .

• • •2.54• km hermal Nagar Fire Station — - • • Fire Fighting

wer Plant "IF fah IiInady • .• Station

IndiariCoast Guard Siation •

- News rEstate Goo* 0 11119% Oats SKI NUM. US. Navy, NGA, CMG° Mavar Technologies TerraMetncs Gamma 5,064m 5'44' 76131VE Sm

Annexure-C

LAYOUT FOR FIXED FIRE FIGHTING SYSTEM