}

Laying Of 8 . 625 Od , 6 . 0 Km ( Approx . ) Cross Country Atf Pipeline From Lucknow Marketing Depot To Lucknow Afs And Combined Station Works For Lucknow Atf Pipeline Project, Uttar pradesh-Uttar Pradesh

Indian Oil Corporation Limited-IOCL has published Laying Of 8 . 625 Od , 6 . 0 Km ( Approx . ) Cross Country Atf Pipeline From Lucknow Marketing Depot To Lucknow Afs And Combined Station Works For Lucknow Atf Pipeline Project. Submission Date for this Tender is 03-09-2019. Pipe Laying Tenders in Uttar pradesh Uttar Pradesh. Bidders can get complete Tender details and download the document.




Tender Notice

21310821
Laying Of 8 . 625 Od , 6 . 0 Km ( Approx . ) Cross Country Atf Pipeline From Lucknow Marketing Depot To Lucknow Afs And Combined Station Works For Lucknow Atf Pipeline Project
Open Tender
Indian
Uttar Pradesh
Uttar pradesh
03-09-2019

Tender Details

Laying Of 8 . 625 Od , 6 . 0 Km ( Approx . ) Cross Country Atf Pipeline From Lucknow Marketing Depot To Lucknow Afs And Combined Station Works For Lucknow Atf Pipeline Project

Key Value

Document Fees
Refer document
EMD
INR 640000.0 /-
Tender Value
Refer document

BOQ Items

Name of Work: Laying of 8.625” OD, 6.0 KM(Approx.) Cross country ATF Pipeline from Lucknow Marketing depot to Lucknow AFS and Combined Station Works for Lucknow ATF Pipeline Project
Sl. No. Item Description Item Code / Make Quantity Units
1 1 SUPPLY Item 00010
2 2 1 INSTRUMENTATION WORKS Item 10.A
3 3.1 Pressure Indicators (PI) of the following ranges as per the technical specifications attached in the Tender. Item 10.A.10
4 3.2 "Range: -1 to 5 kg/CM2." Item 10.A.20 4 EA
5 4 Range: 0 to 20 kg/cm2 Item 10.A.30 14 EA
6 5 "FLP/ WP Junction Box, Type C. Bottom entries: 1 No. 1 ¼# NPT (suitable for 40CX1.5 sqmm & 8Tx.5 Sqmm) and 1 No. 1# NPT (suitable for 12CX1.5 sqmm) Left side entries: 1 nos. 1# NPT (suitable for 12CX1.5 sqmm) & 3 nos. ½# NPT (suitable for 4CX1.5 sqmm) Right side entries: 2 nos. 1# NPT (suitable for 12CX1.5 sqmm) & 2 nos. ½# NPT (suitable for 4CX1.5 sqmm) " Item 10.A.40 7 EA
7 6 "FLP/ WP Junction Box, Type D. Bottom entries: 1 No. 1# NPT (suitable for 12CX1.5sqmm) Left side entries: 3 nos. ½# NPT (suitable for 4CX1.5sqmm) Right side entries: 3 nos. ½# NPT (suitable for 4CX1.5 sqmm) " Item 10.A.50 9 EA
8 7 "FLP/ WP Emergency Shut Down Push Button Switch (with 2 nos. cable entry provision of 1/2"" NPT) with steel hammer chained with main unit. Item 10.A.60 6 EA
9 8 FLP/ WP cable Glands (Suitable Sizes) Item 10.A.70
10 9 1 1/4" (5/4") Suitable for 40 C X 1.5 mm control & 8Tx1.5 Sqmm triad cable. Item 10.A.80 5 EA
11 10 1" Suitable for 12C X 1.5 mm control & 5Px 1.5 mm signal cables. Item 10.A.90 18 EA
12 11 1/2" Suitable for 4C X1.5 mm control, 2Px 1.5 mm signa & 1Tx 1.5 Sqmm triad cable. Item 10.A.100 30 EA
13 12 FLP/ WP Plugs (Suitable Sizes) Item 10.A.110
14 13 1 1/4" FLP/ WP Plugs Item 10.A.120 4 EA
15 14 1" FLP/ WP Plugs Item 10.A.130 10 EA
16 15 1/2" FLP/ WP Plugs Item 10.A.140 20 EA
17 16 FLP/ WP Reducers (Suitable sizes) Item 10.A.150
18 17 3/4" to 1/2" FLP/ WP Reducers Item 10.A.160 10 EA
19 18 1" to 1/2" FLP/ WP Reducers Item 10.A.170 10 EA
20 19 CHEQUERED PLATE Supply and placing in position 5 mm thick steel checkered plates over cable ducts, valves, pits etc including keeping provision of holes for lifting arrangement as per drawing complete in all respect inclusive of cost of all labour, material, carriage etc as per specification & the direction of the engineer in-charge/site engineer Item 10.A.180 10 SQM
21 20 GI CONDUIT FOR BUILDING WIRING 19 mm ISI marked GI conduit along with all fittings & fixtures like Tees, bends, junction boxes, etc for wiring in buildings Item 10.A.190 70 M
22 21 Scrapper Detector Switch (8" 150#), Type: Vane, Body Material: Stainless steel, End connection: Flanged, Switch action: DPDT, Voltage:24 VDC, Current: 1A complete as per tender specifications Item 10.A.200 2 EA
23 22 Jacking Bracket for 150# Scrapper Detectors complete as per tender specifications Item 10.A.210 1 EA
24 23 Tube Bender for 1/2" SS tube Item 10.A.220 1 EA
25 24 Tube Deburring tools for SS tube sizes 1/8” OD TO 1-5/8” OD Item 10.A.230 1 EA
26 25 Tube cutter for SS tube sizes (¼” OD) to (1-1/2” OD) Item 10.A.240 1 EA
27 26 Fire Detection System Supply Items Item 10.A.250
28 27 Intrinsically safe Rate of Rise Heat Detectors for hazardous areas alongwith all mounting & other accessories as per the tender specifications Item 10.A.260 5 EA
29 28 Multi sensor detectors (with relay outpu Item 10.A.270 6 EA
30 29 Addressable Optical Smoke detectors [Mak Item 10.A.280 8 EA
31 30 Response Indicators along with all mount Item 10.A.290 12 EA
32 31 Conventional Manual Call Point (for safe Item 10.A.300 4 EA
33 32 Conventional Hooters / Horn / Strobe (fo Item 10.A.310 4 EA
34 33 Conventional Beacons for safe area alon Item 10.A.320 4 EA
35 34 2 Pair x 1.5 Sq. mm, unarmoured FRLS cab Item 10.A.330 300 M
36 35 25 mm ISI marked (as per IS 9537- part 2 Item 10.A.340 150 M
37 36 2 OFC & TELECOM WORKS Item 10.B
38 37 Supply of permanently-lubricated HDPE pipe of 40 mm OD (as per TEC GR) with minimum pressure rating of 6 Kg/cm2 and wall thickness of 3.5 mm, along with duct accessories such as couplers, end caps, end sealing plugs, warning tape etc. as per ROW-8 Km, Amousi & Lucknow AFS terminal-0.2 Km each Item 10.B.10 8.4 KM
39 38 Supply of OFC Jointing kits as per tender specifications. HDD-6, ROW-3, Amousi & Lucknow AFS terminal-01 each Item 10.B.20 11 EA
40 39 Supply of full range (upto 8 feet) RF iD Disk type Electronic Markers as per tender specifications HDD-6, ROW-3 Item 10.B.30 9 EA
41 40 Supply of pre-fabricated printed KM markers for OFC & HDPE as per tender specifications ROW-8 Item 10.B.40 8 EA
42 41 Supply of Joint pit markers for OFC joint locations as per tender specifications HDD-6, ROW-3 Item 10.B.50 9 EA
43 42 Supply of pre-fabricated RCC (1:1.5:3) Joint Box with lid as per tender specifications HDD-6, ROW-3 Item 10.B.60 9 EA
44 43 Supply of Transition pits for building entry points as per tender specifications Amousi & Lucknow AFS-01 each Item 10.B.70 2 EA
45 44 Supply of 89 mm OD, Schedule 80, API 5L Grade-B/ ASTM A106 MS pipe for cable conduit as per tender specifications (HDD crossings-332 m) Item 10.B.80 332 M
46 45 Supply of wall mounted Fibre Termination Box (FMS) as per tender specifications Lucknow AFS-01 Amousi- 02 Item 10.B.90 3 SET
47 46 IP EPABX (for minimum 8 analog and 8 IP subscribers) as per specifications Amousi-01 Item 10.B.100 1 SET
48 47 IP telephone instrument as per specification Lucknow AFS-02 Amousi-01 Item 10.B.110 3 SET
49 48 Telephone instrument as per specification Amousi-01 Item 10.B.120 1 SET
50 49 Cat 6 UTP (LAN) Networking Cable as per tender specifications Amousi & Lucknow AFS-50 m each Item 10.B.130 100 M
51 50 3 TCP WORKS Item 10.C
52 51 Supply of Solid State Diode Decoupling Device of approved make including required length of cable as per specifications for protection of MOVs and at HT line crossing locations Item 10.C.10
53 52 Solid State Decoupling Device Item 10.C.20 5 EA
54 53 Supply of Zn Grounding cells ( with prepackaged backfill material) including required length of cable (minimum 10 m) of approved make & as per specification in accordance with dwg no. 9200-99900-404-611-00 Item 10.C.30
55 54 Grounding Cells Item 10.C.40 2 EA
56 55 Supply of Surge Arrestors of approved make including required length of cable & as per specifications for protection of insulating couplings Item 10.C.50
57 56 Surge Arrestor/ Surge Diverter Item 10.C.60 4 EA
58 57 Supply of Cathodic Protection unit of approved make, complete in all respects as given in the specification with all its accessories to ensure trouble free operation Item 10.C.70
59 58 230 V AC Operated automatic type Cathodic Protection Transformer Rectifier (CPTR) unit of rating 25 V,25 A DC with SCADA linkage facility as per specifications Item 10.C.80 1 EA
60 59 Supply of junction box of approved make as per specification detailed in the tender document complete with all connecting terminal & shunts, other fittings, DC bus, MS plate box, bakelite terminal board, cable termination bolts, painting etc. Item 10.C.90
61 60 Flame proof & Weather proof junction Box of approved make conforming to drg 9200-99900-404-606-00. Item 10.C.100 1 EA
62 61 Supply of Cu- Cuso4 permanent Half cell with minimum 10 m length of tail cable, as per specifications of approved make Item 10.C.110 3 EA
63 62 Supply of Cu- Cuso4 portable Half cell, as per specifications of approved make Item 10.C.120 1 EA
64 63 Supply of hand held data logger for ON/OFF PSP measurement alongwith carrying case, data downloading cable and other required accessories complete as per specifications and approved make Item 10.C.130 1 EA
65 64 4 ELECTRICAL WORKS Item 10.D
66 65 INSULATING MATS: Supply & installation of 2000 mm X 1000 mm and of thickness as mentioned below, approved quality insulating Elastomer mats as per specifications. Item 10.D.10
67 66 Insulating Elastomer mats conforming to IS 15652:2006 of thickness 2 mm (Class A) Item 10.D.20 22 EA
68 67 Supply of fully charged CO2 fire extinguishers as per specifications (4.5 kg capacity as per IS: 2878 latest) Item 10.D.30 3 EA
69 68 Supply of LT Cables (1.1 KV, XLPE insulated, extruded PVC type ST-2 inner sheathed, galvanized armoured, PVC type ST-2 overall sheathed, Stranded, FRLSH, C2, Smoke density<40%) Item 10.D.40
70 69 CU,6CX2.5 mm²,2XWY Item 10.D.50 850 M
71 70 CU,2CX4 mm²,2XWY Item 10.D.60 500 M
72 71 CU,3CX6 mm²,2XWY Item 10.D.70 250 M
73 72 AL,3CX10 mm²,A2XFY Item 10.D.80 2200 M
74 73 AL,4CX16 mm²,A2XFY Item 10.D.90 1100 M
75 74 AL,3.5CX25 mm²,A2XFY Item 10.D.100 300 M
76 75 AL,3CX50mm² Item 10.D.110 350 M
77 76 AL,3.5CX50 mm²,A2XFY Item 10.D.120 150 M
78 77 AL,3CX95 mm²,A2XFY Item 10.D.130 500 M
79 78 AL,3.5CX150 mm²,A2XFY Item 10.D.140 200 M
80 79 Supply of Soft Starter Panel (with bypass) Type V at Lucknow Marketing Terminal Station as per specifications Item 10.D.150 1 EA
81 80 Supply of 1 no. LT Panel at Lucknow Marketing Terminal Station as per specifications Item 10.D.160 1 EA
82 81 Supply of 1 no. LT Panel at Lucknow AFS as per specifications Item 10.D.170 1 EA
83 82 Supply of 12” exhaust fan, Flameproof enclosure,Ex d, IIC Item 10.D.180 2 EA
84 83 Supply of 2x20 watt LED tube light, Flameproof enclosure,Ex d, IIC Item 10.D.190 2 EA
85 84 5 MECHANICAL WORKS Item 10.E
86 85 Supply and delivery of Spiral Wound Metallic Gaskets at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document. Item 10.E.10
87 86 12" 150# (Amausi Marketing Terminal = 11 ) Item 10.E.20 11 EA
88 87 10"x150# (Amausi Marketing Terminal = 8 ) Item 10.E.30 8 EA
89 88 8"x150# (Amausi Marketing Terminal = 8 ,Lucknow AFS = 8 ) Item 10.E.40 16 EA
90 89 6"x150# (Amausi Marketing Terminal = 57 ,Lucknow AFS = 53 ) Item 10.E.50 110 EA
91 90 4"x150# (Amausi Marketing Terminal = 35 ,Lucknow AFS = 22 ) Item 10.E.60 57 EA
92 91 3"x150# (Amausi Marketing Terminal = 29 ,Lucknow AFS = 20 ) Item 10.E.70 49 EA
93 92 2"x150# (Amausi Marketing Terminal = 59 ,Lucknow AFS = 39 ) Item 10.E.80 98 EA
94 93 1"x150# (Amausi Marketing Terminal = 54 ,Lucknow AFS = 30 ) Item 10.E.90 84 EA
95 94 Supply and delivery of Steel Fasteners at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document. Item 10.E.100
96 95 Fasteners for Flanges 12" x 150# (0.875" Dia. X 5.50" Length ) (Amausi Marketing Terminal = 132 ) Item 10.E.110 132 EA
97 96 0.875" Dia. X 5.25" Long for 10" x 150# Flange (Amausi Marketing Terminal = 96 ) Item 10.E.120 96 EA
98 97 0.750" Dia. X 4.75" Long for 8" x 150# Flange (Amausi Marketing Terminal = 64 ,Lucknow AFS = 64 ) Item 10.E.130 128 EA
99 98 0.750" Dia. X 4.50" Long for 6" x 150# Flange (Amausi Marketing Terminal = 456 ,Lucknow AFS = 424 ) Item 10.E.140 880 EA
100 99 0.625" Dia. X 4.0" Long for 4" x 150# Flange (Amausi Marketing Terminal = 280 ,Lucknow AFS = 176 ) Item 10.E.150 456 EA
101 100 0.625" Dia. X 4.0" Long for 3" x 150# Flange (Amausi Marketing Terminal = 116 ,Lucknow AFS = 80 ) Item 10.E.160 196 EA
102 101 0.625" Dia. X 3.75" Long for 2" x 150# Flange (Amausi Marketing Terminal = 236 ,Lucknow AFS = 156 ) Item 10.E.170 392 EA
103 102 0.500" Dia. X 3.00" Long for 1" x 150# Flange (Amausi Marketing Terminal = 216 ,Lucknow AFS = 120 ) Item 10.E.180 336 EA
104 103 Supply and delivery of Steel Flanges at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document. Cost shall be inclusive of all chages including charges for inpsection of materials by approved TPI, Taxes etc. Item 10.E.190
105 104 WNRF Flange Item 10.E.200
106 105 12" 150# (Amausi Marketing Terminal = 5 ) Item 10.E.210 5 EA
107 106 10"x150# (Amausi Marketing Terminal = 5 ) Item 10.E.220 5 EA
108 107 8"x150# (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 10.E.230 10 EA
109 108 6"x150# (Amausi Marketing Terminal = 68 ,Lucknow AFS = 62 ) Item 10.E.240 130 EA
110 109 4"x150# (Amausi Marketing Terminal = 39 ,Lucknow AFS = 26 ) Item 10.E.250 65 EA
111 110 3"x150# (Amausi Marketing Terminal = 26 ,Lucknow AFS = 13 ) Item 10.E.260 39 EA
112 111 2"x150# (Amausi Marketing Terminal = 65 ,Lucknow AFS = 39 ) Item 10.E.270 104 EA
113 112 1"x150# (Amausi Marketing Terminal = 65 ,Lucknow AFS = 33 ) Item 10.E.280 98 EA
114 113 BLRF Item 10.E.290
115 114 12" 150# (Amausi Marketing Terminal = 3 ) Item 10.E.300 3 EA
116 115 10"x150# (Amausi Marketing Terminal = 5 ) Item 10.E.310 5 EA
117 116 8"x150# (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 10.E.320 10 EA
118 117 6"x150# (Amausi Marketing Terminal = 8 ,Lucknow AFS = 8 ) Item 10.E.330 16 EA
119 118 4"x150# (Amausi Marketing Terminal = 3 ,Lucknow AFS = 3 ) Item 10.E.340 6 EA
120 119 3"x150# (Amausi Marketing Terminal = 13 ,Lucknow AFS = 13 ) Item 10.E.350 26 EA
121 120 2"x150# (Amausi Marketing Terminal = 13 ,Lucknow AFS = 13 ) Item 10.E.360 26 EA
122 121 1"x150# (Amausi Marketing Terminal = 7 ,Lucknow AFS = 7 ) Item 10.E.370 14 EA
123 122 SORF Item 10.E.380
124 123 12" 150# (Amausi Marketing Terminal = 7 ,Lucknow AFS = 7 ) Item 10.E.390 14 EA
125 124 4" 150# (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 10.E.400 10 EA
126 125 Supply and delivery of pipe fittings at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document. Cost shall be inclusive of all chages including charges for inpsection of materials by approved TPI, Taxes etc. Item 10.E.410
127 126 Equal Tee Item 10.E.420
128 127 12" ANSI 150# (Amausi Marketing Terminal = 1 ) Item 10.E.430 1 EA
129 128 10" ANSI 150# (Amausi Marketing Terminal = 1 ) Item 10.E.440 1 EA
130 129 8" ANSI 150# (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.450 4 EA
131 130 6" ANSI 150# (Amausi Marketing Terminal = 12 ,Lucknow AFS = 8 ) Item 10.E.460 20 EA
132 131 4" ANSI 150# (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.470 4 EA
133 132 3" ANSI 150# (Amausi Marketing Terminal = 10 ,Lucknow AFS = 10 ) Item 10.E.480 20 EA
134 133 2" ANSI 150# (Amausi Marketing Terminal = 15 ,Lucknow AFS = 15 ) Item 10.E.490 30 EA
135 134 1" ANSI 150# (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 10.E.500 10 EA
136 135 Unequeal Tee Item 10.E.510
137 136 12"x 8" ANSI 150 # (Amausi Marketing Terminal = 2 ) Item 10.E.520 2 EA
138 137 12" x 6" ANSI 150# (Amausi Marketing Terminal = 3 ) Item 10.E.530 3 EA
139 138 10"x 8" ANSI 150# (Amausi Marketing Terminal = 2 ) Item 10.E.540 2 EA
140 139 10"x 6" ANSI 150# (Amausi Marketing Terminal = 2 ) Item 10.E.550 2 EA
141 140 10"x 4" ANSI 150# (Amausi Marketing Terminal = 2 ) Item 10.E.560 2 EA
142 141 8" x 6" ANSI 150# (Cross Bar) (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 10.E.570 2 EA
143 142 8" x 6" ANSI 150# (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 10.E.580 2 EA
144 143 8" x 4" ANSI 150# (Amausi Marketing Terminal = 5 ,Lucknow AFS = 2 ) Item 10.E.590 7 EA
145 144 6" x 4" ANSI 150# (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.600 4 EA
146 145 6" x 3" ANSI 150# (Amausi Marketing Terminal = 1 ,Lucknow AFS = 2 ) Item 10.E.610 3 EA
147 146 4"x 3"ANSI 150# (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.620 4 EA
148 147 3"x 2"ANSI 150# (Amausi Marketing Terminal = 15 ,Lucknow AFS = 15 ) Item 10.E.630 30 EA
149 148 3"x 1"ANSI 150# (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 10.E.640 10 EA
150 149 2"x 1"ANSI 150# (Amausi Marketing Terminal = 10 ,Lucknow AFS = 10 ) Item 10.E.650 20 EA
151 150 Long Radius Bends/Elbow Item 10.E.660
152 151 12" 150 Sr. 90 deg LR Bends (Amausi Marketing Terminal = 2 ) Item 10.E.670 2 EA
153 152 10" 150 Sr. 90 deg LR Bends (Amausi Marketing Terminal = 2 ,Lucknow AFS = 3 ) Item 10.E.680 5 EA
154 153 8" 150 Sr. 90 deg LR Bends (Amausi Marketing Terminal = 2 ,Lucknow AFS = 5 ) Item 10.E.690 7 EA
155 154 6" 150 Sr. 90 deg LR Bends (Amausi Marketing Terminal = 15 ,Lucknow AFS = 10 ) Item 10.E.700 25 EA
156 155 4" 150 Sr. 90 deg LR Bends (Amausi Marketing Terminal = 4 ,Lucknow AFS = 4 ) Item 10.E.710 8 EA
157 156 3" 150# 90 deg LR Bends (Amausi Marketing Terminal = 10 ,Lucknow AFS = 10 ) Item 10.E.720 20 EA
158 157 2" 150# 90 deg LR Bends (Amausi Marketing Terminal = 20 ,Lucknow AFS = 20 ) Item 10.E.730 40 EA
159 158 1" 150# 90 deg LR Bends (Amausi Marketing Terminal = 20 ,Lucknow AFS = 20 ) Item 10.E.740 40 EA
160 159 12" 150 Sr. 45 deg LR Bends (Amausi Marketing Terminal = 2 ) Item 10.E.750 2 EA
161 160 10" 150 Sr. 45 deg LR Bends (Amausi Marketing Terminal = 2 ) Item 10.E.760 2 EA
162 161 8" 150 Sr. 45 deg LR Bends (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.770 4 EA
163 162 6" 150 Sr. 45 deg LR Bends (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 10.E.780 10 EA
164 163 4" 150 Sr. 45 deg LR Bends (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.790 4 EA
165 164 3" 150# 45 deg LR Bends (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 10.E.800 10 EA
166 165 2" 150# 45 deg LR Bends (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.810 4 EA
167 166 1" 150# 45 deg LR Bends (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.820 4 EA
168 167 Concentric Reducers Item 10.E.830
169 168 12"x 10" x CR x 150# (Amausi Marketing Terminal = 2 ) Item 10.E.840 2 EA
170 169 6" X 4" CR 150# (Amausi Marketing Terminal = 4 ,Lucknow AFS = 4 ) Item 10.E.850 8 EA
171 170 6" X 3" CR 150# (Amausi Marketing Terminal = 5 ,Lucknow AFS = 4 ) Item 10.E.860 9 EA
172 171 4" x 3" CR x 150# (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.870 4 EA
173 172 6" x 2" CR x 150# (Amausi Marketing Terminal = 3 ) Item 10.E.880 3 EA
174 173 3" x 2" CR x 150# (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.890 4 EA
175 174 Ecentric reducer Item 10.E.900
176 175 6"x 4" (Amausi Marketing Terminal = 2 ) Item 10.E.910 2 EA
177 176 Half coupling & Nipple Item 10.E.920
178 177 1" 3000 LBS HALF COUPLING (Amausi Marketing Terminal = 50 ,Lucknow AFS = 50 ) Item 10.E.930 100 EA
179 178 1" size 3000 LBS Straight NIPPLE (Amausi Marketing Terminal = 50 ,Lucknow AFS = 50 ) Item 10.E.940 100 EA
180 179 Weld-o-let Item 10.E.950
181 180 12"x 4"X150# Weld-o-let (Amausi Marketing Terminal = 8 ,Lucknow AFS = 8 ) Item 10.E.960 16 EA
182 181 12"x3"x150# Weld-o-let (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.970 4 EA
183 182 12"x2"x150# Weld-o-let (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.980 4 EA
184 183 10"x3"x150# Weld-o-let (Amausi Marketing Terminal = 1 ) Item 10.E.990 1 EA
185 184 10"x2"x150# Weld-o-let ,Lucknow AFS = 2 ) Item 10.E.1000 2 EA
186 185 8" x 3" 150# (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 10.E.1010 2 EA
187 186 8"x2"x150# Weld-o-let (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 10.E.1020 10 EA
188 187 6"x2"x150# Weld-o-let (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 10.E.1030 10 EA
189 188 Supply of ASTM A106 Gr.B pipes at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document. Cost shall be inclusive of all chages including charges for inpsection of materials by approved TPI, Taxes etc. Item 10.E.1040
190 189 6.625" OD x 0.280"WT ASTM A 106 Gr B bare Pipe (Amausi Marketing Terminal = 250 ,Lucknow AFS = 125 ) Item 10.E.1050 375 M
191 190 4.5" ODx 0.237" WT ASTM A 106 Gr B bare Pipe (Amausi Marketing Terminal = 100 ,Lucknow AFS = 50 ) Item 10.E.1060 150 M
192 191 3.5" OD x 0.216"WT ASTM A 106 Gr B (Amausi Marketing Terminal = 175 ,Lucknow AFS = 85 ) Item 10.E.1070 260 M
193 192 2.375" OD x 0.218"WT ASTM A 106 Gr B bare pipe (Amausi Marketing Terminal = 175 ,Lucknow AFS = 85 ) Item 10.E.1080 260 M
194 193 1.315" OD x 0.179"WT ASTM A 106 Gr B Bare pipe (Amausi Marketing Terminal = 125 ,Lucknow AFS = 100 ) Item 10.E.1090 225 M
195 194 Supply of IS: 3589, Gr. Fe 410 pipes at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document. Item 10.E.1100
196 195 12.75" OD x 0.25" WT IS:3589 FE410 Pipe (Amausi Marketing Terminal = 50 ) Item 10.E.1110 50 M
197 196 4.5" ODx 0.237" WT A 106 Gr B Pipe bare (Amausi Marketing Terminal = 25 ) Item 10.E.1120 25 M
198 197 API 600 Gate valve for F/W line Item 10.E.1130
199 198 4" 150# (Amausi Marketing Terminal = 5 ) Item 10.E.1140 5 EA
200 199 API 6D HOV for process piping Item 10.E.1150
201 200 4" 150# F/F API 6D HOV (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.1160 4 EA
202 201 3" 150# F/F API 6D HOV (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.1170 4 EA
203 202 2" 150# F/F API 6D HOV (Amausi Marketing Terminal = 16 ,Lucknow AFS = 12 ) Item 10.E.1180 28 EA
204 203 2" 150# W/W API 6D HOV (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 10.E.1190 10 EA
205 204 BS 1873 Globe valve Item 10.E.1200
206 205 2" 150# (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 10.E.1210 2 EA
207 206 API 6D NRV Item 10.E.1220
208 207 6" 150# API 6D NRV (Amausi Marketing Terminal = 2 ) Item 10.E.1230 2 EA
209 208 4" 150# API 6D NRV (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.1240 4 EA
210 209 3" 150# NRV API 6D (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 10.E.1250 2 EA
211 210 2" 150# NRV API 6D (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.1260 4 EA
212 211 Sump Tank: Item 10.E.1270
213 212 Supply and delivery of 4 KL FRP Sump tank at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document. Cost shall be inclusive of all chages including charges for inpsection of materials by approved TPI, Taxes etc. ,Lucknow AFS = 1 ) Item 10.E.1280 1 EA
214 213 Supply and delivery of API 602 Gate valve at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document. Cost shall be inclusive of all charges including charges for inpsection of materials by approved TPI, Taxes etc. Item 10.E.1290
215 214 1" x 800# Gate valve HOV W/W (Amausi Marketing Terminal = 45 ,Lucknow AFS = 25 ) Item 10.E.1300 70 EA
216 215 Supply and delivery of Thermal relief valve(TRVs) at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document.Cost shall be inclusive of all charges including charges for inpsection of materials by approved TPI, Taxes etc. Item 10.E.1310
217 216 1" x 1" 150#x150# (Amausi Marketing Terminal = 13 ,Lucknow AFS = 10 ) Item 10.E.1320 23 EA
218 217 Fire fighting HVLR and hrdrant Item 10.E.1330
219 218 High Volume Long Range Foam Monitor 750 GPM capacity stand post type with inlet flange of 4" X 150# (Amausi Marketing Terminal = 2 ) Item 10.E.1340 2 EA
220 219 Stand Post Type double way fire hydrent fitted with 2 Nos of single landing valve complete as per IS: 5290 alongwith 4" x150# WNRF Flange (Amausi Marketing Terminal = 5 ) Item 10.E.1350 5 EA
221 220 FIRE FIGHTING EQUIPMENT: Supply and delivery of Fire Fighting Equipment at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document. Cost shall be inclusive of all charges including charges for inpsection of materials by approved TPI, Taxes etc. Item 10.E.1360
222 221 10 kg DCP Extinguisher (Amausi Marketing Terminal = 3 ,Lucknow AFS = 2 ) Item 10.E.1370 5 EA
223 222 6.8 kg CO2 Extinguisher (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.1380 4 EA
224 223 4.5 kg CO2 Extinguisher (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 10.E.1390 2 EA
225 224 2 kg CO2 Extinguisher (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.1400 4 EA
226 225 2 kg clean agent extinguishers IS 15683 Marked (Amausi Marketing Terminal = 1 ) Item 10.E.1410 1 EA
227 226 Fire Hose Box for keeping 2 Nos. of 15 M Type B delivery hose and one no. jet nozzle (Amausi Marketing Terminal = 2 ) Item 10.E.1420 2 EA
228 227 Type B Delivery Hoses of 15 M length bearing IS-636 mark (Amausi Marketing Terminal = 1 ) Item 10.E.1430 1 EA
229 228 First Aid Box with Snake serum (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 10.E.1440 2 EA
230 229 Safety Helmet (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.1450 4 EA
231 230 Strecher WITH BLANKET (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.1460 4 EA
232 231 Dry Chemical Powder silliconised potassiun bicarbonate type IS marked, pack in 10Kg (Amausi Marketing Terminal = 3 ,Lucknow AFS = 2 ) Item 10.E.1470 5 EA
233 232 CO2 cartridge - 200 gm capacity for 9 kg (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 10.E.1480 4 EA
234 233 Emergency Kit: Supply and delivery of Emergency Kit consisting oflisted emergency equipments as per Annexure-VII of latest OISD (Amausi Marketing Terminal = 1 ) Item 10.E.1490 1 EA
235 234 Corrosion Coupon Item 10.E.1500
236 235 TOR fitting complete with Caps, Plugs, O-Rings, Nipple & 2" 150# full bore threaded ball/gate valve. 2" Thread-O-Ring fitting consists of 2" nipple (spool piece), cap, o-ring and plug & 2" 150# full bore threaded ball valve as per Technical Specifications indicated in tender documents. (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 10.E.1510 2 EA
237 236 RETRACTABLE CORROSION COUPON HOLDER, FOR 6" PIPE (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 10.E.1520 2 EA
238 237 END FUNNEL:Supply and delivery of End Funnels at respective stations as per Station wise Break up of material supply and as per technical specifications from approved vendors specified in tender document. Item 10.E.1530
239 238 6" x 2" ANSI 150# END FUNNEL (Amausi Marketing Terminal = 4 ,Lucknow AFS = 4 ) Item 10.E.1540 8 EA
240 239 SERVICES Item 00020
241 240 1 INSTRUMENTATION WORKS Item 20.A
242 241 Installation, testing and commissioning of Pressure Indicator (PI) of various ratings as per drawings, recomendations of OEM and directions of Engineer in-charge/ Site engineer Item 20.A.10 6 EA
243 242 As built documentation for each station covering a) Control /signalling cable layout drawings, b) Cable trench details, c) Cable marker details, d) Earth grid layout, e) Field instrument termination details, f) Cable schedule, g) Junction box wiring details, h) Earth resistivity measurement data, i) Field panel termination details, j) Calibration data of all instruments tested as per scope., k) OTDR Traces of the laid OFC as applicable for respective stations Item 20.A.20 2 SET
244 243 FIRE DETECTION WORKS SERVICES Item 20.A.30
245 244 Installation of various types of detectors,laying of signalling cables (through conduit/ clamping on wall etc), clamping / fixing of GI conduit in various building, pump shed etc. assistance of control system/ Fire detection system vendor for integration of detectors with PLC/ Fire Alarm panel including all mounting accessories for support, junction boxes etc. as per theapproved scheme to complete the work in all respects inclusive ofsupply of all consumables,cost of all materials, labour, paintingservices, carriages etc. as per specifications, drawings, International Standard practices and the directions of Site Engineer/EIC. Job includesinstallation of all types of detectors, material etc Item 20.A.40
246 245 Multi Sensor Detectors / Optical Smoke Detectors/ Intrinsic safe ROR Heat detectors Item 20.A.50 19 EA
247 246 Response Indicators Item 20.A.60 12 EA
248 247 Manual Call Point (for safe area) Item 20.A.70 4 EA
249 248 Beacons / Hooters (for safe area) Item 20.A.80 8 EA
250 249 Laying of unarmoured/armoured signal cable through GI pipe / wall / tray etc for interfacing of various type of detectors e.g. multi sensor, response indicator, hooters, beacons, MCPs etc Item 20.A.90 300 M
251 250 Clamping / fixing of GI pipe on wall/roof/cable trench etc. Item 20.A.100 150 M
252 251 2 OFC & TELECOM WORKS Item 20.B
253 252 Laying of HDPE pipe(excluding blowing of OFC) in mainline pipe trench/ independent trench at the bottom in all types of soil (including roads, canals, rivers, nullahs, water course crossings, submerged crossings, saltpan areas etc.) including supply and installation of suitable straps for strapping the HDPE duct with mainline pipe for anti buoyancy, installation of HDPE duct accessories such as plastic couplers, end caps, end plugs, cable sealing plugs, supply and installation of warning tape, consumable guide rods, HDPE jointing, inspection of HDPE joints, testing the installed HDPE duct by blowing "mandrel" with compressed air, pressure testing the HDPE pipe after laying as per procedure and performing all work as per drawings, specifications and instruction of the Engineer-in-charge/ Site Engineer and provisions of the contract document for making the duct ready in all respect for OFC blowing. The job includes transportation, loading and unloading of HDPE ducts in nominal length of 1000 meters and duct accessories such as couplers, end caps, end sealing plugs etc. to various sites along the entire ROW / HDD crossing locations as per specifications and directions of Engineer-in-charge/ Site Engineer Item 20.B.10 8 KM
254 253 Laying of HDPE Pipe in trenches/ walls/ concrete structure/ panels etc. as per specifications & drawings & blowing/ laying of Owner supplied Aurmoured/Unarmoured Optical Fibre Cable in HDPE pipe,jointing & splicing of OFC, carrying out end to end testing of laid Optical fibre cables by taking OTDR traces and submitting the OTDR trace printouts to Site Engineer/ Engineer-in-charge. The job includes the supply and installation of required materials such as fixing clamps, screws, tags etc. as required to complete the job in all respects as per drawings and directions of Site Engineer/ Engineer-in-charge including cost of all labour, tools & tackles, test instruments, materials etc. The job includes handing over the tested cables to the Telecom Works Contractor and providing necessary assistance/ support to the Telecom Works Contractor in commissioning of Local Area Network. Item 20.B.20 400 M
255 254 "Trenching for laying of HDPE in Independent trench Excavation in unpaved areas of earth in work sites for conventional cable trenches for a depth upto 1.65 metres including shoring, strutting etc. (if necessary), backfilling the trench, as directed by Engineer-in-charge/ Site Engineer, including all labour and materials complete as per drawings and tender specifications " Item 20.B.30 660 CUM
256 255 Transportation (loading and unloading) of Owner supplied unarmoured Optical fibre cable (OFC) to various sites along Right of Way (ROW), pre laying testing of each cable drum for each fibre and taking the OTDR traces, submission of OTDR traces (in hard as well as soft copy) to Engineer-in-charge/ Site Engineer, blowing of OFC through contractor laid HDPE, jointing / splicing of OFC, post installation testing of OFC for each fibre for each drum laid & taking OTDR traces, submission of OTDR traces (in hard as well as soft copy) to Engineer-in-charge/ Site Engineer as per the scope, specifications and directions of Engineer-in-charge/ Site Engineer. Item 20.B.40 8 KM
257 256 Installation of OFC jointing kits as per drawings, specifications and directions of Engineer-in-charge/ Site Engineer Item 20.B.50 11 EA
258 257 Installation of RF iD type Electronic Markers as per tender specifications. The job includes configuration & programming of the Electronic markers to write information data as per directions of Engineer-in-charge/ Site Engineer. Item 20.B.60 9 EA
259 258 Installation of pre-fabricated printed KM markers for OFC & HDPE as per tender specifications, drawings and directions of Engineer-in-charge/ Site Engineer Item 20.B.70 8 EA
260 259 Installation of OFC Joint pit markers at every joint location as per specifications, drawings and directions of Engineer-in-charge/ Site Engineer Item 20.B.80 9 EA
261 260 Installation of pre-fabricated RCC (1:1.5:3) Joint Box with lid as per tender specifications, drawings and directions of Engineer-in-charge/ Site Engineer. Item 20.B.90 9 EA
262 261 Installation of Transition Pits at building entry points as per tender specifications, drawings and directions of Engineer-in-charge/ Site Engineer Item 20.B.100 2 EA
263 262 Installation of wall mounted Fibre Termination Box (FTB) as per tender specifications and directions of Engineer-in-charge/ Site Engineer Item 20.B.110 3 SET
264 263 Erection, Installation, Testing and Commissioning of IP EPABX & extending its subscribers Item 20.B.120 1 SET
265 264 3 TCP WORKS Item 20.C
266 265 Installation of solid state decoupling device as per specifications including terminating the cables in the TLP box with cable lugs, sealing material, laying of cable, testing & commissioning of Zinc anodes etc. all complete with required material, excavation, backfilling etc. as per specification and directions of Site Engineer/ Engineer-in-Charge. Item 20.C.10
267 266 Solid State Decoupling Device Item 20.C.20 5 EA
268 267 Installation of grounding cells including terminating the cables in the TLP box with cable lugs, sealing material, laying of cable, testing & commissioning of grounding cell etc. all complete with required material, excavation, backfilling etc. as per specification and directions of Site Engineer / Engineer-in-Charge. Item 20.C.30
269 268 Gounding Cell Item 20.C.40 2 EA
270 269 Installation of surge arrestors including terminating the cables, laying of cable, testing & commissioning of surge arrestors etc. all complete with required material, excavation, backfilling etc. as per specification and directions of Site Engineer / Engineer-in-Charge. Item 20.C.50
271 270 Surge Arrestor/ Surge Diverter Item 20.C.60 4 EA
272 271 Installation of permanent half cells including connecting the cable in the TLP etc. with cable lugs, sealing material, laying of cable, testing & commissioning of cell etc. all complete with required material, excavation, backfilling etc. as per specifications, recommendation of cell supplier and directions of Site Engineer / Engineer-in-Charge. Item 20.C.70
273 272 Permanent half cell Item 20.C.80 3 EA
274 273 Conducting " Coating-Resistance Survey" for calculation of effective coating resistance of the pipeline in ohms-sq.m. along the entire pipeline and plotting on SEMILOG or X-Y GRAPH & submitting the report in graphical form as well as soft copy as per Specification / approved procedure and directions of Site Engineer / Engineer-in-Charge. Item 20.C.90
275 274 Coating Resistance Survey Item 20.C.100 6 KM
276 275 Conducting Close Interval ON/OFF Potential Logging Survey at an interval of 1 m over the buried line in the right of way including the cost of all expert manpower, transportation and camping facilities etc. to their employees, materials, test instruments, equipments, consumables etc., required for the survey as per the standard specifications, and approved procedures identification of areas/locations where coating repair is required alongwith suggestion for remedial measures etc. including the submission of draft reports in 2 sets and incorporation of owner's comments in the draft report and final reports in 6 sets including one soft copy containing the survey results in the graphical as well as tabular forms computerised colour print and complete in all respects and directions of Site Engineer / Engineer-in-Charge. Item 20.C.110
277 276 Close Interval ON/OFF Potential logging survey Item 20.C.120 6 KM
278 277 Conducting Direct Current Voltage Gradient Survey over the buried line to identify / pin point the coating defects in the right of way including the cost of all expert manpower, transportation and camping facilities etc. to their employees, materials, test instruments, equipments, consumables etc., required for the survey as per the standard specifications and approved procedures, identification of areas/locations where coating repair is required alongwith suggestion for remedial measures etc. including the submission of draft reports in 2 sets and incorporation of owner's comments in the draft report and final reports in 6 sets including one soft copy containing the survey results in the graphical as well as tabular forms computerised colour print and complete in all respects as per directions of Site Engineer / Engineer-in-Charge. Note : The item includes establishing the coating defect at specified locations by excavation in coordination with mainline contractor, who will arrange to repair the defects. Item 20.C.130
279 278 Direct Current Voltage Gradient Survey Item 20.C.140 6 KM
280 279 Conducting "Soil Resistivity Survey" at anode bed location after ascertaining its suitablity with respect to the existing system , for installation of Anode Bed (deep / shallow / distributed), as per the specification, approved procedures and instructions of Site Engineer / Engineer-in-Charge. Item 20.C.150
281 280 Soil Resitivity Survey Item 20.C.160 1 EA
282 281 Conducting AC interference survey, to detect presence of any AC voltage(induced owing to proximity of any HT transmission line (66 KV and above) crossing or running parallel within a distance of 20 M from the pipeline alignment as per approved procedure. The work shall be completed in all respects including survey recommending mitigation measures & post mitigation survey. The work includes all tools, tackles, consumables etc. all complete, required for survey / test as deemed necessary and as per the directions of the site engineer / Engineer-in-Charge. Note : AC interference survey shall be done at respective TLP by connecting data logger to maintain record for minimum 24 hours. The data to be submitted for each such TLP alongwith coloured graph and recommendations. Item 20.C.170
283 282 AC interference survey Item 20.C.180 6 KM
284 283 Conducting Mututal Interference Survey among the new and existing pipelines / facilities(foreign) by taking PSP survey of all the pipelines as per approved procedure to determine level of interference at different places along the pipeline and at point of crossing in common ROW including identifying points and providing the data/ record in graphical form and carrying out all necessary work for mitigating the interference observed among the pipelines , including retesting the same to ensure efficacy of the remedial measures undertaken.The contractor shall submit a full final report with detailed PSP readings at all TLPs along with graphs in six sets.The item should be complete in all respect including survey, work for mitigating the interference and post mitigating survey as per specifications/directions of site engineer / Engineer-in-Charge. Item 20.C.190
285 284 Mutual Interference Survey Item 20.C.200 6 KM
286 285 Cathodic Protection Units : Erection, testing and commissioning of cathodic protection units (CPTR/CPPSM); including supply and installation of all facilities, materials etc., including fuses, all supporting structures, laying and connecting the 1100 V Grade power cable (2 runs of 1Cx25 sqmm Cu. conductor XLPE insulated Armoured Cable) from DCDB to CPPSM unit / laying and connecting the 1100 V Grade power cable (owner provided 1 run of 3Cx10 sqmm Al. conductor XLPE insulated Armoured Cable) from ACDB to CPTR unit, providing the earthing arrangement. The work includes furnishing the test results by conducting all the NO LOAD and ON LOAD tests on the CP units and adjusting settings as required and testing the pipeline section for full cathodic protection for entire stretch. The job complete in all respect shall include cost of all labour, tools as per specifications and directions of the Site Engineer / Engineer-in-Charge. Item 20.C.210
287 286 230 V AC operated auto type Cathodic Protection Transformer Rectifier (CPTR) unit of rating 25 V 25 A DC with SCADA linking facility Item 20.C.220 1 EA
288 287 Measuring, recording and submitting the cathodic protection readings along the entire pipeline by repeated adjustments of the settings of the CPTR/CPPSM units etc as per specifications for achieving full/maximum protection of all the stretches as per the criteria of protection mentioned in the specifications. Measuring the relevant readings at the cathodic protection stations and "pipe to soil potential" readings at all the test lead locations along the pipeline including the CP station parameters like current(AC/DC), voltage(AC/DC),circuit resistance ,battery voltage/current etc.,preparing and submitting pipe to soil potential profile, graphs and other data pertaining to the cathodic protection of the pipeline,job complete in all respects as per specification and instructions of Site Engineer / Engineer-in-Charge, including cost of all labour, instruments and services rendered. Item 20.C.230
289 288 CP Readings Item 20.C.240 6 KM
290 289 Final Commisioning of CP system : Final Commissioning of the impressed current cathodic protection system for the mainline for achieving full protection as per protection criteria as mentioned in the specifictions through repeated adjustments of the CP units after installation of galvanic anodes for hot spot protection and mitigation of AC/ DC interference, if any and submission of the resultant data to the owner and testing, measuring, recording and submitting all these data once again after the lapse of a period as per specifications / directions of the Site engineer / Engineer-in-Charge, including the cost of all labour tools and materials as required, complete in all respect. Item 20.C.250
291 290 Commissioning Item 20.C.260 1 LS
292 291 Pipe to Soil potential Readings : Measurement, recording and submission of Pipe to Soil Potential readings by connecting / disconnecting the Mg anodes (for achieving optimal protection through TLPs) along the entire pipeline and at stations, including preparing and submiting relative PSP profile and other relevant data pertaining to the cathodic protection of the pipeline, including cost of all labour, instruments and services rendered. The readings shall be furnished as per the specifications and as per the directions of the Site Engineer/Engineer-in-Charge. Item 20.C.270 6 KM
293 292 4 ELECTRICAL WORKS Item 20.D
294 293 CABLE TRENCH: Excavation in unpaved areas of earth in work sites for conventional cable trenches for a depth upto 1.5 metres including shoring, strutting etc. (if necessary), backfilling the trench, job complete in all respects, including all labour and materials complete as per drawings, specification and directions of Site Engineer / Engineer-in-Charge Item 20.D.10 945 CUM
295 294 WBM ROAD / CONCRETE BREAKING : WBM Road/concrete breaking for cable trenches including required shoring strutting etc., and repairing of the road/dyke to original condition and disposing off excess materials (within the work site) job complete in all respects including the cost of labour, tools, materials, load, lift hire charges of equipments, if any, complete as per drawings, specification and directions of Site Engineer / Engineer-in-Charge Item 20.D.20 155 CUM
296 295 Cable Laying : Laying of all type of cables LT (PVC / XLPE / Armoured/Unarmoured/Power/ Control/ Signalling) in trenches, in cable racks, in trays, in protective pipes, poles,columns, in conduits, in panels and on structures etc.;including the supply and installation of all required materials such as fixing clamps ,screws, cable straps, tags etc. as required (other than the supply of the conduits, cables, pipes, cable racks, trays, poles, structures and panels) complete in all respect, including cost of all labour, tools, consumable materials etc. and cutting the cables in required lengths as per drawings, specification and directions of Site Engineer / Engineer-in-Charge Item 20.D.30
297 296 Power cables LT : OD upto 20 mm Item 20.D.40 4900 M
298 297 Power cables LT : OD above 20 mm and upto 40 mm Item 20.D.50 800 M
299 298 Power cables LT : OD above 40 mm and upto 60 mm Item 20.D.60 700 M
300 299 Control cables (T&I) : OD upto 20 mm (T&I) Item 20.D.70 6800 M
301 300 Control cables (T&I) : OD above 20 mm and upto 30 mm Item 20.D.80 2000 M
302 301 Installation, laying of 2 Pair PVC insulated copper conductor un-armoured telephone cables in 16 mm/ 25 mm/ 32 mm PVC conduits from IDF through ceiling/ wall/trench and post-laying end to end testing of telephone cables. The job includes supply, installation, fixing of wall mounted telephone socket outlet with 2 port telephone jack face plate (white/ cream colour) including RJ11 I/O with modular plate & switch box/ gang box for fixing the face plate & accessories, supply and installation of PVC Conduits, all required materials such as fixing clamps, screws, cable straps, tags etc. as required complete in all respects as per specifications & scope of work, drawings and d irections of Site Engineer/ Engineer-in-charge including cost of all labour, tools & tackles, materials etc. Item 20.D.90 100 M
303 302 Installation, laying of Cat 6 LAN Cables in 16 mm/ 25 mm/ 32 mm PVC conduits from network switch through ceiling/wall/trench and post-laying end to end testing of cables. The job includes installation & fixing of Duplex (2 port) Face plate (Network I/O point) (white/ cream colour) for Local Area Network including RJ45 I/O, modular plate & switch box/ gang box for fixing the face plate & accessories, supply and installation of PVC Conduits, all required materials such as fixing clamps, screws, cable straps, tags etc. as required complete in all respects as per specifications & scope of work, drawings and directions of Site Engineer/ Engineer-in-charge including cost of all labour, tools & tackles, materials etc. Item 20.D.100 300 M
304 303 Connection and testing of 415 V AC 3 phase / 230 V AC single phase motors (including space heaters/thermistors wherever provided) / AC/DC Actuators including execution of terminal connection of control and power cables, earthing of the motor/actuator/ connecting the thermistor, installing the controller in LT panel, earthing the motor frame, armour etc. as per the drawings, erection manuals, and as per directions of Site Engineer. Job complete in all respects including the cost of supplying and installation of all the required FLP/WP cable glands, reducers, adapeters, end lugs, GI earthing wire / strips, labour, tools, materials, etc., as required in all respects for all types of motors/heaters/thermistors/actuators etc. Item 20.D.110
305 304 Capacity upto and including 1 KW Item 20.D.120 10 EA
306 305 Capacity above 1 KW and upto 2.5 KW Item 20.D.130 2 EA
307 306 Capacity above 7.5 KW but upto 50 KW Item 20.D.140 4 EA
308 307 LT Panel: Erection, installation including within site transportation, testing and commissioning of 415 V , owner supplied power-control- centres, motor control centres , soft starters, APFC panel etc. assembling as required, installation on the already made foundation channels, aligning, levelling, grouting, assembling, making all the inter connections /outgoing/incoming power & control cable/ bus duct connection including making holes for cable entries as required as per drawing, specifications and directions of the Site Engineer/Engineer-in-Charge including cost of all materials, tools labour etc. complete in all respect including termination of all power , control cables, installation of thermistor controller, internal wiring, earthing of LT panels, supply of cable glands etc.complete as per cable schedule, drawings etc. Item 20.D.150
309 308 Weight of unit above 100 kg but upto and including 500 kg Item 20.D.160 500 KG
310 309 "Weight of unit above 500 kg but upto and including 1000 kg " Item 20.D.170 3000 KG
311 310 Installation of corrosion monitoring probes including 2" Flareweld on station piping at desired location and 12 O'Clock position for mounting of ER Probe under the supervision of site engineer. Flareweld assembly shall be supplied by owner. The job complete in all respect with material, tools & tackles, consumables etc. Item 20.D.180 1 EA
312 311 Supervision charges for commissioning of LT Panels at Lucknow Marketing Terminal Station & Lucknow AFS including relay settings and co-ordination, to & fro travel charges, lodging, boarding etc. complete in all respects. Item 20.D.190 9 Day
313 312 Installation, testing and commissioning of wall bracket /ceiling fittings of all sizes and shapes containing upto two GLS/CFL/LED lamps per fitting, complete with all accessories including connections etc. as required Item 20.D.200 2 EA
314 313 Installation of exhaust fan in the existing opening, including making good the damage, connection, testing, commissioning etc. as required : Upto 450 mm sweep Item 20.D.210 2 EA
315 314 5 MECHANICAL WORKS Item 20.E
316 315 Equipment Installation Item 20.E.10
317 316 "MLPU Installation - Horizontal API 610 BB1/BB3/OH2 type (Motor Driven): Taking delivery of mainline pumping units having electrical motor, horizontal centrifugal pump (to be mounted on a common base plate), Local control panel, Hydraulic coupling and other auxiliaries and accessories, grouting materials etc from designated storage location within the Pump Station, shifting and placing the equipments in the pre-constructed foundation, carrying out levelling and grouting, aligning the equipment, assembling together of all sub-assemblies, auxiliaries, mountings, fittings, interconnecting piping etc., providing assistance for carrying out trial run of motor on no load, coupling the electrical motor with the pump, making final alignment, checking and testing of the complete pumping unit and completing the work in all respects in accordance with the drawings, manufacturer's installation instructions, technical specifications and as per the instruction of the Site Engineer / EIC. Note: 1. The auxiliaries and mountings shall include but not limited to pipe works etc. 2. Electrical & Instrumentation connections are not included in this item. 3. Weight of equipment is indicative only, Payment shall be done based on actual weight of equipment. 4. Grouting material shall be supplied by owner." Item 20.E.20
318 317 Mainline Pumping Units Installation (2 Nos.) (Amausi Marketing Terminal = 3 ) Item 20.E.30 3 TON
319 318 """Sump Pump Installation: Taking delivery of the following pumping units with electrical motors from designated location within station premises, shifting/transporting to site, placing over Sump Tank Nozzle, assembling together all sub-assemblies, alignment, grouting, levelling, checking, providing assistance for taking trial run of electrical motor on no-load, coupling the pump & motor, carrying out the trial run of the complete unit, testing, making final alignment and complete work in all respects in accordance with the relevant drawings, manufacturer's installation instruction, specifications and instructions of Site Engineer / EIC. Note: Weight of equipment is indicative only, Payment shall be done based on actual weight of equipment """ Item 20.E.40
320 319 Motor Driven sump pump (Vertical) ( 2Nos -1 each at Amousi and Lucknow) (Amausi Marketing Terminal = 0.5 ,Lucknow AFS = 0.3 ) Item 20.E.50 0.8 TON
321 320 "Above Ground Equipments Installation: Taking delivery of equipments, shifting/transporting within station premises, placing on pre-constructed foundations, assembling together all sub-assemblies, levelling, alignment, grouting, cleaning and flushing by water, draining, checking, testing, dressing and making good of the foundation and completing the work in all respects in accordance with the relevant drawings, manufacturer's installation instruction, specifications and instructions of Site Engineer / EIC. Note: Weight of equipment is indicative only, Payment shall be done based on actual weight of equipment" Item 20.E.60
322 321 Separator (Coalescer) Filter with Pre-filter (Amausi Marketing Terminal = 2 ,Lucknow AFS = 1 ) Item 20.E.70 3 EA
323 322 Receiving/launching scrapper Barrel 8" x 12" 150# (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 20.E.80 2 EA
324 323 Y' Type Strainer-6"x 6" 150# (Amausi Marketing Terminal = 2 ) Item 20.E.90 2 EA
325 324 "Sump Tank Installation: Taking delivery of Sump tank from designated godown / stockpile, shifting/transporting within station premises, placing on pre-constructed foundation, installation of auxiliary mountings and fittings, dressing and making good of the foundation, grouting, cleaning and flushing with water, draining, testing, completing the work in all respects in accordance with the relevant drawings, manufacturer's installation instruction, specifications and instructions of Site Engineer / EIC (Foundation work shall be paid separately under relevant items of Civil works)." Item 20.E.100
326 325 Sump Tank 4KL FRP ,Lucknow AFS = 1 ) Item 20.E.110 1 EA
327 326 Sump Tank 10KL FRP (Amausi Marketing Terminal = 1 ) Item 20.E.120 1 EA
328 327 """Insulating Coupling Erection: Taking delivery,shifting/transporting within station premises and installation of Insulating Couplings of the following sizes and pressure class, at elevations specified in the drawing, checking resistance value by meggar test before and after erection levelling, aligning and checking, making welded connections to the piping, coating & wrapping and completing the work in all respects in accordance with the relevant drawings, manufacturer's installation instructions, specifications and instructions of Site Engineer / EIC." Item 20.E.130
329 328 10" Insulating Coupling (Amausi Marketing Terminal = 1 ) Item 20.E.140 1 EA
330 329 8" Insulating Coupling (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 20.E.150 2 EA
331 330 6" Insulating Coupling ,Lucknow AFS = 1 ) Item 20.E.160 1 EA
332 331 "Above ground Piping: Taking delivery & transporting of pipes from designated stock pile location /Designated godown both from outside & inside station premises. Taking delivery of pipe fittings, steel flanges, spiral wound metallic gaskets & fasteners from designated location within station premises, transporting the same to site, fabrication and erection of above ground piping including cutting, edge preparation, bending, threading, lining up, welding and installing pipes and pipe fittings, flanges, elbows, equal and reducing outlet tees ,concentric/eccentric reducers, y-type strainers, drain funnels, vent pipes and tapping for instruments such as pressure gauges, thermal relief valves, thermowells etc., installing above ground at all elevations connecting with equipment nozzles, valves, vessels, in line instruments etc., welded and threaded pipe line of different pressure ratings, flushing pipes by water after cleaning by compressed air, hydrostatic testing of each section to the specified pressure, draining the water, tie-in, final cleaning-up and dispoal of wastes and surpluses including providing all inputs such as labour, material, equipments and consumables necessary to perform the work (other than those specifically under taken by the owner in this contract) and completing the work in all respects in accordance with the drawings, specifications and instructions of Site Engineer / EIC. Thickness and Grade mentioned in the item are for reference only and may vary. Payment shall be based on OD " Item 20.E.170
333 332 6.625" OD x 0.280" ASTM A 106 Pipe (Amausi Marketing Terminal = 200 ,Lucknow AFS = 100 ) Item 20.E.180 300 M
334 333 4.5" OD x 0.237"WT ASTM A 106 Gr B (Amausi Marketing Terminal = 50 ,Lucknow AFS = 25 ) Item 20.E.190 75 M
335 334 3.5" OD x 0.216"WT ASTM A 106 Gr B (Amausi Marketing Terminal = 100 ,Lucknow AFS = 60 ) Item 20.E.200 160 M
336 335 2.375" OD x 0.218"WT ASTM A 106 Gr B (Amausi Marketing Terminal = 100 ,Lucknow AFS = 60 ) Item 20.E.210 160 M
337 336 1.315" OD x 0.179"WT ASTM A 106 Gr B (Amausi Marketing Terminal = 100 ,Lucknow AFS = 75 ) Item 20.E.220 175 M
338 337 "Under ground piping for Process piping (with PU/3LPE Coating): Taking delivery of bare Pipes, pipe fittings, steel flanges, spiral wound metallic gaskets & fasteners from designated location within station premises transporting the same to site, fabrication and erection of underground piping including cutting, edge preparation, bending, threading, lining up and welding, excavating, trenching in all kind of soil to specific depths as indicated in drawings and installing pipes and all types of pipe fittings like flanges, elbows, equal and reducing outlet tees, concentric/eccentric reducers, drain funnels, vent pipe and tapping for instrument such as pessure gauges, thermal relief valves, thermowells etc., underground at elevations indicated in the drawing connecting with equipment nozzles, valves, vessels, in-line instruments etc.,Cleaning exposed steel surfaces of Bare Pipes, Pipe Joints, Fittings, Flanges,equipment and valves etc. by Abrasive blasting or with power wire brush (wherever Abrasive blast cleaning is not possible) free of dust, grease, mill scales etc. and applying single layer polyurethane coating(PU) using 100% solvent free elastomeric plyurethane/ liquid epoxy, with approved materials,Equipment etc, holiday detection of the coating, cleaning of coated pipes by water flushing after cleaning by compresed air,hydrostatic testing of each section to the specified pressure, draining the water, tie-in, back filling, restoration of site final cleaning up and disposal of water and surpluses, providing all inputs such as labour, materials equipment and consumable necessary to perform the work (other than those specifically undertaken to be supplied by the owner under the contract) and completing the work in all respects in accordance with the drawings, specifications and instructions of the Site Engineer / EIC. In case of 3LPE coated pipes, weld joints shall be PU coated.Thickness and Grade mentioned in the item are for reference only and may vary. Payment shall be based on OD Note:- Charges for applying single layer polyurethane coating(PU) using 100% solvent free elastomeric plyurethane/ liquid epoxy for exposed steel surfaces of Bare Pipes, Pipe Joints, Fittings, Flanges,equipment and valves etc shall be paid under separate SOR Item. " Item 20.E.230
339 338 6.625" OD x 0.280" ASTM A 106 Pipe (Amausi Marketing Terminal = 50 ,Lucknow AFS = 25 ) Item 20.E.240 75 M
340 339 4.5" OD x 0.237"WT ASTM A 106 Gr B (Amausi Marketing Terminal = 25 ,Lucknow AFS = 25 ) Item 20.E.250 50 M
341 340 3.5" OD x 0.216"WT ASTM A 106 Gr B (Amausi Marketing Terminal = 75 ,Lucknow AFS = 25 ) Item 20.E.260 100 M
342 341 2.375" OD x 0.218"WT ASTM A 106 Gr B (Amausi Marketing Terminal = 75 ,Lucknow AFS = 25 ) Item 20.E.270 100 M
343 342 1.315" OD x 0.179"WT ASTM A 106 Gr B (Amausi Marketing Terminal = 25 ,Lucknow AFS = 25 ) Item 20.E.280 50 M
344 343 "Valves: Taking delivery of valves of all types and pressure rating from the designated location within station premises, transporting the same to site, erecting above ground on preconstructed foundations or underground including earth work in excavation and filling for under ground valves at elevations specified in the drawings, priming and painting of above ground valves, PU Painting of under ground portions (if applicable) including all inputs, labour, material and consumable (other than those specifically undertaken to be supplied by the owner) and completing the work in all respects in accordance with the drawings, manufacturer's installation instructions and specifications and instructions of the Site Engineer / EIC." Item 20.E.290
345 344 MOV (Gate Valve) Item 20.E.300
346 345 10"-150#,API 6D MOV Gate Valve, F/F, A/G (Amausi Marketing Terminal = 1 ) Item 20.E.310 1 EA
347 346 8"-150#,API 6D MOV Gate Valve, (F/F)/(W/W), A/G (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.320 4 EA
348 347 6"-150#,API 6D MOV Gate Valve, F/F, A/G (Amausi Marketing Terminal = 7 ,Lucknow AFS = 2 ) Item 20.E.330 9 EA
349 348 Control Valve (FCV/PCV) Item 20.E.340
350 349 6"x150# F/F A/G FCV/PCV Control valve (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 20.E.350 2 EA
351 350 CHECK VALVE Item 20.E.360
352 351 6"-150#,API 6D Check Valve, F/F, A/G (Amausi Marketing Terminal = 2 ) Item 20.E.370 2 EA
353 352 3"-150#,API 6D Check Valve, F/F, A/G ,Lucknow AFS = 1 ) Item 20.E.380 1 EA
354 353 2"-150#,API 6D Check Valve, F/F, A/G (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 20.E.390 2 EA
355 354 HOV (GATE VALVE API 6D/API 602) Item 20.E.400
356 355 10"x ANSI 150# HOV F/F API 6D Gate (Amausi Marketing Terminal = 1 ) Item 20.E.410 1 EA
357 356 6"x ANSI 150# HOV F/F API 6D Gate (Amausi Marketing Terminal = 12 ,Lucknow AFS = 9 ) Item 20.E.420 21 EA
358 357 4"x ANSI 150# HOV F/F API 6D Gate (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.430 4 EA
359 358 3"x ANSI 150# HOV F/F API 6D Gate (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.440 4 EA
360 359 2"x ANSI 150# HOV F/F API 6D Gate (Amausi Marketing Terminal = 16 ,Lucknow AFS = 12 ) Item 20.E.450 28 EA
361 360 1"x ANSI 800# HOV W/W API 602 Gate (Amausi Marketing Terminal = 45 ,Lucknow AFS = 25 ) Item 20.E.460 70 EA
362 361 2" x ANSI 150# HOV W/W API 6D gate valve (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 ) Item 20.E.470 10 EA
363 362 (GLOBE VALVE) Item 20.E.480
364 363 6" -150# Globe Valve, F/F, A/G (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 20.E.490 2 EA
365 364 2" 150#,Globe Valve, F/F, A/G (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 20.E.500 2 EA
366 365 TRV Item 20.E.510
367 366 1" X 1" TRV (150# x150# ) (Amausi Marketing Terminal = 13 ,Lucknow AFS = 10 ) Item 20.E.520 23 EA
368 367 "Radiographic Inspection: Inspection of welding by radiographic method on all types of piping including processing and dizitization of films and interpreting the results of weld quality and reporting the same to the Site Engineer together with recommendations as to the acceptability or otherwise of the welds, submitting the finished radiographic films as may be approved or directed by Engineer-in-Charge inclusive of supply of all pesonnel, labour, materials, equipment, consumable, inputs, etc. and providing all services complete in all respects as envisaged in the contract documents. Note: i) Payment will be on the basis of number of welds of the respective size radiographed and shall be all inclusive for the complete job of radiographic inspection as envisaged in the contract document. ii) Radiography not involving full girth weld will be paid at 50% of the rate for full girth weld for the respective size. iii) For set-on type branch welding, the rate for radiography will be as applicable to the branch pipe size. iv) Repeat radiography of individual welds due to defective films or repair of welds shall be done at contractor's cost. In case where radiography is not possible: v) Verification by utrasonic testing shall be done at contractors cost. vi) Magenetic particle inspection as and where required shall be done at Contractors cost." Item 20.E.530
369 368 12" joints (Amausi Marketing Terminal = 20 ,Lucknow AFS = 10 ) Item 20.E.540 30 EA
370 369 10" joints (Amausi Marketing Terminal = 20 ,Lucknow AFS = 10 ) Item 20.E.550 30 EA
371 370 6" joints (Amausi Marketing Terminal = 40 ,Lucknow AFS = 20 ) Item 20.E.560 60 EA
372 371 4" joints (Amausi Marketing Terminal = 20 ,Lucknow AFS = 10 ) Item 20.E.570 30 EA
373 372 3" joints (Amausi Marketing Terminal = 30 ,Lucknow AFS = 10 ) Item 20.E.580 40 EA
374 373 2" joints (Amausi Marketing Terminal = 30 ,Lucknow AFS = 10 ) Item 20.E.590 40 EA
375 374 1" joints (Amausi Marketing Terminal = 20 ,Lucknow AFS = 20 ) Item 20.E.600 40 EA
376 375 "Hook-up of New Piping with existing Piping by Single Cut/Flange Joint: Cutting of portion of existing piping/ Opening of WNRF/SORF/Blind Flange, trimming, grinding, beveling the edges, aligning with/ without addition of spool piece, welding the joint including supply of all inputs such as labour, materials, equipment, consumables etc. necessary to perform and complete the work in all respect as per specification and instruction of the Site Engineer / EIC. NOTE: The job also include evacuation of product from the piping section after isolating the section and flushing with water and its disposal."" NOTE: i) This is a high precision work which is to be executing in minimum time so reduce operation downtime period taking all safety precautions. Before start of work firm planning to be done in consultaion with EIC/ Site Engineer and contractor should mobile all required resources before start of work. ii) The job also include evacuation of product from the piping section after isolating the section and flushing with water and its disposal. iii) Prior to start of work Party to prepare the complete scheme of hook up job and submit it to EIC/Site Engineer for approval and should carry out the job as per approved procedure. " Item 20.E.610
377 376 12.75" OD x 0.375" WT (Amausi Marketing Terminal = 2 ) Item 20.E.620 2 EA
378 377 10.75" OD x 0.365" WT (Amausi Marketing Terminal = 2 ) Item 20.E.630 2 EA
379 378 8.625" OD x 0.322" WT (Amausi Marketing Terminal = 2 ) Item 20.E.640 2 EA
380 379 6.625" OD x 0.280" WT (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.650 4 EA
381 380 4.5" OD x 0.237" / 0.312" WT (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.660 4 EA
382 381 3.50" OD x 0.216" WT (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.670 4 EA
383 382 2.375" OD x 0.218" WT (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.680 4 EA
384 383 1.315" OD x 0.179" WT (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.690 4 EA
385 384 "Hook-up of New Piping with existing process Piping (Double cut joint) : Isolating the section by closing the valve and providing positive isolation with the help of suitable plates / spectacle blind, Draing of the section, water flushing,Cutting of portion of existing piping of required length by Cold cutting machine (to be arraged by contractor)/ Opening of WNRF/SORF/Blind Flange trimming, grinding, beveling the edges, adding spool piece of required length/ Tee of the corresponding pipe size, thickness, adjoining and welding both the pipe ends ,or welding WNRF to pipe and bolting it with spool pipe mating flange including supply of all inputs such as labour, materials, equipment, consumables etc. necessary to perform and complete the work in all respect as per specification and instruction of the Site Engineer / EIC. NOTE: i) This is a high precision work which is to be executing in minimum time so reduce operation downtime period taking all safety precautions. Before start of work firm planning to be done in consultaion with EIC/ Site Engineer and contractor should mobile all required resources before start of work. ii) The job also include evacuation of product from the piping section after isolating the section and flushing with water and its disposal. iii) Prior to start of work Party to prepare the complete scheme of hook up job and submit it to EIC/Site Engineer for approval and should carry out the job as per approved procedure. " Item 20.E.700
386 385 12.75" OD x 0.375" WT (Amausi Marketing Terminal = 2 ) Item 20.E.710 2 EA
387 386 10.75" OD x 0.365" WT (Amausi Marketing Terminal = 2 ) Item 20.E.720 2 EA
388 387 8.625" OD x 0.322" WT (Amausi Marketing Terminal = 2 ) Item 20.E.730 2 EA
389 388 6.625" OD x 0.280" WT (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.740 4 EA
390 389 4.5" OD x 0.237" / 0.312" WT (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.750 4 EA
391 390 3.50" OD x 0.216" WT (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.760 4 EA
392 391 2.375" OD x 0.218" WT (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.770 4 EA
393 392 1.315" OD x 0.179" WT (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 ) Item 20.E.780 4 EA
394 393 Fire Fighting Network Item 20.E.790
395 394 "Above ground pipe for Fire Water Services: Taking delivery of Fire watre pipe, pipe fittings, steel flanges, spiral wound metallic gaskets & fasteners from designated location within station premises, transporting the same to site, fabrication and erection of above ground piping including cutting, edge preparation, bending, threading, lining up, welding and installing pipes and pipe fittings, flanges, elbows, equal and reducing outlet tees, concentric/eccentric reducers, y-type strainers, drain funnels, vent pipes and tapping for instruments such as pressure gauges, thermal relief valves, thermowells etc., installing above ground at all elevations connecting with equipment nozzles, valves, vessels, in line instruments etc., welded and threaded pipe line of different pressure ratings, flushing pipes by water after cleaning by compressed air, hydrostatic testing of each section to the specified pressure, draining the water, tie-in, final cleaning-up and disposal of wastes and surpluses including providing all inputs such as labour, material, equipments and consumables necessary to perform the work (other than those specifically under taken by the owner in this contract).The scope shall also include cleaning of internal surface of pipes conforming to SSPC SP-10 of flanges, fittings and at all location where coating has been distroyed due to welding and completing the work in all respects in accordance with the drawings, specifications and instructions of Site Engineer / EIC." Item 20.E.800
396 395 12.75" ODx 0.250" WT IS3589 FE410 Pipe (Amausi Marketing Terminal = 25 ) Item 20.E.810 25 M
397 396 4.5" ODx 0.237" WT A 106 Gr B Pipe F/W pipe (Amausi Marketing Terminal = 25 ) Item 20.E.820 25 M
398 397 "Under ground piping for Fire Water Services: Taking delivery of bare Pipes, pipe fittings, steel flanges, spiral wound metallic gaskets & fasteners from designated location within station premises transporting the same to site, fabrication and erection of underground piping including cutting, edge preparation, bending, threading, lining up and welding, excavating, trenching in all kind of soil to specific depths as indicated in drawings and installing pipes and all types of pipe fittings like flanges, elbows, equal and reducing outlet tees, concentric/eccentric reducers, drain funnels, vent pipe and tapping for instrument such as pessure gauges, thermal relief valves, thermowells etc., underground at elevations indicated in the drawing connecting with equipment nozzles, valves, vessels, in-line instruments etc., cleaning of coated pipes by water flushing after cleaning by compresed air,hydrostatic testing of each section to the specified pressure, draining the water, tie-in, back filling, restoration of site final cleaning up and disposal of water and surpluses, providing all inputs such as labour, materials equipment and consumable necessary to perform the work (other than those specifically undertaken to be supplied by the owner under the contract) .The scope shall also include cleaning of internal surface of pipes conforming to SSPC SP-10 of Flanges, fiitings and completing the work in all respects in accordance with the drawings, specifications and instructions of Site Engineer / EIC." Item 20.E.830
399 398 12.75" OD x 0.25" WT IS:3589 pipe (Amausi Marketing Terminal = 25 ) Item 20.E.840 25 M
400 399 "Installation of Valves(for Fire water Lines-Tanks & Piping) : Taking delivery of valves of all types and pressure rating from thedesignated location within station premises, transporting the same tosite, erecting above ground on preconstructed foundations or undergroundincluding earth work in excavation and filling for under ground valvesat elevations specified in the drawings, priming and painting of aboveground valves, flood coating and wrapping of under ground portions (if applicable) including all inputs, labour, material and consumable (otherthan those specifically undertaken to be supplied by the owner) andcompleting the work in all respects in accordance with the drawings,manufacturer's installation instructions and specifications andinstructions of the Site Engineer /EIC. Note:The cost of construction of Valve foundations shall be measured &paid separately under respective civil items. """ Item 20.E.850
401 400 4"x ANSI 150 # HOV F/F API 600 Gate Valve (Amausi Marketing Terminal = 5 ) Item 20.E.860 5 EA
402 401 "Monitor and Hydrant Taking delivery of hydrants and monitors rom thedesignated location, transporting the same to site, erecting over fire water line as per AFC drawings including all inputs, labour, material and consumable and completing the work in all respects in accordance with the drawings ,manufacturer's installation instructions and specifications andinstructions of the Site Engineer /EIC.""" Item 20.E.870
403 402 High Volume Long Range Foam Monitor 750 GPM capacity stand post type with inlet flange of 4" X 150# (Amausi Marketing Terminal = 2 ) Item 20.E.880 2 EA
404 403 Stand Post Type double way fire hydrent fitted with 2 Nos of single landing valve complete as per IS: 5290 alongwith 4" x150# WNRF Flange (Amausi Marketing Terminal = 5 ) Item 20.E.890 5 EA
405 404 "Development of As built Drawings (inclding soft copies) Development of As Built Drawings, Data Sheets etc.: Development of as built drawings, data sheets, system details covering all additional facilities incorporated under this project in the station and furnishing them as reference document. Additionally, electronic copy of the documents shall also be furnished in compact disks (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 )" Item 20.E.900 2 LS
406 405 Network Analysis: Model Building and Flow Analysis by using Pipenet/Sprink/Flowmaster Software, suggesting the requirement of orifice plate for flow and pressure control, preparation of reports, drawings including assembly and P&ID for fire water line , recommendations and suggesting the pipe sizes in the fire water netwrok so that the fire fighting system meets the requirement of OISD 117, latest Edition. Completing the work in all respect as per the defined scope of work and instructions of Site Engineer/EIC. (Amausi Marketing Terminal = 1 ) Item 20.E.910 1 LS
407 406 Flexibility and piping stress analysis as per specification (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 20.E.920 2 LS
408 407 Dismantling of Structures: Dismantling by opening joints or by gas cutting/ cold cutting (wherever required as per site condition) of existing steel structural such as support for pipes, pipe fittings, valves, plate forms, walkways, stairways etc. including excavation work wherever required handling, loading into truck for purpose of weighing, shifting to the designated location within the pump station premises and handing over, completing the work in all respect as per drawings, instruction of the Site Engineer / EIC. (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 ) Item 20.E.930 2 TON
409 408 "Dismantling of Piping (Aboveground): Dismantling of existing over ground piping works of all types and sizes by opening flange joints or by gas cutting/ cold cutting or any other approved suitable means without damaging other portions of work. The job includes cutting the pipes to required sizes as directed, taking out valves, flanges, tees, bends, gaskets nuts, bolts etc. attached supports alongwith any instruments such as pressure gauge, temperature gauge etc. handling, transporting and storing at owner's designated store in safe manner to avoid damage including supply of all labour, materials, equipments, consumables etc. necessary to perform and complete the work in all respects as per drawings, instructions of the Site Engineer / EIC (payment shall be made on linear measurement of dismantled piping including bends tees etc.). Note : The contractor shall indicate the piping system to be dismantled and shall take specific approval from the Site engineer before dismantling of pipe. Certain redundant pipes which in the opinion of the Owner need not be retrieived, those items shall not be dismantelled. (Amausi Marketing Terminal = 1 ,Lucknow AFS = 1 )" Item 20.E.940 2 TON
410 409 "Dismantling of Piping (Underground): Dismantling the existing under ground piping, locating, retrieving including excavating the proper trenches by cutting the pipes without damaging other portions of work. The job includes cutting the pipes to required sizes as directed, taking out valves, flanges, tees, bends, gaskets, nuts, bolts etc., handling, transporting and storing at owner's designated store in safe manner to avoid damage including supply of all labour, materials, equipment consumables etc. necessary to perform and complete the work in all respects as per drawing, instructions of the Site Engineer / EIC. (Payment shall be made on the linear measurement of dismantled piping including bend, tees, reducers etc.). Note : The contractor shall indicate the piping system to be dismantled and shall take specific approval from the Site engineer before dismantling of pipe.Certain redundant pipes which in the opinion of the Owner need not be retrieived, those items shall not be dismantled. (Amausi Marketing Terminal = 2 ,Lucknow AFS = 2 )" Item 20.E.950 4 TON
411 410 Dismantling of Existing MLPU (Amausi Marketing Terminal = 4 ) Item 20.E.960 4 TON
412 411 Piping Modification: Item 20.E.970
413 412 Pipe size up to 2 inch NB (Amausi Marketing Terminal = 100 ,Lucknow AFS = 100 ) Item 20.E.980 200 ID
414 413 Pipe size 3 inch NB to 6 Inch NB (Amausi Marketing Terminal = 150 ,Lucknow AFS = 150 ) Item 20.E.990 300 ID
415 414 Pipe size 8 inch NB and above (Amausi Marketing Terminal = 200 ,Lucknow AFS = 200 ) Item 20.E.1000 400 ID
416 415 COMPOSITE WORKS Item 00030
417 416 1 MAINLINE WORKS Item 30.A
418 417 <H>MAINLINE LAYING WORKS</> Laying of Owner-supplied pre-coated mild steel line pipes, including arranging all additional land/construction corridor, beyond Owner's ROU/ROW, required for Contractor#s storage, fabrication, access for construction site, movement of construction equipment etc., receiving and taking over Owner-supplied materials, handling, transportation etc. from Owner#s issue point to work site, stringing along Right of Way (ROW)/ pipeline corridor, providing labour, equipment and supply of other inputs & materials/ consumables necessary to perform and complete the work in all respects in accordance with the contract including, but not limited to, the following works: ,, # Taking delivery of pre-coated/ bare pipes from the designated stockpile location (loading of pipes onto pipe trailors placed inside stockpile by mainline contractor shall be done by Owner's authorized agency), including placing of pipe trailors for taking delivery of pipes from stockpile, carrying out holiday detection and verification of pipes at the time of taking delivery), transportation of pipes to ROW/ work site/ Contractor's storage location etc.,,, # Clearing and grading of ROW/ pipeline coridor, cutting of trees, vegetation etc. including keeping record of trees cut, including de-watering etc.,,, # Stringing of pipes along ROW including providing straw bags/ soft padding (in Rocky areas requiring blasting for preparation of trench, pipes shall be strung after the blasting operation and clearing of trench and instructions of Site Engineer/ Engineer-in-Charge), ,, # Trenching to all depths to maintain clear earth cover as per specification and to fit minimum bend radius, by excavation in all kinds of terrain & soil, including stripping top soil to a depth of 30cm to the full anticipated width of the ditch and storing this material separately along the ROW to allow replacement of this material on top of the backfilled ditch (in cultivable and other areas specially designated by Owner), ,, # Carrying out repair of pipe & coating defects for defects occuring after "taking over" of pipes from Owner, replacement in the case of non-repairable defects and repairing damages to pipe coating including defects/ damages occurring during transportation & handling,,, # Aligning, bending, lining up, cutting and bevelling (as required) of pipes for field adjustments, welding (manual / semi-automatic / automatic), physical inspection of all weld joints by qualified welding engineer/ inspector & carrying out repair of weld-joints found defective,,, # Carrying out 100% radiographic inspection of all field weld joints for initial 1(one) Km in each Mainline Spread, Crossings and other specific locations as per Specifications and Special Conditions of Contract (SCC) and 20% radiographic inspection for the balance portion (excluding crossings and other specific locations) and destructive testing of one weld joint in each Spread as per specification and direction of Site Engineer, including providing Crawler type Automatic X-Ray machine and external X-Ray machine and all other requisite equipment, labour, supervision, materials, approved films, approved consumables, all facilities and personnel to process, develop, examine and interpret radiographs (by qualified and experienced Radiography Inspector) and other tests as required, carrying out repair of weld-joints found defective, carrying out re-radiography and other tests as required on repaired joints, etc.,,, # Carrying out coating of all field weld joints, by qualified coating insulators, including supply of approved joint coating materials, providing all equipment, materials and consumables necessary to carry out the job as per manufacturer#s recommendation, ,, # Installation of hot-pulled bends at required locations in mainline (bends to be fabricated from Owner-supplied bare pipes) including cutting, bevelling, fitment, coating the bare bend pipe with approved cold-applied tape coat / PU coating etc.,,, # Carrying out holiday detection, at specified voltage level corresponding to coating type and as per specifications, and repair of coating, if any, ,, # Laying pipeline by open-cut method at crossings viz., cart-track, metalled/ un-metalled roads, minor water courses (MWC), (except crossings identified as "Cased", "Submerged" & "HDD" crossings and "Marshy areas") and restoration of the site to original condition including performance of additional works for strengthening of banks of water courses etc.,,, # Lowering the pipeline in trench, tieing-in, backfilling with excavated earth and/or other suitable soil (top soil stored separately during trenching shall be backfilled on top of the ditch) as directed by Site-Engineer, ,, # Carrying out air cleaning, gauge pigging and hydrostatic testing (to specified pressure) of the complete pipeline (excluding those HDD crossing sections not under the scope of this tender) including providing #pre-testing# of designated sections as approved by Engineer-in-Charge, providing all equipment, pumps, fittings, instruments, dead weight tester etc. and services, supervision, labour, consumables, testing of water, supply & injection of corrosion inhibitor, locating leaks, if any, and rectification of defects attributable to Contractor, re-testing after rectification etc. and cleaning the pipeline section after successful hydrotesting,,, # All tie-ins, including tieing-in with HDD sections under this tender,, , # Final clean-up and restoration of ROW/ construction corridor, field bunds etc. and obtaining NOC from statutory authorities as required, disposal of debris and returning surplus material to designated disposal areas/ storage location, as directed by Engineer-in-Charge, restoration of land, facilities and boundary wall etc. for facilities dismantled/ damaged by Contractor during construction, obtaining work permits/ NOC from various authorities having jurisdiction before execution of work and complying with all stipulations/ conditions/ recommendation of the said authorities, obtaining NOC from respective land owners in respect of final restoration of their land etc.,,, # Preparation of as-built drawings, pipe book and other records as per specifications etc.,,, # Supply of all materials (other than those specifically undertaken to be supplied by the Owner under the contract) necessary for performance of work or for temporary or permanent incorporation in the works, and ,, # All other acts, deeds, matters and things necessary to make the pipeline ready for commissioning and completing the works in all respects as per drawings, specifications and instructions of Site Engineer/ Engineer-in-Charge.,, Item 30.A.10
419 418 8.625" OD Item 30.A.20 6000 M
420 419 <H>SHALLOW HDD-WITH OFC DUCT</> Execution of road/other crossing by Shallow Horizontal Directional Drilling (HDD) technique including mobilization & de-mobilization at site(s), supply of all materials as per the `Scope of Supply' and all consumables, equipment, manpower & other resources and arranging the required land for site preparations and execution of, but not limited to, the following works in accordance with the specifications, drawings and as per all provisions of the contract document complete in all respect as per the instructions of the Engineer # in # charge /Site engineer. ,, Taking delivery and transportation of Owner-supplied 3LPE coated pipes to the work site from designated stockpile location, inspection of the coated pipes visually and/or with holiday detector for defects, including arranging all necessary intermediate storage area required thereof till the pipes are installed in permanent position.,, Complete site preparation including arranging of required land, setting up of fabrication yard, preparation of temporary arrangement for pipeline stringing, launching etc,, Carrying out repair of pipe defects, replacement in the case of non-repairable defects and repairing damages to pipe coating including defects/ damages occurring during transportation and handling.,, String preparation including repair of pipe and pipe coating defects, welding, non-destructive testing of welds including 100% radiography (by X-ray), supply of films & all equipment and providing all facilities to Owner's representative(s) for examining radiographs, repair of defects in the welds and re-testing etc.,, Carrying out pre-installation hydrostatic testing of the complete pipeline string, as per the specifications, including repair of defects and retesting etc. ,, Coating of the field joints of the pipe string to be installed by shallow HDD method with DIRAX heat shrink sleeves of M/s Raychem's make, DDXTM Directional Drilling Kit of M/s Canusa or of any other approved make used for HDD crossings.,, Repair of all coating damages in the pipe section to be laid by shallow HDD method by full encirclement sleeves using suitable cut sections of approved quality of heat shrink sleeves of M/s Raychem make, DDXTM Directional Drilling Kit of M/s Canusa or of any other approved make.,, Fabrication of 89mm OD steel conduit with an inner duct of 40mm OD HDPE pipe for OFC (wherever OFC has to be laid along with the carrier pipeline).,, Supply & fixing of easy to install heat shrinkable duct end caps for HDPE conduit for OFC (wherever OFC has to be laid along with the carrier pipeline). ,, Installation of the pipeline and OFC conduit as a bundle crossing below the Road/ other utility horizontally by shallow HDD operation to the correct profile as per the approved drawings in a pre-reamed hole of appropriate size.,, Carrying out post-installation coating survey as per approved procedure. ,, Restoration, clean-up and disposal of drilling fluid, waste and all other surplus materials etc.,, All other works not specifically listed herein, but required as per specifications, drawings, provisions of the contract document, calculations and construction method statement, leading to successful completion of the works.,, Note :- The item to be operated under the specific instruction of Engineer in Charge,, Item 30.A.30
421 420 8.625" OD Item 30.A.40 260 M
422 421 Supplying, providing and filling fine sand in trenches in stretches other than normal soil and hard rock (including additional 150mm deep trenching) around mainline pipe for providing a minimum padding thickness of 150mm on top as well as at bottom of the mainline pipe. Item 30.A.50
423 422 8.625" OD Item 30.A.60 1000 M
424 423 <H>PIPELINE MARKERS</> Supply of all materials necessary for fabrication and installation of kilometre posts, direction markers and warning signs at the locations as per specifications, excavating & grouting in cement concrete 1:3:6, and all other works necessary for fabrication & installation of the markers including cleaning, priming & applying two coats of coal tar based epoxy paint on underground portions, supply and application of one coat of primer and two coats of epoxy paint of approved colour and quality on overground portion, stencil letter cutting for number, direction, chainage etc. and restoration of site to original condition and all other acts, deeds, matters and things and work, labour, inputs and materials/ consumables necessary to perform and complete the work in all respects as per approved drawing & specifications and as per direction of Site Engineer / Engineer-in-Charge. Item 30.A.70
425 424 KILOMETER POST Item 30.A.80 7 EA
426 425 DIRECTION MARKER Item 30.A.90 138 EA
427 426 WARNING SIGN Item 30.A.100 10 EA
428 427 <H>BOUNDARY PILLAR</> Item 30.A.110
429 428 Providing and installing RCC (1:1.5:3) boundary pillars as per drawings on both edges of the ROW at 250 metres interval and at every turning point and/or as directed, including supply of all materials necessary for the fabrication of the pillars, casting and inscribing the pillars, excavation of earth, fixing the pillars & backfilling, applying two coats of oil paint over one coat of cement based primer on exposed surface and work, labour, inputs & materials/ consumables necessary to perform and complete the work in all respect under the contract and as per directions of Site Engineer.,, Item 30.A.120 142 EA
430 429 <H>AIR DRYING (OPTIONAL)</> Carrying out air drying of the pipeline system as per specification and direction of Engineer-in-Charge including supply of all labour, materials, equipments, instruments, pigs, barrels etc. complete in all respects.,, Item 30.A.130
431 430 8.625" OD Item 30.A.140 6.2 KM
432 431 <H>NITROGEN PURGING (OPTIONAL)</> Carrying out Nitrogen Purging of the pipeline system as per specification and direction of Engineer-in-Charge including supply of all labour, materials, equipments, instruments, pigs, barrels etc. complete in all respects. Item 30.A.150
433 432 8.625" OD Item 30.A.160 6.2 KM
434 433 <H>ELECTRONIC GEOMETRY PIGGING (EGP) / CALLIPER SURVEY (INCLUDING MAGNETIC PIGGING)</> Mobilisation/ demobilisation of pigging tools, tackles, consumables, accessories and personnel by contractor at work site including magnetic pig, electronic geometry pig, pig tracking device, preparation and cleaning of the complete mainline / Mainline sections including HDD sections under this tender (but excluding HDD crossings not included under the scope of this tender and to be executed by separate agency) by running series of pigs for cleaning the line from debris, water & making it dry for launching calliper pigs, running of magnetic pig for cleaning of ferrous residue, launching and receiving the electronic & standard calliper pigs, including pig tracking at 5 to 10 km interval, data retrieval, interpretation of data and submission of reports in the form acceptable to the Owner, including rectification of defects observed from calliper survey, including supply of all labour, materials, equipment & instruments, calliper pigs, fabrication of launching & receiving barrels, all complete for ascertaining the geometry of the pipeline.,, Item 30.A.170
435 434 8.625" OD Item 30.A.180 6.2 KM
436 435 <H>PRESERVATION OF PIPELINE WITH INHIBITED WATER (OPTIONAL)</> Preservation of entire pipeline / pipeline sections (including HDD sections) by using inhibited water with uniform inhibitor concentration adequate for 6 (six) months preservation period as per manufacturer's recommendation including arranging water, testing of water, supply of inhibitor, all equipment, manpower, consumables etc. complete as per specifications and direction of Site Engineer / Engineer-in-Charge.,, Item 30.A.190
437 436 8.625" OD Item 30.A.200 6.2 KM
438 437 <H>FABRICATION OF HOT PULL INDUCTION BENDS</> Taking delivery and transportation of bare pipes from owner's stockpile, transportation, unloading the pipes at manufacturer's works and fabrication of Long Radius (R=6D) Hot pulled induction bends having tangent length of approximately 1000m at both ends as per specification and delivery of hot pulled bends to site including visual examination, manual U.T. on the entire weld seam, bevelling of ends as per API 5L, supply of all materials, consumables, labour etc. as per specifications and direction of Site Engineer / Engineer-in-Charge.,, Item 30.A.210
439 438 8.625" OD Item 30.A.220 15 EA
440 439 2 CIVIL WORKS Item 30.B
441 440 EARTHWORK : Item 30.B.10
442 441 Earth work in surface excavation not exceeding 30 cm in depth but exceeding 1.5 m in width as well as 10 sqm on plan including getting out and disposal of excavated earth up to 50m lead and lift up to 1.5 m, as directed by the Engineer-in-Charge : a) All kinds of soil Item 30.B.20 3200 SQM
443 442 Earth work in excavation by mechanical means (Hydraulic excavator)/ manual means over areas (exceeding 30 cm in depth, 1.5 m in width as well as 10 sqm on plan) including getting out and disposal of excavated earth lead up to 50 m and lift up to 1.5 m, as directed by the Engineer-in-Charge. a) All kinds of soil Item 30.B.30 395 CUM
444 443 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20 cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 m. Item 30.B.40 100 CUM
445 444 Extra for every additional lift of 1.5 m or part thereof in excavation/ banking excavated or stacked materials.,, -All kinds of soil.,, Item 30.B.50 295 CUM
446 445 Supplying and filling in plinth with sand under floors, including watering, ramming, consolidating and dressing complete. Item 30.B.60 285 CUM
447 446 Supplying chemical emulsion in sealed containers including delivery as specified. a) Chlorpyriphos/ Lindane emulsifiable concentrate of 20% Item 30.B.70 25 L
448 447 Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) :Along external wall where the apron is not provided using chemical emulsion @ 7.5 litres/ sqm of the vertical surface of the substructure to a depth of 300 mm including excavation channel along the wall & rodding etc. complete: With Chlorpyriphos/ Lindane E.C. 20% with 1% concentration Item 30.B.80 55 M
449 448 Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) :Treatment of soil under existing floors using chemical emulsion @ one litre per hole, 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 : 2 (1 cement : 2 Coarse sand) to match the existing floor : With Chlorpyriphos/ Lindane E.C. 20% with 1% concentration Item 30.B.90 145 M
450 449 Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) :Treatment of existing masonry using chemical emulsion @ 1 litre per hole at 300 mm interval including drilling holes at 45 degree and plugging them with cement mortar 1:2 (1 cement : 2 coarse sand) to the full depth of the hole : With Chlorpyriphos/ Lindane E.C. 20% with 1% concentration Item 30.B.100 55 M
451 450 Filling the excavated earth to required grade, level & profile in low lying areas including watering, ramming, compacting at optimum moisture content to 90% of Proctor's density consolidation by rolling with 8 to 10 tonne power roller in layers not exceeding 20 cm thickness, including clearing the area by cutting of shrubs, bushes, grass, vegetation, debris etc. stacking and disposing out of plot area to an unobjectional area as directed by site Engineer complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per drawings, specifications and direction of Site Engineer. Item 30.B.110 30 CUM
452 451 Supplying and filling selected earth/ moorum (excluding black cotton soil) from Contractor's own borrow areas including royalty, with all leads and lifts in low laying areas and filling to required grade and level including watering, compacting at optimum moisture content to 90% of Proctor's density, consolidation and rolling with 8 to 10 tonne power roller in layers not exceeding 20 cm thickness, complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per drawings, specifications and direction of Site Engineer. Item 30.B.120 155 CUM
453 452 CONCRETE WORK : Item 30.B.130
454 453 CEMENT CONCRETE (CAST IN-SITU) : Item 30.B.140
455 454 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : 1:2:4 (1 cement : 2 coarse sand (Zone-III) : 4 graded stone aggregate 20 mm nominal size) Item 30.B.150 5 CUM
456 455 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : 1:3:6 (1 cement : 3 coarse sand (Zone-III) : 6 graded stone aggregate 20 mm nominal size) Item 30.B.160 15 CUM
457 456 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : 1:4:8 (1 cement : 4 coarse sand (Zone-III) : 8 graded stone aggregate 40 mm nominal size) Item 30.B.170 35 CUM
458 457 Making plinth protection 50 mm thick of cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) over 75 mm thick bed of dry brick ballast 40 mm nominal size, well rammed and consolidated and grouted with fine sand, including necessary excavation, levelling & dressing & finishing the top smooth. Item 30.B.180 30 SQM
459 458 Providing and laying cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 10 mm down size) mixed with approved brand of water proofing compound @ 1Kg/50 Kg bag of cement, in roof grading, coping, in bed concrete etc. at all heights & depths, including providing centering and shuttering, scaffolding, watering, curing, vibrating, etc. complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per drawings, specifications and direction of the Site Engineer. Item 30.B.190 5 CUM
460 459 Providing and laying 40 mm thick CC 1:2:4 Damp Proof Course with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone chips 6 mm down size) laid to proper level & line including providing shuttering, applying two coats of bitumen applied @ 1.50 Kg/sqm and spreading an even layer of coarse sand over hot bitumen, etc. complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per drawings, specifications and direction of the Site Engineer. Item 30.B.200 10 SQM
461 460 REINFORCED CEMENT CONCRETE : Item 30.B.210
462 461 CAST IN-SITU : Item 30.B.220
463 462 Providing and laying in position specified grade of reinforced cement concrete, excluding the cost of centering, shuttering, finishing and reinforcement - All work up to plinth level : 1:1.5:3 (1 cement : 1.5 coarse sand (Zone-III): 3 graded stone aggregate 20 mm nominal size) Item 30.B.230 190 CUM
464 463 Providing and laying in position specified grade of reinforced cement concrete, excluding the cost of centering, shuttering, finishing and reinforcement - All work up to plinth level : 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) Item 30.B.240 5 CUM
465 464 Reinforced cement concrete work in walls (any thickness), including attached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts and struts etc. above plinth level up to floor five level, excluding cost of centering, shuttering, finishing and reinforcement : 1:1.5:3 (1 cement : 1.5 coarse sand (Zone-III) : 3 graded stone aggregate 20 mm nominal size) Item 30.B.250 15 CUM
466 465 Reinforced cement concrete work in beams, suspended floors, roofs having slope up to 15 Degree landings, balconies, shelves, chajjas, lintels, bands, plain window sills, staircases and spiral stair cases above plinth level up to floor five level, excluding the cost of centering, shuttering, finishing and reinforcement, with 1:1.5:3 (1 cement : 1.5 coarse sand (Zone-III) : 3 graded stone aggregate 20 mm nominal size) Item 30.B.260 35 CUM
467 466 FORM WORK : Item 30.B.270
468 467 Centering and shuttering including strut Item 30.B.280
469 468 Foundations, footings, bases of columns, etc. for mass concrete Item 30.B.290 500 SQM
470 469 Suspended floors, roofs, landings, balconies and access platform Item 30.B.300 85 SQM
471 470 Lintels, beams, plinth beams, girders, bressumers and cantilevers Item 30.B.310 195 SQM
472 471 Columns, Pillars, Piers, Abutments, Posts and Struts Item 30.B.320 125 SQM
473 472 STEEL REINFORCEMENT : Item 30.B.330
474 473 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete upto plinth level. Thermo-Mechanically Treated bars of grade Fe-500D or more Item 30.B.340 26415 KG
475 474 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete above plinth level. Thermo-Mechanically Treated bars of grade Fe-500 D or more Item 30.B.350 9210 KG
476 475 BRICK WORK : Item 30.B.360
477 476 Brick work with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in foundation and plinth in : Cement mortar 1:6 (1 cement : 6 coarse sand) Item 30.B.370 30 CUM
478 477 Brick work with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in superstructure above plinth level up to floor V level in all shapes and sizes in : Cement mortar 1:6 (1 cement : 6 coarse sand) Item 30.B.380 90 CUM
479 478 MARBLE & GRANITE WORK : Item 30.B.390
480 479 Granite of any colour and shade : -Area of slab up to 0.50 sqm Item 30.B.400 10 SQM
481 480 Providing and laying Polished Granite stone flooring in required design and patterns, in linear as well as curvilinear portions of the building, all complete as per the architectural drawings, with 18 mm thick stone slab over 20 mm (average) thick base of cement mortar 1:4 (1 cement : 4 coarse sand), laid and jointed with cement slurry and pointing with white cement slurry admixed with pigment of matching shade, including rubbing, curing and polishing etc. all complete as specified and as directed by the Engineer-in-Charge. :,,,, -Polished granite stone slab- Jet Black, Cherry Red, Elite Brown, Cat Eye or equivalent. Item 30.B.410 10 SQM
482 481 STEEL WORK : Item 30.B.420
483 482 Providing and fixing circular/ Hexagonal cast iron or M.S. sheet box for ceiling fan clamp, of internal dia 140 mm, 73 mm height, top lid of 1.5 mm thick M.S. sheet with its top surface hacked for proper bonding, top lid shall be screwed into the cast iron/ M.S. sheet box by means of 3.3 mm dia round headed screws, one lock at the corners. Clamp shall be made of 12 mm dia. M.S. bar bent to shape as per standard drawing. Item 30.B.430 5 EA
484 483 Providing and fixing Stainless Steel (Grade 304) railing made of Hollow tubes, channels, plates etc., including welding, grinding, buffing, polishing and making curvature (wherever required) and fitting the same with necessary stainless steel nuts and bolts complete, including fixing the railing with necessary accessories & stainless steel dash fasteners, stainless steel bolts etc., of required size, on the top of the floor or the side of waist slab with suitable arrangement as per approval of the Engineer-in-Charge. (For payment purpose only weight of stainless steel members shall be considered excluding fixing accessories such as nuts, bolts, fasteners etc.). Item 30.B.440 55 KG
485 484 Providing & fixing fly proof wire gauze to windows, clerestory windows & doors with M.S. Flat 15x3 mm and nuts & bolts complete. Stainless Steel (Grade 304) wire gauze of 0.5 mm dia wire and 1.4 mm aperture on both sides. Item 30.B.450 5 SQM
486 485 Supplying, fabricating, erecting, placing and fixing in position M.S. structural works using rolled/ built up sections for truss, claddings, bracings, purlins, supporting frames made of joists, tubes, pipes, channels, angles, plates, flats, bars etc. including cutting to required size welding of joints, fixing anchor plates, including bolts, theading, nuts, washers, sleeves etc. including preparation of detailed fabrication drawings & submission to the Engineer-in-Charge for approval before start of fabrication, supplying & applying painting with two coats of epoxy paint "EPILUX 155 High Build Enamel over a coat of "EPILUX 610" Primer of M/s BERGER or any other approved equivalent make as per manufacturer#s recommendation, complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per drawings, specifications and directions of the Engineer-in-Charge. (Excluding the cost of concrete work). Item 30.B.460 5 TO
487 486 Supplying and placing in position 5.0 mm thick steel chequered plates over cable ducts, valve pits etc. including provision for lifting arrangements complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per drawings, specifications and directions of the Engineer-in-Charge.,,,, Item 30.B.470 10 SQM
488 487 FLOORING : Item 30.B.480
489 488 Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab, including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) :,,,, -25 mm thick,, Item 30.B.490 60 SQM
490 489 Kota stone slabs 20 mm thick in risers of steps, skirting, dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement: 3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete. ,,,, Item 30.B.500 15 SQM
491 490 Supplying and laying flat brick soling in foundation trench, in floors, garages, sumps, etc., with bricks of class designation 50 laid to proper slope, level and grade etc. filling of the joints with sand etc. complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per drawings, specifications and direction of the Site Engineer. Item 30.B.510 140 SQM
492 491 ROOFING & CEILING : Item 30.B.520
493 492 Providing gola 75x75 mm in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 stone aggregate 10 mm and down gauge), including finishing with cement mortar 1:3 (1 cement : 3 fine sand) as per standard design : In 75x75 mm deep chase Item 30.B.530 30 M
494 493 Making Khurras 45x45 cm with average minimum thickness of 5 cm cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20 mm nominal size) over P.V.C. sheet 1 m x 1 m x 400 micron, finished with 12 mm cement plaster 1:3 (1 cement : 3 coarse sand) and a coat of neat cement, rounding the edges and making and finishing the outlet complete. Item 30.B.540 5 EA
495 494 Providing and fixing on wall face Unplasticised Rigid PVC (UPVC) rainwater pipes conforming to IS:13592 Type-A, including jointing with seal ring conforming to IS:5382, leaving 10 mm gap for thermal expansion: (i) Single socketed pipes : 110 mm diameter Item 30.B.550 115 M
496 495 Providing and fixing on wall face Unplasticised-PVC (UPVC) moulded fittings/ accessories for Un-plasticised Rigid PVC rainwater pipes conforming to IS:13592 Type A, including jointing with seal ring conforming to IS:5382, leaving 10 mm gap for thermal expansion : Coupler :110 mm Item 30.B.560 10 EA
497 496 Providing and fixing on wall face Unplasticised-PVC (UPVC) moulded fittings/ accessories for Un-plasticised Rigid PVC rainwater pipes conforming to IS:13592 Type A, including jointing with seal ring conforming to IS:5382, leaving 10 mm gap for thermal expansion : Single Push-fit Coupler ::110 mm Item 30.B.570 10 EA
498 497 Providing and fixing on wall face Unplasticised-PVC (UPVC) moulded fittings/ accessories for Un-plasticised Rigid PVC rainwater pipes conforming to IS:13592 Type A, including jointing with seal ring conforming to IS:5382, leaving 10 mm gap for thermal expansion : Bend 87.5 Degrees :110 mm Item 30.B.580 10 EA
499 498 Providing and fixing on wall face Unplasticised-PVC (UPVC) moulded fittings/ accessories for Un-plasticised Rigid PVC rainwater pipes conforming to IS:13592 Type A, including jointing with seal ring conforming to IS:5382, leaving 10 mm gap for thermal expansion : Shoe (Plain) :110 mm Item 30.B.590 10 EA
500 499 Providing and fixing LUXALON 75C & 225C un-perforated Aluminium panel coloured ceiling manufactured by M/s. HUNTER DOUGLAS INDIA or any other approved equivalent brand, each panel consisting of 75/225 mm wide x 15.5 mm deep and 0.5 mm thick with bevel edged panel made from enamelled corrosion resistance aluminium alloy AA-5050 (Al.Mg), each panel to abut each other with a narrow 'V' groove, clipping with a baked enamelled aluminium panel carrier of 32 mm wide x 39 mm deep x 0.95 mm thick in standard length of 5 metres made of double baked enamelled aluminium alloy AA-5050 (Al.Mg) black with cutouts to hold the panels in a module of 75 mm closed at a distance of 1.25 metre, each panel carrier suspended by means of G.I. suspension rod 4 mm diameter and a galvanised supsension spring clip at a distance of 1.7 metre centre to centre, making openings for light fittings etc. with suitable peimeter framing all complete as per manufacturer's recommendation and directions of the Engineer-in-Charge. (Note: Measurement shall be made wall to wall without any deduction for openings, for payment purpose). Item 30.B.600 60 SQM
501 500 FINISHING Item 30.B.610
502 501 15 mm cement plaster on the rough side of single or half brick wall of mix :,,,, -1:6 (1 cement : 6 fine sand),, Item 30.B.620 740 SQM
503 502 CEMENT PLASTER (IN COARSE SAND) : 15 mm cement plaster on rough side of single or half brick wall of mix :1:6 (1 cement : 6 coarse sand) Item 30.B.630 365 SQM
504 503 6 mm cement plaster of mix :1:3 (1 cement : 3 fine sand) Item 30.B.640 605 SQM
505 504 Applying one coat of water thinnable cement primer of approved brand and manufacture on wall surface : Water thinnable cement primer Item 30.B.650 660 SQM
506 505 Finishing walls with textured exterior paint of required shade : New work (Two or more coats applied @ 3.28 ltr/10 sqm) over and including priming coat of exterior primer applied @ 2.20kg/10 sqm Item 30.B.660 605 SQM
507 506 Providing and applying white cement based putty of average thickness 1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface even and smooth complete. Item 30.B.670 660 SQM
508 507 Wall painting with premium acrylic emulsion paint of interior grade, having VOC (Volatile Organic Compound) content less than 50 grams/ litre of approved brand and manufacture, including applying additional coats wherever required to achieve even shade and colour.,,,, - two coats. Item 30.B.680 660 SQM
509 508 Wall painting with premium acrylic emulsion paint of interior grade, having VOC (Volatile Organic Compound) content less than 50 grams/ litre of approved brand and manufacture, including applying additional coats wherever required to achieve even shade and colour.,,,, - two coats Item 30.B.690 660 SQM
510 509 Painting with synthetic enamel paint, having VOC (Volatile Organic Compound) content less than 150 grams/ litre, of approved brand and manufacture, including applying additional coats wherever required to achieve even shade and colour. Two coats Item 30.B.700 10 SQM
511 510 Providing grooves of uniform size 12x12 mm and up to 15x15 mm in plaster as per approved pattern using wooden battens, nail to the under layer including removal of wooden battens repair to the edges of panels and finishing the groove complete as per directions of the Engineer-in-Charge. Item 30.B.710 250 M
512 511 Providing & fixing galvanized chicken wire net 20 Gauge, 20 mm mesh size in plastering work at the junction of RCC Columns/ Beams & brickwork as directed by the Engineer-in-Charge. Item 30.B.720 175 SQM
513 512 Providing and laying Burnt Terracota Tiles 12 mm thick for facia, over walls, sloping RCC Roofs etc. at all levels and locations laid over and including a backing coat of 15 mm thick cement mortar (1 cement : 3 sand) and joints filled with coloured cement of same colour as tiles complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per specifications and directions of the Engineer-in-Charge. Item 30.B.730 40 SQM
514 513 Providing and fixing 12 mm thick Elevational Brick Tiles for facia, vertical face of walls, etc. at all levels and locations laid over and including a backing coat of 15 mm thick cement mortar (1 cement : 3 sand) and joints filled with coloured cement of same colour as tiles complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per specification and directions of the Engineer-in-Charge. Item 30.B.740 30 SQM
515 514 DISMANTLING & DEMOLISHING : Item 30.B.750
516 515 Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 metres lead as per direction of the Engineer-in-Charge. [Notes: (1) Dismantling shall be allowed during day shift only & prior permission for the same shall be obtained. (2) Providing of necessary covers/ barricades around the work area shall be done prior to dismantling operations.],,,, Item 30.B.760
517 516 Nominal concrete 1:3:6 or richer mix (including equivalent design mix) Item 30.B.770 5 CUM
518 517 Nominal concrete 1:4:8 or leaner mix (including equivalent design mix),, Item 30.B.780 5 CUM
519 518 Demolishing R.C.C. work manually/ by mechanical means including stacking of steel bars and disposal of unserviceable material within 50 metres lead as per direction of the Engineer-in-Charge. [Notes: (1) Dismantling shall be allowed during day shift only & prior permission for the same shall be obtained. (2) Providing of necessary covers/ barricades around the work area shall be done prior to dismantling operations. (3) Cutting of all reinforcement shall be done using hack saw or chiesel or any other method as approved by the Engineer-in-Charge.],,,, Item 30.B.790 20 CUM
520 519 Demolishing brick work manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per direction of the Engineer-in-Charge. [Notes: (1) Dismantling shall be allowed during day shift only & prior permission for the same shall be obtained. (2) Providing of necessary covers/ barricades around the work area shall be done prior to dismantling operations.],,,, Item 30.B.800
521 520 Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 40 mm nominal size) in pavements, laid to required slope and camber in panels as required including consolidation finishing and tamping complete.,,,, Item 30.B.810 20 CUM
522 521 PILE WORK : Item 30.B.820
523 522 Boring, providing and installation bored cast-in-situ reinforced cement concrete piles of grade M-25 of specified diameter and length below the pile cap, to carry a safe working load not less than specified, excluding the cost of steel reinforcement but including the cost of boring with bentonite solution and temporary casing of appropriate length for setting out and removal of same and the length of the pile to be embedded in the pile cap etc. by percussion drilling using Direct mud circulation (DMC) or Bailer and chisel technique by tripod and mechanical Winch Machine all complete, including removal of excavated earth with all its lifts and leads [Notes: (1) Length of pile for payment shall be measured up to bottom of pile cap. (2) Truck Mounted rotary/ TMR/ Tubewell boring machine shall not be used] : 450 mm diameter piles Item 30.B.830 115 M
524 523 Vertical load testing of piles in accordance with IS:2911 (Part-IV) including installation of loading platform by Kentledge/ Anchor piles method and preparation of pile head or construction of test cap and dismantling of test cap after test etc. complete as per specification & the direction of the Engineer-In-Charge. [Notes : (1) Initial and Routine Load Test shall not be carried out by Dynamic method of testing. (2) Testing agency shall submitt the design of loading platform for the approval of the Engineer-In-Charge.] :,, Single pile up to 50 tonne Safe Capacity :,, Initial Test (Test Load 2.5 times the Safe Capacity),, Item 30.B.840 5 EA
525 524 Vertical load testing of piles in accordance with IS:2911 (Part-IV) including installation of loading platform by Kentledge/ Anchor piles method and preparation of pile head or construction of test cap and dismantling of test cap after test etc. complete as per specification & the direction of the Engineer-In-Charge. [Notes : (1) Initial and Routine Load Test shall not be carried out by Dynamic method of testing. (2) Testing agency shall submitt the design of loading platform for the approval of the Engineer-In-Charge.] :,, Single pile up to 50 tonne Safe Capacity :,, Routine Test (Test Load 1.5 times the Safe Capacity) Item 30.B.850 5 EA
526 525 ALUMINIUM WORK : Item 30.B.860
527 526 Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS:733 and IS:1285, fixing with dash fasteners of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of the Engineer-In-Charge. (Glazing, paneling and dash fasteners to be paid for separately) : (a) For fixed portion : Powder coated aluminium (Minimum thickness of powder coating 50 micron) Item 30.B.870 40 KG
528 527 Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS:733 and IS:1285, fixing with dash fasteners of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of the Engineer-In-Charge. (Glazing, paneling and dash fasteners to be paid for separately) : (b) For shutters of doors, windows & ventilators including providing and fixing hinges/ pivots and making provision for fixing of fittings wherever required including the cost of EPDM rubber/ neoprene gasket required. (Fittings shall be paid for separately) : Powder coated aluminium (Minimum thickness of powder coating 50 micron) Item 30.B.880 75 KG
529 528 Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with EPDM rubber/ neoprene gasket etc. complete as per the architectural drawings and the directions of Engineer-In-Charge. (Cost of aluminium snap beading shall be paid in basic item) : With float glass panes of 5.50 mm thickness Item 30.B.890 20 SQM
530 529 Providing and fixing double action hydraulic floor spring of approved brand and manufacture conforming to IS:6315, having brand logo embossed on the body/ plate with double spring mechanism and door weight up to 125 Kg, for doors, including cost of cutting floors, embedding in floors as required and making good the same matching to the existing floor finishing and cover plates with brass pivot and single piece M.S. sheet outer box with slide plate etc. complete as per the direction of Engineer-In-Charge. : With stainless steel cover plate minimum 1.25 mm thickness Item 30.B.900 5 EA
531 530 Providing and fixing aluminium tubular handle bar 32 mm outer dia, 3.0 mm thick & 2100 mm long with SS screws etc .complete as per direction of the Engineer-In-Charge. Powder coated (Minimum thickness 50 micron) aluminium tubular handle bar Item 30.B.910 5 EA
532 531 Providing and fixing 100 mm brass locks (best make of approved quality) for aluminium doors including necessary cutting and making good etc. complete. Item 30.B.920 5 EA
533 532 Providing and fixing, on fixed glazing/ doors/ window panes, sun control film "HP NATURAL 35 SAFETY COMBINATION FILM-4Mil" of M/s. GARWARE or approved equivalent make and shade, all complete as per manufacturer's specification and as per instructions of the Engineer-in-Charge. Item 30.B.930 20 SQM
534 533 WATERPROOFING : Item 30.B.940
535 534 Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer, 3 mm thick water proofing membrane, black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane @ 0.40 litre/sqm by the same membrane manufacture of density at 25°C, 0.87-0.89 kg/ litre and viscocity 70-160 cps. Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc, and preparing the surface complete. The vital physical and chemical parameters of the membrane shall be as under : (a) Joint strength in longitudinal and transverse direction at 23°C as 650/450N/5cm. (b) Tear strength in longitudinal and transverse direction as 300/250N. (c) Softening point of membrane not less than 150°C. (d) Cold flexibility shall be up to -2°C when tested in accordance with ASTM, D-5147. The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane : 3 mm thick Item 30.B.950 85 SQM
536 535 Supplying and using water proofing compound like CICO, PUDDLE or any other approved brand with Cement Plaster/ CC/ RCC complete in all respects inclusive of cost of all labour, materials, tools, tackles etc. as per drawings, specifications and direction of the Site Engineer. Item 30.B.960 675 KG
537 536 MISCELLANEOUS WORKS : Item 30.B.970
538 537 Providing and filling bituminastic compound in 50mm thick x 150mm deep grooves around foundations, in floors, pavements and expansion joints, etc. complete as per directions of the Engineer-in-Charge.,,,, Item 30.B.980 40 M
539 538 Providing and laying factory made chamfered edge Cement Concrete paver blocks In foot path, park & lawns driveway or light & traffic parking etc. of required strength, thickness & size/ shape, made by table vibratory method using PU mould, laid in required colour & pattern over 50mm thick compacted bed of course sand, compacting and proper embedding/laying of inter locking paver blocks into the sand bedding layer through vibratory compaction by using plate vibrator, filling the joints with sand and cutting of paver blocks as per required size and pattern, finishing and sweeping extra sand, all complete as per manufacturer's specifications & direction of the Engineer-in-Charge.,,,, Item 30.B.990
540 539 60mm thick Cement Concrete paver block of M-35 grade with approved colour, design & pattern. Item 30.B.1000 3200 SQM
541 540 RAINWATER HARVESTING Item 30.B.1010
542 541 Supplying, filling, spreading & leveling stone boulders of size range 5 cm to 20 cm, in recharge pit, in the required thickness, for all leads & lifts, all complete as per direction of the Engineer-In-Charge.,,,, Item 30.B.1020 5 CUM
543 542 Supplying, filling, spreading & leveling gravels of size range 5 mm to 10 mm, in the recharge pit, over the existing layer of boulders, in required thickness, for all leads & lifts, all complete as per direction of the Engineer-In-Charge.,,,, Item 30.B.1030 5 CUM
544 543 Supplying, filling, spreading & leveling coarse sand of size range 1.5 mm to 2 mm in recharge pit, in required thickness over gravel layer, for all leads & lifts, all complete as per direction of the Engineer-In-Charge.,,,, Item 30.B.1040 5 CUM
545 544 SANITARY FITTINGS Item 30.B.1050
546 545 Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 10 litre low level white P.V.C. flushing cistern, including flush pipe, with manually controlled device (handle lever), conforming to IS:7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required : W.C. pan with ISI marked white solid plastic seat and lid.,, Item 30.B.1060 5 EA
547 546 Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430x260x350 mm and 340x410x265 mm sizes respectively with automatic flushing cistern with standard flush pipe and C.P. brass spreaders with brass unions and G.I clamps complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever required :,,,, One urinal basin with 5 litre white P.V.C. automatic flushing cistern,, Item 30.B.1070 5 EA
548 547 Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps, 32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require : White Vitreous China Flat back wash basin size 550x400 mm with single 15 mm C.P. brass pillar tap,, Item 30.B.1080 5 EA
549 548 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete :,,,, Flexible Pipe :,, 32 mm diameter Item 30.B.1090 5 EA
550 549 Providing and fixing 600x450 mm beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete.,,,, Item 30.B.1100 5 EA
551 550 Providing and fixing toilet paper holder :,,,, C.P. Brass (Ref. Make: JAQUAR, Model: Cat. No.-1151 or approved equivalent).,, Item 30.B.1110 5 EA
552 551 Re-painting sand cast iron/ centrifugally cast iron (spun) iron, soil, waste, vent pipes and fittings with one coat of synthetic enamel paint of any colour such as chocolate, grey or buff, etc. :,,,, 75 mm diameter pipe,, Item 30.B.1120 5 M
553 552 DRAINAGE: Item 30.B.1130
554 553 Constructing brick masonry Septic Tank with brickwork in cement mortar 1:6 including R.C.C. 1:2:4 (1 cement : 2 sand : 4 graded coarse aggregate) top slab, C.I. cover all as per standard drawing, etc. complete in all respects inclusive of cost of all materials, labour, tools, tackles etc. as per drawings, specifications and directions of the Engineer-in-Charge.,,,, -FOR 10 USERS Item 30.B.1140 5 EA
555 554 Providing and fixing self cleaning S.C.I. heavy quality Floor/ Nahani trap with 100mm diameter inlet and 100mm diameter outlet, 125mm C.P. brass grating (heavy type) with or without vent arm including cost of cutting and making good the walls and floors, jointing with lead caulked joints, connecting with waste water pipe etc. complete in all respects inclusive of cost of all materials, labour, tools, tackles etc. as per drawings, specifications and directions of the Engineer-in-Charge.,,,, Item 30.B.1150 5 EA
556 555 Construction of second class brick masonary open surface drain (Size: 200mm wide & 200mm average depth) in cement mortar 1:4 laid over a bed of 150mm thick cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) including making haunches and providing 15mm thick cement plaster in CM 1:4 (1 cement : 4 coarse sand) with a floating coat of neat cement inside and its top and exposed surfaces, including excavatioin, disposal of the surplus earth up to any lead and lift as per standard design and drawing, complete in all respects inclusive of cost of all labour, materials, carriages, excavation and refilling, curing etc., as per specifications of the Engineer-in-Charge.,,,, Item 30.B.1160 35 M
557 556 EQUIPMENT FOUNDATION WORKS Item 30.B.1170
558 557 Supplying and providing non-shrinkable cement grout (SHRINKKOMP 20 or any other equivalent approved brand) for grouting holding down bolts in pocket holes for equipment foundation, including necessary surface preparation mixing of grout, curing as per manufacturer's recommendation/ specification and direction of the Site Engineer. (Note: This item shall be operated under specific instruction of the Engineer-in-Charge.) Item 30.B.1180 8595 KG
559 558 3 INSTRUMENTATION WORKS Item 30.C
560 559 Taking delivery, shifting within a road distance of 500 meters and installation & testing of the following instruments (pressure Gauge, Pressure Switch, Pressure Transmitter, flow meters, density meters etc. of various ratings by fabrication and installing all the required pipe fittings with pressure pipes, valves, plugs, tees, nipples, junction box, cables, supply and erection of all other required materials such as the supporting structure clamps, cannopy, screws, nuts, bolts, aluminium sheets, GI wire, steel plats, cement concrete etc. complete in all respects including supply of suitable size non flame proof cable gland at control panel end and terminating the already laid cables at field, junction box and control panel end, mounting the junction boxes as per the Drawings, specifications and directions of the engineer in-charge/site engineer including cost of all labour, materials, consumables, tools, tackles and services rendered etc. All the instruments shall have to be properly connected to the earth pit through GI wires. The works shall include labelling, tagging using SS plates, glanding and ferruling at both field and panel side. Installation to be done as per OEMs recommendations, vendor drawings and other approved drawings. The scope shall include providing assistance in testing and commissioning of the instruments along with loop checking and providing assistance to control system vendor Item 30.C.10
561 560 INSTALLATION OF PI+PS/PT: Installation, assistance in testing and commissioning of Pressure gauges and Pressure switches (PI+PS) / pressure Gauge and pressure transmitter (PI+PT) of various ratings as per the directions of Engineer-in-charge/ Site engineer and drawings Item 30.C.20 10 EA
562 561 INSTALLATION OF PT / PS: Installation, assistance in testing and commissioning of Pressure Transmitter (PT) / Pressure Switch (PS) of various ratings as per the directions of Engineer in-charge/ Site engineer and drawings. Item 30.C.30 9 EA
563 562 INSTALLATION OF DPT: Installation, assistance in testing and commissioning of Differential Pressure Transmitter (DPT) as per the directions of Engineer in-charge/ Site engineer and drawings. Item 30.C.40 6 EA
564 563 INSTALLATION OF TEMPERATURE TRANSMITTER WITH THERMOWELL: Installation and assistance in testing & commissioning of thermowell, temperature elements & temperature transmitter(TT) by making necessary holes on the pipes, welding the socket for thermowell on the pipe including supply of boss, silicon paste etc as per the directions of engineer in-charge/site engineer and drawings. Item 30.C.50 2 EA
565 564 INSTALLATION OF SURFACE MOUNTED TEMPERATURE TRANSMITTER Installation and assistance in testing & commissioning of Surface Mounted temperature elements/temperature transmitter (TT) by by welding the weld pad on the surface of the pipe, silicon paste as per the directions of engineer in-charge/site engineer and drawings. . Item 30.C.60 2 EA
566 565 INSTALLATION OF EMERGENCY SHUTDOWN SWITCH: Installation and testing of emergency shut - down (ESD) Push button. This includes mounting of termination box as per the drawings, specification and instruction of Engineer in-charge/ Site engineer, replacement of broken glass covers and painting it in red colour. Item 30.C.70 6 EA
567 566 "INSTALLATION OF SCRAPPER DETECTOR Installation and testing of Scrapper Detector. This includes mounting of termination box etc as per OEM recommandations, vendor drawings, directions of engineer in-charge/site engineer and other approved drawings. " Item 30.C.80 2 EA
568 567 INSTALLATION OF FLOW SWITCH: Installation and testing of Flow switch. This includes mounting of termination box as per the drawings, specification and instruction of Engineer in-charge/ Site Engineer. Item 30.C.90 2 EA
569 568 INSTALLATION OF LEVEL TRANSMITTER ON SUMP TANK: Installation and testing of Level Transmitter (of all types i.e contact type / non contact type etc.). The scope shall include installation, assistance in testing and commissioning of Level Transmitter (LT) on sump tank as per the OEM recommendations, vendor drawings, directions of engineer in-charge/site engineer and other apporved drawings. in-charge/ Site Engineer. Item 30.C.100 2 EA
570 569 INSTALLATION OF LEVEL SWITCH ON SUMP TANK: Installation, assistance in testing and commissioning of Level Switch of various lengths as per drawings, specifications and the directions of Engineer in-charge/ Site engineer. The scope shall include installation, assistance in testing and commissioning of Level Switch (LS) on sump tank as per the OEM recommendations, vendor drawings, directions of engineer in-charge/site engineer and other apporved drawings. Item 30.C.110 2 EA
571 570 INSTALLATION OF LEVEL TRANSMITTER & LEVEL SWITCH ON MANHOLE COVERS OF ATF TANKS: Installation, assistance in testing and commissioning of Level Switch & Level transmitters of various types/ various lengths on Semi-burried/ above-ground horizontal ATF tanks as per drawings, specifications and the directions of Engineer in-charge/ Site engineer. The scope shall include modification in the manhole cover or fabrication of new flanged manhole cover to accommodate LT, LS, venting arrangement including supply of all flanges, other materials, tools & tackles etc. for installation of level transmitter, level switches & vent pipe on common manhole cover, assistance in testing and commissioning of Level Switch (LS) & Level transmitter (LT) on ATF storage tanks etc. as per the OEM recommendations, vendor drawings, directions of engineer in-charge/site engineer and other approved drawings. Item 30.C.120 4 EA
572 571 FLOW METER INSTALLATION - Taking delivery, shifting to installation site within the station premises, erecting and installing of the flow meter along with reducers and flow meter electronics/ flow transmitter. Providing assistance to control system vendor/meter supplier in testing and commissioning of the turbine/ ultrasonic / coriolis mass flow meter / clamp on ultrasonic ete etc.. Making structural supports and fittings, clamps, screws, nuts, bolts, making the cable supports and terminating cables at panel and field ends. Mounting the junction boxes as per drawings,manufacturer's instructions, specification and direction/instruction of engineer in-charge/site engineer. Job shall include termination of cables at both fiels ends and control panel ends, supply of suitable size non-flame proof cable glands at control panel and the cost of all labour, tools, materials, etc. including labelling, tagging using SS plates painting, glanding, ferruling complete in all respect. Item 30.C.130 4 EA
573 572 INSTRUMENTATION JOBS FOR PRESSURE CONTROL VALVE / FLOW CONTROL VALVE - Testing of control valve and field electronics, including fabrication of all structural supports and fittings, termination of related cables at field, panel & MCC end, after loop testing as pervendors drawing and direction of the site engineer. Mounting of junction box if any, supply of non flame proof cable glands for paneland MCC end. The works includes tagging, labelling, glanding andferruling at both panel and field ends. Item 30.C.140 2 EA
574 573 INSTALLATION OF JUNCTION BOX - Installation of non-flame proof junction box, explosion proof / flame proof junction boxes for marshalling of control cables, terminating the cables at field and control panel end, mounting the junction boxes, connecting to earthing grid by supplying and installing all the required materials such as supporting structure, cement concrete, painting, GI wire etc. (excluding supply of the Junction Boxes) in all respects complete as per specifications, drawings and direction of site Engineer including supply of suitable size non-flame proof cable glands at Control Panel end and the cost of labour ,tools, materials, glanding, ferruling etc. complete in all respects. Item 30.C.150 16 EA
575 574 INSTRUMENTATION JOBS FOR MOVs - Carrying out the instrumentation and control system jobs on the already erected actuator assembly of motor operated valves (MOVs) by making t necessary cable connection at field and control panel end (excluding the supply of cables) calibrating the control components, adjusting the limit switches, testing the whole assembly as per drawings specifications and direction of the engineer in-charge/site engineer complete in all respect, including supply of suitable size non-flame-proof cable glands, ferruls, drilling/cutting of plate for fixing glands at Control Panel end and the cost of all labour, tools, glanding, ferruling, consumables etc. Item 30.C.160 14 EA
576 575 INSTRUMENTATION JOBS FOR MAINLINE MOTOR DRIVEN PUMPS - Erecting & installing all instruments such as vibration switch, RTD, level switches etc on the already erected mainline pumping unit. Supply, fabrication and erection of all pipe fittings as required such as pressure pipes, nipples & valves, plugs, tees and installation & testing, calibration of Instrumentation and control circuit in electrical feeders of mainline pumping units as per the direction of Site Engineer/Engineer in-charge. Job shall be complete in all respect including cost of all labour, consumables, tools, services rendered etc. including supply and fitting of clamps, screws, nuts, supply of suiatable size flameproof cable glands and termination of related cables at field, control panel ends as per scope, mounting of junction boxes, loop testing, cement concrete, painting, labelling, glanding, tagging, ferruling at both the ends etc. The work includes providing assistance to control system vendor and M/L pumping unit vendor in commissioning of mainline pumping unit. Item 30.C.170 2 SET
577 576 INSTALLATION OF CONTROL PANEL/CONSOLE DESK - Taking delivery, shifting the panels to installaion site and erection, installation, testing of Control panels, mounted with all the instruments, power supply units, UPS & battery banks logic control systems , barriers, providing assistance to control system vendor for commissioning of control system including panels, control/console desk etc. installation on already made foundations or fixing on walls, or steel structure or fixtures aligning, levelling, grouting, inter-wiring outgoing, incoming cable terminations as required, earthing, testing, complete in all respects as per drawings, specifications and directions of the engineer in-charge/site engineer, including supply of suitable size non-flame proof cable glands for all incoming/outgoing cables and the cost of the materials, tools, labour, glanding, ferruling etc. complete in all respects.The indicated quantity is cumulative weight of panels. Item 30.C.180 3500 KG
578 577 STEEL STRUCTURAL WORKS - Supply, fabrication, erection and installation of steel/GI structural works of any type and shape such as cable racks, trays, push button, control posts, ladders, lugs, chain link, fencing, angles, joints, channels, plates, flats, bars etc as required as per specifications, drawings, directions of site engineer/engineer in-charge, inlcuding cost of all labour, materials, tools, consumables etc complete in all respects. Job is inclusuve of taking delivery from owner's go down and shifting to site wherever required. Item 30.C.190 1500 KG
579 578 AIR CONDITIONER SPLIT TYPE - Supply & Installation of 1.8T Split Type five star BEE rated ACs along with 5KVA Voltage Stablizer & MS stand for outdoor unit, refregerant piping, drain piping complete for installation in Control Room, PLC room, UPS room, Battery room & T &I Equipment rooms as per instruction of EIC / Site Engineer Item 30.C.200 5 SET
580 579 4 OFC ANDTELECOM WORKS Item 30.D
581 580 Supply, erection and installation of GI Pipe of 100 mm nominal bore medium Class B as per IS1239 subject to owner's approval including the supply & installation of all necessary pipe fittings such as bends, sockets, elbows, tees etc. bending, threading, clamping, plugs, packings, bushing etc. as required for sub ducting HDPE duct as per directions of Engineer-in-charge/ Site Engineer including cost of all labour, tools, materials complete in all respects. Item 30.D.10 10 M
582 581 Supply, installation & fixing of prefabricated perforated G.I cable trays of width 150 mm, 300 mm, 450 mm & 600 mm as per siterequirement for laying of cables with standard rung spacings. Load forsupport span of 2.5 meter as 30, 60, 75 & 90 (in Kg/Mtr) respectivelywith concentric static load as 70 Kg at the centre, with materials,labour, tools and tackles, consumables etc , as per drawings ,specification and directions of Site Engineer / Engineer-in-Charge Item 30.D.20 200 KG
583 582 5 TCP WORKS Item 30.E
584 583 Zinc Anode for Hot spot protection : Supply, Installation , testing and commisioning of Zinc anode (minimum 10 Kg each) including its tail cable of size of 1c x 25 sq.mm. XLPE/ PVC insulated stranded copper cable of total length 10 meter including PVC cap, special back-fill material ( filled in cotton sack) with sealing compound complete in all respect including its excavations, back filling etc. as per specifications and drawings. The work complete in all respect shall include supply of all labour , tools etc. and shall be carried out as per the directions of the Site Engineer / Engineer-in-Charge and as per AFC drawings. Item 30.E.10
585 584 Zinc Anode Item 30.E.20 8 EA
586 585 Magnesium Anode : Supply, Installation , testing and commisioning of Magnesium anode (minimum 7.6 Kg each) including its tail cable of size of 1c x 6 sq.mm. XLPE/ PVC insulated stranded copper cable of total length 10 meter including PVC cap, special back-fill material ( filled in cotton sack) with sealing compound complete in all respect including its excavations, back filling etc. as per specifications and drawings. The work complete in all respect shall include supply of all labour , tools etc. and shall be carried out as per the directions of the EIC/ Site Engineer and as per AFC drawings. Item 30.E.30
587 586 Magnesium Anode Item 30.E.40 7 EA
588 587 Supply & installation of Anode bed ( deep well type with MMO anodes) as per the approved configuration for Impressed Current Cathodic Protection system including supply, laying & termination of all anodes, anode tail cable (XLPE insulated copper conductor) suitable with length for connecting upto Anode junction box without any joints in between including laying of PVC sleeve / trunk pipe, casing pipe , centralizers, vent pipe & drawing all the lead wires through the pipe and connecting the same with Anode bus in Anode junction box including erection and providing foundation of Anode Junction Box as per specifications inlcuding supply, excavation, backfill of earth etc. as per specification & also compacting the same with soil for restoring it to normal finished ground level all complete with all labour & material as per instruction of Site Engineer / Eng ineer-in-Charge, Specifications and approved drawings. Note : Each Anode bed means anode bed at each location irrespective of number of anode strings required. Item 30.E.50
589 588 Mainline CP & Station CP : Anode bed deep well type Item 30.E.60 1 EA
590 589 Cable Marker : Supply, erection and installation of MS cable markers; including excavation,installation of the markers,cement concrete grouting, back-filling etc. required as per drawings, specifications and directions of the Site Engineer,including the cost of all materials, labour,tools etc. complete in all respects as per the directions of Site Engineer / Engineer-in-Charge. Item 30.E.70
591 590 Cable marker Item 30.E.80 30 EA
592 591 Test Lead Point : Supply, installation, testing & commissioning of Test Lead Point (TLP) fabricated MS Sheet (Thickness : 3 mm top/side/rear/front & 5 mm : Bottom plates) with hinged front door, Heavy Guage MS pipe 100 mm nominal diameter, Phenolic laminated terminal plate, brass terminal bolts, neoprene gasket for front door, vandal proof concealed lock, etc as per latest revision of Standard AFC drawing (9200-99900-404-603-00 : STD-483). The work includes providing requisite concrete foundation of 600 mm x 600 mm x 800 mm at site, including MS hard pipe for cable entry through foundation, erection of the TLP over concrete foundation, termination of cables to the brass terminal bolts inside TLP box, jointing the cables to pipe (using cad welding/ pin brazing technique), repairing the damage to coat & wrap (with coating repair etc.), back filling the trenches, cleaning the site, applying epoxy paint / powder coating etc. The work also includes supply, installation, laying & termination of all XLPE, Cu cables of required length (as per site conditions) and size, lugs etc. The work includes supply and fixing of a non-corrosive name plate containing the details like KM location, identification, TLP No., direction of flow, connection scheme, type etc., on the side of the TLP box, etc. The name plate shall also include the details of corrosion coupon wherever installed, all as per the direction and specification detailed in the document complete with tools, tackles & other necessary requirement. The work complete in all respects including all materials, tools, tackles, labour as per tender specifications, AFC drawings & directions of the Site Engineer/Engineer-In-Charge. Item 30.E.90
593 592 Type A (With Ingress Protection IP:55) Item 30.E.100 5 EA
594 593 TLP type "A" , flame proof & weather proof as per specifications and drawing (With inbuilt provision of Voltmeter & pushbutton for PSP Measurment) Item 30.E.110 3 EA
595 594 Type B (With Ingress Protection IP:55) Item 30.E.120 2 EA
596 595 Type DAC (With Ingress Protection IP:55) Item 30.E.130 1 EA
597 596 Flameproof Type E (With Ingress Protection IP:55) - with inbuilt provision of Voltmeter and Pushbutton for PSP Measurment. Item 30.E.140 2 EA
598 597 Flameproof Type DMV (With Ingress Protection IP:55) - with inbuilt provision of Voltmeter and Pushbutton for PSP Measurment. Item 30.E.150 2 EA
599 598 Preparation & installation of corrosion coupon from owner supplied coated pipe. which involves preparation of sample of size 2"x4", application of pipeline coating material on the coupon, soldering 6 sq. mm. cable with coupon, sealing the soldered joint with epoxy, positioning the coupon at the pipe line depth and with in a distance of 0.5 M from the pipeline inclusive of cable & terminating the cable in the TLP terminal. The corrosion coupons are to be installed with specified Test lead points for which prior approval to be obtained from Owner. The item also includes supply, installation / laying & termination of all XLPE, Cu cables of required length (as per site conditions) and size as mentioned in the standard drawings, toggle switch, cable glands and lugs etc., complete in all respect. All as per the direction and specification detailed in the document complete with tools, tackles & other necessary requirement for preparation of the coupon. The work complete in all respect shall include supply of all labour, tools etc complete as per the directions of the Site Engineer and as per drawing no. 9200-99900-404-601-01 & 9200-99900-404-607-01. Item 30.E.160
600 599 Corrosion Coupons Item 30.E.170 2 EA
601 600 Supply of ER Probe & supervision while installation of ER Probe at Lucknow Marketing Terminal Station as per specifications Item 30.E.180 1 EA
602 601 6 ELECTRICAL WORKS Item 30.F
603 602 Supply, installation & fixing of prefabricated perforated/Ladder GI cable trays of width 150 mm, 300 mm, 450 mm & 600 mm as per site requirement for laying of cables with standard rung spacings. Load for support span of 2.5 meter as 30, 60, 75 & 90 (in Kg/Mtr) respectively with concentric static load as 70 Kg at the centre, with materials, labour, tools and tackles, consumables etc , as per drawings, specification and directions of Site Engineer / Engineer-in-Charge Item 30.F.10 3150 KG
604 603 Supplying and spreading of approved quality fine dry river sand in cable trenches including the cost of all material, transport, load and lift charges, labour, tools and tackles, consumables etc , as per drawings, specification and directions of Site Engineer / Engineer-in-Charge Item 30.F.20 170 CUM
605 604 Supply and laying of approved quality 75 mm thick second class brick flat soling with sand filling in the interstices, in cable trenches for protectionincluding the cost of all brick and sand, labour, load and lift charges , tools and tackles etc , as per drawings, specification and directions of Site Engineer / Engineer-in-Charge Item 30.F.30 600 SQM
606 605 Supply, erection & installation of MS cable markers, including excavation, installation of the markers, cement concrete grouting, backfilling, materials, labour, tools and tackles, consumables etc , as per drawings, specification and directions of Site Engineer / Engineer-in-Charge Item 30.F.40 50 EA
607 606 LT Cable joint (1.1 KV):Making straight through joints on Al/Cu conductor XLPE/PVC insulated armoured cable including the supply of required materials such as cable jointing kit (of heat shrinkable sleeve type of Raychem/Mseal/3M) , materials, labour, tools and tackles, consumables etc , as per drawings, specification and directions of Site Engineer / Engineer-in-Charge Item 30.F.50
608 607 Power cables LT : OD upto 20 mm Item 30.F.60 5 EA
609 608 Power cables LT : OD above 20 mm and upto 40 mm Item 30.F.70 8 EA
610 609 Power cables LT : OD above 40 mm and upto 60 mm Item 30.F.80 4 EA
611 610 EARTH ELECTRODES : Supplying, installation, testing of GI earthing electrode, including the supply and installation of the CI cover, charcoal /special backfill etc. and construction of chamber; complete as per drawings,specifications and directions of the Site Engineer, Including the cost of all labour, tools, materials etc. complete in all respects. Item 30.F.90 30 EA
612 611 Supply, installation, testing of earthing system consisting of 3 earth pits of perforated GI pipes earthing electrodes and copper plate terminal block including construction of chamber using cement concrete with earthing pit cover and frame, supply of charcoal / /special backfill , salt etc including supply of interconnecting cables / strips including necessary welding etc complete as drawings, specifications and directions of the site engineer/Engineer-in-charge, including cost of tools, materials etc complete in all respects as per drawing No. :9200-99900-405-030-00. The job shall also include testing of each earth pit and the entire earthing system on whole. Note: Earthing for field instruments shall be provided from Station earth grid covered in Electrical SOR. Item 30.F.100 2 SET
613 612 EARTHING PLATE :Supply & Installation of G.I. earthing plate as per drawing no. 9200-99900-404-009-00 outside the buildings. The item also includes grouting of the plate as shown in the drawing. The item should be complete in all respect including all materials, tools, tackels etc. and as per direction of EIC / Site engineer. Item 30.F.110 10 EA
614 613 EARTH STRIP / WIRE / ROPE / CABLE :Supply, installing and testing of earthing strip/wire/rope/cable for completely making the earthing grid system by supplying, laying the GI / Cu strip and making all the necessary welding joints, connecting to the earthing electrodes and existing earthing grid etc., complete as per drawings, specifications and directions of the Site engineer/Engineer-in-charge, including the cost of all labour, tools, materials, etc. complete in all respect. Item 30.F.120
615 614 50 mm X 6 mm G.I. earthing strip Item 30.F.130 2300 M
616 615 40 mm X 5 mm G.I. earthing strip Item 30.F.140 300 M
617 616 25mm x 3 mm copper flat Item 30.F.150 50 M
618 617 GI wire (8 SWG) Item 30.F.160 1120 M
619 618 GI wire / rope 10 mm diameter Item 30.F.170 120 M
620 619 Copper cable as per specifications - 100/95 Sq.mm Item 30.F.180 200 M
621 620 Supply, erection & installation of cable conduits made up of GI pipes of medium class 'B' subject to owner's approval in trenches (already made), on walls, concrete structure etc., including supply and installation of all the necessary pipe fittings such as bends, sockets, elbows, tees etc., bending, threading, binding, clamping, providings, spacers, plugs, packings, bushings etc., as required Job complete in all respects including the cost of all labour, tools, material etc. and as per specifications and directions of site engineer / Engineer-in-Charge. Item 30.F.190
622 621 25 mm Item 30.F.200 50 M
623 622 50 mm Item 30.F.210 60 M
624 623 100 mm Item 30.F.220 24 M
625 624 Supply, fabrication, erection, installation of steel structural works of any type and shape such as cable raks, cable trays, push button control posts etc., as required job complete in all respects including the cost of all labour, tools, material etc., complete.and as per specifications and directions of site engineer/ Engineer-in-Charge. Item 30.F.230 2000 KG
626 625 FLP/WP PUSH BUTTON STATION :Supply ,erection,testing and commissioning of FLP/WP push button(ON/OFF) control station of approved make with /without ammeter for the motor off control at field including connection and termination of copper control cable, fabricating, earthing the supporting structure, painting the same, including supply & installation of double compression cable glands & flame proof plugs for sealing all spare entries including the cost of all labour ,tools, materials etc. complete in every respect as per the specification and directions of the Site Engineer/Engineer-in-charge. Item 30.F.240
627 626 With Ammeter Item 30.F.250 4 EA
628 627 FLP/WP SWITCH CUM SOCKET : Supply, erection, installation, testing and commissioning of flameproof /weatherproof switch cum socket /welding receptacle of approved makes to be installed on walls, coloumns, structures, including supply & installation of double compression cable glands & flame proof plugs for sealing all spare entries etc., including connection and termination of earthing wire and conduits., etc. complete as per drawings, specifications and direction of the Site Engineer, including the cost of all labour, tools, consumable materials etc. complete in all respect. Item 30.F.260
629 628 250 V , 15 A switch cum socket with plug Item 30.F.270 2 EA
630 629 SHOCK TREATMENT CHART : Supply and installation of shock treatment chart framed in good quality glass in English / Hindi / Local Language). Item 30.F.280 2 EA
631 630 CAUTION BOARD : Supply and installation of vitreous enamel caution boards suitable for 440 V/11KV/6.6 KV as per IS 255 including fixing on the wall with all the required hardware etc. complete in English / Hindi/ Local Language. Item 30.F.290 2 EA
632 631 STAINLESS STEEL INSCRIPTION PLATE : Supply and installation of approved quality stainless steel name inscription plates including anodising, engraving the inscriptions, providing screws, etc. for equipments viz. motors, motor control centres, switchgears, push button stations etc. as required, providing necessary holes tapping etc. and fixing the same complete in all respect as per the direction of Site Engineer/Engineer-in-charge including the cost of all labour, tools etc. Item 30.F.300 9 EA
633 632 PLASTIC INSCRIPTION PLATE : Supply and installation of approved quality plastic name inscription plates including engraving the inscriptions, providing screws, etc. for equipments viz. motors, motor control centres, switchgears, push button stations etc. as required, providing necessary holes tapping etc. and fixing the same complete in all respect as per the direction of Site Engineer/Engineer-in-charge including the cost of all labour, tools etc. Item 30.F.310 9 EA
634 633 Point wiring : Supplying, installation and testing with 1.5 Sq.mm stranded PVC insulated copper conductor wires for phase & neutral of 650V grade including earthing by providing 1.5 Sq.mm earth insulated continutity wire of copper in PVC conduit (Supply & installation of PVC conduit covered elsewhere in SOR) recessed on wall/ceiling/ false celing including supply & installation of switch boxes,junction boxes, pull boxes, bushes, screws, check nuts, bends, modular switches and sockets . The circuit wiring with 4 Sq.mm PVC copper wire from D.B. to switchboard as required is also in the scope of the contractor. Item 30.F.320
635 634 1 light point controlled by 1 switch. Item 30.F.330 16 EA
636 635 2 light points controlled by 1 switch Item 30.F.340 2 EA
637 636 3 light points controlled by 1 switch Item 30.F.350 1 EA
638 637 4 light points controlled by 1 switch Item 30.F.360 1 EA
639 638 Wiring with PVC insulated 2.5 sqmm copper conductor wire for fan points (1 fan point controlled by 1 modular switch) including providing space for electronic regulator in switch box , providing and fixing fan hook in the ceiling as per specifications and drawings. Item 30.F.370 8 EA
640 639 Wiring with PVC insulated 2.5 sqmm copper conductor wire for phase & neutral , 650 V grade including earthing , the third pin with 1.5 sqmm copper conductor earthing insulated continuity wire for exhaust/ wall bracket fan including providing and fixing of 5 pin 6 A modular socket and 10 A modular switch near the door or as as per specifications and drawings. The circuit wiring shall be with 4 sq. mm PVC copper wire from switchboard to 1st exhaust fan for multiple exhaust fans in one circuit. Item 30.F.380 6 EA
641 640 Wiring for 250 V single phase and neutral 16 amps modular power plug point with PVC insulated 4 sq. mm. copper conductor wires for phase & neutral, 650 V grade including earthing, the third pin with 2.5 sq. mm copper conductor earthing insulated continuity wire, complete with providing and fixing of 6 pin 16/6A modular socket and 20/10 A modular switch (1 plug point per circuit) as per specifications and drawings Item 30.F.390 8 EA
642 641 Wiring as in item no. 1 for 250 V single phase and neutral 6 amps modular plug point with PVC insulated 2.5 sq. mm. copper conductor wires for phase & neutral, 650 V grade including earthing, the third pin with 1.5 sq. mm copper conductor earthing insulated continuity wire, complete with providing and fixing of 5 pin 6A modular socket and 10 A modular switch (1 plug point per circuit) as per specifications and drawings. The circuit wiring shall be with 4 sq. mm PVC copper wire from switchboard to 1st plug point for multiple exhaust fans in one circuit. Item 30.F.400 8 EA
643 642 Point wiring for power plug point with 4 sq.mm stranded PVC insulated copper wire including earthing the third pin with 2.5 sq. mm copper insulated earthing wire complete with supply and fixing of recessed mounted industrial type 3 pin 32 A metal clad socket and plug, 20A MCB (Motor duty) housed in a 16 gauge M.S. Box Item 30.F.410 6 EA
644 643 Wiring as in item no. 1 for 250 V single phase and neutral 6 amps modular plug point with PVC insulated 2.5 sq. mm. copper conductor wires for phase & neutral, 650 V grade including earthing, the third pin with 1.5 sq. mm copper conductor earthing insulated continuity wire, complete with providing and fixing of 3 numbers, 6 A 5 pin modular sockets and 10 A modular switches for UPS point as per specifications and drawings Item 30.F.420 4 EA
645 644 Lighting Distribution Board / AC Distribution Board : Supply , installation, testing and commissioning of TPN lighting / AC Distribution board of approved make as per appendix -1, with rating and feeders as per specification. The DB shall be of IP-42 protection class and shall conform to IS 8623. The board shall be fitted with an acrylic door as per specifications and drawings Item 30.F.430
646 645 Type III Distribution Board : Double Door EURODB of Havells or equivalent approved make having bus bar 200 A TPN, 1 Incomer 125 A FP MCB Isolator with 125 A FP RCCB (Senstivity 100 mA) alongwith 3 numbers 63 A TPN MCB as per specification Item 30.F.440 1 EA
647 646 Type IV DIstribution Board : Double Door Translucent Euro DB of Havells or approved make as per appendix -1, having 100 A TPN Copper Bus bar, 1x63 A TPN MCB , 1x63 A RCCB (100 mA Sensitivity), 9x6A SP MCB & 6x20 A SP MCB as per specification Item 30.F.450 3 EA
648 647 Type V Distribution Board : Double Door, EURO DB of Havells or equivalent approved make having 200 A TPN Bus Bar, 1 x 100 A FP MCB, 1x100 A FP RCCB (100 mA Sensitivity), 9x32 A SPN Motor duty MCB as per specification Item 30.F.460 2 EA
649 648 Critical Light DB : Euro DB DBOXx of Havells or equivalent make complete with bus bar, neutral links, earth links and 1 x 6 A MCB SPN & 7x2 A SPN MCB Item 30.F.470 2 EA
650 649 Decorative Light fittings : Supply, installation, connection, earthing and testing of the following fittings,including supply and installation of drop pipes, hooks, fittings, fixtures, nuts,bolts, supports, on walls, outlet box for regulators and all other required materials etc. as per specifications, drawings and directions of the Site Engineer including cost of all labour, tools, materials etc. complete in all respects.Make of the fittings can be the make mentioned in the respective SOR items or equivalent model from the approved make list given in the specifications. Item 30.F.480
651 650 LED light fittings with LEDs, Sereno LED-Suspended-SP824 P LED 30S-5000 GR OD or approved equivalent:Supply and fixing of surface mounted weather proof light SP824 P LED 42 W having 2950 lumens output fitting of PHILLIPS or equivalent approved make complete with all accessories such as LED module, driver, optics, thermal sink, connector blocks etc including installation with LED of approved make. Item 30.F.490 12 EA
652 651 LED light fittings, Recess mounting type, Sereno LED-RC869B LED 30S-6500 PSE W30L120 D8 or equiavlent approved make with LEDs: Supply and fixing of recess mounted weather proof light Sereno LED-RC869B LED 30S-6500 PSE W30L120 D8 or equiavlent approved make with LEDs, 42 W or more, having 2950 lumens or more output. LED Fitting of PHILLIPS or equivalent approved make complete with all accessories such as LED module, driver, optics, thermal sink, connector blocks etc including installation with LED of approved make. Item 30.F.500 8 EA
653 652 Supply, installation, testing and commissioning of swan neck lighting pole of 100mm nominal Diameter B class MS pipe (Height of bottom of light fitting shall be 2 meters from FGL), having base Plate 200mmx200mmx5mm along with Flameproof and Weatherproof 2x18W LED well glass light fitting complete with LED lamp and builtin control gear and choke of approved make(Cat.No.WG/A/1234 of Sudhir Switchgears or equivalent approved make), including supply and installation of earthing conductor of 8 SWG GI wire, nuts, bolts, Neck portion of lighting pole shall made up be of 50mm diameter GI pipe(radius of neck shall be 250mm). The pole shall be painted with 01 coat of primer and 02 coats of aluminium paint. The job shall also include supply and installation of 4 way Flameproof/weather proof junction box(with 4 cable entries) having 8 Nos., 6A, 440V shrouded terminal, with double compression FLP glands/lugs with looping arrangement and supply and termination of 3C X 2.5 sq. mm. armoured copper PVC/XLPE insulated cable from JB to light fitting The job complete in all respects as per specifications, drawings and instructions of EIC / Site engineer. Item 30.F.510 1 EA
654 653 Ceiling fan with electronic regulator & other accessories and fittings etc. of or approved make as per appendix -1 with the following sweep size:- 56" Sweep Item 30.F.520 8 EA
655 654 Exhaust fan : Supply, installation, testing of single phase 230 V, industrial type heavy duty exhaust fan of GEC/Usha/Crompton Greaves or of approved make as per appendix -1 fitted/ provided with louvres, supports etc. including making the required opening on walls, fixing and connecting the wires etc. including earthing the body of the fan, making good the opening on the wall etc. complete as per specifications, drawings and direction of Site Engineer including the cost of all labour, tools, materials etc. complete. Item 30.F.530
656 655 18" Sweep Item 30.F.540 6 EA
657 656 PVC Conduit pipes : Supply, installation, fixing in position, PVC conduit pipes, of ISI marked , in concrete, brick work etc. during or after construction by making grooves in the wall, ceiling etc. cutting threads and jointing the pipes with PVC couplers, providing necessary tees, bends, junction boxes etc. with 12 SWG GI wire inside conduit without joint for concealed wiring, including making good the concrete, brick work, surfaces etc. complete as per drawings and direction of Site Engineer / Engineer-in-charge including cost of all labour, materials etc. Item 30.F.550
658 657 19 mm Item 30.F.560 400 M
659 658 25 mm Item 30.F.570 350 M
660 659 32 mm Item 30.F.580 150 M
661 660 Supplying and laying reinforced cement concrete light duty hume pipe, non pressure type (NP3), centrifugally cast conforming to I.S.458 with 1:3:6 concrete casing at joints as required with necessary slope including excavation, backfilling, supply of collars, jointing of pipes with stiff mixture of cement mortar in the proportion of 1:2 ( 1 cement: 2 fine sand), testing of joints, complete in all respects as per specifications, drawing and the direction of the EIC/Site Engineer. Item 30.F.590
662 661 300 mm dia Item 30.F.600 90 M
663 662 Supply, installation and testing of Lightning arrestor on top of the MOV/Control building buiding or MOV CP buiding for diverting lightning surges to the ground. The work shall include supply of 1.2 Meter long copper lightning arrestor with 5 spronged phenyl rod base plate etc. complete with necessary insulators including supply and fixing of 50 x 6 mm GI earthing strip of required length and connection to the main earthing grid . Item 30.F.610 2 EA
664 663 Supply,fixing and erection of modular cable transit MCT for cable entry to building in proper frame including supply of peelable type,spare block,stay plates, compression wedgs etc with all accessories as per specification considering 20% min spare in each module to be installed as per instruction of engineer in charge/site engineer Item 30.F.620
665 664 Galvanised mild steel frame-with packing space of min.120 X 240 mm with multi diameter blocks and accessories with peeling off arrangement to adjust cable sizes from 3.5 mm to 99 mm outer dia Item 30.F.630 5 EA
666 665 Galvanised mild steel frame-with packing space of min.120 X 180 mm with multi diameter blocks and accessories with peeling off arrangement to adjust cable sizes from 3.5 mm to 99 mm outer dia Item 30.F.640 5 EA
667 666 FLAMEPROOF LED FITTING 90 W, Ex'd' (Flameproof) Flood Light Fixture with provision of Cable Entries: 2 Nos. x 3/4" ET, Cable Glands: 2 Nos. x 3/4" ET (Max. OD 20mm) - Ex'd'(IIA/IIB), Double Compression type, Brass Nickel Plated with PVC Hood. Blanking Plug: 1 No. x 3/4" ET - Ex'd', Brass Nickel Plated. Gasket: Neoprene, Hardware: SS 304, Earthing: External 2 Nos. (M6), Internal 1 No. (M5), and as per attached detailed technical specification Item 30.F.650 6 EA
668 667 "FLAMEPROOF LED FITTING 90 W, Ex'd' (Flameproof) Well Glass Light Fixture with provision of Cable Entries: 2 Nos. x 3/4"" ET, Cable Glands: 2 Nos. x 3/4"" ET (Max. OD 20mm) - Ex'd'(IIA/IIB), Double Compression type, Brass Nickel Plated with PVC Hood. Blanking Plug: 1 No. x 3/4"" ET - Ex'd', Brass Nickel Plated. Gasket: Neoprene, Hardware: SS 304, Earthing: External 2 Nos. (M6), Internal 1 No. (M5), and as per attached detailed technical specification. " Item 30.F.660 6 EA
669 668 7 MECHANICAL WORKS Item 30.G
670 669 "Supply and Erection of Structural Steel: Supplying at site, steel structural items such as steel plates, bars, chequered plates, angles, beams channels, commercial quality heavy pipes, C.I. Rollers, bolts & nuts, washers, grouting bolts, padding plates etc., fabrication and erection of saddle supports and other type of supports for pipes manifolds and valves, fabrication and erection of platforms walkways, stairways etc., copper slag blast cleaning, priming and painting the finished structures including supply of all other inputs such as labour, materials, consumable etc. necessary to perform and complete the work in all respect, in accordance with drawings, specifications and instructions of the Site Engineer / EIC. (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 )" Item 30.G.10 10 TON
671 670 "Supply and Erection of Electroforged Grating Supplying at site, steel structural items such as steel plates, bars, fabrication of gratings by electroforged method, after complete fabrication entire gratings shall be Hot Dip galvanized, gratings shall be normany of size 810mm X 250mm for steps and 1200mm X 1000 mm or 810mm X 1000 mm for platforms / walkways, or any size as advised by EIC. Placing gratings in a replaceable mannerbolting with base frame of ISA by suitable GI clamps and GI fasteners, including supply of all other inputs such as labour, materials, consumable etc. necessary to perform and complete the work in all respect, in accordance with drawings, specifications and instructions of the Site Engineer / EIC. (Amausi Marketing Terminal = 5 ,Lucknow AFS = 5 )" Item 30.G.20 10 TON
672 671 "Supply and Erection of GI Structural Supplying at site, GI structural items such as flat, bars, chequered plates, angles, beams channels, commercial quality pipes,bolts & nuts, washers, grouting bolts, fabrication and erection of various structures items including supply of all other inputs such as labour, materials, consumable etc. necessary to perform and complete the work in all respect, in accordance with drawings, specifications and instructions of the Site Engineer / EIC. (Amausi Marketing Terminal = 1500 ,Lucknow AFS = 1500 )" Item 30.G.30 3000 KG
673 672 "Painting: Cleaning exposed steel surfaces of piping, equipment and valves etc. by copper slag blasting or with power wire brush (wherever sand blast cleaning is not possible) free of dust, grease, mill scales etc. priming with one coat of primer and painting the surfaces with two coats as per specification, with approved materials, paints, brushes, labour, equipment etc. and completing the job in all respects as per specification and instructions of the Site Engineer / EIC. All materials including supply of paint are in the scope of contractor." Item 30.G.40
674 673 Zinc Ethyl Slicate Primer (Amausi Marketing Terminal = 330 ,Lucknow AFS = 200 ) Item 30.G.50 530 SQM
675 674 High Build EPOXY MIO (Amausi Marketing Terminal = 330 ,Lucknow AFS = 200 ) Item 30.G.60 530 SQM
676 675 Isocynate Aliphatic Poly Urethene(PU) (Amausi Marketing Terminal = 330 ,Lucknow AFS = 200 ) Item 30.G.70 530 SQM
677 676 "PU /liquid epoxy Coating of under ground piping: Cleaning exposed steel surfaces of piping, equipment and valves etc. by abrasive blasting or with power wire brush (whereverabrasive blast cleaning is not possible) free of dust, grease, mill scales etc. and applying polyurethane coating(PU) using 100% solvent free elastomeric plyurethane/ liquid epoxy, with approved materials, labour, equipment etc. and completing the job in all respects as per specification and instructions of the Site Engineer / EIC. All materials including supply of paint are in the scope of contractor. " Item 30.G.80
678 677 Polyurethane Coating(PU)/ Liquid Epoxy Coating (Amausi Marketing Terminal = 150 ,Lucknow AFS = 60 ) Item 30.G.90 210 M2
679 678 Supply Fabrication and Erection of temporary pump strainer: Supplying at site, steel structural items such as steel plates / sheets, SS perforated sheet, SS wire mesh, square bar, and other required structural steel items, cutting, grinding, welding, brazing, soldering, fabrication of temporary pump strainer of different types and sizes as per the drawing, sand blast/ power brush cleaning, priming and painting the finished structures, erection of the strainer in the spool piece provided in suction of mainline pumps at the commissionin including supply of all other inputs such as labour, materials, consumable etc. necessary to perform and complete the work in all respect, in accordance with drawings, specifications and instructions of the Site Engineer / EIC. Item 30.G.100
680 679 6" mesh Size 20 (Amausi Marketing Terminal = 2 ) Item 30.G.110 2 EA
681 680 Copper Strips/ Flats for Jumpers for Flanged Joits of the Product Process Piping: Supply and Installation of one copper jumper per flanged joint across the flanged joints for valves, spool piece, branch offs etc., of product process piping, The job includes cutting drilling of holes of required size in the copper strips/ flats for bolting purpose and complete the works in all respects as per specifications & drawings and instructions of Site Engineer/ EIC. Note:- Copper jumpers shall be installed in all the flanged joints of Product Process piping only and not in fire water lines. Item 30.G.120
682 681 Up to 30 mm wide x 1 mm thick Copper strip (length may vary from 50 mm to 200 mm) (Amausi Marketing Terminal = 50 ,Lucknow AFS = 50 ) Item 30.G.130 100 EA
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail