Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
1
SPECIFICATION OF FABRICATION OF HIGH PRESSURE SYSTEM IN MAIN
EJECTOR DRIVE GAS CIRCUIT INCE-20 HAT FACILITY
1.0 INTRODUCTION
The ISRO Propulsion Complex (IPRC) is involved in testing of Cryogenic and earth
storable engines and stages for ISROs space program. In this regard, for conducting
development and acceptance testing of CE20 Engine, CE-20 HAT Test facility is already
established at Mahendragiri. The main system of the facility is Vacuum system, Diffuser
Ejector system and cooling water system
The augmentation work is planned in Main Ejector drive gas system which consists of
High Pressure GN2 cylinders of 2 m3 capacity, High Pressure Pipe lines, Fluid
components, and low pressure pipe circuits. This Fluid circuit is connected with the Main
Ejector which will be operated during the HAT test to create vacuum. In order to carryout
this augmentation of these circuits pipes, Fittings and flow components are procured from
various agencies.
The main objective of this piping contract is to carry out insitu fabrication, erection,
testing of fluid circuits with pipes and flow components. These works will be carried out
under the supervision of IPRC Engineers.
In general, the Contractor‟s scope of work shall comprise the following, however the
detailed scope of work including the work quantity are given in SECTION 3 respectively.
:
Deployment of man power and equipments/tools/consumables required for
completion of the works under the contract.
Transportation of Free issue materials from department‟s stores to work site.
Erection and commissioning including alignment of high pressure cylinders in the
approved site
Fabrication & welding of pipe lines with existing pipe circuits and erection of flow
components.
Co-ordination for inspection (stage & final) with Quality control division of IPRC
and completion of fabrication & testing of piping.
Necessary documentation such as preparation of as-built pipeline layout &
isometric drawings, etc.
Some of the Key Words Used in this Document are Defined as Follows:
“Department” shall mean and include the President of India acting through the
Director, IPRC and any representative(s) of the Department duly authorised on his
behalf.
“Bidder” shall mean the individual or firm or company whether incorporated or
not, chosen by the Department to this tender enquiry.
2
“Contractor” shall mean the individual or firm or company whether incorporated or
not, chosen by the Department for under-taking the works and shall include the
legal personal representatives of such individuals or the persons composing such
firm or company, or the successors of such firm or company and the permitted
assignee of such individual or firm(s) or company.
“Contract” shall mean the formal agreement to be executed between the President
of India and the bidder, whom the Department may choose, based on the
documents forming this tender enquiry and acceptance thereof by the bidder and
together with the documents as referred to therein including the specifications,
designs, drawings and instructions issued from time to time by the Department.
“Site” shall mean the land and or other places at Mahendragiri on which work is to
be executed under the contract, which may be allotted by the Department for the
purpose of carrying out the work.
“Free Issue Materials” shall mean all the items required for realising work,
including raw materials, semi-finished & finished products & sub-assemblies,
which are supplied by the Department or their sub-contractors or bought-out from
their sub-vendors, such as flow components, pipes, pipe fittings, instruments and
consumables.
“Contract Manager” means the engineer, who is responsible for the execution of
the work under this contract on the part of Department.
“Inspector” shall mean the representative of Quality Control wing (QC-AIT) of
the Department.
2.0 SITE LOCATION AND CLIMATIC CONDITIONS
SITE LOCATION
The works are to be carried out, at CE-20 HAT facility which is located at TCT in ISRO
Propulsion Complex (IPRC), Mahendragiri, Tirunelveli District, TamilNadu.
IPRC, Mahendragiri is situated at Kavalkinaru, Tamil Nadu which is about 60 Km from
Tirunelveli and at about 20 Km from Nagercoil. The site is on Madurai – Kanyakumari
National Highway (NH7). At Mahendragiri, CE-20 HAT facility is located at about 4km
from the Main Entrance and is connected by black topped road of minimum width of 3.5
meters with one meter berm on either side.
CLIMATIC CONDITION
CE-20 HAT is in a hilly terrain at an elevation of about 157.5 meters above MSL. The
climatic conditions at Mahendragiri are tropical and windy with occasional gusts. The
maximum wind speed is 120km/hr with 3 sec, gust. Normal monsoon period is June-July
and October- November. The contractor will have to provide protective arrangement
against wind, and rain which they may think necessary, to carry out the work
continuously.
3
3.0 SCOPE OF WORK
3.1 GENERAL
The scope of work of this contract in brief, includes the following.
Transportation of free issue materials from Department‟s storage yard to
work site.
Erection of high Pressure cylinders.
Mounting of prefabricated Manifolds, brackets, etc.
Fabrication, welding (SS & CS), cleaning, radiography, installation and
testing of pipe lines for High Pressure system as per the General Fabrication
Procedure given in the contract document.
Fabrication of structural (MS) supports, access platforms and cross over
bridges based on the site condition.
Providing minor civil works like construction of pedestal for pipe supports,
excavation of existing concrete floor & pavements, grouting, etc.
Providing static electricity earthing for the pipe lines.
Painting of structures and supports and colour coding of pipe lines.
Preparation of as built piping layout and Isometric drawings.
Documentation
3.1.1 RESPONSIBILITY OF CONTRACTOR
The responsibility of the contractor includes, but not limited to providing the
followings;
Deployment of labourers like helper, welder, fitter, rigger, supervisor, works
manager, etc in sufficient numbers to complete the works within the
stipulated time.
Transport vehicles for contractor‟s labourers, equipments & materials.
Construction of temporary shed/room for carrying out fabrication works and
storage of tools, welding machine, dark room for radiography, etc.
Trucks, cranes, fork lift, chain pulley block, slings, hooks, metal ropes, etc.
for transporting the packages & materials from Department‟s storage yard to
work site.
Tools and tackles for the installation of pipe lines and flow components at
work site.
4
Welding machine (TIG & Arc), drilling machine, grinding machine, pipe
bending machine, etc.
Equipments and materials for radiographic testing such as X-ray machine /
Gamma ray source, penetrameter, X-ray film, etc.
Consumables such as Argon gas, Oxygen gas, Acetylene gas and LPG for
welding, filler wire, electrodes, wire brush and hack saw blades, etc.
Consumables such as cleaner (acetone),dye, developer, etc. for Dye-Penetrate
(DP) testing.
Chemicals (Iso Propyl alcohol) for degreasing.
Chemical for Pickling & Passivation.
Necessary clamps, packing materials (CAF sheet) to be placed between
clamps & pipe and pipe & pipe supports, etc.
Supply of structural materials, fabrication and erection of structural supports,
access platforms, etc.
Construction of earth pit including supply of required materials.
Supply of earthing strips and pipes (G.I/Aluminium material) and providing
static electricity earthing.
Minor civil works such as construction of PCC, RCC pedestals &
foundations for pipe supports, including supply of materials, etc.
Painting of structures, colour coding of pipes including supply of primers and
paints, etc.
3.1.2 RESPONSIBILITY OF DEPARTMENT
Furnishing of piping layout and isometric drawings.
Identifying working space for construction of temporary shed/room for
storage of contractor‟s tools machines, etc.
Supply of Pipes, Fittings & Flow components.
Supply of Gaseous Nitrogen (GN2) for pneumatic testing and Gaseous
Helium (GHe) for MSLD leak testing.
Supply of electricity on free of cost.
Supply of water on free of cost.
Inspection by Quality Control (QC) division & site supervision by
Department.
3 DETAILED DESCRIPTION OF WORKS
5
3.1 GENERAL
This portion of the Contract deals with equipment mounting, pipeline fabrication &
erection and testing of Main Ejector Drive Gas Circuit. The Main Ejector Drive gas
System consists of
High Pressure Cylinders (GN2)
High Pressure Circuits (400 bar)
Low Pressure Circuits
Charging side Circuits
TEG Ejector Circuits
Main Ejector
The free issue materials required for piping works such as equipments, components,
pipes and fittings are to be taken delivery from the stores of the Department and
transported safely to the site by the contractor. The scope of work in this contract in brief
includes the following. However the details of each work are dealt in the respective
sections of subsequent pages.
3.2 PIPING LAYOUT & ISOMETRIC DRAWINGS
The complete set of piping layout drawings and Isometric drawing shall be provided at
the time of execution of the contract. The pipelines are to be laid at the ground level,
over the pedestals provided and on the test stand structure at different elevations. The
complete piping layout will be supplied to the contractor at the time of execution of the
contract. The contractor shall prepare the isometrics based on the piping layout supplied
to them.
The pipe segments of length varying from 2 to 6 meters will be supplied and they shall
be fabricated to the required length for installation. Elbows, bends and Tee connections
are to be welded with the pipe lines wherever they are required. Mitre joints shall be
provided with the approval of the department wherever standard elbows and bends are
not supplied. The weld joints are described in the piping layout/Isometric drawings
distinctly. At ground level, concrete pedestals embedded with mild steel plates are to be
provided for supporting the pipelines. The support elements such as MS angles /
channels have to be welded on the embedment in the concrete floor/pedestals.
The pipeline supports shall be provided as per the details given in the piping layout
drawings. Wherever such details are not specified, the supports shall be provided in
general for every two metre length of pipeline and essentially near the elbows/bends/Tee
connections with the approval of the department.
3.3 DETAILS OF WORK.
3.3.1 ERECTION OF HIGH PRESSURE CYLINDERS
The High Pressure GN2 cylinders of 2 m3 capacity, 400 bar(a) (along with the support)
weighing 4 tonne is to be erected on the RCC foundation provided at CE-20 HAT
facility. The overall dimensions are given below. All the materials as listed below
including the Cyinders will be supplied by the Department to the contractor on free of
cost.
6
SL DESCRIPTION OVERALL SIZE (mm) QTY
1 GN2 cylinders Ø559 mm OD x 10885 mm length 72
nos
2 Assembly frames with
brackets 760 mm X 660 mm
72
nos
3 Withdrawal side
manifold 4
The scope of work includes moving the cylinders nearer to the existing pedestal, making it
horizontal, position it on the existing foundation pedestal, final alignments and mounting
of all accessories. The price agreed upon under this heading shall be lump sum for all the
works including the erection of cylinders, its prefabricated manifolds, structural supports,
conducting leak check after alignment, Truck for transportation, suitable Cranes for
material handling, along with operators, labourers and other tools & tackles shall be
arranged by the contractor.
The Department has already constructed a RCC foundation pedestal for the erection of
cylinders. At present 32 cylinders are in assembled condition with pipe lines at a distance
of 100 m from the foundation pedestal. The remaining 40 cylinders are kept in the storage
yard which is 3 km away from the pedestal. The cylinders are to be positioned
horizontally on the RCC foundation provided at the Facility. The foundation is located
near the CE-20 sea level bay in TCT. The necessary tools, equipments/lifting mechanisms,
metal shims, etc shall be arranged by the contractor for the alignment of cylinders. The
procedure for handling & erection shall be prepared by the contractor and submitted to
Department at the time of erection work. After getting approval from the Department, the
contractor shall execute the erection work.
3.3.2 Requalification of Cylinders
The scope of work includes disassembly of 32 cylinders from the existing high pressure
circuit and transports the cylinders to the requalification facility which is 3 km away from
the test stand. The 40 no‟s of GN2 cylinders which are kept ½ kms from the
requalification facility to be transported to requalification facility. All the 72 nos of re-
qualified cylinders shall be transported to the cylinder yard for erection. The necessary
tools, equipments/lifting mechanisms, metal shims, trucks etc shall be arranged by the
contractor.
7
3.3.2 WORK QUANTITY
The quantity of work under each work item is given below; such as, the pipeline
fabrication, erection of flow components, welding, cleaning, etc shall be carried out as per
the General Fabrication Procedure given under Section No.5 of the contract document.
Estimation of Fabrication activities in High Pressure System
Work
Item Description of work
Schedule
number
Unit of
Measurement Estimated Qty.
1. Erection of Cylinders Ton 350
2. Erection of Flow
components Ton 24
3. SS butt welding and
DPT Sch40/40S
Inch- Diameter
joint 3100
4. SS butt welding and
DPT Sch 80/80S
Inch- Diameter
joint 80
5. SS butt welding and
DPT Sch 160
Inch- Diameter
joint 1200
6. SS butt welding and
DPT Sch XXS
Inch- Diameter
joint 250
7. SS butt welding and
DPT
250NB
50mm tck
Inch- Diameter
joint 750
8. SS butt welding and
DPT
150 NB, 30 mm
tck
Inch- Diameter
joint 600
9. SS butt welding and
DPT
DN100
25mm tck
Inch- Diameter
joint 200
10. SS tube butt welding &
DPT
Tube OD ≤ OD
8.0mm Per joint 100
11. SS tube butt welding &
DPT
OD 10.0, 12.0
& 12.7mm Per joint 150
12. SS Socket welding and
DPT including tubes Sch40/40S
Inch- Diameter
joint 500
13. SS Socket welding and
DPT Sch 160
Inch- Diameter
joint 500
14. SS Socket welding and
DPT
Sch XXS &
higher thickness
Inch- Diameter
joint 500
15. SS mitre welding and
DPT Sch40/40S
Inch- Diameter
joint 300
16. CS/MS butt welding
and DPT Sch40/40S
Inch- Diameter
joint 200
17. CS/MS butt welding
and DPT Sch 80/80S
Inch- Diameter
joint 200
18. Mobilisation charges
for X-ray radio -
graphy / Gamma ray
- Lump Sum 10
19. Radio-graphic test with
X-ray / Gamma ray Sch40/40S
Inch- Diameter
joint 3120
8
20. Radio-graphic test with
X-ray / Gamma ray Sch 80/80S
Inch- Diameter
joint 100
21. Radio-graphic test with
X-ray / Gamma ray Sch 160
Inch- Diameter
joint 1200
22. Radio-graphic test with
X-ray / Gamma ray Sch XXS
Inch- Diameter
joint 250
23. Radio-graphic test with
X-ray / gamma ray
DN250
50 mm tck
Inch- Diameter
joint 750
24. Radio-graphic test with
X-ray / gamma ray
DN 150, 30 mm
tck
Inch- Diameter
joint 600
25. Radio-graphic test with
X-ray / gamma ray
DN100
25 mm tck
Inch- Diameter
joint 200
26. Hydraulic Pressure test - Inch-metre 1200
27. Pneumatic Pressure test - Inch-metre 1500
28. Chemical cleaning - Inch-metre 1800
29. Installation of pipelines - Inch-metre 1800
30. Painting of surface with
primer & enamel paint
using brush
- Squared metre 50
31. Dismantling of pipeline
assemblies - Inch-metre 2500
32. Retrieval of pre-welded
fitting and components -
Inch-diameter
joint 5000
33. Fabrication of
structural works - Kilogram 7500
34. Fabrication of
structural works with
material supply
- Kilogram 2000
35. Dismantling of
structural material - Kilogram 5000
36. Minor civil works -
PCC - Cubic metre 5
37. Minor civil works -
RCC - Cubic metre 5
38. Lettering on flow
components/
equipments
- Height of letter£
40 mm 1000
39. Lettering on flow
components/
equipments
-
Height of letter
> 40 mm & £
100 mm
1000
40. Lettering on flow
components/
equipments
- Height of letter
> 100 mm 1000
41. Pipe bending - Inch diameter 130
9
4.0 INSPECTION & QUALITY CONTROL
4.1 GENERAL
All the works under this contract shall be inspected by the QC-CEIT wing of department.
Works under this item comprise inspection, mounting and alignment of equipments and
components, complete piping works. Inspection of mounting works includes checking,
measuring and marking of co-ordinates, equipment leveling, leak checking etc. Inspection
of piping works include stage by stage inspection of handling, cleaning & degreasing,
rigging, all procedures adopted in weld joint preparation, filler wire material, alignment of
pipes, fit-up welding, fabrication, fixing of supports, installation and testing of all the pipe
lines as per the drawings supplied by the department or supplied by the contractor which
are duly approved by the department.
This also includes the verification of procedures, techniques and methodology adopted by
the contractor in the DPT and radiographic examination of weld joints, checking the
radiography films, checking of weld joints, Dye Penetrant Test(DPT) of the weld joints,
etc. All procedures involved in the total piping fabrication, erection, testing and
commissioning shall be submitted in the detailed form to QC-CEIT wing of department
for checking of compliance with the relevant codes and standards and acceptance.
However, the department has the final authority to issue written approval, clearances and
certificates of the work in consultation with the contract manager wherever necessary.
4.2 WELDING PROCEDURE AND WELDER PERFORMANCE
Welding procedure & welder performance qualification tests shall be carried out in
accordance with section IX of ASME. The procedure qualification & welder qualification
tests have to be conducted for welding of the following similar / dissimilar materials. The
welder qualification and weld procedure qualification test shall be carried out under the
inspection of Quality Assurance (QC-CEIT) wing of department.
Materials required for the qualification tests namely pipes and filler wires shall be
arranged by the contractor.
The size of pipe welds range from 6mm NB to 300mm NB and thickness of the pipes
range from 1 mm to 50 mm. Welding procedure & welder qualification tests have to be
carried out with pipes of as recommended by QC-CEIT. High Pressure pipe fabrication
shall be carried out as per chapter IX of ASME B 31.3. Test procedure, specimen
preparation, NDT testing, tensile test, bend test etc shall be done as per sec IX of ASME
and any other requirement specified by the department at the time of execution of the
work.
4.3 INSPECTION
Inspection of welding works will be carried out generally in the following manner:
Preliminary check
Checking of welding procedure
Checking of the quality of weld joints
Preliminary checks
10
Checking of the engagement of qualified welder for the work. Checking of the
qualification or other allied operating personnel.
Checking the state of the appliances, instruments and devices used for welding
and inspection.
Checking the quality of welding materials, their correspondence with the
certificates and their storage conditions.
Checking the quality of preparation of the weld joint. Measuring the weld
geometry and checking the fit-up assembly for conformance to the required
norms.
Checking of Welding Procedure
Checking of the adherence to the qualified procedure.
Monitoring and Recording all the essential parameters for each weld.
Checking the quality of the weld joints
External inspection of the weld joint.
Dye penetrant test.
Radiography examination.
Pressure testing for the qualification of weld joints
4. 4 NORMS OF QUALITY CONTROL
4.4.1 GENERAL CONDITIONS
All weld joints shall be subjected to external examination to detect weld
defects.
The quality norms with acceptance limits for external examination of piping
are as per ASME.
All the SS Butt Weld joints shall be subjected to 100% X-ray examination.
CS Butt Weld joints shall be subjected to 10% X-ray examination. Such weld
joints will be identified for test by the inspection personnel of the Department.
Radiography examination of the weld joints shall be done only after
elimination of defects detected by the external inspection.
- The heat affected zone adjacent to the weld joint for a minimum of 20 mm on
either side of the weld shall also be subjected to inspection.
- The visual inspection of the weld joints shall be performed for the complete
length using magnifying glass with a minimum of 4 times magnification. The
weld joint shall also be inspected internally wherever it is accessible.
- Radiography examination of the weld joints shall be done only after
elimination of defects detected by the external inspection.
11
- The quality of welds made for pipe supports and welds inaccessible for
radiography shall be ensured by means of checking of preparation of edges,
weld geometry, welding procedure, and DP testing and external inspection.
4.5 ELIMINATION OF WELD DEFECTS
- Elimination of weld defects shall be carried out operation by operation in the
presence or with the concurrence of the inspection personnel and the
supervising agency.
- The acceptance norms specified for the weld joints are applicable for the
rectified weld joint also.
- The weld joints which are found to be defective in X-ray examination or
strength test or leak test or vacuum leak proof ness test shall be subjected to
the same type of check/testing repeatedly after rectification work until all the
checks / tests are passed successfully.
- The elimination of such defects which are not defined in this document shall
be done as per the norms stipulated by the inspection personnel consultation
with the supervising agency at the time of execution of the work.
- Length of the defective segment is to be determined before preparation of the
edges for re-welding and the width of the edge preparation is determined by
the nature of the defect.
- Width of the weld after re-welding shall not exceed double the width of the
weld existed earlier.
- Weld sagging, under cuts and hollows between beads shall be eliminated by
welding again over the defective place after polishing such spots to get bright
metallic surface.
- For repairing joints with incomplete fusion, inclusions, cracks etc. (internal
weld defects) the material shall be removed till the defects are completely
eliminated from the job and then re-welding shall be done.
- The repair of weld joints by re-welding at the same place is allowed only up to
2 times.
- After elimination of defects, the pipeline shall be purged with GN2.
- During repair works in the defective joints, ensure chips, dust and other
contaminations do not enter into the pipelines.
- Subject the repaired welds to repeated checks as well as tests for strength, leak
proofness etc.
12
-
5.0 GENERAL FABRICATION PROCEDURE
5.1 PIPE BENDING
The rate shall be quoted per pipe/tube bend for different sizes. The rates shall be
quoted separately for each group of schedules /thickness.
The work under this item covers all operations necessary to produce satisfactory pipe
bends up to 90o with stainless steel pipes/tubes. Works involved under this item shall
be handling, measuring, setting-up, supply and operation of hot and cold bending
equipments, etc. The contractor shall normally be permitted to carry out “Cold”
bending. However, the Department reserves the right, in certain instances, to call for
hot bending. Unless otherwise specified, all bends shall be formed with a radius
measured to the centre line of the pipes equal to three times the nominal pipe
diameter. The quantity for payment under this category shall be the number of bends
finally made as required by the Department irrespective of process.
5.2 WELDING AND DP TESTING
The scope of work for weld joints includes all operations associated with making each
joint, including cleaning, marking-out, cutting, profiling, bevelling, grinding, aligning,
fitting-up, tack welding, cleaning, chipping, pre-heating (if necessary), placement of
wind shields, weather protection, necessary scaffolding if any and final welding
together with final cleaning of welds, post-heating and DP testing. The choice, grade
and make of the welding electrodes and filler wires shall got approved by the Quality
assurance wing(QC-CEIT) of the Department.
After tack-welding, the alignment of the fit-up shall got approved by Quality division
of the Department before proceeding with final welding. DP testing shall be carried
out for the root and final passes of the welding in the presence of Quality assurance
(QC-CEIT) of the Department. Welding rods, filler wires, argon purging gas and
chemicals required for DP testing, Acetone cleaner, SS wire brush, dye, developer, etc
shall be brought by the contractor and be included under this item.
5.2.1 STAINLESS STEEL BUTT WELDING
The welding shall be carried out by gas-purged Tungsten Arc Welding (GTAW/TIG)
process with Argon gas (purity 99.99%) purging both inside and on the weld zone in
outside of the pipe. The following welding is typical, but not limited to the work
covered by this item:
a. Pipe to butt weld fittings and flow components
b. Butt weld fittings to butt weld fittings and flow components
c. Pipe to pipe and half sleeves of pipes
5.2.2 STAINLESS STEEL SOCKET WELDING
The welding shall be performed by (GTAW/TIG) process with Argon gas purging on
the weld zone in outside surface of pipe. This welding involves, but not limited to
welding of straight pipe to socket weld fittings, valves and half sleeves of pipes.
13
5.2.3 STAINLESS STEEL MITRE WELDING
This work involves all the operations including bevel-cutting of pipes to the required
number & angle and welding the bevel-cut pieces to form a bend. The final bend
angle may be required up to 90o. One “Mitre joint” means making a bend up to 90
o by
welding together 2 or more bevel-cut pieces, as may be required. The rates quoted per
“Joint” shall include the number of bevel-cuttings and the number of welds required to
make a bend. The welding shall be performed by (GTAW/TIG) process with Argon
gas purging both inside and outside the pipe.
5.2.4 CARBON/MILD STEEL BUTT WELDING AND DPT
The root pass shall be carried out by TIG welding process with complete purging
inside the pipe with argon gas. After the DPT clearance of the root subsequent passes
of the welding shall be carried out by Shielded Metal Arc Welding (SMAW). The
following welding is typical, but not limited to the work covered by this item:
a. Pipe to butt weld fittings and flow components.
b. Butt weld fittings to butt weld fittings and flow components.
c. Pipe to pipe.
5.3 RADIOGRAPHY
The rates shall be quoted per weld joint /Inch Dia radio graphed for different range of
sizes, but irrespective of schedules and material. The mobilisation charges for the X-
ray machine shall be quoted separately.
This item is indented to cover all the operations and arrangements such as supply of X-
ray machines, penetra-meters, screens, films, necessary scaffoldings if any, etc.,
required for performing radiography of welds. 100% of the stainless steel butt weld
and mitre weld joints along with heat affected zone shall be radio graphed.
Radiography shall be conducted as per the relevant procedures and codes. In all
radiography films, 2-2T sensitivity level shall be achieved. The quoted rates shall
include supply of good quality film and developing charges of film. The developed
film shall be handed over to the Department with the joint identification number
marked on the film. During the inspection, if any defect is found, it shall be the
responsibility of the contractor to rectify the defect or re-execute the work with out
additional charge for both welding and radiography.
It is required to carry out the radiography of joints using X-ray machines only. The
joint(s) which are inaccessible for X-Ray machine shall be carried out by Gamma-Ray
source of 2-2T sensitivity level. However the decision (“inaccessible for X-Ray”)
shall be taken only by the Department.
5.4 INSTALLATION OF PIPELINES
The work covered under this item include all the works required for proper installation
and testing (hydro or Pneumatic) of pipelines, such as transportation, handling, rigging,
14
scaffolding, lifting and alignment of pipes with flow components and fittings in their
respective positions and on to their respective supports and temporary connections
made for testing.
The work also involves connecting pair of flanges such as the flange between a pipeline
and a flanged valve by tightening the fasteners and screwing the threaded fittings like
pressure gauges, threaded interface valves, adaptors, etc, with a mating component.
However, the weld joints will be paid separately under the heading welding and DP
testing. There shall be no limitations on the number of flanged or threaded connections
per metre length of the pipe line installed.
The installation of pipelines at test stand structure shall be carried out at an elevation
ranging from test stand pavement level to 30m level at different orientation / positions.
It is the responsibility of the contactor for arranging tools, tackles and necessary
scaffolding if any for completing the work.
The pressure test of pipe lines shall be carried out either by water or by gaseous nitrogen
at ambient temperature. The decision for Hydro test or Pneumatic test will be taken by
the Department. Department on free of cost will supply required water and Gaseous
Nitrogen at a specific point. It is the responsibility of the contractor to bring all materials
required for Hydro/Pneumatic test such as pressure regulators, manifolds, hoses,
adaptors, hydro test pump etc,. Snoop solution required for finding leak in joints during
pneumatic test will be provided by the Department.
No payment will be made for the temporary scaffolding for installation and temporary
Pneumatic / Hydraulic connections made for testing. The payment for the work
done under this item will be made only when the pipe line is properly located ,
permanently supported and tested (Pneumatic /Hydro) in its final position in the field.
The rate shall be quoted for metre length of different range of sizes of pipeline actually
installed and tested.
5.5 INSTALLATION OF FLOW COMPONENTS
Installation of all flow components such as E.P valves, manual valves, control valves,
filters, flow meters, etc. is based on their weight. The installation charges shall not be
paid for flow components weighing less than 100 kg.
The weight for each flow component will be provided by the Department from the
records of sub-vendor from whom the flow components were bought. If the contractor
is not agreeing the weight provided by the Department, then it shall be the
responsibility of contractor to arrange for weighing the flow component using a
standard weighing machine / method agreeable to Department before commencing the
installation.
The work shall include transportation, handling, rigging, scaffolding, lifting and
alignment of flow components with pipes and fittings in their respective positions and
on to their respective supports. The installation of flow components at test stand
structure can be carried out at an elevation ranging from test stand pavement level to 6
m level at different orientation / positions. No payment will be made for the temporary
scaffolding for installation and temporary Pneumatic / Hydraulic connections made for
testing. The payment for the work done under this item will be made only when the
flow component is properly located , permanently supported and tested (Pneumatic
/Hydro) along with pipeline in its final position in the field.
15
5.6 CHEMICAL CLEANING
The rates shall be quoted to `inch-metre‟ of the pipeline cleaned. The rates quoted
shall include the cost of all chemicals, SS wire brushes, pumps etc. After
hydrostatic/pneumatic testing, the surfaces of all stainless steel pipelines shall be
cleaned as per the following procedure:
5.6.1 MECHANICAL CLEANING:
All the metallic surfaces with scales and newly welded surfaces shall be cleaned by
scrubbing with stainless steel metallic wire brush.
5.6.2 PICKLING:
This is done to remove rust and scale. This is done by cleaning with water, followed
by pickling with a solution containing Hydro-fluoric acid (HF) and Nitric acid
(HNO3).
The composition of the pickling solution and duration are adjusted after trial test on a
sample piece to remove uniformly less than 25 micron thick material. Mostly the
composition is
HF : 5% (by mass)
HNO3 : 15 to 20 %
Water : Remainder
This is followed by rinsing with water.
5.6.3 PASSIVATION:
It is done with a solution of the following composition
HNO3 : 25% (by volume)
Water : 75 %
Duration : 2 hours (minimum)
This is followed by rinsing with clean water. The supply of clean water is under the
scope of the Department. The litmus paper required for checking the PH of rinsed-out
water is also under the scope of Contractor.
5.7 RETRIEVAL OF PRE-WELDED FITTINGS AND FLOW COMPONENTS
The work shall involve removing the weldment by grinding between the pipes, fittings
and flow components from the dismantled segment of the pipeline assembly and
retrieving the fittings and flow components to re-usable state. The price to be agreed
under this heading shall be per “inch-diameter joint” of the pre-welded fittings and
components retrieved, but irrespective of the schedule number
16
5.8 DISMANTLING OF PIPELINE ASSEMBLIES
Due to changes brought in the Engineer-in-charge of the facility, it may be required to
dismantle pipeline assemblies installed either by the same contractor or by some other
contractor. The work shall involve cutting the specified segment of the pipeline
assembly, removing U-clamps from supports and shifting to the store of the work site.
The work shall also include removal of cladding and PUF insulation in case of
insulated pipelines. The prices to be agreed upon under this heading shall be per
“inch-metre” length of the segment of the pipeline assembly dismantled.
5.9 STRUCTURAL WORKS
5.10.1 Structural Works Including Supply Of Structural Materials
(Supply of Structural Materials under the Scope of Contractor)
The rates shall be quoted per tonne of fabricated structure. The structural steel
materials supplied shall conform to IS 2062 Material grade. The work under this item
cover design, fabrication, assembly, installation and painting of all types and sizes of
structures like pipe supports, templates and any other type of structure as may be
required by the Department. The work shall include supply of the structural materials
such as angles, channels, I-beams, chequered plates, U-clamps, bolts, nuts, washers,
etc. The contractor shall get approval for the design and drawings from the
Department. Handling, fabrication, cutting, drilling, machining, welding, assembly,
installation and adjustment of the structures according to their specifications and
drawings at specified locations are also included in the scope of work. There shall be
no limitation on the number of welds or drillings to be carried out per tonne of the
structural works. The payment will be made based on the weight of the fabricated
structure painted with 2 coats of zinc chromate primer and 2 coats grey colour
chlorinated Rubberised paint over it. The contractor shall obtain necessary approval
before selecting the colour shade and brand of the paint. If the painting on the
structural members constructed by the department is removed or scratched off due to
mounting and installation works carried out by the contractor, then such materials
shall be painted properly with the same colour by the contractor. The cost quoted
under this item shall take into account the fabrication losses of material. The weight
will be calculated based on geometry of the structure and density of the steel used.
5.10.2 Structural Works Excluding Supply Of Structural Materials
(Supply of Structural Materials under the Scope of Department)
The rates shall be quoted per tonne of fabricated structure. The required structural
steel materials shall be supplied by Department. The work under this item cover
design, fabrication, assembly, installation and painting of all types and sizes of
structures like pipe supports, templates and any other type of structure as may be
required by the Department. The contractor shall get approval for the design and
drawings from the Department. Handling, fabrication, cutting, drilling, machining,
welding, assembly, installation and adjustment of the structures according to their
specifications and drawings at specified locations are also included in the scope of
work. There shall be no limitation on the number of welds or drillings to be carried
out per tonne of the structural works.
The payment will be made based on the weight of the fabricated structure painted with
2 coats of zinc chromate primer and 2 coats grey colour chlorinated Rubberised paint
over it. The contractor shall obtain necessary approval before selecting the colour
17
shade and brand of the paint. If the painting on the structural members constructed by
the department is removed or scratched off due to mounting and installation works
carried out by the contractor, then such materials shall be painted properly with the
same colour by the contractor. The cost quoted under this item shall take into account
the fabrication losses of material. The weight will be calculated based on geometry of
the structure and density of the steel used.
5.11 PAINTING
The work shall include supply of reputed brand Chlorinated Rubberised (CR) Paint,
Zinc chromate primer and arrangement of necessary scaffolding, spray gun, paint
brush, abrasive paper, etc. The painting shall be carried out on flat and curved surface
on following 4 modes. The rate shall be quoted per Sq.Mtr. of painted surface for
applying 2 coats of Primer and 2 coats of paint
Painting Procedure
The surfaces to be painted shall be thoroughly cleaned (using metal brush,
abrasive paper, etc.) dried and shall be free from oil & grease.
Painting shall be carried out in compliance with the specifications given in the
drawings.
Chlorinated Rubberised (CR) Paint and Zinc chromate primer of reputed brand
such as “Berger” make shall only be used.
The primer should be applied within 2 hours after preparation of the surface.
Painting shall be done only after the primer has completely dried.
5.12.1 LETTER WRITING
Marking of all pipelines and flow components with their identification remarks like
tag number, name plate details, etc. Stencils shall be used for painting alpha-numeric
characters. Prior to painting, the surfaces shall be prepared in compliances with IS 147
Part I and II. The requirements of this standard shall be considered the minimum
acceptable criterion.
Letter shall be written over the painted surface. The rate shall be quoted “per letter”
for a Letter Height ≤ 50 mm, and for letter height more than 50 mm the rate shall be
quoted for diff. range of size (height)
The scope of work under this item includes surface preparation, supply of primers,
paints, painting brushes, thinners, etc and painting (writing of letters). All the surfaces
shall be initially painted with 2 coats of Zinc chromate primer.
The surfaces shall be finally painted with 2 coats of chlorinated rubber paint over
which the letters shall be painted (written). The surface preparation and painting shall
be performed to the satisfaction of the Department. The colour scheme will be
provided during the execution of work.
18
5.13 MINOR CIVIL WORKS
The rates shall be quoted in cubic meters separately for excavation and laying of Plain
cement concrete (PCC), Re-enforced cement concrete (RCC) and Brick masonry. The
typical works under this heading include, but not limited to the following:
Excavation
Breaking and making holes across the wall for laying pipelines,
excavation of RCC/PCC concrete floor, pavements, and ground
wherever required for laying the pipelines and providing pipe supports.
Laying
Providing foundation and pedestals for equipments, as required by the
Department.
Grouting of pipe supports or other structural works.
The scope of work includes supply of torr-steel reinforcement rods,
binding wires, cement, sand, pebble stone, gravels etc., and masonry
work & plastering and white washing (2 coats) of concrete & plastered
surfaces. The composition of concrete shall be as follows:
PCC :: cement: Sand: gravels = 1:5:10
RCC :: cement: Sand: gravels = 1:2:3
Brick masonry.
Plastering : Cement : Sand = 1: 6
6.0 WORK SITE CONDITIONS
6.1 SITE ESTABLISHMENT
The contractor shall provide sheds, stores, tarpaulins and other covers for the
accommodation of his workmen and materials. All materials likely to deteriorate in
the open area shall be stored under suitable cover. The contractor shall mention in his
bid the site requirements, which shall include the office, covered storage, open
storage, fabrication yard, dark room, etc. Space shall be allotted to the contractor for
erection of his sheds and storage of materials, but he will not be permitted to make use
of any other space without the prior written permission/ approval of the department.
The sanitary conditions of the ground in and around such areas shall be maintained by
the contractor.
Security of the contractor’s equipments and materials is his own responsibility.
The contractor shall ascertain what security arrangements are made available on
site by the department and make his own arrangements for additional security as
he may think necessary. The department accepts no liability for loss or damage
to the contractor’s materials.
19
The material issued to the contractor by the department will remain under the custody
of the contractor. The contractor will be responsible for loss or damage of such
materials and shall preserve them in a good working condition as required for the
contract and good construction practices till such time that they are erected, aligned,
fully installed in position and handed over to the department.
In case, the department feels that the arrangements made by the contractor are not
adequate, department shall so advice the contractor and the contractor promptly take
corrective action. In case contractor fails to take corrective steps within reasonable
time, then the department will take corrective action, and recover the cost thereof
from the contractor‟s bills.
The contractor shall provide all necessary equipments, tools, tackles, etc,
necessary to complete the works under the contract. Such materials shall not be
removed from the site till completion of the work. A gate pass must be obtained
from the department in order to remove from site any tools, materials and
equipment.
All employees of the contractor shall comply with the rules of conduct,
established by the department. Failure to do so will be sufficient cause for
removal of such person from the site.
It is the responsibility of the contractor for safe un-loading and storage of his
own materials and also for safe transportation of free-issue material from the
department’s store and its proper storage at the work area.
6.2 ELECTRICITY
Free supply of electricity will be made available at one point on the site. Any further
distribution will be the responsibility of the contractor.
The contractor shall arrange for his own power distribution board with switch-cum-
fuse unit and calibrated energy meter. Necessary power cabling from the
department‟s power isolator (terminal point) to the contractor‟s utility points shall be
provided by the contractor. The joints on the cable shall be properly insulated. All
temporary cabling must comply with local regulations and subject to the department‟s
satisfaction before giving power supply.
6.3 WATER
Free supply of water will be made available at one point on the site. Any further
distribution will be the responsibility of the contractor.
6.4 MESSING & ACCOMMODATION
The contractor shall make his own arrangements for messing, accommodation and
food for his employees.
6.5 FIRST AID
The contractor may have access to the purchasers‟ qualified first aid personnel and
ambulance in case of accidents, subject to the availability of the same. However, the
20
contractor shall make his own medical and transport arrangements to take care of his
employees in case of accident. The contractor shall provide a first aid kit at the work
site to meet the requirements of minor injuries. The contractor shall arrange necessary
arrangements for the insurance.
6.6 SUPERVISION OF WORK
The contractor shall submit to the department a resume of his Site – in – charge /
supervisor(s) for approval, prior to commencement of the work. Once approved,
contractor shall not remove his Site – in – charge / supervisor(s) without prior
concurrence of the contract Manager of department.
6.7 EMPLOYMENT OF LABOURS
The contractor will be expected to employ, on the work, only his regular skilled
employees with experience of this particular work. No female labour shall be
employed after normal working hours. No person below the age of 18 years shall be
employed.
The contractor shall pay to each person, wages not less than those paid for similar
work in the neighbourhood. The employees / labour, for carrying out all the site works
shall be identified well in advance by the contractor and necessary approval shall be
obtained from the department for entry to the work site. The contractor shall be liable
to comply with all relevant laws of the land with respect to all the labours deployed
for the work either permanently, temporarily or contracted.
The Contractor shall identify the different categories of personnel with their names
and designations, who shall be deployed by him for the site work. The Contractor
shall indicate against each name of the personnel, the duration for which the presence
of the personnel will be required at the site.
The hours of work on the site shall be decided by the department and the contractor
shall strictly adhere to it. Normal working time will be 8 hours per day. Monday
through Saturday except government holidays, permission to work on other days may
be granted at the purchasers‟ discretion, on the written request from the contractor.
It is the responsibility of the contractor to meet all the expenses including provision of
necessary transport to and from the work site, lodging, allowances and other payments
to the contractor‟s employees. All the contractor‟s employees shall wear identification
badges while working on site. All notices displayed on the site and any instructions
issued by the department must strictly adhered by the contractor‟s employees.
6.8 REPORTING
The engineer responsible for the execution of work on the part of Department shall be
designated as contract manager. The contractor must report the following information
to the contract manager by the end of every week.
a) Number of men employed, by trades
b) Progress achieved
c) Expected dates for completion of individual works
d) Any actual or likely delay in the execution of work
21
6.9 WORKING AND SAFETY REGULATIONS
The contractor at his own risk shall be responsible for;
1. the safety of his men, materials, etc.
2. arranging necessary insurance coverage for his employees and labours
The contractor shall carryout the works in strict compliance with the Departments
safety norms & Instructions. The safety team of Department is authorised to stop the
work found breach of any of the safety norms & Instructions.
The contractor shall observe all statutory and legal requirements enforced by Central
and State Government applicable to the work as well as any local regulations applying
to the site issued by department or any other authority. Particular attention is drawn to
the following;
a) In case of accident, the Department shall be informed in writing
forthwith. The contractor shall strictly follow the regulations laid down
by the Factory Inspector, Central and State Government authorities in
this regard
b) Compliance with all electricity regulations
c) Compliance with statutory requirements for inspection and test of all
lifting appliances and auxiliary lifting gear
The Contractor will notify the department of his intention to bring on to the site any
equipment such as space heating or welding apparatus, or any container holdings
liquid or gaseous fuel or other substance, which might create a hazard. The
department will have the right to prohibit the use of such equipment or to prescribe
the conditions under which such equipment may be used. The department will have
the right to inspect any construction plant and to forbid its use, if in its opinion it is
unsuitable or unsafe. No claim arising there from shall be made by the contractor.
The contractor or anyone acting on his instructions will not bring on to the site any
radio-active substance or any X-ray apparatus until written permission and direction
regarding the use of such equipment has been received from the department. The
contractor shall be responsible for the safe storage of radiographic sources of those of
his sub-contractor. The contractor shall be responsible for the provision of all safety
notices and equipments required by the relevant legislation as the department may
deem necessary.
6.10 ELECTRICAL SAFETY REGULATIONS
In no circumstances will the contractor interfere with fuses and electrical equipment
belonging to the department or other contractors. Before the contractor connects any
electrical appliance to any plug or socket belonging to other contractor or department,
he will
a) Satisfy department that the appliances are in good working condition
b) Inform the department of the maximum current rating, voltage and
phase of the appliance
c) Obtain permission of the department detailing the sockets, to which
the appliance may be connected
22
The department will not grant permission to plug-in until the department is satisfied
that:
a) The appliance is in good condition and is fitted with suitable plug.
b) The appliance is fitted with suitable cable, having two earth
conductors, one of which shall be an earthed metal sheath surrounding
the cores.
No electric cable in use by the department/contractor will be disturbed without prior
permission. No weight of any description will be imposed on any such cable and no
ladder or similar equipment will rest against or be attached to it. The voltage for all
portable equipments like drilling machines, temporary lighting etc, shall be 240 ±
10% volts. No work must be carried out on any live equipment. Then equipment must
be made safe by the Department and a “permit-to-work” issued before any work is
carried out. Contractor shall employ a full time electrician to maintain his temporary
electrical installations.
7.0 GENERAL TERMS AND CONDITIONS
7.1 CONTRACT PRICE
The prices quoted shall be firm and fixed and applicable for the entire duration of
contract subject to the work variation given in section 7.2. The bidder shall include
in his bid, the cost of the following apart from those elaborated under the heading
“Description of work” given in section 3. No payment will be made under any
heading other than the ones mentioned in the contract and there fore the bidder shall
include the prices of any other material supply, services, etc to be rendered for
completion of full scope of the work of the contract in the appropriate headings.
a. Mobilization of contractor‟s equipments & materials.
b. Temporary construction of site office, stores, dark room and work shops.
c. Suitable storage facility for contractor‟s equipments & materials including
the provision of covered shed for storage of Department supplied materials.
d. Transportation of materials from the department storage yard to the work
site, loading & un-loading, etc.
e. Cost of consumables such as Industrial gases, filler wires, welding
electrodes, X-ray films, chemicals for DP test, etc. for the effective
execution of the work.
f. Statutory Insurance coverage for Contractors work force (labours) and
equipments.
g. Documentation.
7.2 VARIATION IN CONTRACT VALUE DUE TO THE VARIATION
IN THE QUANTITY OF EACH WORK COVERED UNDER THE
CONTRACT.
The break up of unit rates quoted for each work in the offer (quotation) shall remain
firm as long as the variation in the final Contract value remains with in ± 25% from
23
the total contract value. Adjustments to unit rates for variation in contract value
beyond ± 25% shall be mutually discussed and agreed. Any adjustment made shall
only apply to that portion exceeding the above mentioned ± 25%.
7.3 TERMS OF PAYMENT
The payment shall be made as follows;
a. 80% of the value of that part of work executed there of will be paid on pro-
rata basis at the end of three months from the date of commencement of
work. The value of invoice shall be certified by the Department.
b. Balance of the Contract value will be paid after satisfactory completion of
work against performance bank guarantee for 10% of the Contract value
valid for a period of 18 months from the date of completion of work.
c. The work shall be considered “Complete” after furnishing of the following
documents.
i. Issue of “work completion” certificate by the Department for the
entire work.
ii. Reconciliation of all bills of the contractor, including settlement
of deductions against the services provided by the department to
the contractor on chargeable basis.
iii. Reconciliation of all the “free issue” materials provided by the
Department.
iv. Submission of Performance bank guarantee as stated above.
7.4 SCHEDULE OF CONTRACT AND WORK EXECUTION
The effective date of contract shall be the date of awarding work order or any other
date mutually agreed upon by the Department and the Contractor. It is to be noted
that the commencement of actual work may sometimes be possible only after 4
months from the date of award of contract. The entire works under this Contract
shall be completed within 4 months from the effective date of Contract. In the total
contract period of 4 months, the work site (CE-20 HAT facility) will be made
available only for 3 months. However, the contractor has to carryout pre-fabrication
works immediately after the effective date of contract at the place nearer to the work
site identified by the department.
The Contractor shall furnish a detailed schedule of work execution within 15 days
from the date of award of Contract. The schedule of work execution will be
scrutinized and approved by Department and the approved schedule chart will be
used as a work progress monitoring tool.
The contractor shall employ necessary manpower at least not less than the number
given below in the Table;
Sl.No DESIGNATION Number
1. Supervisor Quality Assurance 1
2. Supervisor execution 1
24
3. Fitter 4
4. TIG Welder (X-Ray Quality) 4
5. Structural Welder 1
6. Rigger 4
7. Helper 6
7.5 LIQUIDATED DAMAGES FOR DELAYED COMPLETION
If the Contractor fails to complete the execution of the works within the period
stipulated in the Contract, the Department shall recover from the Contractor as
liquidated damages a sum of one–half of one percent (0.5 %) of the Contract value
for each calendar week or part thereof subject to a maximum of 10 % of the Contract
value.
7.6 SUB – CONTRACTING
The contractor shall not assign or subcontract the work or any part of the work
without the written approval of the department. The responsibility of the
performance of sub-contractor shall lie with the contractor. Any delay in carrying
out the work by the subcontractor which affects the overall schedule of the work
does not absolve the contractor from payment of compensation for the delays. All
terms and conditions applicable to the contractor shall also be applicable to the sub-
contractor.
25
7.7
CONFIDENTIALITY:
The technical information, drawings, specification, and other related documents
forming part of enquiry or contract are the property of the department and shall not be
used for any other purpose except for the execution of the contract. The technical
information, drawings, and other documents shall not be copied transcribed, traced or
reproduced in any other form or otherwise in whole and / or duplicated, modified,
divulged and / or disclosed to a third party and / or not misused in any other form
whatsoever with out the departments consent in writing except to the extent required
for the execution of the contract. These drawings, technical information, specifications
and other related documents shall be returned to the department with all approved
copies and duplicates, if any immediately after they have been used for the agreed
purpose.
7.8 WARRANTY
The Contractor shall provide warranty for the systems fabricated under this contract for
work man ship for a minimum period of 18 months from the date of final acceptance
of the systems by the Department.
7.9 PERFORMANCE BANK GUARANTEE
The Contractor shall guarantee the successful and satisfactory performance of the work
executed by them. As a performance security, the Contractor shall furnish a
performance bank guarantee for 10 % of the contract price to guarantee the workman
ship for the warranty period as specified in Section 7.8 above. On due performance,
the performance bank guarantee shall be automatically cancelled and returned to the
Contractor within 30 days after expiry of the warranty period.
7.10 CANCELLATION OF CONTRACT
The department have the right, at any time, to cancel the contract, either wholly or in
part by giving written notice. The contractor shall under take to observe the
instructions of the department as to the winding up of the contract both on his own part
and on the part of his sub – contractors. In case of cancellation of contract, all finished
/ completed work item will be taken over by department at the price specified in the
Contract.
7.11 DEPARTMENT–FURNISHED MATERIALS (“FREE ISSUE MATERIALS”)
In the event the contractor damages the Department furnished materials (above
normal fabrication loss as given below) or if the contractor work is rejected by the
Department, the contractor shall furnish, free of cost, replacement material of equal
quantity or at Departments option, the cost of damaged materials shall be deducted
from the contractor‟s invoices. Normal fabrication loss to be permitted to the
Contractor as stated above shall be as under;
26
Sl.
No Item Salvageable Un accountable
a. Pipes 3 % 0.75 %
b. Flow components , pipe
fittings, etc Nil Nil
c. Bolts & Nuts Nil 0.50 %
The Contractor shall take delivery of materials from the storage area of Department
in a systematic manner to follow sequence of erection. Indents for materials shall be
placed at least 2 days in advance, so that the department can make prior
arrangements to deliver the materials. Materials delivered shall be transported to
work site, unloaded, and stored properly by the Contractor. The Contractor will set
up an intermediate store, where they will store all the materials being issued from
the Department‟s stock for convenience and proper scheduling of erection work.
The Department reserves the right to verify, at any time, the stock of the materials
supplied as free issue to the Contractor.
7.12 INSURANCE COVERAGE FOR CONTRACTOR’S EMPLOYEES/
LABOURS
It is the responsibility of the contractor for arranging necessary insurance coverage
for their employees and labours as per statutory requirements. It is compulsory to
produce records of insurance details to the Safety division of Department for
obtaining “Safety Permit” to commence site work by the Contractor.
7.13 DOCUMENTATION
7.13.1 DEPARTMENT PROVIDED DOCUMENTS:
The technical details and drawings given in this tender document are indicative of
work to be performed under this contract and deemed to be sufficient for the bidder
to comprehend the scope of work.
In the event of the contract awarded, approved drawings for construction will be
issued to the contractor progressively during the execution of work. Work shall be
carried out strictly as per the drawings marked “good for construction” duly signed
by the departments‟ contract manager.
After completion of work, it shall be the responsibility of the contractor to prepare
and submit “as built” piping layout and isometric drawings, taking in to account of
actual dimensions after installation
7.13.2 DOCUMENTS TO BE PREPARED & SUBMITTED BY CONTRACTOR:
In the course of execution of the contract the contractor shall prepare and submit the
following document.
Procedure for welding and welder qualification tests.
27
Isometric drawings based on the piping layout supplied by the
Department
Log sheet for welding
Certificates signed by QC – CEIT of the Department for stage
inspection and clearance.
Certificates signed by QC–CEIT of the Department for testing of
pipelines and clearance.
Records for the free issue materials
The X-ray films of weld joints
As built Isometric and piping layout
The contractor shall be responsible for the preparation of all additional fabrication
drawings/sketches, which he may feel necessary to supplement the „Good for
construction‟ documentation supplied by the Department. Before completion of the
work, the contractor shall furnish 4 sets of all the drawings prepared by him of the
piping actually erected and assembled at site. The documents soft copy shall also be
provided in compact diskette (CD), besides the 4 sets of hard copies.
Any work carried out by the contractor prior to the issue of „Good for construction‟
drawings shall be at the contractor‟s risk. The contractor shall only make change to
his drawings with the prior approval of Department, which are necessary to conform
to the requirements of the contract. These shall be carried out at no additional cost to
the Department. Approval of the contractor‟s drawings shall not relieve the
contractor of any of his obligations to meet all the requirements of the contract or
the responsibility for the correctness of his drawings.
Contractor shall submit for approval his proposed weld procedures, together with
procedure qualification and shall obtain written approval from the Department
before commencing welding. Procedures shall be submitted in 4 copies. If the
procedure has been qualified and the particular electrodes used in the original
qualification are not available, then contractor shall re-qualify the procedure in the
presence of QC AIT division of the Department, who shall approve the procedure
before it is used on production welding.
The contractor shall ensure that any welder employed on the work shall be qualified
on the weld procedures being used before being permitted to weld. If welders
qualification on the procedures is more than six months old before the proposed
commencement date of this contract, he shall be re-qualified. The contractor shall
furnish to the Department 4 copies of all inspection document and test certificates
approved by QC-CEIT division of the Department. Further 4 copies of the test
certificates shall be submitted for all tests covered in the contract along with the
completion and acceptance reports.
28
7.13.3 ERRORS OR OMISSIONS IN CONTRACTOR’S DOCUMENTATION
The contractor shall be responsible for and shall bear the cost of any alteration of
the work due to discrepancies. Errors or omissions in the drawings or other
particulars supplied by him, whether the drawings or particulars have been
approved by the Department or not, provided that such discrepancies, errors and
omissions are not due to inaccurate information or particulars furnished to the
contractor by the Department.
7.14 SETTLEMENT OF DISPUTES
Except as otherwise specially provided in the contract, the nature of matter
(dispute), arising under the contract shall be determined by the Department. If
amicable settlement of occurred disputes cannot be reached by the parties, then it
shall be referred to the arbitration of sole arbitrator to be appointed by the
Director, LPSC in accordance with the Arbitration and Conciliation Act 1996,
whose decision shall be final and binding on both parties.
8.0 INSTRUCTION TO BIDDERS
8.1 MAN POWER
The contractor shall employ necessary manpower at least not less than the number given
below in the Table;
Sl.
No DESIGNATION Numbers
1. Supervisor Quality Assurance 1
2. Supervisor execution 1
3. Fitter 4
4. TIG Welder (X-Ray Quality) 4
5. Structural Welder 1
6. Rigger 4
7. Helper 6
8.2 EXPERIENCE
The bidder shall have previous experience in carrying out fabrication & Installation of
high pressure pipe lines of minimum size DN 100 XXS. The bid shall necessarily be
accompanied by certificates and photographs of the works executed else where. Also the
bidder shall submit along with the quotation the resume of work of all key personnel, their
qualification and experience over the past 10 years and the number of workers by trade,
which they propose to employ during execution of work.
29
8.3 INSURANCE
It is the responsibility of the contractor for arranging necessary insurance coverage for
their employees and labours as per statutory requirements. It is compulsory to produce
records of insurance details to the Safety division of Department for obtaining “Safety
Permit” to commence site work by the Contractor.
8. 4 PRICES
The bidder shall quote firm and fixed prices valid during the currency of contract till
completion and final acceptance of the works.
The bidder shall provide the prices in the price format as in Table 8.2
8.5 PIPELINE SIZE AND DIMENSIONAL STANDARD
: Stainless Steel pipes as per ANSI B36.19
: Carbon Steel pipes as per ANSI B36.10
8.6 THE UNIT OF MEASURE “INCH-DIA” & “INCH-METRE”
INCH-DIA : 1 inch diameter. For example, if unit cost for welding is given in Inch-dia
for a varying size range, then the cost per joint of particular size within the given range is
the pipe nominal Size multiplied by the Inch-dia cost.
INCH-METRE : 1 Inch Size pipe of 1 meter length. For example, if a 4 Inch size pipeline
of 1 meter length is hydro tested then the quantity hydro tested is 4 Inch meter.
8. 7 QUOTATION (OFFER) VALIDITY
The quoted price shall be valid for a period of 6 months from the date of opening of the
quotation.
8.8 MOBILISATION CHARGES
The mobilisation charges for x-ray machine/gamma source shall be quoted separately.
8.9 PART OFFER
During the course of finalisation of contract, the Department reserves the right to award
contract either on Part offer or on full offer.
30
SPECIFICATION OF GASEOUS ARGON
Type of
impurity
Controlled purity values Rating
- Volumetric fraction of argon, % not less 99.987
Oxygen Volumetric fraction of oxygen, % not more 0.002
Nitrogen Volumetric fraction of nitrogen, % not more 0.01
Water vapor
Volumetric fraction of water vapor,% not more 0.001
Saturation temperature (dew point) at pressure of
101.3 kPa (760 Hg mm), °С not more minus 58
Carbon-containing
compounds
Volumetric fraction of sum for carbon containing
compounds in conversion for СО2, % not more 0.001
SPECIFICATION OF ISO PROPYL ALCOHOL (IPA)
Purity : 99.0 %
Moisture : 20 PPM (Max)
Non-volatile residue : 10 PPM
Balance Product : aldehydes & keytone
MAXIMUM CONTAMINATION (PARTICLES) LIMITS
Sizes of particles (µm)
2 t
o 5
5 t
o 1
0
10 t
o 2
5
25 t
o 5
0
50 t
o
100
100 t
o
200
Quantity of particles in 100±5 cm3
of solvent, not
more
Non
rate
d
125
65
8
2
absence