SPECIAL CONDITIONS OF CONTRACT [SCC]

SPECIAL CONDITIONS
OF CONTRACT
[SCC]
SPECIAL CONDITIONS OF CONTRACT
1. NAME OF WORK:
1.1. Supply, Installation and commissioning of Guided Wave Radar (GWR) type Level Gauging
system including interface with DCS at GAIL, Usar as per scope of work, terms and conditions
mentioned in this tender document and as per direction of Engineer In-Charge (EIC).
1.2. It consists of 3 nos. of GWR type Level Transmitters & Probe in LPG Mounded storage tanks to
be replaced in place of existing Servo Level Gauge System and 1 no. of GWR type Level
Transmitter & Probe in newly installed Naphtha Storage Tank.
2. LOCATION OF SITE:
2.1. The proposed work is to be executed at GAIL (India) Ltd., LPG Recovery Plant – Usar, P.O:
Malyan, Dist: Raigad, Maharashtra, Pin Code: 402203 located at about 12 km from Alibag,
Maharashtra.
3. DELIVERY AND COMPLETION TIME:
After placement of the Purchase Order the Contractor shall take immediate steps to get all the
materials at their works as early as possible and shall inform GAIL to test the items whenever
ready. To ensure that the supply items are of recent origin, not supplied by the original Supplier
earlier than six months, necessary documents shall be produced and attached as evidence. The
supplier shall take steps for site clearance and the facilities needed at site to avoid any delay in the
execution of work at Site. The delivery and completion time is as below:
3.1.
Overall Contract Period:
The overall contract period is 12 months from the date of issue of Fax of Acceptance (FOA)
or Purchase Order (PO) whichever is issued first.
3.2.
For Supply Portion:
All the materials under supply portion shall be supplied within 12 weeks from the date of
issue of Fax of Acceptance (FOA) or Purchase Order (PO) whichever is issued first.
3.3.
For Works:
The installation, commissioning and handing over of the system for each Storage Tank
shall be completed within 1 week from the date of intimation of Site Readiness from GAIL
for that particular tank. However, GAIL will intimate for site readiness for each tank during
the tenure of the Contract period as soon as the tank is ready for installation.
4. PAYMENT TERMS:
4.1. Supply Portion
90% payment towards supply shall be released after receipt and acceptance of all the materials
as per Purchase Order at GAIL, Usar Site. Balance 10% payment towards supply will be
released after successful completion of installation and commissioning of the entire work.
However, if the installation and commissioning is delayed due to non-availability of the site
readiness by purchaser within the Contract period then this balance amount of 10% will be
released by GAIL after nine months from the date of material acceptance at site against
submission of bank guarantee for equivalent amount. This BG will be valid for 06 months
initially and will be extended till completion of successful installation, commissioning, testing
and handing over the system to GAIL, duly certified by EIC. Rescheduling of installation and
commissioning will be intimated by EIC (Engineer-In-Charge).
4.2. Works Portion:
100% Payment towards installation & commissioning applicable for individual tanks will be
released as and when the Level Guaging system for that particular tank is completed based on
certification by the EIC.
4.3. The payments shall be made within 15 days of receipt of the invoice after due certification by
EIC for works portion and by Contract & Procurement Department for supply portion. The
vendor on submitting the bill thereof will be entitled to receive a payment approved and passed
by the Engineer-in-Charge, whose certificate of such approval and passing of the sum so
payable shall be final and conclusive against the vendor. Payment shall be subject to statutory
deductions as applicable.
5. GUARANTEE:
5.1.
All the materials supplied under this contract shall be guaranteed for 24 months from the
date of shipment by the Bidder or 12 months from the date of successful commissioning of
the system, whichever is earlier.
5.2.
All work performed under this contract shall be free from defects and shall remain so for a
period of at least one (1) year from the date of acceptance of the system. The full cost of
maintenance, labor and materials required to correct any defect during this one-year period
shall be included in the submitted bid.
6. ENGINEER-IN-CHARGE:
6.1.
Nominated person from respective indenting department at GAIL Usar will be the EngineerIn-Charge (EIC) for this job.
7. PRICE REDUCTION SCHEDULE (PRS):
7.1.
In case of delay in delivery of materials beyond contractually agreed delivery schedule, the
Price reduction schedule will be applicable @ 0.5% of Material value (Supply Portion
excluding taxes & duties) per week of delay or part thereof, subject to a ceiling of 5% (Five
Percent) of the total order value.
7.2.
The portion of supply completed in all respect which can be used for commercial operation
shall not be considered for applying PRS.
7.3.
In case of delay in installation and commissioning beyond contractually agreed installation
and commissioning schedule, price reduction schedule will be applicable @ 0.5% of total
installation and commissioning value (excluding taxes & duties) per 24 hrs of delay or part
thereof from the date of intimation of site readiness of particular Tank by GAIL, subject to a
ceiling of 5% (Five percent) of the total order value.
7.4.
However, the total price reduction against delay in delivery of materials as well as delay in
installation and commissioning will be limited to a ceiling of 5% (Five percent) of the total
order value.
8. PUNITIVE FINES FOR VIOLATION OF SAFETY RULES AND REGULATIONS:
Punitive fines on contractors are imposed for repetitive violation of safety rules & regulations during
execution of jobs. Objective of punitive fines is to work as deterrent for contractors in violation of
safety rules & regulation and to improve safety atmosphere in general at all site. The guidelines for
imposition are described below:
8.1.
For first time violation of safety rules & regulation by the Contractor, HOD (F&S) of GAIL,
Usar will issue a warning letter to Contractor with intimation to OIC of GAIL, Usar and EIC.
8.2.
In case of second time violation of safety rules & regulations by same Contractor, OIC,
Usar will call contractor in person and will have a meeting to discuss reason for repetitive
8.3.
violation along with EIC and HOD (F&S). A warning letter will also be issued by EIC to
Contractor.
In case of further violation, punitive fines will be imposed on contractor. Amount of fine will
be decided as per severity of violation of safety. However, minimum fine would be Rs.
10,000/- and in multiple of Rs. 10,000/-, thereafter. This will be limited to 5% of the total
order value, as maximum cumulative penalty.
9. SCOPE OF GAIL:
9.1.
Electricity and water for installation and commissioning shall be provided free of cost by
GAIL.
9.2.
GAIL will assist in identifying the location of existing system components.
9.3.
Necessary configuration in DCS end for Modbus communication with GWR Level Gauges
shall be done by GAIL.
10. TRAVEL, BOARDING & LODGING EXPENSES:
10.1. The Contractor shall arrange on his own for Travel, Boarding and Lodging of their Site
manpower. All expenses towards this shall be borne by the Contractor and the quoted
contract price is deemed to have included the cost towards these expenses.
SCOPE OF WORK (SOW)
&
TECHNICAL SPECIFICATIONS
SCOPE OF WORK (SOW) & TECHNICAL SPECIFICATIONS
GUIDED WAVE RADAR TYPE TANK LEVEL GAUGING SYSTEM
AT GAIL USAR
TABLE OF CONTENTS:
1.0
2.0
3.0
4.0
5.0
6.0
INTRODUCTION
EXISTING SYSTEM
PROPOSED SYSTEM DESCRIPTION
EXECUTION PHILOSOPHY
SCOPE OF WORK
TECHNICAL SPECIFICATIONS
1.0.
INTRODUCTION:
1.1. GAIL (India) Ltd., Usar intends to replace the existing Servo Level Gauging System by a
suitable Guided Wave Radar Type Tank Gauging System at its Usar LPG Recovery Plant. In
addition to that one more Guided Wave Radar type Tank Gauging System is required for the
newly installed Naphtha Storage Tank.
2.0.
EXISTING SYSTEM:
2.1. The existing system consists of three numbers Servo Level Gauges (Make: Motherwell)
installed in three LPG Mounded Storage Tanks A, B & C. The level signals from these Level
Gauges are displayed at two locations for monitoring i.e. one at LPG Mounded Storage
Control Room (LPG MST CR) located nearby the LPG MSTs and another at Central Control
Room (CCR) where it has been interfaced with GAIL’s existing DCS (Make: Yokogawa,
Model: Centum VP). The approximate distance of LPG MST CR is 200 m and that of CCR is
1000 m from the existing Servo Level Gauges.
2.2. One Naphtha Storage Tank has been newly installed without stilling well. The approximate
distance of LPG MST CR is 250 m and that of CCR is 1000 m from the Naphtha Storage
Tank.
3.0.
PROPOSED SYSTEM DESCRIPTION:
3.1. All the three Level gauges along with the Signal Repeaters at LPG MST CR & CCR as
mentioned above in SOW clause 2.1 are to be replaced with new Guided Wave Radar Level
Gauging system. However the existing cable, junction boxes, stilling well, etc. shall be
retained for the new system.
3.2. One GWR Level Gauge is to be installed and commissioned in the newly installed Naphtha
storage Tank and its signals are to be repeated at both LPG MST CR and CCR.
3.3. Signals of all the four GWR Level Transmitters shall be interfaced with existing DCS (Make:
Yokogawa, Model: Centum VP) through RS485 Modbus communication either directly from
the Level Transmitters or using suitable intermediate accessory instruments like Media
Converter.
3.4. Schematic diagram of the proposed system is given in Annexure-1. One 2Pair x 1.5 sqmm
cable exists between the existing Motherwell LT and LPG MST CR and one more 2Pair x 1.5
sqmm cable exists between the existing Motherwell LT and CCR. These cables shall be reused for this proposed system.
3.5. For power supply and signal interfacing of the GWR LT installed at Naphtha Storage tank the
existing spare pairs of 1.5 sq. mm size available in cables which have already been laid
between the Naphtha Storage tank and LPG MST CR shall be used.
3.6.
3.7.
110 VAC (+/-5%), and 50Hz (+/- 5%) UPS supply is available at both LPG MST CR and
CCR. Bidder shall be responsible for all further power distribution for functional requirements
of the system. Any other voltage levels/DC voltage, if necessary shall be derived from this
UPS supply by the bidder.
The Vendor shall design the new system in such a way that the requirement of cables for the
new system is met using the existing cables as mentioned above. However, if there is a
requirement of additional cables or any special type of cable suitable for the offered system,
then the same shall be supplied and laid by the Bidder.
4.0.
EXECUTION PHILOSOPHY:
4.1. The Vendor shall deliver all the items at one go at GAIL, Usar Site.
4.2. The GWR Level gauging system shall be installed and commissioned in all the three LPG
Mounded storage tanks during their internal inspection one by one. The internal inspection of
one of the MSTs has been planned tentatively in the month of October 2014. It is expected
that the internal inspection of all the three MSTs shall be completed within 9 months starting
from Oct 2014.
4.3. The GWR Level gauging system shall be installed and commissioned in the Naphtha Storage
Tank (Capacity: 50 KL) on mutually agreed dates.
5.0.
SCOPE OF WORK:
The scope of work for this job shall broadly comprise of the following as minimum:
5.1. The scope of work include but not limited to Design & Supply of Guided Wave RADAR tank
level gauging system including all sensors/transmitters, converters/controllers/monitors,
junction boxes, glands and any other hardware & software as necessary and Fabrication,
Packing, Forwarding, Clearance of all material including Transportation, Delivery, Installation,
Field Testing, Pre commissioning & Commissioning including after sales support of New
System as per the Technical specifications and handing over the system in good working
condition to GAIL.
5.2. All the items required for the proper operation of complete system shall be furnished by
vendor, even if not specifically called for in the specification. This shall include –
Documentation, Test reports, on-site Training, Warrantee & Guarantee, Spare Parts, Service
Support, Factory acceptance test (FAT), Site acceptance test (SAT).
5.3. Bidders can assess the scope of work prior to pre-bid conference. The necessary entry pass
to the plant area will be provided on request.
5.4. The value of work under this contract shall be as per tentative Bill of Materials mentioned in
Scope of work.
5.5. MATERIAL SUPPLY:
5.5.1. Supply of Guided Wave Radar type Tank Level Gauging System with Signal
Repeater at LPG MST CR and CCR.
5.5.2. Interfacing Instruments and accessories for interfacing the GWR LTs with GAIL DCS
of Yokogawa Centum VP through RS-485 Modbus communication.
5.5.3. Supply of software, if any, with license valid for lifetime for configuration of the GWR
Level Transmitters and the Interfacing instruments.
5.5.4. Supply of instrument mounting accessories like brackets, structural supports, canopy
and cable, cable glands, conduits, studs, nuts, bolts, etc.
5.5.5. Supply of terminal strip of Dowel / clip-on or equivalent make to connect wires & lugs
as per requirement.
5.5.6. Any other material which are not covered above but are necessary for successful
installation & commissioning.
5.5.7. Supply of required commissioning spares (Refer Spares Philosophy). Balance of
commissioning spares is to be handed over to GAIL after installation and
commissioning.
5.6.
TENTATIVE BILL OF MATERIAL:
S.N.
ITEM DESCRIPTION
1
2
3
Sensor / Probe for LPG MST
Sensor / Probe for Naphtha Tank
Transmitter (Integral with probe)
Interfacing Instruments and
accessories for interfacing the GWR
LTs with GAIL DCS of Yokogawa
Centum VP through RS-485
Modbus.
4
INSTALLATION
LOCATION
Inside Stilling Well
Without Stilling Well
Tank Top
QUANTITY
3 nos.
1 no.
4 nos.
LPG MST CR and
CCR
1 Lot
5
Mounting Accessories
Field Area
1 Lot.
6
Service Support: Installation,
Commissioning, Training etc.
GAIL Usar
1 Lot.
5.7.
INSTALLATION:
5.7.1. Installation of GWR Level Gauges, Signal Repeaters.
5.7.2. Glanding, ferruling, termination and tagging of all the cables.
5.7.3. Installation of the software, if any.
5.7.4. Installation of permanent Tag Plates on all devices in the field, JBs and the panel.
5.7.5. Installation of any other sensor, device and hardware not mentioned here specifically
but is required for completion of the job.
5.7.6. Any other job which is not covered above but are necessary to be done for
successful installation & commissioning.
5.8.
TESTING, INSPECTION & ACCEPTANCE:
5.8.1. All material/services/works involved in this job shall be inspected by the Bidder
appropriately. Bidders should have the required facilities for testing the quoted
equipment / material as per International standards at their premises and also agree
for inspection by GAIL or any other agency nominated by GAIL or any third party
agency. In case the bidder is not the manufacturer, a certificate from the
manufacturer to the effect that the manufacturer possesses the required facilities for
testing the quoted equipment/ material should be enclosed along with the technocommercial bid.
5.8.2. Factory Acceptance Test (FAT):
Before dispatch of the materials to GAIL, the working and functioning of the entire
system in an integrated way shall be simulated and exhibited by the bidder in his
woks in presence of authorized GAIL Engineers. After successful completion of FAT
necessary permission shall be given by GAIL on writing to dispatch the material to
site. Delay, if any, due to unsuccessful FAT shall be in bidder’s account and bidder
shall be held responsible for delay in delivery beyond schedule, if any. However,
upon receiving request for FAT on writing, GAIL shall depute their engineer within 10
days for FAT. Delay, if any, in deploying GAIL Engineers for FAT shall be on GAIL’s
account. Bidder shall send the FAT procedure mentioning all the tests to be
performed and documents / formats in advance to GAIL for their approval to avoid
any future ambiguity in this regard. All the items shall be dispatched to GAIL, Usar
Site after the FAT is cleared by GAIL unless it is waived off by GAIL.
5.8.3. Site Acceptance Test (SAT):
After installation, integration and successful commissioning of the system at site,
Bidder’s engineers jointly with GAIL’s Engineers shall conduct SAT to exhibit proper
functioning of the system, as per the tendered requirement. Bidder shall send the
SAT procedure and documents / formats in advance to GAIL for their approval to
avoid any future ambiguity in this regard. Only after completion of SAT, the job can
be considered as complete.
5.9.
GENERAL INSTRUCTION FOR INSTALLATION & COMMISSIONING:
5.9.1. The installation and commissioning job of System at site shall be carried out as per
OEM recommended practices by the authorized and trained engineers of the Bidder.
Supply of all material, equipment, labour etc. required for the job shall be in bidder’s
scope.
5.9.2. It will be of bidder’s responsibility to install the new System at site and commission
the same. The vendor shall make all lifting and shifting arrangement. If necessary,
the vendor shall make site survey and assess all work involved for installation and
commissioning before commercial offer is submitted.
5.9.3. Vendor shall submit detailed execution schedule.
5.9.4. Vendor shall supply and install all electrical accessories like cables, fittings, sockets,
MCB, fuses, switches, circuit breakers etc. for satisfactory commissioning of the
equipment. GAIL shall be providing the power supply as per load requirement stated
in the bid.
5.9.5. The vendor shall make his own arrangement for tools and tackles for installation,
commissioning & calibration. All such material shall be shown at the plant main gate
and certified copy of the material taken inside the plant premises will be submitted to
the engineer-in-charge on demand.
5.9.6. Vendor shall provide safety gears such as cotton clothes, safety helmet, safety
shoes, gloves, safety belt, etc. to all of his employees at his own cost. No personnel
will be allowed inside plant without wearing safety gears.
5.9.7. The work is to be carried out in “Restricted Area” and the vendor will have to work as
per the instruction of the Engineer In-Charge and should obtain the permission in
writing in a standard format. Employees working under him are liable for physical
check by the competent authority as decided by the EIC, at any time
5.10. INSTALLATION REQUIREMENTS:
5.10.1. Bidder shall offer services of the installation team which would install the instruments
/equipment in the designated area of plant, lay the interconnecting cables, terminate,
loop check, test and commission the system. All technical personnel assigned to the
site by the bidder shall be experienced and fully conversant with the system as well
as designed configuration. Bidder’s responsibility at site shall include all activities
necessary to be performed to complete the job as per bid.
5.10.2. System shall be installed such that it is easily accessible for calibration and
maintenance. All components of the system, which require regular maintenance and
/ or monitoring, shall be easily accessible to the operations and maintenance
personnel with minimum wiring removal and no special tools.
5.11. TRAINING:
A training program shall be organized by Bidder on Guided Wave RADAR type Tank Level
Gauging System either at Site or at the Bidder’s facility. Training shall be imparted for
minimum 6 GAIL Engineers of Instrumentation discipline. . If the training is arranged by
the Bidder at their facility then the travel, boarding & lodging arrangement for GAIL
personnel will be in the scope of GAIL. The training shall preferably be arranged before
offering it for FAT / SAT. In general following topics shall be covered in the training session
as minimum:
5.11.1. System hardware details
5.11.2. Software features of the system including Programming / Configuration / Operation
5.11.3. Calibration of the system
5.11.4. Maintenance & trouble shooting
5.12. DOCUMENTATION:
SN
Description of Document
1
2
System Configuration
Bill of Material
System specifications including all
sub-system components and
bought out items
System Power consumption
details
List of commissioning spares
Recommended spare parts for 2
years continuous O&M
Earth Schemes
Wiring diagrams
Test Reports
System configuration &
programming manuals
Operation & Maintenance Manual
Overall Spare parts summary
QA / QC Plan
3
4
5
6
7
8
9
10
11
12
13
Along
After PO
with Bid Placement
(01
(2 Copies:
Hard
01 Soft &
copy)
01 Hard)
X (i)
X(a)
X (i)
X(a)
Final “AsBuilt”
(4 Copies:
01 Soft &
03 Hard)
X
X
X (i)
X(i)
X
X (i)
X(i)
X
X (i)
X(a)
X
X (i)
X(i)
Legends:
X
: Required as Final documentation
X(i) : Required for Information only
X(a) : Required for Approval of GAIL
X(a)
X(a)
X
X
X(i)
X
X(i)
X(i)
X(i)
X
X
X
6.0.
TECHNICAL SPECIFICATIONS:
6.1. GENERAL REQUIREMENTS:
This specification together with the data sheets attached herewith, describes the
requirements for the design, manufacture, inspection, testing and supply of the complete
system and other associated control functions including all hardware as necessary, for
installation in a hazardous industrial process plant.
6.2. CODES & STANDARDS:
The design of the system shall conform to the latest edition of the following standards, codes
and recommended practices. In the event of any conflict between this specification, related
standards, codes, etc. the Bidder should refer the matter to the Engineer-in-charge for
clarification and only after obtaining the same should proceed with the manufacture of the
items in question.
6.2.1. IEC 61508 - 1
6.2.2. IEC 61511 - 1
6.2.3. Chapter 10 of ‘IOC Fire Accident Investigation Report’ submitted by M.B.Lal
Committee
6.3. SPARES PHILOSOPHY:
6.3.1. Mandatory / Commissioning Spares:
For installation, testing, commissioning of system vendor shall provide some
mandatory commissioning spares. These commissioning spares shall be properly &
separately packaged with clear marking- ‘Commissioning Spares’. Bidder shall be
required to supply items as part of mandatory spares based on its own past
experience for similar system.
6.3.2. Price List of Recommended Spares:
Vendor shall also provide a separate Priced list of recommended spare parts for two
years normal operation and maintenance. This list should take into account related
factors of ‘system’ reliability, effect of downtime upon normal operation & safety and
availability of servicing facilities. GAIL shall consider the list as reference in future
and if required shall procure it separately at later stage.
6.4. SPECIFICATION FOR GUIDED WAVE RADAR LEVEL GAUGE FOR LPG MOUNDED
STORAGE TANK
SPECIFICATION FOR GUIDED WAVE RADAR LEVEL GAUGE FOR LPG MOUNDED STORAGE TANK
BIDDER ACCEPTANCE /
S.N.
DESCRIPTION
SPECIFICATION
COMMENTS
TANK DETAIL - GENERAL
1 TANK TYPE
Pressurized Mounded Storage Tank
2 APPLICATION
LPG Liquid with Vapour
3 TAG NO.
20-LT 9001 / 9003 / 9005
4 INTERNAL DIAMETER
7.1 Mtr
5 LENGTH
79 Mtr
6 STILLING WELL DIAMETER
7 GAUGE MOUNTING
6" Sch 80 (Dwg. attached as
Annexure-2)
Top on Nozzle (Dwg. Attached as
Annexure-3, location at LT1)
8 OPERATING PRESSURE
7 – 8 kg/sqcm.g
9 OPERATING TEMPERATURE
22 - 30 Deg C
10 SPECIFIC GRAVITY
0.55
11 DIELECTRIC CONSTANT
1.6 to 1.9
12 AREA CLASSIFICATION
13 PESO APPROVAL
Eex d (ia) IIB + H2 T6 as per
EEC/89/336
For use in hazardous areas coming
under purview of the Petroleum Rules,
2002 administered by PESO.
SENSOR & TRANSMITTER - Qty =03 nos.
14 TYPE
GUIDED WAVE RADAR, Contact Type
15 APPLICATION
Liquid Hydro Carbon - LPG
16 MAKE
Vendor to Specify
17 MODEL
Vendor to Specify
18 SENSOR / PROBE
Coaxial suitable to service
19 APPROVAL
ATEX II 1/2G EEx ia IIC T6 , XA
20 PROCESS CONNECTION
Flanged 6", 300 lbs, RF top on stilling
well
21 OUTPUT
4-20 mA HART or Vendor standard
22 HOUSING
Aluminium, coated IP65 NEMA 4X
23 MEASURING RANGE
0 to 7100 mm
24 ACCURACY
(+/-) 2 mm or better at reference
condition
25 CABLE ENTRY
1/2" NPT Threaded
26 FUNCTIONAL SAFETY
SIL 2 in compliance with IEC 61508/IEC
61511-1 & Overfill Safe functionality.
OTHERS - 01 lot.
Communication Feature
27 with existing Yokogawa DCS
at GAIL, Usar
28
Configuration Software &
Accessories
The Bidder shall supply and
commission all the devices /
accessories necessary for interfacing
all the GWR Level Guages through
RS485 Modbus Communication with
the existing Yokogawa make Centum
VP model DCS installed at GAIL, Usar.
The Bidder shall supply necessary
software along with lifetime valid
license and necessary accessories such
as interface cable for doing
configuration & troubleshooting of the
GWR Level Guages.
29 ACCESSORIES
All Mounting Accessories as per
Technical specifications, Special
Condition of Contract & Detailed
Scope of Work
30 SERVICE SUPPORT
Training, Installation & Commissioning
as per scope.
6.5. SPECIFICATION FOR GUIDED WAVE RADAR LEVEL GAUGE FOR NAPHTHA STORAGE
TANK
SPECIFICATION FOR GUIDED WAVE RADAR LEVEL GAUGE FOR NAPHTHA TANK
BIDDER ACCEPTANCE /
S.N. DESCRIPTION
SPECIFICATION
COMMENTS
TANK DETAIL - GENERAL
1
TYPE
Pressurized Bullet
2
APPLICATION
Naphtha Liquid
3
TAG NO.
4
TANK INTERNAL DIAMETER
2400 mm
5
TANK LENGTH
11.56 m
6
STILLING WELL DIAMETER
Not existing now
7
GAUGE MOUNTING
Top
8
OPERATING PRESSURE
1 – 1.5 kg/sqcm.g
9
OPERATING TEMPERATURE
20 - 35 Deg C
10
SPECIFIC GRAVITY
0.69
11
DIELECTRIC CONSTANT
2
12
AREA CLASSIFICATION
13
PESO APPROVAL
EEx d (ia) IIB + H2 T6 as per
EEC/89/336
For use in hazardous areas coming
under purview of the Petroleum Rules,
2002 administered by PESO.
SENSOR & TRANSMITTER - Qty =01 no.
14
TYPE
GUIDED WAVE RADAR, Contact Type
15
APPLICATION
Liquid Hydro Carbon - Naphtha
16
MAKE
Vendor to Specify
17
MODEL
Vendor to Specify
18
SENSOR / PROBE
Coaxial or suitable to service
19
APPROVAL
ATEX II 1/2G EEx ia IIC T6 , XA
20
PROCESS CONNECTION
Flanged 2", 150 lbs, RF top
21
OUTPUT
4-20 mA HART or Vendor standard
22
HOUSING
Aluminium, coated IP65 NEMA 4X
23
MEASURING RANGE
0 to 2400 mm
24
ACCURACY
(+/-) 2 mm or better at reference
condition
25
CABLE ENTRY
1/2" NPT Threaded
26
FUNCTIONAL SAFETY
SIL 2 in compliance with IEC 61508/IEC
61511-1 & Overfill Safe functionality.
OTHERS - 01 lot.
Communication Feature
27 with existing Yokogawa DCS
at GAIL, Usar
28
Configuration Software &
Accessories
29 ACCESSORIES
30 SERVICE SUPPORT
The Bidder shall supply and
commission all the devices /
accessories necessary for interfacing
all the GWR Level Gauges through
RS485 Modbus Communication with
the existing Yokogawa make Centum
VP model DCS installed at GAIL, Usar.
The Bidder shall supply necessary
software along with lifetime valid
license and necessary accessories such
as interface cable for doing
configuration & troubleshooting of the
GWR Level Gauges.
All Mounting Accessories as per
Technical specifications, Special
Condition of Contract & Detailed
Scope of Work
Training, Installation & Commissioning
as per scope
Annexure-2
Annexure-3a
Annexure – 3b
SCHEDULE OF RATES (SOR)
SUPPLY PORTION
SN
ITEM DESCRIPTION
UOM
QTY
1
Supply of GWR Level Probe &
Transmitter for LPG Mounded Storage
Tanks (7100 mm dia) with all accessories
like cable glands, RFP Canopy, Gasket, EACH
Nut & Bolts etc. including the items
required for interfacing with GAIL DCS as
per tender documents.
3
2
Supply of GWR Level Probe &
Transmitter for Naphtha Storage Tank
(2400 mm dia) with all accessories like
cable glands, RFP Canopy, Gasket, Nut EACH
& Bolts etc. including the items required
for interfacing with GAIL DCS as per
tender documents.
1
UNIT
RATE
(Rs.)
AMOUNT (Rs.)
UNIT
RATE
(Rs.)
AMOUNT (Rs.)
WORKS PORTION
SN
ITEM DESCRIPTION
UOM
QTY
1
Installation & Commissioning of GWR
Level Probe & Transmitter for each LPG
Mounded Storage Tank (7100 mm dia) EACH
including interfacing with GAIL DCS as
per tender documents.
3
2
Installation & Commissioning of GWR
Level Probe & Transmitter for Naphtha
Storage Tank (2400 mm dia) including EACH
interfacing with GAIL DCS as per tender
documents.
1