}

Laying And Construction Of Steel Gas Pipeline And Terminals Along With Associated Facilities For Nagpur Chindwara - Jabalpur Pipeline Ncjpl, Part C Of Mnjpl Project, nagpur-Maharashtra

Gas Authority Of India Limited has published Laying And Construction Of Steel Gas Pipeline And Terminals Along With Associated Facilities For Nagpur Chindwara - Jabalpur Pipeline Ncjpl, Part C Of Mnjpl Project. Submission Date for this Tender is 08-02-2022. Gas Pipe Line Tenders in nagpur Maharashtra. Bidders can get complete Tender details and download the document.




Tender Notice

30728956
Corrigendum : Laying And Construction Of Steel Gas Pipeline And Terminals Along With Associated Facilities For Nagpur Chindwara - Jabalpur Pipeline Ncjpl, Part C Of Mnjpl Project
Open Tender
Indian
Maharashtra
nagpur
08-02-2022

Tender Details

Laying And Construction Of Steel Gas Pipeline And Terminals Along With Associated Facilities For Nagpur Chindwara - Jabalpur Pipeline Ncjpl, Part C Of Mnjpl Project

Corrigendum Details

Sr No CorrigendumDate Corrignedum CorrigendumType NewSubmissionDate
1 17-Jan-2022 Corrigendum No. 1 Terms and Conditions 08-02-2022
2 28-Jan-2022 Volume II Part I C1 Other 08-02-2022
3 28-Jan-2022 Volume II Part 2B Other 08-02-2022
4 28-Jan-2022 Volume II Part 2A Other 08-02-2022
5 28-Jan-2022 Corrigendum No. 2 Other 08-02-2022
6 28-Jan-2022 KMZ File Other 08-02-2022
7 28-Jan-2022 Volume II Part I C4 Other 08-02-2022
8 28-Jan-2022 Volume II Part I C3 Other 08-02-2022
9 28-Jan-2022 Volume II Part I C2 Other 08-02-2022

Key Value

Document Fees
Refer document
EMD
INR 28022000.0 /-
Tender Value
Refer document

BOQ Items

Name of Work: Project :Nagpur-Chhindwara-Jabalpur Pipeline (NCJPL), Part C - MNJPL ProjectSECTION-I
Sl. No. Item Description
1MAINLINE WORKS
2PIPELINE LAYING / INSTALLATION
3Laying/ installation of coated line pipe, associated fittings and accessories, etc. as per specifications, drawings, other provisions of Contract and instructions of Engineer-in-Charge of the sizes mentioned herein, including but not limited to carrying out the following : "Receiving and taking-over", handling, loading (except bare/coated line pipe from Owner"s designated dumpyard for this project), transportation and unloading of Owner supplied externally corrosion coated and bare line pipes and other Owner supplied materials fromOwner designated place(s) of issue/ dump site(s) to Contractor"s own stock-yard(s)/ workshop(s)/work-site(s)includingstringingonthepipelineRight-of-Use(ROU)/Rightofway(ROW);ArrangementofalladditionallandrequiredforContractor"sstorage, fabrication, access for construction (other than Owner provided ROU/ROW); supply of all materials (except Owner supplied materials), consumables, equipment, labour, etc. and other incidental works;carrying out all temporary, ancillary, auxiliary works required to make the pipeline ready for pre-commissioning as per drawings, specifications, scope of work indicated in Doc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003 and other provisionsof Contract document and instructions of Engineer-in-charge, including but not limited to carrying out the following works : Staking and installation of temporary construction markers, clearing, grubbing & grading of Right of Use/ Right of Way;
4CountingthenumberandtypeoftreescutinpresenceofDFO / concernedauthoritiesand keepingrecordthereof;shifting ofallobstructionwithin theROU/pipelineroute alignment viz. electrical line / pole, telephone line (poles), foreign pipeline; coordination with concerned authorities. Trenching to all depths and to a width to accommodate the pipeline and/or optical fiber cable/cable duct/ conduit during lowering & backfilling as specified in scope document and as per the relevant standards, specifications, etc. by excavationin alltypes ofsoils (includingsoft/hardrock), includingchiselingorotherwisecuttingetc.; providingdepth of padding in trench bed & above and around the pipeline, HDPE duct and OFC with sand / graded earth approved by Engineer-in Charge; Trenching in rocky terrain by use of rock hammer/ Rock breaking tool or any other suitable and approved method, including controlled blasting (if required) with due approval of EIC. Rock details shall be as per SOW Doc.No. 00033-NCJ-GEN-PL-SOW-0002 / 0003
5Survey of the detours, if required at the time of construction including marking the same in topographical sheet, preparation of AFC drawings showing survey detail and submitting same to Owner to review.
6Carryingout repairs ofpipe defects/replacement incase ofirreparabledefectsand repairsofdefectsofpipecoatingnotattributabletoOwnerincludingdefects/ damages occurring during transportation/ handling after taking over from Owner by Contractor including management of their own dump site, if required. Thorough internal cleaning of all pipes by suitable methods to remove debris, shots, grits etc. to the satisfaction of Engineer-in- Charge;
7Stringing of line pipes along ROU/ROW including providing straw and sand.
8Aligning, bending, cutting and beveling (as required) of pipes for welding and field adjustments, NDT of rebevelled area, welding, carrying out non-destructive testing (100%) by AUT/ X-Ray of welds as required and providing all requisite equipment, labor, supervision, materials, films, consumables, all facilities and personnel to process, develop, examine andinterpretradiographsandothertestsasrequired;carryingoutrepairsofweldjointsfounddefectivebyEngineer-In-Charge,carryingoutre-radiographyandother nondestructive tests such as ultrasonic test etc. as required on repaired joints, etc. as mentioned in Doc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003 & Particular Jobs Specification. Installation of carrier pipe including concrete coated pipes (wherever required) at all crossings including roads/ cartrack / pathway / drain / canals/ nala/ marshy lands/ ponds/ other water crossings etc. (except at crossings by HDD method, Cased crossings, Crossings by machine moling and by open cut conventional method that are specifically covered separately elsewhere in the SOR) by open cut after prehydrotest of the section, including re-storation of the banks to original conditions (in case of waterbody crossings) duly accepted by Competent Authority as defined as per specification.
9Supplyofcoatingmaterialsforallfieldjoints, LongRadiusBends,BurriedFittings,Valves,etc.includingheatshrinkablesleevesandhighbuildliquidepoxyetc.asper specifications compatible with 3-Layer PE Coating as per tender specifications with prior approval of Engineer-in-charge. Coating of all field weld joints, long radius bends, buried fittings, valves etc.;
10Training and diversions of streams in steep slope areas, wherever required.
11Crossing all the foreign pipeline / HT line / Power lines/ cable / any other utilities etc. with necessary concrete / PVC/ HDPE protection including coordination with all agencies.
12For seismic area - the trenching and backfilling shall be carried out as per specification and drawing no. 00033-NCJ-GEN-PL-DST-0001 - Trench dimensions and cohesion less select backfill for pipeline in seismic zone (excluding backfilling with selected soil for seismic area covered separately).The testing of cohesionless soilshall be as per SOW Doc. No. Doc.No. 00033-NCJ-GEN-PL-SOW-0003 Lowering the pipelines in trench as per specification and standard drawing including providing sand bag separators for parallel pipelines at the specified spacing (when applicable), providing required padding with sand/graded material approved by Engineer-In-Charge, over and around the pipeline, OFC & HDPE Duct, in rocky areas, including supply of sand/ graded material. In additionto padding, rock shield to be supplied and installed over the pipeline in rocky areas, backfilling with available, approved excavated material and/or other suitable soil approved by Engineer-In-Charge; Taking DGPS coordinates of each weld joint (including tie in joints) and including the same in field inspection report. The coordinate must have X,Y,Z (ground level) along with depth of cover. Supply and installation of slope breaker as per specifications and drawings in steep slope areas, wherever required;
13Installation of LR Bend, as per specification wherever required depending on site condition.
14Supply and installation of warning mat as per relevant clause mentioned in Doc.No. 00033-NCJ-GEN-PL-SOW-0002 / 0003 and specifications/Datasheet enclosed in the bid document. Carrying out cleaning, pigging and hydrostatic testing including air cleaning, flushing, filling, gauging, pressurization of complete pipeline in various test sections as approved by Engineer-In-Charge to the specified test pressure, providing all equipment, pumps, fittings, instruments, dead weight tester, test headers, pressure recorder, all types of pigs etc., and services, supervision, labour, consumables, water including supply of corrosion inhibitor, air, etc. as required, locating of leaks, if any, occured during hydrotesting attributable to contractor either by further sectionalising or any other suitable standard recommended practice with due approval of Engineer-in-Charge and rectification of defects, retesting after rectification, successful completion of hydrotesting of pipeline to acceptance criteria defined in the specifications.
15(Note : Leak detection, its rectification and successfully re-hydrotesting shall be carried out by Contractor with a view that completion of all activity for successful hydrotesting is not inordinately extended, which will hamper the overall project schedule. Further, no extra payment claim shall be entertained for re-hydrotesting and leak detection if defects found attributable to Contractor.
16All tie-ins, including the tie-in(s) of the pipeline / piping installed with the adjacent section of pipeline by others including cutting of test header, re-beveling as required , radiography and other NDT examination, joint coating as per specification.
17Carrying out all temporary, ancillary, auxiliary works and all incidental works required to make the pipeline ready for pre-commissioning;
18Repair of defects recorded during MCP/EGP/gauge plate run or otherwise including cutting, beveling, welding, radiography, field joint coating etc; as applicable, Final clean-up and restoration of right of way/ right of use including disposal of debris and returning all surplus material to defined disposal areas and storage yards as mentioned in Doc.No. 00033-NCJ-GEN-PL-SOW-0002 / 0003, as directed by Engineer-In-Charge;
19Restoration of land, facilities, boundary wall and roads etc. and associated facilities dismantled/ damaged by the Contractor during construction; Complying with all stipulation/conditions/recommendation of the authorities before and after execution of the work; Preparation of as-built drawings, pipe-book and other records as specified in the specifications. SOR shall be read in conjuction with scope of work, job specific requirements, specifications, standards, drawings and other provision of contract document. All above works, line pipe laying and installation all above works for buried pipeline as per following details:
20Installation of Coated Line Pipes as per following details:
21Line pipe details
22Size(OD) mmThk.(mm)Grade Coating TypeLength of each Pipe Type of SoilTerrain/ Area
23457.27.1 API 5L Gr. X-70 PSL-2 3 Layer PECoating Double random (approx.11.5 to 12.5 mtr.) & Bevel EndAll type of soil Flat / Undulating
24457.28.2 API 5L Gr. X-70 PSL-2 3 Layer PECoating Double random (approx.11.5 to 12.5 mtr.) & Bevel EndAll type of soil Flat / Undulating
25457.29.7 API 5L Gr. X-70 PSL-2 3 Layer PECoating Double random (approx.11.5 to 12.5 mtr.) & Bevel EndAll type of soil Flat / Undulating
26Notes : 1. This itemrate is applicableforcompleteworkoflaying ofundergroundpipelineofSection-I (18" x 61.875 Km-From Nagpur DT to Maharashtra-Madhya Pradesh BorderCH.61+875Km asperSchematicRouteDiagram(ReferDrg.No.:00033-NCJ-GEN-PL-DSD-0001enclosedasANNEXURE-1to00033-NCJ-GEN-PL-SOW-0002)includinginstallationofaboveground insulatingjoint & flow tee and station approachpipelinebut excludingaboveground& undergroundinstallationofSV Station (tie-into tie-in with mainline) which are covered separately. The length of pipeline are tentative. 2. Rate for laying of OFC & duct shall be quoted in relevant Schedule of Rates (SOR) of Telecom works, hence not to be included in Pipeline Laying works. 3. For soft / normal soil and rocky area details, refer Alignment Sheets, Soil Investigation Report and Detailed engineering survey report enclosed with Bid. 4.The above rate shall be inclusive of hydrotesting of complete pipeline under SECTION II including hydrotesting of all crossing sections (including those of HDDs performed by separate agency, if any) along-with the mainline. Hydrotest diagram drawing and calcualtion details shall be submitted. 5. Payment for Preparation of as-built drawings, pipe-book and other records as specified in the specifications is to be coveredin this SOR rate. 6. List of crossings indicating tentative crossing methodology is enclosed as(Doc.No. 00033-NCJ-GEN-PL-SOW-0002 / 0003). Bidders are advised to visit the site for actual assessment of various crossings.Payment shall be made as per approved crossing methodology as per relevant SOR item. 7.In case of change of crossing methodology as indicated in (Doc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003) by EIC, the rates shall be payable as per relevant SOR item. In case, Contractor changes crossing methodology from open cut to trenchless/any other method on his own, then, no additonal payment shall be admissible on this account. 8. Contractor shall return all surplus material to defined storage yard as mentioned in Annexure-1 to SCC, as directed by Engineer-In-Charge. 9. Payment for supply & application of continuous concrete weight coating will be made as per other relevant SOR item. 10.Theaboveitemrateexcludescrossingsby HDD,Casedcrossings, crossingsby Opencutconventionalmethodand moling method (whicharecovered separately in relevant SOR items). For other crossings, it is deemed to be inclusive in above item rate. 11. For detail of pipeline route, refer Survey report & Alignment sheets enclosed with the bid document. 12. For ground profile, refer Alignment Sheets, Detailed engineering survey report and profile drawings enclosed with the bid document. In case of variation between Survey Reportand profile drawings, the later shall be followed. 13. Backfilling shall be as per standard practicesand to the satisfaction of EIC. All required restoration work subsequent to laying worksshall be required to be undertaken by the contractor to the satisfaction of EIC. 14.Bifurcation of Soil & Rocky starta shall be done based on the equipments used in trenching the pipeline section. For Rocky starta, contractor has to use rock breaking tool / rock hammer or other equivalent tools for preparation of trench with due approval of EIC. Supply and installation of rock shield as per specification including padding through sand/soft soil is inclusive in above item.Bidder have to quote accordingly. 15.Backfilling of station approach area -types of soil including supply of sand in place of available excavated material and/ or other suitable soil as per applicable standards/ specifications, including backfilling of excavated trench for specified length after laying of pipeline, including transportation of backfill material over all distances and disposal of surplus excavated soil, complete.(Refer Drg. No.00033-NCJ-GEN-PL-DST-0001 ,Typical Trench drawing for station approach)
27CONTINUOUS CONCRETE COATING
28Additional work over and above SOR Sl. No. 1for supply of all consumables and materials and application of continuous concrete weight coating of minimum density 2245 Kg/m3 of minimum grade M-35 (design mix), on pipes of all wall thicknesses and concrete coating of the field joints thereof, in all areas of work (wherever required) except rivers / waterbody crossings covered separately under SOR item no. 6, and performing all works as per specifications and instructions of Engineer-in-Charge and other provisions of Contract document. Refer Drg. No 00033-NCJ-GEN-PL-DST-0001 / IND-NCJ-00-PL-DST-024 and SOW document no. 00033-NCJ-GEN-PL-SOW-0002 / 0003
29Pipes as per following details :
30Pipe OD-457.2 mm, WT- 7.1 / 8.2 / 9.7 mm for API 5L X-70, Coating Thickness -75 mm
31BACKFILLING WITH SELECT SOIL
32BACKFILLING WITH SELECT SOIL (Other applicable area)
33Unit rate over and above SOR Sl. No. 1 for supply of specified and approved quality of Engineered soil / rock / other types of soil including supply of sand in place of available excavated material and/ or other suitable soil as per applicable standards/ specifications, including backfilling of excavated trench for specified length after laying of pipeline, including transportation of backfill material over all distances and disposal of surplus excavated soil, complete after approval from EIC and Owner. Refer Drg. No.00033-NCJ-GEN-PL-DST-0001 / IND-NCJ-00-PL-DST-028 and SOW document no. 00033-NCJ-GEN-PL-SOW-0002 / 0003.
34PIPING WORKS FOR SECTIONALIZING VALVE STATION
35All works for installation of all piping, valves, Insulating joints and flow tee above ground at all elevations and below ground at all depth for Sectionalising Valve Station in all type of terrains and soils including transportation and handling of all Owner supplied materials i.e. extended stem full bore 18" (457.2 mm OD) butt welded, SV Sectionalising Ball valve, Insulating Joint of all size, Ball valves (8" and above), Flow tees of all size, QOEC, line pipes for mainline etc. from Owner"s designated places(s) of issue to work site. Supply of gaskets, studs, nuts, copper jumpers, nipples & coupling etc. Installation / Erection of instrumentationitems i.e. pressure gauge, SS tubing and temperaturegauge including tubing works, consumables, manpower, machineries, tools & tackles for carryingout allmechanicalworks ofundergroundandabove groundpipingincludingfabrication, welding, nondestructive testing of welds, weld repairs/ re-testing,
36cleaning/flushing,pre-hydrotesting&post hydrostatictesting,dewatering,functionaltesting,cuttingofmainlineandbevelling(ifrequired),tie-inofvalveassembly,including radiography of tie-in joints, corrosion coating (by heat shrink sleeves) for buried piping and external painting for burried fittings by high build epoxy of min. 600 micron of R-95 or equivalent asrequired,obtaining all statutory clearances, approvals and permissions for the works (wherever required), making of valve pit [for detail refer relevant drawings (i.e. P&ID, Plot Plan) for SV Station enclosed with tender] filled with sand, excavation and filling in all types of soils including soft/hardrock for installation of piping/ pipe supports includingallassociatedcivilworks ( pertainingto supports only); painting, finishing, clean-upand restorationofsite; preparationofas-builtdrawings, documentsand project records and performing all works as per drawings, specifications, other provisions of Contract document and instructions of Engineer-in-charge.
37Sectionalizing Valve Station-01
38Sectionalizing Valve Station-02
39Notes: 1. This work is exclusive of all works associated with main pipeline covered at SOR Sl. No. 1.0 above. 2. All Civil/ structural works except for piping supports will be paid separately as per rates provided elsewhere. 3. Work is inclusive of receiving, taking over, loading & unloading of company supplied material and return of surplus material to Company"s defined stockyard/store as mentioned in Doc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003 and as directed by Engineer-in-charge. 4. All other works pertaining to SV Station (Instrumentation works) shall be paid as per rates provided elsewhere in the tender document. 5. Length shall be considered from tie-in to tie-in with mainline. 6. Supply of assorted pipes of all size, all types of valves (except Ball valves of size 8 " and above) and flanges & fittings (all sizes) shall be paid as per rates provided elsewhere in the SOR.
40(Refer plot plan drawing and P&ID for Sectionalising Valve Stations enclosed with tender document for ascertaining quantum of mechanical work associated with SV Station).
41RIVER CROSSING (by HDD Method)
42Completeworkoftherivercrossings(betweenthelimitsasdefinedindrawing-detailedconstructiondrawingsshallbepreparedbythecontractordulyapprovedby OWNER/PMC) by Horizontal Directional Drilling (HDD) method including "Receiving and taking over" of owner supplied three layer PE coated line pipes from owner"s designated places of issue/ dump site(s) and transportation to Contractor"s stock yard/ work shop/ worksite including all handling, loading, unloading, aligning etc. supply of all consumables, deployment of manpower, equipments, other resources to work site(s) and acquiring the required land for storage, fabrication, site office access for Contractor etc. and execution ofbut not limited to the following works in accordancewith specifications, scope ofwork and instructions ofEngineer-in-charge and as perprovision ofContract Document. Geotechnical and Hydrological survey data for Bore Holes will be furnished by Owner/ PMC, to the extent available. However PMC/ Owner shall not be held responsible for the change of strata if found to be variable. Contractor may ascertain the bore hole data by taking random samples,obtain historical data/ scour depth (in case of river) from concerned authority ascertaining underneath soil & strata, necessary cover required over the carrier pipeline from lowest bed level of the stipulated water crossingif they feel the necessity. Design & calculation, detail engineering and making of crossing drawing for getting approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for water crossings as well as utility crossings (if any) encountered during water crossing prior to start of execution of work as perdrawing Refer Drg. No.00033-NCJ-GEN-PL-DST-0001- Typical pipeline details for River HDD crossing and particular job specification for HDD crossing Doc. No.00033-NCJ-GEN-PL-SPC-0003 / IND-NCJ-00-PL-SPC-00020.
43Drilling to the required depth on the banks and bed including maintenance of drill hole in all types of strata including hard rock, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of the river crossings by HDD methods for providing with minimum cover either (i) Minimum 1.5m below the scour level / profile or as duly approved/ accepted by concerned authority (under whose jurisdictions the crossing lies) whichever is moreFor rivers with rocky bed or (ii) Minimum 2.5m below the scour level / profile or as duly approved/ accepted by concerned authority (under whose jurisdictions the crossing lies) whichever is moreFor major rivers. and (iii) In addition to point (i) & (ii), In case of multiple combined X-ing i.e. river alongwith road/ drain, minimum cover requirement as per specification/ concerned authority for each type of crossing has also to be fulfilled.
44Laying of pipeline by the approved HDD method across the river crossing including strings preparation of pipes, welding, testing, 100 % NDT by AUT/ radiography by X-ray, welding repair and retest, coating of field joints with special type Dirax Heat Shrink Sleeve or equivalent (including supply of coating material) and repair of pipeline coating with special PERP-60E repair patch or equivalent material (including supply of repair patch) as per specification, pre and post hydrotest of complete strings made for crossing etc. as per specification.
45String preparation and laying of 6 inch CS conduit for OFC by HDD method, welding etc.
46Backfilling of the ditch/ trench including restoration and clean-up of area, disposal of drillingfluid &waste etc. to the satisfaction of Engineer-in-charge and /or as directed by Concerned Authority.
47Gauging,Pigging,Cleaning,Pre and Postinstallationhydrotesting,dewatering,swabbingandtie-inwithpipelineateitherbanksetc.asperspecifications,codes,approveddrawings, calculations, methods and as directed by Engineer-in-charge and provision of contract document; getting NOC from all concerned authority of the facilities crossed.
48Crossing of Kolar River at chainage 50+425 Km for carrier pipeline of size 457.2 mm OD x 9.7mm of API 5L Grade X-70 and CS conduit of size 150 NB X 6.4 mm thick. of IS 3589Gr. Fe 440 /API 5L Gr B or equivalent ERW Pipe for HDPE duct and OFC.
49Notes: (i)Crossings indicated in crossing detail drawing enclosed with the tender are tentative. Crossing width may vary as per site condition.Bidders are advised to visit the site for actual assessment of extent of crossing and to assess the extent of cover which may have to be provided. Actual string length for HDD shall be as per design calculations so that pipe is not under stress as permitted by codes/ specifications.Final length of string shall be decided after decision of minimum cover requirement by concerned Authority/ Engineer-in-charge. (ii)The Contractor has to quote for all crossings alongwith 6" CS conduit with 2 nos HDPE conduit inside.It is sole discretion of the Contractor to do HDD crossing of mainline pipe as well as CS conduit pipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled through the samedrill hole or makingseparate HDDfor 6"CS conduit for OFClaying at minimum 4m distance apart from centreline of HDD of mainline either side.No separate payment for HDD for 6" CS conduit shall be paid. (iii)Payment shall be made only for the length of final tied-in carrier pipeline string with mainline and CS conduit laid by HDD method under the above item rate and no separate payment shall be made under any other clause mentioned elsewhere. (iv)Geo-technicalinvestigationandhydrologicalsurvey data/reportofalltheabovecrossingsshallbeprovidedtothesuccessfulbidderduringexecutionofthecontract. Contractor shall submit design calculation and all construction (profile) drawings in line with provided survey data for Owner / PMC approval. Work shall start only after approval of the above. (v)Contractor shall verify the authenticity of the data provided during execution and if required, additional geo-technical investigation & hydrological survey shall be carried out by the contractors for HDD crossings without any cost and time implication. (vi)Contractor shall not be entilted for any extra payment due to location / area constraint, capacity of rig, etc. (vii) In case of change of crossing methodology for any above listed crossing as decided by EIC, the payment for that crossing shall be made as per relevant SOR item. (viii) Pre and Post Hydrotesting shall be carried out as per approved procedure. (ix) Payment for supply of CS conduit shall be made as per rates available elsewhere in the SOR. (x) Contractor shall fully comply Tender specification , Typical construction drawing of HDD and scope of work.
50RIVER/ WATERBODY CROSSINGS BY OPEN CUT CONVENTIONAL METHOD
51Complete work of the crossings (between the limits as defined in approved drawing) including "Receiving and taking over" of owner supplied corrosion coated line pipes from owner"s designated places of issue/ dump site(s) and transportation to Contractor"s stock yard/ work shop/ worksite including all handling, loading, unloading, etc. supply of all Contractor supplied material to worksite(s) including consumables, deployment of manpower, equipments, other resources and acquiring the required land for storage, fabrication, access for Contractor etc. and execution of, but not limited to, following works in accordance with specifications and instructions of Engineer-in-charge and as per all provision of Contract Document.
52For waterbody crossings: Pre-construction survey, obtaining scour depth (for river) from concerned authority (if required), necessary cover required over the carrier pipeline from lowest bed level of the stipulated water crossing to be obtained from concerned authority, bed strata data including design & detail engineering and making of crossing drawing for getting their approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for water crossings as well as utility crossings (if any), encountered during water crossing prior to start of execution of work as per Pipeline construction specification Doc. No.00033-NCJ-GEN-PL-SPC-0003 / IND-NCJ-00-PL-SPC-00021.
53Following data shall be obtained from concern authority/ local sources (for river) to finalise scour depth :-
54(i) Past Historical flood level data indicating HFL to determine highest flood level.
55(ii) River flow data including velocity of water flow.
56(iii) Necessary information regarding type of soil and strata underneath the river bed.
57All works related to construction of cofferdam, dewatering and stream diversion etc. (as required); Trenching to the required depth on the banks and bed including maintenance of trench in all types of strata, all depth to a width to accommodate the pipeline and CS conduit at all conditions of the water crossings for providing with minimum cover over top of the pipe at all point across the maximum possible width of water bed (as per drawing) either 1.5 mtrs. below the predicted scour profile expected during the life time of the pipeline (below Rocky strata) or 2.5 mtrs. below the available lowest firm bed (if scour profile/ depth not available) of the water crossing by ascertaining bed level upto 50 mtrs. both the side from crossing location or the actual depth as per code/ specification or as decided by concerned Authority/ Engineer-in-charge whichever is more.
58Strings preparation of pipes, welding, testing, 100 % radiography by AUT/ X-ray, welding repair and retest, coating of field joints with Heat Shrink Sleeve or equivalent (including supply of coating material) and repair of pipeline coating with repair patch or equivalent material (including supply of repair patch) as per specification, pre and post hydrotest of complete strings made for crossing etc.
59Final strings preparation of pipes as per approved drawing & specification or as decided by Engineer-in-charge depending on site condition, repair of coating damages,coating of field joints, etc. as per respective technical specification.
60Supply and application of Continuous concrete weight coating of minimum density 2245 kg/m 3 of mininum grade M-35 (design mix) on pipes and field joints thereof in all areas of work wherever required as per site condition and performing all works as per specification. Coating thickness - 75mm
61Laying of the pipeline by the approved crossing method across the water crossing in the approved trench.
62Supply and installation of warning mat as per relevant clause mentioned inDoc.No. 00033-NCJ-GEN-PL-SOW-0002 / 0003 and specifications enclosed in the bid document.
63Backfilling of the trench including supply and padding by select backfill as required: re-storation of banks to original condition duly accepted by Competent Authority and getting NOC from concerned authority, restoration of disturbed area and clean-up etc.
64Pigging,cleaning, Pre installation andPostinstallationhydrotest,dewatering,swabbingandtie-inwithpipelineateitherbanksetc.asperspecification,codes,approveddrawings,calculations, methods and as directed by Engineer-in-charge.
65River/ Water Crossings wherever required at minimum cover mentioned as above.
66Crossing of river/ waterbody for carrier pipeline of size 457.2 mm OD x 9.7 mm thkof API 5L Grade X-70 along with CS conduit of size 150 mm X 6.4 mm thick. ofIS 3589Gr. Fe 440 /API 5L Gr B or equivalent ERW Pipe for HDPE duct and OFC
671. Jhilpi River@ CH.09+040 2. Vena River @ CH.14+939 3. Saptdhara Nadi @ CH.33+196 4. Chandrabhaga Nadi @ CH.36+171
68Note: (i) The width indicated is not for any single crossing.This shall be as per requirement at site for crossing at different locations. (ii) Final length of string & cover from top of pipe for each crossing shall be decided and approved by concerned Authority/ Engineer-in-charge. (iii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit made for crossing laid by open cut conventional method are inclusive in the above item rate and no separate payment shall be made under other clause mentioned elsewhere. (iv) Payment for concrete coated portion (limited to bank to bank) shall be made by SOR item no. 6.1 . (v) If need for bank and bed stabilization arises as per instructions of Engineer-in -charge, the scheme for Bed & Bank Stabilisation as per drawing 00033-NCJ-GEN-PL-DST-0001-. shall be executed and the same shall be paid separately as per rates provided elsewhere in the SOR. (vi) This item rate is applicable for major waterbody crossings including river crossings as per instruction of EIC based on actual site condition. The above item rate is also applicable in case of change in crossing methodology of any particular crossing (as indicated inDoc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003) duly approved by EIC. (vii) Payment for supply of CS conduit shall be made as per rates available elsewhere in the SOR. (viii) Sagover bend to sagover bend length shall be considered for open cut river SOR quantity.
69CROSSING OTHER THAN RIVER (by HDD Method)
70Completeworkofanycrossing(betweenthelimitsasdefinedinapproveddrawing-detailedconstructiondrawingsshallbepreparedby thecontractordulyapprovedby OWNER/PMC) by HDD method including "Receiving and taking over" owner supplied three layer PE coated line pipes from Owner"s designated place to issue/ dump site(s) and transportationtoContractor"sstockyard/workshop/worksiteincludingallhandling,loading,unloading,aligningetc.supplyofallContractorsuppliedmaterialincluding consumables, deployment of manpower, equipment, other resources to work site(s) and acquiring the required land for storage., Execution of, but not limited to, following works in accordance with specifications and instruction of Engineer-in-charge and as per all provision of Contract Document and Pipeline construction specification Doc. No.00033-NCJ-GEN-PL-SPC-0003 / IND-NCJ-00-PL-SPC-00020.
71For waterbody, In-situ pre-construction survey including auger bore(s) of minimum 6.0 M depth [in the middle third of waterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata, its bore log by soil testing; obtaining historical data/ scour depth (in case of river) from concerned authority ascertaining under neath soil & strata, necessary cover required over the carrier pipeline from lowest bed level of the stipulated water crossing including design & calculation and detail engineering and making of crossing drawing for getting the approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for water crossings as well as utility crossings (if any) encountered during water crossing prior to start of execution of work. For road and railway crossings, pre-construction survey based on site visit, collection of data (if required) from concerned Authority including design and detail engineering and making of crossing drawings for getting their approval from concerned Authority / Engineer-in-charge, getting work permit/ NOC for the crossing as well as utility crossings (if any) encountered during crossing prior to start of execution of work.
72In case of water body crossings  Drilling to the required depth on the banks and bed including maintenance of drill hole in all types of strata including hard rock, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of the waterbody crossings by HDD methods for providing with minimum cover either (i) Minimum 1.5m below the scour level / profile or as duly approved/ accepted by concerned authority ( under whose jurisdictions the crossing lies) whichever is more For rivers with rocky bed or (ii) Minimum 2.5m below the scour level / profile or as duly approved/ accepted by concerned authority ( under whose jurisdictions the crossing lies) whichever is more For major rivers. or (iii) Minimum 1.5 m below the bed level / profile or as duly approved/ accepted by concerned authority ( under whose jurisdictions the crossing lies) whichever is more For minor waterbody crossings. and (iv) In addition to point (i) & (ii), In case of multiple combined X-ing i.e. river alongwith road/ drain, minimum cover requirement as per specification/ concerned authority for each type of x-ing has also to be fulfilled.
73In case of road and railway crossing Drilling to required depth from top of road including maintenance of drill hole in all types of strata including hard rock, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions encountered during road crossing by approved HDD methods for providing minimum cover specified in code/ specification or the actual depth as decided by concerned authority, whichever is more. In case of railway crossing, drilling to required depth from top of rail including maintenance of drill hole in all types of strata including hard rock, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions encountered during railway crossing by approved HDD methods for providing minimum cover of 7 m below ground level throughout railway land width and also at least 7 meters below formation level in cutting throughout the railway land width or as specified in RDSO guidelines / code / specification or the actual depth as decided by concerned authority, whichever is more. For railway crossings, class 4 pipe shall be used within railway land and up to a distance of risk radius outside the railway boundary (ROU/ROW) on either side. Laying of the pipeline (for water body, road and Railway crossing) by the approved HDD method across the crossing including, strings preparation of pipes, welding, testing, 100% NDT by AUT/ radiography by x-ray, welding repair and retest, coating of field joints with special type Dirax Heat Shrink Sleeve or equivalent (including supply of coating material) and repair of pipeline coating with special PERP-60E repair patch or equivalent material (including supply of repair patch) as per specification, pre and post hydrotest of complete strings made for crossing etc. String preparation and laying of 6 inch CS conduitwith HDPE pipe for OFC by HDD method, welding etc.
74Backfilling of the ditch/ trench including restoration and clean-up of area, disposal of drillingfluid &waste etc. to the satisfaction of Engineer-in-charge and /or as directed by Concerned Authority.
75Gauging,Pigging,Cleaning,Pre-installation and Postinstallationhydrotest,dewatering,swabbingandtie-inwithpipelineateitherbanksetc.asperspecifications,codes,approveddrawings, calculations, methods and as directed by Engineer-in-charge and provision of contract document; getting NOC from all concerned authority of the facilities crossed.
76Details ofCrossing
77Any type of crossings for carrier pipeline of size 457.2 mm OD x 9.7 mm thk of API 5L Grade X-70 and CS conduit of size 150 NB X 6.4 mm thick ofIS 3589Gr. Fe 440 /API 5L Gr B or equivalent ERW Pipe for HDPE duct and OFC.
781. NH-53 (NH-06 Mumbai - Kolkata Hwy) @ CH.16+893.87 2. NH353J (SH-248)BY PASS Kamleshwar-Dahegoan @ CH.27+359 3. National Highway-353J (Yerla- Kalmeshwar) @ CH.27+719 4. National Highway-547E (Kalmeshwar-Saoner) @ CH. 39+429 5. National Highway-47 (Pandhurna- Savner) @ 51+298 6. National Highway-547 (Chhindwara-Savner)@ 55+806
79Railway crossings for carrier pipeline of size 457.2 mm OD x 12.7 mm thk of API 5L Grade X-70 and CS conduit of size 150 NB X 6.4 mm thick of IS 3589Gr. Fe 440 /API 5L Gr B or equivalent ERW Pipe for HDPE duct and OFC.
801. KalmeshwarRly @ CH.27+576 2. S E C Rly Nagpur-Chhindwara Extension(0.76 M Gauge) Nagpur - Chhindwara @ CH.55+983.37
81Note : (i) The width indicated are not for any single crossings.This shall be as per requirement at site for crossing at different locations. (ii) Width of the crossings are indicated in respective survey Crossing drawing enclosed with the tender document. Crossing width may vary as per site condition. String length for HDD shall vary as per design calculations so that pipe is not under stress as permitted by codes/ specifications.However final length of string & cover from top of pipe shall be decided and approved by concerned Authority / Engineer-in-charge. (iii) It is sole descretion of the Contractor to do HDD crossing of mainline pipe as well as CS conduit pipe either by suitabily strapping together both the carrier pipe & CS conduit and pulled through the same drill hole or making separate HDD for 6" CS conduit for OFC laying at minimum 4m distance apart from centreline of HDD of mainline either side. However, authority requirement shall be binding on Contractor. No separate payment for HDD for 6" CS conduit shall be paid. (iv) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit laid by HDD method are inclusive in the above item rate and no separate payment shall be made under other clause mentioned elsewhere. (v) This item is applicable for Railway crossings, specific road crossings (in case of requirement as per concerned authority permission) and waterbody crossings duly approved by EIC. The above rate is also applicable in case of change in crossing methodology of any particular crossing(as indicated inDoc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003) approved by EIC. (vi) Payment for supply of CS conduit shall be made as per rates available elsewhere in the SOR.
82INSTALLATION OF CASING PIPE AND CS CONDUIT (THRUST BORING CASED CROSSING FOR CARRIER PIPE)
83Complete work of installation of casing along with carrier pipe and OFC with HDPE duct (between the limits as defined in approved drawings) including handling, loading, transportation, unloading to Contractor"s own stock yard/ work site.
84Pre-construction survey and making of crossing drawing based on site visit and getting their approval from concerned Authority/ Engineer-in-charge prior to starting the execution of work.
85String preparation and insertion of carrier of pipes (carrier pipes-18"NB, API5L Gr. X-70, 9.7 mm thk.), welding, testing, 100 % NDT by AUT/radiography by X-ray, welding repair and retest, coating of field joints with Heat Shrink Sleeve or equivalent (including supply of coating material) and repair of pipeline coating with repair patch or equivalent material (including supply of repair patch) as per specification, pre-hydrotest of complete strings made for crossing etc. as perPipeline construction specification Doc. No.00033-NCJ-GEN-PL-SPC-0003 and Typical pipeline detail drawing 00033-NCJ-GEN-PL-DST-0001 / IND-NCJ-00-PL-DST-022.
86String preparation of 6 inch CS conduit for OFC, welding.
87Installation of casing pipe and CS conduit for OFC by Jacking/ boring and open cut wherever required for alldepth in all type of soils and terrrainseparately forcarrier pipe insertion and OFC/ HDPE duct . All other Contractor supplied materials like casing insulators and casing end seals as per enclosed specification/ drawings materials for casing vents and drain assembly, end seal putty, etc. including supply of all other materials, equipments, consumables, manpower, welding including visual inspection of all weld joints.
88Preparation of required length of carrier pipeline welded string including all other works as mentioned in SOR Sl. No. 1.0 above and as per specification/ drawings. Insertion of carrier pipe in casingpipe afterabove groundpretesting at specified test pressure includinginstallation ofcasing insulators as per approved design calculation, specification/ drawings. Installation of vent and drain assembly, fixing of end seals, backfilling and restoration as original of the facilities crossed.
89Backfilling of the ditch/ trench including restoration and cleanup of area to the satisfaction of Engineer-in-charge and/or as directed by concerned Authority.
90Pigging, cleaning, Post installation hydrotest, dewatering, swabbing and tie-in with pipeline as per specification, approved procedure, drawing etc. and instruction of Engineer-in-charge and provision of contract document, getting NOC from all concerned Authority of the facilities crossed.
91For 18" NB pipeline
92Installation of Casing Pipe by Jacking with auger Boring of Casing Pipe -minimum 24" NB x 9.53 mm wall thk. (for 18" NB pipeline)
93Installation of Casing Pipe by Open Cut of-minimum 24" NB x 9.53 mm wall thk. (for 18" NB pipeline)
94Installation of CS Conduit by Pipe Jacking with auger Boring - CS Conduit 150mm, 6.4mm wall thk. (for OFC & their conduit)
95Installation of CS Conduit by Open Cut - CS Conduit 150mm, 6.4mm wall thk. (for OFC & their conduit)
96Supply of Casing pipe of minimum 24" x 9.53 mm wall thk., IS 3589, Fe:410 or equivalent (for 18" NB carrier pipe).
97Note : (i) The width indicated are not for any single crossings.This shall be as per requirement at site for crossing at different locations. (ii)Actuallength&coverfromtopofcasingpipe stringmay vary dependinguponsite conditions,crossingmethods,approveddrawingsetc. and/or decidedby concerned Authority/ Engineer-in-charge. (iii) Exact centreline location of boring of 6" NB CS conduit for HDPE Ducts / OFC as a casing pipe shall be minimum 4.0m either side based on as installed centreline dimension of carrier pipe inside casing pipe at all cased crossing.The cover to top of CS conduit pipe forHDPE Ducts / OFC shall be same as cover to top of the pipeline/ casing pipe as applicable. (iv) Payment for the length of carrier pipeline string shall be bored casing pipeline length plus two meters and is inclusive in the above item. Payment for additional length of carrier pipeline string shall be paid under SOR item no. 1.0 (v) Methodology for National / State highway and Railway crossing shall be decided during execution as per the permissions available. (vi) This rate is also applicable in case of change in crossing methodology of any particular crossing(as indicated inDoc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003 ) approved by EIC. (vii) Casing pipe may be provided as free issue material to the contractor. Before placement of order (in case of non-availability of Casing pipe as free issue), the contractor shall take due approval of EIC. (viii) Payment for supply of CS conduit shall be made as per rates available elsewhere in the SOR.
98PERMANENT MARKERS
99Supply, fabrication and installation of following types of permanent markers along the route including all associated civil works such as excavation in all types of soil, construction of pedestals and grouting with concrete, cleaning, supply and application of approved colour and quality of primer and paint, stencil letter cutting for numbers, direction, chainage, etc., restoration of area to original condition and performing all works as per drawings, specifications and instructions of Engineer-in-charge.Doc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003 and Typical pipeline detail drawing 00033-NCJ-GEN-PL-DST-0001
100Pipeline Warning Signs
101Right-of-way boundary markers
102Kilometer Posts
103Direction Markers
104Aerial Markers
105Navigable Waterway Markers
106Note : Final quantities of Marker may vary. This may be confirmed by EIC before fabrication.
107REPAIR OF DEFECTS IN LINE PIPE AND PIPE COATING (ATTRIBUTABLE TO OWNER)
108RepairofOwnersuppliedline pipe and externalcorrosion coatingof allthicknesses noted at the time oftaking delivery by Contractor, including performingall works as per specifications and directions of Engineer-in-charge.
109Repair of coating defects in 3-Layer PE Coating Line Pipe
110Repair of Holiday in Coating
111Supply of all coating repair materials as per specification to be compatible with line pipe coating material and as per the requirements of the relevant specifications, supply of all consumables, utilities, equipment, and allmanpowerrequired, pipe cleaningand surfacepreparationrepairingofcoatingdefects (resultingin holiday in coating)and testing including all handling, transportation, etc. for line pipes, performing all works necessary for the completion of the works strictly in accordance with the relevant specification and instructions of Engineer-in-charge.This rate shall be applicable per sq.cm of the exposed steel area.
112Repair of Defects in Pipes
113Cutting and rebevelling (dents / damage in bevels exceeding 3mm in depth)
114Jack out (dents in bevels ranging between 1mm and 3mm in depth)
115LEAKS/ BURSTS (Attributable to Owner)
116Major Leak/ Bursts (Detected by visual method) : All works for locating & detection of leak/ burst (occurred during hydrostatic testing) including necessary repairing/ replacing defective pipe lengths, including cutting out and removing the defective pipe, pretesting the replacement pipe, welding into mainline, and NDT of welds, repair and re-testing of defective welds, coating of welded joints, clean-up, retesting the full test section of pipeline including providing all labour, materials, consumables and inputs other than Owner supplied materials and performing all works as per drawings, specifications enclosed with the tender/ contract document and directions of Engineer-in-charge
117Major leak (Detected by visual method) For pipeline size 457.2 mm (18") OD
118Note: (1) This rate is applicable for any number of repairs required in the section for manufacturing defects in Owner supplied material only.
119Minor Leak (Detected by sectionalizing method) : All works for locating leak by sectionalizing or any other methods which can not be located by visual means, (occurred during hydrostatic testing) including necessary repairing/ replacing defective pipe lengths, including cutting out and removing the defective pipe, pretesting the replacement pipe, welding into mainline, and NDT of welds, repair and re-testing of defective welds, coating of welded joints, clean-up, retesting the full test section of pipeline including providing all labour, materials, consumables and inputs other than Owner supplied materials and performing all works as per drawings, specifications enclosed with the tender/ contract document and directions of Engineer-in-charge
120Minor leak (Detected by sectionalizing method) For pipeline size 457.2 mm (18") OD
121Note: (1) This rate is applicable for any number of repairs required in the section for manufacturing defects in Owner supplied material only.
122(2) Leak detection, its rectification and successfully re-hydrotesting shall be carried out as per approved procedure by Contractor with a view that completion of all activity for successful hydrotesting is not inordinalely extended which will hamper the overall project schedule.
123VIDEOGRAPHY & PHOTOGRAPHY
124Carrying out the videography & Photography of the pipeline section construction activities. The work shall be carried out in two phases. Phase 1: Videography & photography of the entire route prior to construction activities i.e. pipeline route, location of various stations, TOP, all crossing like road / railways, river, etc. Phase 2: Videography & photography during construction activities of Mainline Works i.e. Stringing, Welding, Radiography, Joint Coating, Lowering, Backfilling, etc. performing all works as per specification and instructions of EIC and other provision of contract document.
125Note: 1. Drone shall be used for videography & photography of Phase-1 activities and restoration activties. 2. Videopgrapgy shall be of High definition quality.
126MAGNETIC CLEANING AND ELECTRONIC GEOMETRY PIGGING
127Mobilisation/demobilisation of pigging tools, tackles, consumables, accessories and personnel by contractor at work site including but not limited to magnet pig, electronic geometry pigs and pig tracking device, temporary launcher and receiver as per specification and other provision of the bid document including supply of material, equipment, manpower, etc. as required for geometry inspection and magnet cleaning including calibration of magnetic and caliper tools at works site, running of adequate no. of magnet pigs and electronic geometry pigs (caliper) including pig tracking at 5 to 10 Km interval, preparation of site report on pipeline, data analysis at Contractors facility as per specification and provisions of the Bid Document and Pipeline construction specification Doc. No.00033-NCJ-GEN-PL-SPC-0003 / IND-NCJ-00-PL-SPC-00032. and Doc.No. 00033-NCJ-GEN-PL-SOW-0002 / 0003.
128PRE-COMMISSIONING OF ENTIRE UNDERGROUND PIPELINE AND TERMINALS / STATIONS.
129Pre-commissioning activities and pre-commissioning checks to the specified acceptance criteria, making the entire pipeline system ready for commissioning, providing assistance during the complete duration of commissioning operations, supply of all equipment, manpower, consumables (including pigs and required quantity of nitrogen for valve operations) materials for all temporary works and performing all associated works, complete as per the relevant specifications, other provisions of Contract document, Pipeline construction specification Doc. No.00033-NCJ-GEN-PL-SPC-0003 / IND-NCJ-00-PL-SPC-00025 and Doc.No. 00033-NCJ-GEN-PL-SOW-0002 / 0003 & instructions of Engineer-in-Charge
130Precommissioning Checks
131Pre-commissioning of pipeline including terminals / stations.
132Dewatering and swabbing
133Dewateringandswabbing of pipeline including terminals / stations.
134DRYING
135Complete work of carrying out drying by vaccum drying method of pipeline section including supply ofmanpower,equipments & consumables, materials for all temporary works and performing all associated works, complete as per the relevant specifications, other provisions of Contract document, Pipeline construction specification Doc. No.00033-NCJ-GEN-PL-SPC-0003 / IND-NCJ-00-PL-SPC-00025 and Doc.No. 00033-NCJ-GEN-PL-SOW-0002 / 0003 & instructions of Engineer-in-Charge
136Drying by vaccum drying method
137COMMISSIONING ASSISTANCE AND COMMISSIONING
138Providing commissioning assistance to other sections and commissioning of the section including all stations and including supply of all consumables, nitrogen, all equipment, manpower, etc., complete as per requirement of specifications, other provisions of contract documentPipeline construction specification Doc. No.00033-NCJ-GEN-PL-SPC-0003 / IND-NCJ-00-PL-SPC-00025 and Doc.No. 00033-NCJ-GEN-PL-SOW-0002 / 0003 & instructions of Engineer-in-Charge
139IDLE TIME PRESERVATION:
140Preservation of complete pipeline section including sub sections, associated facilities and terminal facilities (installed by Contractor) for a period of one month and its maintenance by filling and pressurising with nitrogen to a positive pressure of 2 bars (g). Supply and maintenance of nitrogen at required pressure, including supply of all consumables, nitrogen, all equipment, manpower, etc., complete as per requirement of specifications, other provisions of contract documentPipeline construction specification Doc. No.00033-NCJ-GEN-PL-SPC-0003 / IND-NCJ-00-PL-SPC-00025 and Doc.No. 00033-NCJ-GEN-PL-SOW-0002 / 0003 & instructions of Engineer-in-Charge.
141Preservation and Maintenance of pipeline at a positive pressure of 2 bars (g) beyond 1 month.
142Note: i) Arrangement required for idle time preservation i.e. all required fabrication works for blanking at both ends, providing the provision for filling & venting of nitrogen and all necessary arrangement as required shall be done by the contractor as per instruction of EIC. ii) If month is partially completed, payment shall be made on pro-rata basis.
143DIGITIZATION OF RADIOGRAPHY FILMS:
144Carrying out digitization of all radiographic films (mainline and terminal piping) in the form of digital images (which can then be archived safely for long life and electronic retrieval) complying toall the legal local rules, codes and international standards. Submission of digital images of radiographic filmalong with compatible software in 6 sets of CD/DVD for electronic viewing /retreival. Note: In case, bidder performs radiography against AUT, Digitization of the same is also inclusive in the quoted rates.
145TRANSPORTATION OF FITTINGS, FLANGES, VALVES ETC.
146"Receiving and taking over", handling, lifting, loading on truck, transportation and unloading of Company supplied fittings, flanges and valves etc from any storage yard (other than the designated storage yard for the project)to worksite / contractor"s storage yard/ any other storage yard or as decided by EIC.The above work also includes stacking the flanges, fittings and valves etc. properly. Above work shall be carried out as per standard drawing, specification, instruction of Owner and other provision of contract document.
147Notes: i) The quantities given in above item no. are tentative only and shall not be considered to be binding. The quantities may be increased, decreased or deleted as per the actual site requirement and instructions / recommendations of Owner. The unit rate shall be operated to work out the final payment to the contractor.
148ii) Above price shall be inclusive of all type of taxes & duties, transit insurance during transportation & other insurance etc. including all financial & commercial implication as per the tender document. No other payment except as per quoted unit rate & executed quantities will be payable by the Owner.
149LONG RADIUS BENDS
150Supply of Long Radius Bends (R = 6D) for 18" dia.pipe,APL5LX-70 (thk. 12.7mm)as per T.S. No. 00033-NCJ-GEN-PL-SPC-0007 & Data Sheet No. 00033-NCJ-GEN-PL-DAS-0008 enclosed in Tender Document (Bare pipe for LR Bends shall be free issue to the contractor). The anlge of LR bend shall be confirmed prior to placing order/fabrication.
15120° - 30° (LR Bend)
15231° - 45° (LR Bend)
15346° - 60° (LR Bend)
15461° - 90° (LR Bend)
155Note: The quantities and angle of LR Bends may vary. For final quantity, approval shall be taken from EIC before order.
156SUPPLY AND COATING OF CS CONDUIT
157Complete work of supply of carbon steel pipes required for crossing, including all taxes, duties, transportation and inspection charges but not limited to, the following itemsin accordance with relevant specifications indicated in scope of work Doc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003, drawings, specification and instructions of Engineer-in-charge and as per all provisions of the CONTRACT DOCUMENT. And also Handling including lifting, transportation from Contractor Stores to CONTRACTOR"s workshop for fabrication and/ or to work site.
158All works related to supply of CS conduit of size 150 mm(6" NB), 6.4 mm thick IS 3589 (Fe 410) or equivalent ERW pipe for various crossings.
159All works related to coating of CS conduit of size 150 mm(6" NB), 6.4 mm thick with coal tar epoxy coating of minimum 600 microns (after proper cleaning) including supply of coating material, consumables etc.
160TRANSPORTATION OF LINE PIPE
161"Receiving and taking over", handling, lifting, loading on trailers, transportation and unloading of Company supplied line pipe from one dumpyard/ Owner"s storage yard to other dumpyard/ Owner"s storage yard as decided by EIC. The above work also includes stacking the pipes on wooden sleepers/ sand pads. Above work shall be carried out as per standard drawing, specification, instruction of Owner and other provision of contract document and Doc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003.
162Notes: i) The quantities given in above item no. are tentative only and shall not be considered to be binding. The quantities may be increased, decreased or deleted as per the actual site requirement and instructions / recommendations of Owner. The unit rate shall be operated to work out the final payment to the contractor.
163ii) Above price shall be inclusive of all type of taxes & duties, transit insurance during transportation & other insurance etc. including all financial & commercial implication as per the tender document. No other payment except as per quoted unit rate & executed quantities will be payable by the Owner.
164DE-MOBILIZATION AND RE-MOBILIZATION
165De-Mobilisation of complete manpower, equipment, tools and tackles etc (in case of complete site activities are stalled or due to reasons solely attributable to owner or due to Force Majure) and remobilization of the same within 1 month including setting up of various facilities required to carry out the works as per direction of Engineer- In-charge. Time interval between any set of Demobilisation and Re-Mobilisation shall be maximum 6 months. List of various equipment and manpower to be remobilized for this purpose shall be as perDoc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003.
166GEO TEXTILE BAGS FOR ANTI-BUOYANCY
167AdditionalworksoverandaboveSORSl.No.1.0fordesign,manufactureandsupply ofNon-biodegradablegeo-textilebags(madeofpolypropylenefabric)materials and installation of geo-textile bags duly filled with gravel / stone ballast on pipelines of all wall thickness for anti buoyancy as per specification, drawing, and instructions of Engineer-in- charge and other provisions of the contract document andPipeline construction specification Doc. No.00033-NCJ-GEN-PL-SPC-0003 / IND-NCJ-00-PL-SPC-00030
168PIPE LAYING BY THRUST BORING/ MACHINE MOLING TECHNIQUE (WITHOUT CASING) FOR CARRIER PIPE AND HDPE DUCT
169Complete work of any type of crossing (between the ROW limits as defined in Crossing Drawings enclosed with Bid Document) using Thrust Boring/ Machine Moling technique for Carrier pipealong with HDPE duct for OFC including "Receiving and taking over" owner supplied three layer PE coated line pipes from Owner"s designated place to issue/ dump site(s) and transportation to Contractor"s stock yard/ work shop/ work site including all handling, loading, unloading, aligning etc. supply of all Contractor supplied material including consumables, manpower, equipment, other resources to work site(s), Pre-construction survey and making of crossing drawing based on site visit and getting their approval from concerned Authority/ Engineer-in-charge prior to starting the execution of work. Execution of works in accordance with specifications and instruction of Engineer-in-charge and as per all provision of Contract Document.
170Installation of 18" (457.2) mm OD, 9.7 mm wall thk of API 5L Grade X-70 carrier pipe along with HDPE duct using Thrust Boring/ Machine Moling technique (without Casing)
171Notes: 1. This item rate is applicable for complete work of crossing using Thrust Boring/Machine Moling technique (without Casing) for Carrier pipe including stringing, welding, 100% radiography, joint coating, restoration of pit etc. 2. The length of pipeline are tentative and for multiple crossings at different locations wherever required. 3. This SOR item shall be applicable in case of soft soil and as per instruction and after due approval of Engineer-in-charge. 4.It is sole descretion of the Contractor to carryout the crossing of carrier pipe alongwith HDPE Ductthrough the same drill hole or making separate holes for carrier pipes and HDPE duct. No separate payment shall be made for HDPE duct for said crossing. 5. The 3 layer PE coating shall not be damaged during construction, suitable protection to be taken with additional abrasive resistance coating material for application. The integrity of coating after construction shall be measured.
172ROU MANAGEMENT FOR MAINLINE WORKS
173ROU management of pipeline route covered under SOR item no. 1 above, during preconstruction survey,opening of ROU and maintenance of ROU upto completion of entire Mainline works (including CP and Telecom works); all type of liasoning/coordination with local people/villagers, farmers, land owners or any other person/ institutionetc. directly or indirectly linkedwith the pipeline/affected by the pipelinelaying activities for ensuringhindrance-free constructionworks at site; obtainingNOC from respective land owner(s), farmers etc. as and when required; Liasoning/Coordination and obtaining work permits, NOC fromvarious statutory authorities having jurisdiction for executionofthecrossingsbyopencutmethodcoveredundermainlineworks(SORitem1)andcomplyingwithallstipulations/conditions/recommendationsofthesaid authorities.
174Notes: 1. Statutory fees/ Payment as per govt. guidelines to farmers etc against ROU opening shall be paid by the owner. 2. Payment shall be made as below- a) 40% after completion of welding b) 50% after completion of lowering & back-filling c)10%after obtaining NOC (after restoration) from respective land owner / farmers and statutory authorities as required .
175PIPELINE LAYING/ INSTALLATION BY HDD (UNLISTED HDD)
176Complete work of laying of pipeline along with Nala/Canal/Water bodies, if any, (within the ROW) by HDD method including "Receiving and taking over" owner supplied three layer PE coated line pipes from owner"s designated place to issue/dump site(s) and transportation to contractor"s stock yard/work site including all handling, loading, uploading, aligning etc. supply ofall contractor supplied material including consumables, manpower, equipment, other resources to work site(s) and acquiring the required land for storage. Execution of, but not limited to, following works in accordance with specifications and instruction of engineer-in-charge and as per all provision of Contract Document and Pipeline construction specification Doc. No.00033-NCJ-GEN-PL-SPC-0003 / IND-NCJ-00-PL-SPC-00020.
177Pre-construction survey, necessary cover required over the carrier pipeline, based on site visit, collection of data (if required) from concerned Authority including design and detail engineering and making of drawings for getting their approval from concerned Authority/Engineer-in-charge, getting work permit/NOC for utlities crossings (if any) encounterd prior to start the execution of work.
178Drilling to required depth from top of ground (min 1.5 mtrs.) including maintenance of drill hole in all types of strata including hard rock, all depth to accommodate the pipeline and CS conduit at all conditions encountered by approved HDD methods for providing minimum cover specified in code/specification or the actual depth as decided by concerned authority, whichever is more.
179Laying of the pipeline along with CS conduit /HDPE Duct(s) by HDD method including strings preparation of pipes, welding, testing, 100 % NDT by AUT/radiography by X-ray, welding repair and retest, coating of field joints with special type Dirax Heat Shrink Sleeve or equivalent (including supply of coating material) and repair of pipeline coating with special PERP-60E repair patch or equivalent material (including supply of repair patch) as per specification, pre and post hydrotest of complete strings made for laying etc.
180String preparation and laying of 6 inch CS conduit for OFC by HDD method, welding etc.
181Backfilling of the ditch/trench including restoration and clean-up of area, disposal of drilling fluid & waste etc. to the satisfaction of Engineer-in-charge and/or as directed by concerned Authority.
182Gauging, pigging, Cleaning, Pre & Post installation hydrotest, dewatering, swabbing and tie-in with pipeline at either banks etc. all other works including pigging, Cleaning, final hydrotesting etc. alongwith mainline works(as mentioned above) required as per specifications, codes, approved drawings, calculations, methods and as directed by Engineer-in- charge and provision of contract document, getting NOC from all concerned authority of the facillities.
183Installation /laying of Coated Line Pipes as per following details:
184Dia.OD (mm)Thk (mm) Material Coating TypeLength of each pipe
185457.29.7API 5L Gr. X-70 3 Layer PE Coating (Externally)Double random (approx. 11.5 m to 12.5 m) With CS conduit
186457.29.7API 5L Gr. X-70 3 Layer PECoating (Externally)Double random (approx. 11.5 m to 12.5 m)With HDPE Duct (without CS conduit)
187Note: (i)Laying length may vary as per site condition.Tenderer are advised to visit the site for actual assessment of extent of laying and to access the maximum extent of cover which may have to be provided. Actual string length for HDD shall be as per design calculations so that pipe is not under stress as permitted by codes/ specifications.Final length of string shall be decided after decision of minimum cover requirement by concerned Authority/ Engineer-in-charge.
188(ii) Payment for the length of final tied-in carrier pipeline string are inclusive in the above item rate and no separate payment shall be made under other item mentioned elsewhere.
189(iii) The Contractor has to quote on running meter basis for laying.No extra payment shall be made against this item.
190(iv) The above rate is inclusive of HDD of CS conduit for HDPE duct.It is sole descretion of the Contractor to carryout HDD of carrier pipe alongwith CS conduitthrough the same drill hole or making separate holes for carrier pipe and CS conduit. No extra payment shall be made against the same.
191(v) Length of above laying work indicated are tentative. The length indicated are not for any single location.This shall be as per requirement at site for laying at different locations.
192(vi) This SOR item shall be executed as per site condition after due approval from EIC. (vii) Payment for supply of CS conduit shall be made as per rates available elsewhere in the SOR.
193ZERO DEGREE HDD
194Complete work of any crossing (between the ROW limits as defined in Crossing Drawings enclosed with Bid Document) by Zero degree HDD method including "Receiving and taking over" owner supplied three layer PE coated line pipes from Owner"s designated place to issue/ dump site(s) and transportation to Contractor"s stock yard/ work shop/ work siteincludingallhandling,loading,unloading,aligningetc.supplyofallContractorsuppliedmaterialincludingconsumables,deploymentofmanpower,equipment,other resources to work site(s) and acquiring the required land for storage., Execution of, but not limited to, following works in accordance with specifications and instruction of Engineer-in-charge and as per all provision of Contract Document.
195Pre-construction survey based on site visit, collection of data (if required) from concerned Authority including design and detail engineering, getting work permit/ NOC for the crossing as well as utility crossings (if any) encountered during crossing prior to start of execution of work.
196Making tie-in pits at entry and exit sides as required, drilling to required depth including maintenance of drill hole in all types of strata including hard rock, all depth to accommodate the pipeline and CS conduit for HDPE duct for OFC laying at all conditions encountered during crossing by approved HDD methods for providing minimum cover specified in code/ specification or the actual depth as decided by concerned authority, whichever is more.
197Trenching at pipeside as required, laying of the pipeline by the approved HDD method at zero degree angle across the crossing including, strings preparation of pipes, welding, testing, 100% NDT by AUT/ radiography by x-ray, welding repair and retest, coating of field joints with special type Dirax Heat Shrink Sleeve or equivalent (including supply of coating material) and repair of pipeline coating with special PERP-60E repair patch or equivalent material (including supply of repair patch) as per specification, pre and post installation hydrotesting and holiday testing before or during installation of pipeline etc. Coating integrity shall also be ensured after pulling.
198String preparation and laying of 6 inch CS conduit for OFC by HDD method, welding etc.
199Backfilling of the ditch/ trench including restoration and clean-up of area, disposal of drillingfluid &waste etc. to the satisfaction of Engineer-in-charge and /or as directed by Concerned Authority.
200Cleaning and tie-in with pipeline at either sides as per specifications, codes, approved drawings, calculations, methods and as directed by Engineer-in-charge and provision of contract document; getting NOC from all concerned authority of the facilities crossed.
201Details ofCrossing
202Any type of crossing for carrier pipeline of size 457.2 mm OD x 9.7 mm thk of API 5L Grade X-70and CS conduit of size 150 NB X 6.4 mm thick of IS 3589 or equivalent ERW Pipe for HDPE duct and OFC.
203Note : (i) Width of above crossings indicated are tentative. The width indicated are not for any single crossings.This shall be as per requirement at site for crossing at different locations.
204(vi) This SOR item shall be executed as per site condition after due approval from EIC. (vii) Payment for supply of CS conduit shall be made as per rates available elsewhere in the SOR.
205(iv) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit laid by approved HDD method are inclusive in the above item rate and no separate payment shall be made under other clause mentioned elsewhere. Payment for the installed length shall be limited to ROU width plus 2 meters.
206(v) This item is applicable for all type of road crossings except specific road crossings for which alternate crossing methodology is adopted as per authority permission as decided by EIC. This itemis also applicableforsmallwaterbody crossings duly approvedby EICand alsoin case of changein crossingmethodology ofany particularcrossingas indicated in Doc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003 approved by EIC.
207(vi) Payment for supply of CS conduit shall be made as per rates available elsewhere in the SOR.
208SERVICES FOR IMPLEMENTATION OF PIPELINE INFORMATION MANAGEMENT SYSTEM
209The complete scope of providing services for implementation of GIS based & web based Pipeline Information Management System (PIMS) for 18" x 61.875 Km (approx.)(mainline and all stations) but not limited to setting up of requisite offices in each section (as required) along with all requisite equipment & manpower, liaison for collection of data from owner/ owner"s representative/ owner"s execution agencies (i.e. FIM Suppliers , Contractor for Pipeline System, Stations Works, Terminal Works, SCADA Works, Telecom Works, HDD works, PCP Works, etc. as applicable), GIS survey, mapping, transferring & conversion of data for configuration of application, tracking pre-construction activities, ROU & land management, material tracking, planning, monitoring construction, commissioning and post construction activities, uploading of all as-built drawings/ reports/ procedures/ manuals/ documents, integration of different activities / functions in electronic form. The scope shall also include supply of equipment and hardware, training of owner"s personnel, handing over of software developed along with requisite license complete in all respect as per scope of work Doc.No.00033-NCJ-GEN-PL-SOW-0002 / 0003 , Particular Job Specification, General technical specifications, SOR etc. enclosed in tender document and as per directions of Engineer-In-charge and as per specification 00033-NCJ-GEN-PL-SPC-0009.
210Above services for implementation of GIS based & Web BasedPipeline information management system for 18" x 61.875 Km (approx.)+/- 5% long Mainline and all Associated Stations / Terminals) as per the details given below :
211Refer Schematic drawing attached in the tender for more details
212Notes: i) The above SOR item includes the cost of setting up of 1 no. back-up support office at Mumbai /Nagpur / Delhi/ NCR throughout the project duration. No separate payment shall be made for the same. ii) Though client & consultant shall extend their full support and will try to facilitate, however it shall be the sole responsibility of the PIMS contractor to liaison with the concerned party (client, consultant, contractors etc.)forobtainingallthe documents foruploadingin PIMS module. Client/ consultant willnot be responsible forany delays in obtaining documents from concerned party.
213iii) The contractor shall be responsible for implementation of PIMS system in pipeline projects (mainline as well as stations). The work shall be executed in multiple stretches by multiple contractors. iv) The cost towards supply & making operational / functional of 2 Nos. GPS instruments as per Scope of Work / Supply,other specifications enclosed with the tender document are included in the above SOR item. v) The cost towards supply & installation of One (01) Nos. hardware (for Mumbai) including computer with complete accessories and peripheral for PIMS application display as per tender and making operational / functional including training to owner"s personnel and final handing over of the entire system in excellent working condition to owner are included in the above SOR item. vi) The above SOR includes the cost of handing over of PIMS software Application with requisite license
214Providing Technical Assistance for Twelve (12) months beyond contractual completion date or date of handing over of complete PIMS system, whichever is later. This per man- day rate includes transportation, lodging, boarding, local travel, food and all other expenses required to provide technical assistance.
215General Notes for all SOR items (as applicable): 1.Videography&photographybeforestartofconstructionactivitiesshallbesubmittedalongwithfirstRAbill.Finalvideography&photography(afterrestoration)shallbe submitted along with final R.A. bill. 2.It is mandatory for the contractor to follow Standard Operating Procedure (SOP) enclosed in the bid document. in case of pipeline laying in existing ROU.
216Sub-Total Section A
217SECTION-B [CATHODIC PROTECTION WORKS)]
218TEMPORARY CATHODIC PROTECTION WORK
219Survey, Design, detail engineering, Manufacturing, Inspection/FAT (Factory acceptance test), supply, Packing, transportation to site, storage, installation, testing & commissioning of the temporary Cathodic protection system using Mg (Min 5.0 Kg)/ Mg ribbon anodes to protect the external surface of 18”dia x 61.875 km long 3LPE Coated pipeline From DT1 at Nagpur (Ch. 0.00 Km) to Maharashtra Border (Ch. 61.875 Km approx.) against corrosion for a design life of minimum 2 year or till commissioning of PCP system whichever is later, as per scope of work, standard specification & data sheets, installation standards, statutory requirement, GAIL standards etc. as per tender for temporary cathodic protection system, approved design document, data sheets & drawings. Scope shall include all completion of TCP work in all respect but not limited tocompletion of following work:
220Temporary CP system shall be installed immediately of the any lowered section but not later than 15 days from the time of lowering of pipeline segments. If TCP system is not provided for any of the lowered section in the specified time, necessary deduction shall be carried out from the contractor’s head as non-compliance of work as recommended by the Engineer-In-Charge.
221Measurement of soil resistivity along the right of way of the main pipeline (At 500mtr Interval) & collection of soil & water samples along ROW at depth of 1M, 2M & 3M at every 10km interval (Min 03 sample at each location) for its chemical & microbial analysis along the pipeline route as per Specification for Cathodic Protection System for Pipelines IND-SS-00-EL-SPC-0010& NACE Standard TM0106-2006 for detection of SRB, ARB, TDS, pH, Rx, Moisture & Total dissolved H2S etc. These sampled shall be stored in sealed container and stored in the dark place.
222Collection of additional data related to cathodic protection along the right of way of pipeline as per standard specifications during the survey along with GPS coordinates. Site survey report shall include detailed layout drawings of pipeline / facilities, reflecting all foreign pipeline / Overhead power transmission lines crossings & parallelism, Power cables, river, railway traction (electrified/non-electrified), Substations (HVAC/HVDC), fabrication yard,existing CP facilities (such as transformer rectifiers, anode ground beds, test facilities etc.), soil resistivity survey locations, road crossing locations, etc. Site survey includes details of all AC, DC interfering elements all along pipeline ROW. Site survey shall be carried out along the pipeline route to identify the HVAC, HVDC crossing locations and/or HVAC, HVDC line parallelisms (This proposed pipeline is parallel to the HVDC line). Site survey report shall include a comprehensive list which includes the HVAC, HVDC line rating in KV, distance of HVAC, HVDC line / tower footings from pipelines and length of parallelism.
223Design, Detailed Engineering, Preparation of Design Document, Preparation of Test station schedule & Bill of Material as per the corrosion survey & Chemical analysis of Soil / Water samples for Temporary Cathodic Protection system. Total number of anode shall be calculated as per total anode weight requirement & total protection current required.
224Supply, installation, testing & commissioning of Mg (Min 5.0 Kg)/ Mg ribbon anodes with backfill as per the standard Specification for Cathodic Protection System for Pipelines IND-SS-00-EL-SPC-0010. The weight of the Mg Anode & the total nos. of anodes shall be calculated as per the corrosion survey, soil chemical analysis, total weight and current requirement of the pipeline section. However, Min one anode is to be installed at every one KM with test station.
225Supply, Installation, Testing & commissioning of Test stations (Big Size & Normal Size) weather proof (IP-55) as per specification & enclosed drawings. Selection of TLP size will be as per the nos. of cables terminating at the station. TLP shall be sealed at both ends by means of foam sealing/solid sealing. Termination plate inside the TLP should have high insulation level (FRP or higher grade) to avoid drainage of CP current due to insulation leakage.
226Supply, installation, testing & commissioning of one set of Explosion proof type spark gap arrestor (100 kA@ 10/350 uS rating for lighting protection and 8/20 uS 100kA for surge protection) across each insulating joint provided at dispatch terminal, receiving terminal, tap-off, SV & various consumer terminals as per P&ID / specification. All the monolithic insulating joints (MIJs) on the main line, on the tapings for the instruments viz. pressure transmitter, densitometers etc. shall be provided with surge diverters. Note-Surge diverter cable needs to be terminated without any joints across the IJ. Surge diverter with its pre-wired connecting cables with suitable length & size should be provided and installed at the Isolating joint.
227Supply, installation, testing & commissioning one set of polarization cell (Solid state) with zinc anode at all railway tractions (electrified)/ high tension electrical power transmission line/equipments (all 66 KV & above) crossing or running parallel to the pipeline for grounding purpose as per specification/design basis. (Polarization cell shall be installed underground in cemented tank to avoid theft).Grounding shall be done at regular intervals of maximum 1 km where transmission lines run parallel within 1km of the pipeline and have separation distance of 100 mtr on both side of the pipeline.The rating of the cell shall depend upon anticipated fault current & ground bed resistance at the location of installation and the calculation of the same shall be furnished to WORLEY for review & selection of rating of the Polarization Cell. However, the rating of polarization cell shall not be less than 5 KA for 1 cycle (RMS symmetrical) & number of 20 kg net weight zinc anode shall not be less than two. Zn Ribbon anode (Dia min. 12x14 mm with back fill in trench)/ pre-packed AC mitigator wire of MATCOR make or equivalent may also be used for the grounding purpose to get lower grounding resistance (for soil resistivity higher than 25 Ohm-Cm) as per the direction of engineer in-charge. The resistance of grounding shall be limited to 1 ohms max. If any proposed additional line of voltage rating 66kV & above is envisaged during construction, the same shall also be considered in the design document. Contractor shall supply polarization cell along with necessary grounding system for the same. If it is observed during the monthly monitoring that the source of the AC interference is due to the HT lines less than 66kV or LT line, Contractor shall provide the grounding the pipeline through SSD to lower impact of the AC interference on the pipeline.
228Earthing of above ground catholically unprotected pipeline at consumer station/DRS station/Metering skid etc, the earth electrode shall be 65 mm dia, 4.5 mm thickness & 3000mm long. Total grounding resistance shall be limited to 5 Ohm max. Earthing of MOV’s at SV stations shall be carried out by Zn anodes with min installation of 02 nos. of electrode or by Zn ribbon anodes. Grounding resistance shall be < 05 Ohm.
229Supply, installation, testing & commissioning of external electrical resistance Probe (02 nos. probe per laying section for all sections with 01 no. of reading instrument for each section) utilizing the electrical resistance technique shall be provided along the pipeline at marshy / vulnerable locations to monitor the external corrosion activity on the pipeline. Location of external ER probe shall be decided during detail engineering. Care shall be taken during installation of ER probes so that probe element is opposite to pipe (Not facing the pipeline).
230Supply, installation, testing & commissioning of Polarization coupons (01 every 10Km of pipeline) having total area of 100mm x 100mm having one side exposed area of 25 mm x 25 mm without permanent reference cell shall be provided along the pipeline and at additional vulnerable locations (River crossings, Marshy locations, Interference prone area, stray current source locations, foreign pipeline crossings/parallel (at every KM in case of parallel), at CP stations) to monitor the external corrosion activity on the pipeline as per enclosed standard specification. Location of external Polarization coupons & Number of magnetic devices for operation of magnetic switch shall be decided during detail engineering in consultation with GAIL/WORLEY. Permanent Reference cell shall be manufactured & constructed in line with drawing no. 00033-NCJ-GEN-EL-DID-0004.Care shall be taken during installation of polarization coupon that bare face of polarization coupon is opposite to pipe & polarization coupon shall not be installed between TLP & Pipeline. The works related to collection of approximately 2-5 m of pipeline material (In pieces of 300 to 1000mm length) for fabrication of Polarization coupons is in the scope of the Contractor and shall be supplied by the Owner.
231Supply, laying of HDPE sheets (1200mm wide, 6mm thick) between the GAIL pipeline and the other CP protected foreign pipelines at the crossing locations for providing electrical isolation and discharge of the CP System current between the pipelines.
232Bonding in between pipelines running parallel or crossing as required including taking of permission from the owner of the foreign pipeline (Permission shall taken by the Pipeline Owner and any fee required for the same shall be paid by the Owner, however contractor shall assist in all respect to get such permissions from foreign pipeline owner). i) Bonding of pipelines shall be carried out through bonding stations (variable resistance of suitable value + shunt + diode, if required). Polarization coupons shall be installed at every test station in the parallel section and at crossings. ii) The Contractor shall supply and install bonding stations as provision to bond the pipelines. For the new pipeline as a provision for interference mitigation Bonding Junction box (BJB) shall be installed as a minimum at the following locations- iii) Where the new pipeline runs parallel to the existing pipelines, at start and end of parallelism and at every five (5) km intervals. As a minimum, all existing parallel pipelines laid with a separation distance of 10 m shall be provided with bonding provision. iv) Where the pipeline crosses or intersects the existing buried pipelines or buried section of pipelines / Piping. v) BJB shall have provision to terminate 25/35 mm2 bonding cables and a 6 mm2 potential monitoring cables connected to each foreign pipelines as well as new pipelines. BJB shall be provided with appropriately rated shunts and resistors for each circuit. Rating of the resistors shall be calculated based on the mitigation requirement.
233Supplying, laying, termination, Glanding, ferruling & testing of all the cables of TCP system, Cu-Conductor, XLPE insulated, PVC sheathed, FR-LSH (Outer Sheath), Armd/Unarmed (1Cx6 mm2, 1Cx10 mm2, 1Cx25 mm2, 1Cx35mm2) as required. Cable coming from 60 Mtr for Current measurement test stations (Type_B) & cables for foreign pipeline crossing shall be provided with black sleeves for the identification purpose. Calibration factor of similar thickness pipeline section shall be carried out by the Bidder at each B_Type test stations by arranging separate power source. Bidder shall refer pipe book for the same.
234Cable to pipe connection by thermit welding/Pin brazing (for charged pipeline) for 35, 25, 10, 6 sq.mm copper cable including excavation and exposing piping, recoating with epoxy, testing etc.
235Coating Integrity test of HDD section of the pipeline shall be conducted immediately after the completion of the HDD of each HDD section by separate temporary power source and anode bed. Bidder shall submit the procedure as per the NACE requirements for approval along with the design document.
236PSP Monitoring on monthly basis of the TCP system till commissioning of the permanent cathodic protection system including the coupon OFF & AC PSP.
237All civil/ structural works related to TCP system including supply of bricks, cement & steel etc. required for completion of the system with other miscellaneous works specified in scope of work.
238PERMANENT CATHODIC PROTECTION WORK
239Survey, Design, Detailed Engineering, Manufacturing, Inspection/FAT (Factory acceptance test), Supply, packing, transportation to site, installation, testing and commissioning of the permanent cathodic protection system by impressed current method using MMO coated Titanium anodes to protect the external surface of 3LPE Coated pipeline against corrosion for a service life of 35 years, as per Standard Specification for Cathodic Protection System for Pipelines IND-SS-00-EL-SPC-0010 for Cathodic Protection system. The scope shall include complete Permanent Cathodic Protection system, including carrying out the soil resistivity measurement for anode ground beds, design of anode ground beds considering size / rating of anode bed not less than the minimum requirements of the anode ground bed specified, AC/DC Interference detection and mitigation, AC/DC interference on pipeline and CP System due to proximity of foreign AC/DC source, detection and mitigation of high induced voltage at pipeline due to proximity of HT lines, substations etc, close interval potential logging survey for entire length of 18”dia x 61.875 km long 3LPE Coated pipeline From DT1 at Nagpur (Ch. 0.00 Km) to Maharashtra Border (Ch. 61.875 Km approx.)and additional post commissioning surveys i.e. CAT survey (Full length), CAT with frame ‘A’ /DCVG etc at selected locations which shall be decided from the abnormal areas of close interval potential logging survey results & CAT survey result to identify coating defects/holiday, conducting pipeline line current & coating resistance test at selected locations where current measurement test stations installed, preparation of commissioning report and as built drawings etc. All work shall be carried out conforming to the Scope of work, Design Basis, Data Sheets, standard specifications enclosed, statutory requirements, etc as per tender & other standards as applicable. Scope shall also include disconnection of TCP system which does not form part of PCP system. Equipments coming under TCP system if useful & required in PCP system shall be used effectively in designing of PCP system. If any inadequacy present in these equipments at the time of commissioning of PCP, in such case all work associated with supply, installation, testing and commissioning shall be in scope of CP contractor with no extra cost. Scope shall include all comletion of PCP work in all respect but not limited tocompletion of following work:
240Selection of plot for shallow type anode groundbed/ Deepwell anode groundbed at CP station at proposed locations of CP stations given, Deepwell type AGB shall be preferred (Min. three plots nearby each location shall be selected for the survey out of which the most favorable plot shall be considered for installation of anode ground bed). Details of CP stations are provided in the scope of work.
241Carrying out the soil resistivity survey for design of anode ground bed at the selected CP station locations. (Min. at three locations shall be selected for the soil resistivity survey & necessary data shall be collected to determine the most suitable anodebed location) as per Specification for Cathodic Protection System for Pipelines IND-SS-00-EL-SPC-0010.
242Preparation & submission of design document as per the results of surveys, specification & data sheet for procurement of CP System equipment/materials, drawing/document to the Engineer-incharge for review & approval, preparation of site engineering & installation drawings for installation work wherever applicable or required by the Engineer-in-charge, and submit the same for approval and comments. All documents of PCP system including survey, Design, review of collected survey data, installation procedures, post commissioning surveys and complete PCP system of pipeline shall be designed & signed by NACE certified CP specialist having valid CP specialist certificate.
243Design, Supply, installation, testing & commissioning of anode ground bed (Shallow bed size Min. 56 mtr x 2.5 m (min.) or size may increase as per the design calculation), consisting of minimum ten (10) numbers Mixed Metal Oxide Coated Titanium Hollow Tubular Anodes of 16mm dia. / 500mm long size and 2.5A Rating along with tail cable of 1C x 10mm2 Annealed Stranded Copper conductor, PVDF insulated, HMWPE sheathed/Jacket (Kynar Cable) shall be terminated at AJB at the CP station locations, with anode canister in normal resistivity area (0-100 Ohm-m). Actual numbers of anodes shall be finalized during the approval of design calculation submitted by the Contractor. In high resistivity area (where resistivity =100 Ohm-m) anodes shall be installed without canister & anode bed trench of cross-section 300mmx300mm for horizontal type of anode bed shall be backfill by Coke breeze (In slurry form) for its full length. Anode Ground Bed resistance should be maintained less than 1 Ohms (Max.). MMO anodes shall be as per ASTM B861 GR-I. Anode bed backfill material bulk density and other requirements shall be as per NACE:0572:2007.
244Incase of deep-well anode bed, supply, installation, testing & commissioning of individual anodes in vertical installation, consisting of minimum ten (10) numbers of Mixed Metal Oxide Coated Titanium Tubular Anodes of 16mm dia./ 500mm long size and 2.5A Rating with tail cable of 1C x 10mm2 Annealed Stranded Copper conductor, PVDF insulated, HMWPE sheathed/Jacket (Kynar Cable) shall be terminated at AJB. Actual numbers of anodes shall be finalized during the approval of design calculation submitted by the Contractor. Design of deep anode-bed shall be as per NACE:0572:2007 requirements. Anode Ground Bed resistance should be maintained less than 1 Ohms. Minimum depth of anode bed shall be 48m (As per drawing) & it may increase as per the survey data. The bore hole shall be filled by coke breeze in slurry form. Anode bed backfill material bulk density and other requirements shall be as per NACE:0572:2007.
245Disconnection of temporary cathodic protection system which does not form part of permanent cathodic protection system, prices for disconnection of temporary cathodic protection system is integral part of bid & deemed to be inclusive in prices quoted by the Bidder.
246Supply, laying, termination, glanding and ferruling of all the cables of CP system, including all incoming power cable and outgoing CP cables of CPTR/ CPPSM units.
247Acquisition of land for Anode grounde bed and ROU of land for anode header cable from anode ground bed/AJB to TR unit (Land size Min 56mx2.5m for shallow and Min. 5mx5m, for deepwell type), ROU for laying of cables (2.5mtr wide) from AJB to CPTR. Transferring the title of the acquired land in favour of GAIL at the proposed CP station locations including change in title in revenue records. . The item scope includes acquiring land and Change of land ownership to the name of GAIL including NA conversion (where required), area grading / levelling to a suitable grade level to avoid water logging. The item scope also includes acquiring ROU (where required) for cable laying between CPTRU and Anode bed and Submit cleared documents with Legal certification to GAIL for final Legal clearance from GAILs Legal department and mutation to be done in the name of GAIL after title clearance and GAIL’s legal clearance.
248Supply including design, manufacturing, shop testing, inspection, packing, forwarding, delivery erection/ installation, civil/ structural support, earthing, testing & commissioning of Min. 25V/25A or higher rating output CPTR/CPPSM unit each at CP station locations confirming to standard Specification for Cathodic Protection System for Pipelines IND-SS-00-EL-SPC-0010, data sheet & Drawing. The CP units shall be installed inside the control room. All the CP units shall have SCADA monitoring facility, current interruption facility with timer (GPS Synchronized) etc as per specification including commissioning spares as required. Current shall start/stop/reset from local as well as from remote thru SCADA. Current interrupter shall be configurable from 0.1 sec to 999 sec. Minimum 30 mtr GPS cable shall be provided with each CP unit. Bidder shall consider ns CPPSM unit at SV station. Common CPTR Unit at Nagpur DT for Part-B & Part-C upto SV-02 shall be provided by Part-B Contractor.
249Supply, installation & commissioning of Min 3 Nos. permanent references cell (CU/CuSo4 type) each at the proposed locations for CP stations locations, Installation locations of reference cell shall be decided during detail engineering. Bidder to note that at D/T, R/T, TOP/TOT, IP stations min 02 additional ref cells shall be installed at each pipeline terminating/originating from the stations & all measurement /Ref cable shall be terminated to the CP stations. CP unit shall have selector switches for required no. of inputs of ref available as per the nos. of ref cells of pipeline terminating/originating at station and provision to select the ref PSP of any of pipeline in CP unit. Separate local monitoring meter shall also be provided in CP units. Multi-core signal cable of suitable pair shall be considered for the measurement cable & reference cell cable from CJB to TR unit. (For this bidder may consider 8/12 pair, Multi-core, FRLSH, 2.5 Sqmm, 8/12 pair, twisted pair, shielded, armoured, signal cables as per IS/BS). One permanent reference cell shall also be installed on the unprotected side of the pipelines at IP, DT & RT and wired upto the CPTR unit and to SCADA by 4-20mA signal to the SCADA for remote monitoring and accessing integrity of the IJ.
250Supply, installation, testing & commissioning of Computerized Test Stations (CTSU) @ 07 no. with Permanent Zn/Cu-CuSo4 ref electrode & portable data readers 1 nos. along with permanent reference cell (Zn/Cu ref cell) and central Monitoring server with PC (Intel 5th Generation Processor, Core i5, and 19” LED Monitor) at one maintenance base for automatically monitoring through GPS and recording the pipe to soil potential, pipe current etc of the pipeline. Locations of CTSU shall be decided during detailed engineering. Central monitoring server shall have facility to interface the CP unit signals available in SCADA system and the work related to interfacing the signals is in the scope of the bidder, including supply & installation of all items. Notes- All hardware & software required for the central Monitoring of the system shall be supplied for automatically monitoring of the CTSU from central server. CTSU shall be able to record Simultaneous recording of 4 No. analogue channels, generate +ve & -ve sign for recorded PSP values, Battery Low alarm. Spare Battery Pack shall be supplied with each CTSU.
251Bonding in between pipelines running parallel or crossing as required. Taking of permission from the owner (By Owner) of the foreign pipeline wherever required for effective PCP protection and to reduce the anodic interference among them. Interference surveys and mitigation shall be carried out for both the pipelines i.e. proposed and existing. Other CP related surveys for existing pipeline is not applicable. For proposed new pipeline all CP related survey to be carried out and DC interference mitigation measures shall be implemented for both the pipelines. Bonding with existing/new CP system of parallel pipelines hook-up methodology shall be designed by the NACE CP specialist after conducting all required field surveys including details study of existing PCP system & previous PCP system problems of existing pipeline in common ROU and its mitigations.
252The contractor shall carry out interference detection and mitigation measures for all the pipelines including detection of AC and DC interference on pipeline’s and its mitigation due to proximity of foreign AC and DC source i.e. HT line (Parallel, Crossing), Underground HT Cables in proximity, substation, railway traction, welding yard, existing pipeline running parallel or crosses & other foreign pipeline/structure/utilities, HVDC Interference. For the interference detection & mitigations (AC & DC interference study & mitigation) the contractor shall include the services of specialist agencies having proven track records & experience on software modeling & recommendation for its mitigation. Pipeline AC & DC (HVDC Line) Interference studies & Mitigations measures including measurement of AC/DC pick-up due to long term (Induced, conducting due to transformer neutral, fault) & short term interference (Ground Fault, Lightning, conducting etc) as per field data collected, AC corrosion study, Effect of HT line/ Cables running parallel/crossing the pipeline and discharge of current from nearest HT tower/Substations due to fault or lightning etc. Implementations of interference mitigative measures on pipeline’s bring down these voltages (touch & step potentials) to safe limits as per the National/International standards & other mitigation measures to reduce the AC corrosion densities. Mitigation measures suggested by the bidder shall be submitted for review and approval to Engineer-In-Charge. As a part of AC interference detection, AC modeling shall be done by the contractor through an expert agency/contractor itself as approved by WORLEY/GAIL as per the scope of work, specification and relevant national and international standard. As this pipleine is parallel to the HVDC pipeline, DC interference & mitigation study shall be conducted by modelling & validated at site with by providing all mitigation measures.
253Supply, laying,termination, Glanding, ferruling, testing and commissioning of all the cables of CP system, including all incoming power cable and outgoing CP cables of CPTR/ CPPSM units including making of under ground trenches, testing, commissioning of all interconnecting cables among Power Supply, CP Unit, battery bank etc including supply of tinned-Cu lugs, double compression type cable glands, cable marker, cable tags etc as required for completion of the work at selected CP station locations.
254Bonding in between pipelines running parallel or crossing as required. Taking of permission from the owner (By Owner) of the foreign pipeline wherever required for effective PCP protection and to reduce the anodic interference among them. Bonding with existing/new CP system of parallel pipelines hook-up methodology shall be designed by the NACE CP specialist after conducting all required field surveys including details study of existing PCP system & previous PCP system problems of existing pipeline in common ROU and its mitigations.
255Contractor shall carry out following post commissioning surveys (As per OISD/PNGRB)- 1) Close interval potential logging survey for entire length of 18” pipeline, 2) CAT survey (entire length of 18” pipeline) including measurement of depth of the buried pipeline, 3) Specific Coating resistance/conductance test at current measurement test location and pipeline current mapping with direction of the current (After PCP system commissioning), including calibration factor of same thickness pipelines. 4) Current drainage test at bonding locations. 5) CAT with frame ‘A’ and DCVG survey (Both) for entire length of 18” pipeline, and CAT survey results to identify coating defects/holiday and implement mitigation measures for the same.
256Interconnection PVC water pipeline of 1.5” between AGB & Terminal water supply system to maintain the lower grounding bed resistance, including supply, installation & all connection at all CP station locations.
257Supply, Installation, Testing & commissioning of AC corrosion coupons (exposed area 1cm2) for monitoring of AC corrosion densities at HT line crossings and AC interference prone area along with high accuracy AC shunt (Additional 10% quantity of coupons shall be also be considered).
258Supply of Two Years O&M Spares as described in Appendix-A of scope of work for each section.
259Supply and installation of the power supply cable from switch fuse unit/ MCC /PDB of OWNER’S Electrical substation to CPPSM/CPTR Units shall be CP CONTRACTOR’s scope of work.
260Monitoring & maintenance (as a whole) of PCP System of entire length of 18” 3LPE Coated pipelines for 6 months (Monthly Basis) including collection of data from data loggers after commissioning of PCP works simultaneously with post commissioning survey work.
261Supply & Installation of Chainlink Fencing for Anodebed & AJB as perapproved drawings & instruction of Engineer-In-Charge.
262All civil/ structural works related to PCP system including supply of bricks cement & steel etc. required for the completion of system.
263Note: Bidder to refer CP System datasheets / specifications / Installation Standards / SOW attahced with tender documents.
264Sub-Total Section B
265SECTION-C [PIPING AND MECHANICAL]
266PLANT PIPING(ABOVEGROUND/ UNDERGROUND) FABRICATION, ERECTION, INSTALLATION AND TESTING OF PIPING :
267Transportation including loading, unloading, handling of all piping items from Owner"s and/ or Contractor"s storage point to work site/ workshop as applicable, complete work of fabrication, erection, painting, testing of pipes, flanges and fittings and making ready for further Commissioning / Start-up of carbon steel piping of all sizes and ratings including supply of all consumables, equipment, manpower and other resources and execution of, but not limited to, the following works in accordance with relevant specifications indicated in SCC & Scope of work indicated in SCC, drawings, specification and instructions of Engineer-in-charge and as per all provisions of the CONTRACT DOCUMENT.
268Fabrication including cutting, edge preparation, inclusive of grinding the edges of pipes, fittings, flanges etc. to match with the matching edges of uneven/different thickness wherever required, welding, attachment of all pipe fittings like elbows, tees, reducers as required.
269Supply of nipples, coupling etc. as required for completion of job. Supply of weldolets, sockolets, flanges, vent and drain point connection etc., including providing stub-in connections, fabricated fittings and reinforcement pads etc., as required.
270Erection including prior cleaning, lifting, placing on pipe sleepers and supports, overhead on racks, skids and at all elevations including installation and carrying out connected activities for all types of valves including supply and fixing of gaskets, studs/ bolts, nuts wherever required for all sizes, levelling, aligning, joining of flanges, blind flanges, connecting with equipment,nozzles, strainers, tie-in with existing piping/facilities, etc. tapping for inline instruments like pressure gauges, thermowells, sample connection, etc.
271Preparation of final bill of material based on piping GADs.
272Preparation of isometric and fabrication drawings.
273Carrying out 100% Non-destructive testing.
274Surface preparation before application of primer by means of sand blasting including supply of approved quality of sand, manpower, machineries, tools & tackles to achieve required roughness as per specification and as per instruction of Engineer-in-charge.
275Painting of entire system (including aboveground all pipes fittings, flanges and accessories) as per specification 00033-NCJ-GEN-PE-SPC-0005 suitable for highly corrosive area environment including supply of approved paints and primers, application of primer and paints, indentification lettering/ numbering, colour coding, etc. as specified including rub down & touch up of shop primer or scrapping of shop primer wherever required by COMPANY and providing scaffolding for all heights etc.
276Underground portion of piping system shall be protected from external corrosion by providing DIRAX coated heat shrink sleeve or equivalent and application of the same shall be extended upto 500 mm above FGL/ plant area NGL, whichever is higher. Along with Holiday test & peel/Adhesion test.
277Cleaning and flushing by water/ compressed air, testing of the systems including hydrostatic, pneumatic and any other type of testing as specified, draining, drying by compressed air/other methods approved by COMPANY.
278Precommissioning & making operational all piping system and equipments and provide all necessary assistance in terms of supply of man-power, equipment, tools and tackles required amount of nitrogen for purging of entire terminal piping system including equipments etc.
279Clean-up and restoration of site, preparation of as built drawings, documents and project records; transportation of surplus free issue material to Owner"s designated place(s) as mentioned in Annexure-2 to SCC; completing all works in all respects as per the AFC drawing, specifications, standards and other provisions of Contract and instruction of Engineer-in-charge.
280Completion of all such work in all respects as per scope of work and as per drawings, specifications and instructions of the COMPANY and keeping the system ready in all respects for commissioning and start up.
281Hook-up works (with client/ consumer piping at battery limits) wherever required.
282Complete Carbon Steel Piping Work with painting including all fittings, flanges and supply of all required gaskets, studs/bolts & nuts etc. as described under item 1.0 above
28318" NB,API 5L Gr. X-52 (Charpy), PSL-2, SAW, BE,S60
28412" NB ,API 5L Gr. X-52 (Charpy), PSL-2, Seamless, BE,S60
2856" NB,ASTM A 106 Gr. B (Charpy), Seamless, BE ,XS
2864" NB ,ASTM A 106 Gr. B (Charpy), Seamless, BE ,XS
2872" NB ,ASTM A 106 Gr. B (Charpy), Seamless, BE ,S80
2882" NB ,ASTM A333 Grade 6 Seamless, BE,XS
2891½" NB ,ASTM A 106 Gr. B, Seamless, PE ,S80
2901" NB ,ASTM A 106 Gr. B, Seamless, PE ,S80
291¾" NB ,ASTM A 106 Gr. B, Seamless, PE ,S160
292¾" NB ,ASTM A333 Grade 6 Seamless, PE,S160
2931) Pipe Specification and thickness may vary depending upon availability of pipe.No extra payment shall be made for this. 2) All butt welded fittings end shall generally match with connecting pipe wall thickness. However, in case of misalignment, Contractor shall have to do end preparation without any extra cost. 3) All coupling, nipples etc. as required shall be suplied by contractor but no separate payments shall be made as it is covered under erection rate. 4) NDT of Joints below 2" is to be included in above rate. However, payment of radiography of joints (2" and above) shall be paid seperately under SOR item for RADIOGRAPHY mentioned elsewhere in this SOR. 5) Surplus free issue material shall be transported to Owner"s designated place(s) as mentioned in Annexure-2 to SCC
294SUPPLY OF ASSORTED PIPE, FLANGES AND FITTINGS
295Complete work of supply of assorted pipes, flanges and fittings including all taxes, duties, transportation and inspection charges but not limited to, the following itemsin accordance with relevant specifications indicated in scope of work indicated in SCC, drawings, specification and instructions of Engineer-in-charge and as per all provisions of the CONTRACT DOCUMENT.
296Handling including lifting, transportation from Contractor Stores to CONTRACTOR"s workshop for fabrication and/ or to work site for field fabrication and erection for all piping items supplied by Contractor.
297CARBON STEEL PIPES
298D1C
29918" NB,API 5L Gr. X-52, PSL-2 (Charpy), SAW, BE, ASME B36.10,S60
30012" NB ,API 5L Gr. X52, PSL-2(Charpy), Seamless, BE, ASME B36.10,S60
3016" NB,ASTM A 106 Gr. B (Charpy), Seamless, BE, ASME B36.10,XS
3024" NB ,ASTM A 106 Gr. B (Charpy), Seamless, BE, ASME B36.10,XS
3032" NB ,ASTM A 106 Gr. B (Charpy), Seamless, BE, ASME B36.10 ,XS
3041½" NB ,ASTM A 106 Gr. B, Seamless, PE, ASME 36.10 ,XS
3051" NB ,ASTM A 106 Gr. B, Seamless, PE, ASME 36.10,XS
306¾" NB ,ASTM A 106 Gr. B, Seamless, PE, ASME 36.10,S160
307A1L, D1L
3082" NB ,ASTM A333 Gr. 6, Seamless, BE, ASME 36.10,XS
309¾" NB ,ASTM A333 Gr. 6 Seamless, PE, ASME 36.10,S160
3106" NB ,ASTM A333 Gr. 6, Seamless, BE, ASME 36.10,XS
311FLANGES
31218",Weld Neck [B-16.5, ASTM A694 Gr.F-52(Charpy), 125 AARH, RF], SCH.60,600#
31312",Weld Neck [B-16.5, ASTM A694 Gr.F-52(Charpy), 125 AARH, RF], SCH.60,600#
3146",Weld Neck [B-16.5, ASTM A105, (Charpy), 125 AARH, RF], SCH. XS,600#
3156",Weld Neck, With Jack Screw, [B-16.5, ASTM A105, (Charpy), 125 AARH, RF], SCH. XS, WITH TWO JACK SCREW 180 DEG. APART, ASTM A193 GR B7,600#
3164",Weld Neck [B-16.5, ASTM A105, (Charpy), 125 AARH, RF], SCH. XS,600#
3172",Weld Neck [B-16.5, ASTM A105, (Charpy), 125 AARH, RF], SCH. XS,600#
3181",Socket Welded (B-16.5, ASTM A105, 125 AARH, RF), SCH XS,600#
319¾" ,Socket Welded (B-16.5, ASTM A105, 125 AARH, RF), SCH 160,600#
3202",Weld Neck [B-16.5, ASTM A 350 GR LF2, CL-1, 125 AARH, RF], SCH.XS,600#
3212",Weld Neck, With Jack Screw [B-16.5, ASTM A 350 GR LF2, CL-1, 125 AARH, RF], SCH.XS, WITH TWO JACK SCREW 180 DEG. APART,ASTMA320 GR L7,600#
322¾" ,Socket Welded (B-16.5, ASTM A 350 GR LF2, CL-1, 125 AARH, RF), SCH 160,600#
32312",Blind Flanges [B-16.5, ASTM A105 (CHARPY), 125 AARH, RF],600#
3244",Blind Flanges [B-16.5, ASTM A105(Charpy), 125 AARH, RF],600#
3252",Blind Flanges [B-16.5, ASTM A105(Charpy), 125 AARH, RF],600#
326¾" ,Blind Flanges (B-16.5, ASTM A105, 125 AARH, RF),600#
327¾" ,Blind Flanges (B-16.5, ASTM A350 Gr. LF2 CL-1, 125 AARH, RF),600#
3286",Spectacle Blind [B-16.48, ASTM A105 (Charpy), 125 AARH, FF],600#
3292",Spectacle Blind [B-16.48, ASTM A350 Gr. LF2 CL-1, 125 AARH, FF],600#
33018",SPCR,RING AND BLANK, ASTM A105 (CHARPY), ASME B16.48, 125 AARH,FF,600#
33118",Weld Neck, With Jack Screw, [B-16.5, ASTM A694 GR F52, (Charpy), 125 AARH, RF], SCH. XS, WITH TWO JACK SCREW 180 DEG. APART, ASTM A193 GR B7 ,600#
33218",Weld Neck, With Jack Screw, [B-16.5, ASTM A694 Gr.F-70, (Charpy), 125 AARH, RF], Thk. 12.7 mm, WITH TWO JACK SCREW 180 DEG. APART, ASTM A193 GR B7 ,600#
33318",Weld Neck [B-16.5, ASTM A694 Gr.F-70 (Charpy), 125 AARH, RF], Thk. 12.7 mm,600#
334ELBOW
33518",90° Elbow, LR, Welded, [ASTM A860, GR.WPHY52, (Charpy), MSS-SP-75, 1.5D, BW],S60
33612",90° Elbow, LR, Seamless, [ASTM A860, GR.WPHY52, (Charpy), MSS-SP-75, 1.5D, BW],S60
3376",90° Elbow, LR, Seamless,[ASTM A234, Gr. WPB (Charpy), B-16.9, 1.5D, BW],XS
3384",90° Elbow, LR, Seamless, [ASTM A234, Gr. WPB (Charpy), B-16.9, 1.5D, BW],XS
3392",90° Elbow, LR, Seamless, [ASTM A234, Gr. WPB (Charpy), B-16.9, 1.5D, BW],XS
340¾" ,90° Elbow, LR [ASTM A105, B-16.11, SW],6000
3416",90° Elbow, LR Seamless,[ASTM A420 GR. WPL6, B-16.9, 1.5D, BW],XS
3422",90° Elbow, LR Seamless,[ASTM A420 GR. WPL6, B-16.9, 1.5D, BW],XS
343¾" ,90° Elbow [ASTM A350 Gr. LF2 CL-1, B-16.11, SW],6000
34418",45° Elbow, LR, Welded, [ASTM A860, GR.WPHY52, (Charpy), MSS-SP-75, 1.5D, BW,],S60
345EQUAL TEE
34618",ASTM A860 GR.WPHY52, (Charpy), MSS- SP -75, BW, WELDED,S60
3476",ASTM A234, Gr. WPB (Charpy), BW, SEAMLESS, ASME B16.9,XS
3482",ASTM A234, Gr. WPB (Charpy), BW, SEAMLESS, ASME B16.9,XS
349¾",ASTM A105, SW, ASME 16.11,6000
350UNEQUAL TEES
35118"x18"x12",ASTM A860, GR.WPHY52, (Charpy), MSS- SP -75, BW, Welded,S60xS60xS60
3522"x2"x¾",ASTM A420 Gr. WPL6, BW, ASME B16.9, SEAMLESS,XSxXSxS160
3531½"x1½"x¾",ASTM A105, SW, ASME B16.11,6000
3541"x1"x¾",ASTM A105, SW, ASME B16.11,6000
355WELDOLET
35618" x 6" ,ASTM A105 (Charpy), BW, MSS SP-97,S60 x XS
35718" x 2" ,ASTM A105 (Charpy), BW, MSS SP-97,S60 x XS
35812" x 2" ,ASTM A105 (Charpy), BW, MSS SP-97,S60 x XS
3596" x 2",ASTM A350 GR. LF2 CL-1, BW, MSS SP-97,XS x XS
36018" x 4" ,ASTM A694 GR F70 (CHARPY), BW, MSS SP-97,S60 x XS
3616" x 2" ,ASTM A105 (Charpy), BW, MSS SP-97,XS x XS
362SOCKOLET
36318" x ¾" ,ASTM A105, SW, MSS SP-97, SCH-60,6000#
36412" x ¾" ,ASTM A105, SW, MSS SP-97, SCH-60,6000#
3656" x ¾" ,ASTM A105, SW, MSS SP-97, SCH-XS,6000#
366REDUCER
3672" x¾",SWGE,CONC,SCH.XS,BE,PE,ASTM A105 (CHARPY),"BS 3799,SXS x SXS
3682"x 1",SWGE,CONC,SCH.XS,BE,PE,ASTM A105 (CHARPY),"BS 3799,SXS x SXS
369¾"x 1/2",SWGE,CONC,SCH.XS,BE,PE,ASTM A105,"BS 3799,SXS x SXS
3708" x 6",CONC. REDUCER, ASTM A420 GR WPL6, BW, SEAMLESS, ASME B16.9,SXS x SXS
371NIPPLE
3721",PE,PE, SEAMLESS, ASTM A106 GR B, ASME B36.10M, 100mm LG.,SXS
373¾",PE,PE, SEAMLESS, ASTM A106 GR B, ASME B36.10M, 100mm LG.,S160
374¾",PE,PE, SEAMLESS, ASTM A333 GR 6, ASME B36.10M, 100mm LG.,S160
375FULL COUPLING
3761",ASTM A105, SW, ASME B16.11,3000#
377¾",ASTM A105, SW, ASME B16.11,6000#
378¾",ASTM A350 GR LF2 CL1, SW, ASME B16.11,6000#
379INSULATING GASKET
3802",INSULATING GASKET SET RAISED FACE (TYPE F) MFG STD GRE(G-10) LAMINATED SS316 CORE WITH GRE(G-10) SLEEVE, GRE(G-10)+ CS GALV WASHERS TO SUIT ASME B16.5 CL 600 RF,600#
381Supply of Valves
382Complete work of supplyof valves including all taxes, duties, transportation and inspection charges but not limited to, the following items in accordance with relevant Specifications & relevant Data Sheets indicated in scope of work indicated in SCC, drawings, specification and instructions of EIC and as per all provisions of the CONTRACT DOCUMENT.
383All ball valves with butt welded ends shall have fully welded body.
384Plug Valves
385D1C
3866",BW, Extended Stem, ASTM A216 GR. WCB (CHARPY), GEAR,REGULAR PORT, PRESSURE BALANCED LUBRICATED, API 6D, VPB6030-RGE, 00033-NCJ-GEN-PE-DAS-0004,600#
3872",BW, Extended Stem, ASTM A216 GR. WCB (CHARPY), LEVER,REGULAR PORT, PRESSURE BALANCED LUBRICATED,API 6D, VPB6030-RE, 00033-NCJ-GEN-PE-DAS-0004,600#
3882",BW, ASTM A216 GR. WCB (CHARPY), LEVER,REGULAR PORT, PRESSURE BALANCED LUBRICATED,API 6D, VPB6030-R, 00033-NCJ-GEN-PE-DAS-0004,600#
3896",BW, Gear Operated, ASTM A216 GR. WCB (CHARPY), LEVER,REGULAR PORT, PRESSURE BALANCED LUBRICATED,API 6D, VPB6030-RG, 00033-NCJ-GEN-PE-DAS-0004,600#
390D1L
3916",BW, ASTM A352 GR.LCB, GEAR, REGULAR PORT, PRESSURE BALANCED LUBRICATED, API 6D, VPB6050-RG, 00033-NCJ-GEN-PE-DAS-0004,600#
3922",BW, ASTM A352 GR.LCB, LEVER, REGULAR PORT, PRESSURE BALANCED LUBRICATED, API 6D, VPB6050-R, 00033-NCJ-GEN-PE-DAS-0004,600#
393Ball Valves
394D1C
3954",BW, RB, ASTM A216 GR. WCB (CHARPY) TRIM A216 WCB & 75 MICRON ENP, SEAT VITON, LEVER, TRUNNION, REDUCED BORE,API 6D, VBB6031-R, 00033-NCJ-GEN-PE-DAS-0002,600#
3962",BW, FB, LO, ASTM A216 GR. WCB (CHARPY) TRIM A216 WCB & 75 MICRON ENP, SEAT VITON, LEVER, TRUNNION, FULL BORE,API 6D, VBB6031-F, 00033-NCJ-GEN-PE-DAS-0002 ,600#
3972",BW, RB, NC, ASTM A216 GR. WCB (CHARPY) TRIM A216 WCB & 75 MICRON ENP, SEAT VITON, LEVER, TRUNNION, REDUCED BORE,API 6D, VBB6031-R, 00033-NCJ-GEN-PE-DAS-0002,600#
3982",BW, RB, ASTM A216 GR. WCB (CHARPY) TRIM A216 WCB & 75 MICRON ENP, SEAT VITON, LEVER, TRUNNION, REDUCED BORE,API 6D, VBB6031-R, 00033-NCJ-GEN-PE-DAS-0002,600#
399¾",SW, RB, ASTM A105 TRIM 13% Cr, SEAT RPTFE, LEVER, FLOATING, VBS8010-R, 00033-NCJ-GEN-PE-DAS-0002,800#
4002",BW, RB, ASTM A216 GR. WCB (CHARPY) TRIM A216 WCB & 75 MICRON ENP, SEAT VITON, LEVER, TRUNNION, REDUCED BORE,API 6D, VBB6031-R, 00033-NCJ-GEN-PE-DAS-0002 ,600#
4012",BW, RB, LO, ASTM A216 GR. WCB (CHARPY) TRIM A216 WCB & 75 MICRON ENP, SEAT VITON, LEVER, TRUNNION, REDUCED BORE,API 6D, VBB6031-R, 00033-NCJ-GEN-PE-DAS-0002 ,600#
4026",BW, RB, Extended Stem, ASTM A216 GR. WCB (CHARPY) TRIM A216 WCB & 75 MICRON ENP,SEAT VITON, GEAR, TRUNNION, REDUCED BORE,API 6D, VBB6031-RGE, 00033-NCJ-GEN-PE-DAS-0002,600#
4036",BW, RB, ASTM A216 GR. WCB (CHARPY) TRIM A216 WCB & 75 MICRON ENP,SEAT VITON, GEAR, TRUNNION, REDUCED BORE,API 6D, VBB6031-RG, 00033-NCJ-GEN-PE-DAS-0002,600#
404D1L
4052",BW, ASTM A352 GR.LCB TRIM A352 LCB & 75 MICRON ENP, SEAT VITON, LEVER, TRUNNION, REDUCED BORE, API 6D, VBB6051-R, 00033-NCJ-GEN-PE-DAS-0002 ,600#
406¾",SW, RB, ASTM A350 GR.LF2 CL.1 TRIM SS316 & 75 MICRON ENP, SEAT RPTFE, LEVER, FLOATING, REDUCED BORE, BS EN ISO 17292, VBS8040-R, 00033-NCJ-GEN-PE-DAS-0002 ,800#
407Globe Valves
408D1C
4094",RF, NC, ASTM A216 GR. WCB (CHARPY) TRIM 5, GEAR, BS 1873, VLF6030-G, 00033-NCJ-GEN-PE-DAS-0003,600#
4102",RF, NC, ASTM A216 GR. WCB (CHARPY) TRIM 5, GEAR, BS 1873, VLF6030, 00033-NCJ-GEN-PE-DAS-0003,600#
411ERECTION OF VALVES ( As perP &ID )
412Handling including lifting and transportation from COMPANY"s warehouse to CONTRACTOR"S Stores and/or work site and installation of all types of valves,including assembly of valve accessories, (if any) by bolting, threading or welding, supply and insertion of gaskets, nuts & bolts, nipples, etc. at all elevations of pipe sleepers, supports or overhead on racks, equipments nozzle, skid & painting etc. supply of all consumables, manpower, equipment, etc. for completion of all works as per scope of work and as per drawings, specifications and instructions of Engineer-in-charge including servicing/ cleaning of valve wherever required.
413Butt Welded Valves (Full Bore/ Reduced Bore)
414Ball/ Plug/ Globe Valves
41512",Ball/ Plug/ Globe Valves,600#
4166",Ball/ Plug/ Globe Valves,600#
4174",Ball/ Plug/ Globe Valves,600#
4182",Ball/ Plug/ Globe Valves,600#
419Flanged Valves (Full Bore/ Reduced Bore)
420Ball/ Plug/ Globe Valves
4214",Ball/ Plug/ Globe Valves,600#
4222",Ball/ Plug/ Globe Valves,600#
423Sockolet Welded Valve (Ball / Plug/ Globe)
424¾",Sockolet Welded Valve (Ball / Plug/ Globe),800#
425Ball Valve (Welded End, AV/HOV/GOV)
42618",Ball Valve (Welded End, AV/HOV/GOV),600#
427Ball Valve (Flanged End, AV/HOV/GOV)
42818",Ball Valve (Flanged End, AV/HOV/GOV),600#
429QOEC (D4A)
4306",Installation of QOEC,600#
431SAFETY RELIEF VALVES
432Installation of safety relief valve of inlet size range (1" to 2") and outlet size range (2" to 3") on scrapper trap alongwith companion flanges with all accessories including but not limited to gaskets, nuts, bolts, fixtures, clamps etc. required and providing high vent for discharge. Installation shall be as per API RP 520; final coat of painting, set pressure testing & commissioning as per scope of work
433PSV (on Scrapper Trap), 600#/150#
434PIPE SUPPORTS & OTHER STRUCTURES
435Supply, fabrication and erection of all types of pipe supports like clamps, saddle, guide stops, cradles, turn buckles, anchors, T-posts; stockade/ trestle and pipe bridge for overhead piping; frames for canopy, approach ladders and platforms, crossover, cable tray supports, etc. including painting suitable for highly corrosive area as per specification,labour and supervision & complete work as per drawings, specifications and instruction of Engineer-in-charge. (Bolts, nuts, washers, U-clamps etc. for supporting shall be supplied by the Contractor within the rates quoted.These items will not be measured and will not be paid seperately).The work is to be completed in all respect as per scope of work and specification.
436RADIOGRAPHY
437Performance of radiographic inspection by gamma radiation as per scope of work and as per specifications in piping of all types and thickness including providing/hiring of all necessary equipments, supply of all consumables, and whatever else even though not expressely mentioned but required to perform the work as per specifications and instructions of Engineer-in-Charge (full circle re-radiography of the repaired joint and additional radiography necessitated due to poor performance of contractor"s welder shall be carried out by the Contractor at his own cost and shall not be paid extra by Company).Radiographs shall be submitted to the Engineer-in-Charge for acceptance, whose decision shall be final and binding.
43818"
43912"
4408"
4416"
4424"
4432"
444ERECTION OF VESSELS, SKIDS & EQUIPMENTS
445Handling, including lifting, transportation from Company"s stores to Contractor"s work-shop for fabrication or/ and to worksite for field fabrication, assembly of parts/ sub-assemblies, erection for all vessels, equipments supplied by company above ground/ underground at all elevation/ depth, fixing of foundation bolts, welding whereverrequired, aligning, grouting, hooking-up, cleaning and flushing by water draining, drying by compressed air, providing all mountings, ancilliary, enabling works as required and completing in all respect as per drawings, specification and instruction of Engineer-in-charge. Contractor"s scope shall include supply of all material and accessories including but not limited to any fixtures, clamps, gasket, nut bolts, finish coat ofpainting including rub down & touch up of shop primer/ paint scrapping of shop primer/ paint and further their painting after application of primer as per specification, wherever required by Company.
446Approx. erection weight and Details of major equipments are as under (Refer P&ID included with Tender).
447Details of major equipments are as under
448Scrapper Trap with Pig Handling Device,
449Jib Crane with Chain Pulley Block,
450Metering skid etc.,
451LEAKS/ BURSTS (ATTRIBUTABLE TO OWNER) FOR TERMINAL PIPING
452All works for leak/burst (occurring during hydrostatic testing) including necessary repair/replacement of defective pipe length, including cutting and removing out defective pipes, welding, NDT of welds, repair and re-testing of defective welds, painting of welded joints, clean-up, re hydro testing of the pipe segment including providing all necessary equipments, labour, materials, consumables and inputs other than Owner supplied materials and performing all works as per drawings, specifications enclosed with the Contract and directions of Engineer-in-Charge.
453UNLOADING OF FREE ISSUE MATERIAL
454Complete work of unloading of Free Issue Materials (Valves, Scrapper Traps, Metering Skids, Flow Tees, Insulating Joint etc.) from Goods Carrier (i.e. Truck, Trailer, etc.)at Company"s Designated Store. After unloading, free issue material shall be placed / stacked inside the store at all elevations of racks including supply of all associated consumables, manpower, equipment, etc. for completion of all works as per instructions of Engineer-in-charge.
455Note : This rate shall be applicable for manufacturing defects in Company supplied materials only.
456MECHANICAL- AIR CONDITIONING
457Supply, assembly, painting, quality assurance and quality control, inspection, documentation,Certification (As Applicable), shipment, installation, testing and commissioning at site of each wall mounted DX split air conditioning units (BEE certified 5 Star Inverter) complete with following: 1. Outdoor condensing units. 2. Indoor wall mounted fan coil units with high efficiency air filter, 5KVA Stabilizer and Remote. 3. First fill of all lubricants and refrigerant (Eco friendly Refrigerant). 4. Refrigerant (copper) piping with 19mm thick nitrile insulation connecting to Condensing Unit and Fan Coil Unit. 5. Condensate Drain Piping connecting to nearest drain point. 6. Clamps/ neoprene supports and Trays for Refrigerant Piping. 7. Control Cablingwith conduits interconnecting across indoor Fan Coil Unit& outdoor Air Cooled Condensing Unit. 8. Power Cabling with conduits for electrical power supply from nearest electrical socket. 9. Supporting frame for mounting Condensing Unit and Fan Coil Unit. 10. Vibration isolator for Condensing Unit and Fan Coil Unit. 11. Other accessories not listed herewith but considered necessary for safe and smooth operation of the complete package, shall be included by the CONTRACTOR in his scope. 12. CONTRACTOR to note that HVAC outdoor equipment shall be designed/selected for min. 50 deg C and shall not trip at the same temperature during summer season. Scada and telecom room for Control Building of Remote SV station Cooling Capacity -2 TR (Qty mentioned is 2 working + 1 standby AC for each location )
458Supply, assembly, painting, quality assurance and quality control, inspection, documentation, Certification (As Applicable), shipment, installation, testing and commissioning at site of each Exhaust Fans complete with 1. Wall mountedPropeller Fan.( AMCA certified) 2. Fresh air Louvers and Back draft dampers with bird screen & cowl piece 3. On/ Off switch (near individual fans) 4. Motorized On-Off dampers (fail safe type) to close exhaust openings upon confirmed fire signal. 5. Other accessories not listed herewith but considered necessary for safe and smooth operation of the complete exhaust system shall be included by the contractor in his scope. Electrical Room of Remote SV station Air Vol. = 900 cfm (Qty mentioned is 2 working fans for each location)
459Supply, assembly, painting, quality assurance and quality control, inspection, documentation,Certification (As Applicable), shipment, installation, testing and commissioning at site of each Exhaust Fans complete with 1. Wall mounted Axial Flow Fan(Tube Axial or cabinet type,AMCA certified) with spark proof construction. 2. Fresh air Louvers and Back draft dampers with bird screen & cowl piece 3. Starter panel with On/ Off switch (for individual fans) 4. Motorized On-Off dampers (fail safe type) to close exhaust openings upon confirmed fire signal. 5. Other accessories not listed herewith but considered necessary for safe and smooth operation of the complete exhaust system shall be included by the contractor in his scope. Battery Room of Remote SV station Air Vol. =1100 cfm (Qty mentioned is 1 working + 1 standby fans for each location) Fan motor shall be flameproof suitable for Zone 1, Gas group IIC, Temperature class T3. Supply of air shall be introduced at low level (from opposite wall of exhaust air) and mechanically exhausted to atmosphere at as high a level as possible, to avoid air pockets in the Battery Room
460Supply, assembly, painting, quality assurance and quality control, inspection, documentation,Certification (As Applicable), shipment, installation, testing and commissioning at site of each Exhaust Fans complete with 1. Wall mountedPropeller Fan.( AMCA certified) 2. Fresh air Louvers and Back draft dampers with bird screen & cowl piece 3. On/ Off switch (near individual fans) 4. Other accessories not listed herewith but considered necessary for safe and smooth operation of the complete exhaust system shall be included by the contractor in his scope. Clean agentRoom of Remote SV station Air Vol. = 550 cfm (Qty mentioned is 1 working fans for each location)
461Supply, assembly, painting, quality assurance and quality control, inspection, documentation,Certification (As Applicable), shipment, installation, testing and commissioning at site of each Exhaust Fans complete with 1. Wall mounted propeller Fan.(50 CFM -Fixed in window AW5-- Refer Civil drg for fan-window details) 2. Fresh air Louvers(Fixed in Door D5, D2-Refer Civil drg for fan-window & door details) 3. On/ Off switch (near individual fans) 4. Other accessories not listed herewith but considered necessary for safe and smooth operation of the complete exhaust system shall be included by the contractor in his scope. Toilet: 50CFM, Qty mentioned is 1 working fans for each guard house. (Fixed in window AW5- Refer Civil drg for fan-window details)
462CORROSION MONITORING SYSTEM WORK
463Survey, Design, detail engineering, Manufacturing, Inspection/FAT (Factory acceptance test), supply, Packing, transportation to site, storage, installation, testing & commissioning of Internal Corrosion Monitoring system using ER Probe & Coupons for MUMBAI-NAGPUR (MNPL) PROJECT (Section-I) as per attached specification& approved design document, data sheets & drawings.Scope shall also include but not limited to the following for completion of jobs:
464Corrosion Coupon assembly. (Including Holder, Access Fittings as accessories) Corrosion Monitoring System.Tags: DT1-CC-001, Refer Doc no.: 00033-NCJ-GEN-PE-DAS-0005 for datasheet, 00033-NCJ-GEN-PE-SPC-0008 for Technical Specification.
465Corrosion Probe assembly. (Including Holder, Access Fittings as accessories) Tags: DT1-CP-001, Refer Doc no.: 00033-NCJ-GEN-PE-DAS-0005 for datasheet, 00033-NCJ-GEN-PE-SPC-0008 for Technical Specification.
466Transmitter (Along with 5m Cable for connection from Probe to Transmitter) Refer Doc no.: NCJ-GEN-PE-SPC-0008 for Technical Specification.
467Corrosion Meter (Receiver), including barriers, surge protector etc required for installation and operation. Refer Doc no.: NCJ-GEN-PE-SPC-0008 for Technical Specification.
468Installation, testing & commissioning of ER probes, access fitting assemblies etc including welding with the pipeline, testing & commissioning as mentioned in Scope of work.
469Installation, testing & commissioning of coupons with coupon holder and access fitting assembly including hot tapping & welding with the pipeline, testing & commissioning.
470Spare Corrosion Coupon discs (3 nos. per tag)
471Spare Corrosion Probe
472Spare Transmitter (Along with 5m Cable for connection from Probe to Transmitter)
473Receiver electronics
474Data analysis and data calibration of ER probe and corrosion coupon for all the location is to be considered for 5 years
475Supply and installation/laying of all connecting cables (Signal cables) from ER Probe location to control room to interface with Receiver andDCS/SCADA.
476Supply of material & Construction of RCC M25 Concrete Pitof internal dimension of size 2m (L) x 2m (B) x 2m (D) with removable cover (Chequered plate) including supply of all required materials such as reinforcement, cement, chequered plate etc. for safe retrieval of Corrosion Coupons & Probes. The wall thickness of pit shall be 150mm min. Rate to include excavation, PCC M10 in mudmat, back filling & restoration at site with minimum gap of 2.0 meters or more below the installation position on pipeline for safe retrieval of ER probes and coupons installed at 6 O"clock position at existing stations as per direction of Engineer-In-Charge complete in all respect. Dimension of the RCC concrete pit shall be as per the safe retrieval of coupons and probes. Net RCC Volume shall be considered for measurement & payment.
477Retrieval tool kit along with service valve Refer Doc no.: NCJ-GEN-PE-SPC-0008 for Technical Specification.
478Installation supervision of Access fittings and Corrosion Meter (Receiver)
479Supply of spares for 02 years O&M operation of CMS system as mentioned in Scope of work Annexure-I of MR CMS system Doc. No.00033-NCJ-GEN-PE-REQ-0005
480Charges for personnel required for training.
481Service visits during warranty period of 2 years in every 6 months is to be considered. 3 Years Non-Comprehensive AMC to be considered post warranty period for CMS system includes Periodical maintenance visit once in 6 months and any breakdown calls to be attended as required.
482Sub-Total Section C
483SECTION-D [CIVILWORKS]
484TOPOGRAPHICAL SURVEY
485To carry out detailed Topographic Survey covering specified plots/area of Despatch/Recieving Station, Tap-Off"s and SV Stations and any other locations from approved agency and as directed by Engineer in Charge using survey instruments and giving complete details in the form of drawings (in the scale of 1:100) and reports in 4 copies on white paper sheets and CAD output on CD/DVD all complete as per specifications, drawings and direction of the Engineer-in-Charge.
486Note :- 1. To be read along with relevant survey TS. 2. Area of plot shall be surveyed up to 5m beyond plot boundary and up to approach road on front side of the plot. 3. Number of trees along with type and girth area of plot shall be given. 4. HFL of plot shall be reported.
487GEOTECHNICAL INVESTIGATION IN PLOTS
488Carrying out complete Geotechnical Investigation for 10mdepth or as specified by Engineer-In-Charge for plots of Receiving Terminal/SV Station /IP Station/Despatch Station or any other plot as per direction of Engineer-In-Chargeas enlisted in the tender in scope of work including providing borehole location coordinates,manpower, tools, tackles, materials, survey equipments, drilling rigs, soil testing equipment, other equipments, other support facilities necessary for the survey and associated work and submitting Final Geotechnical Report (along with the soft copy) incorporating all field and laboratory data and recommending the type of foundation and the safe bearing pressure for the proposed sites, Drawings, Data etc. (One Lot) in an approved format drawings, approved QAP, implementation schedule and other provisions of the Tender Document and instructions of the Engineer-in-charge.
489Conducting Geo-technical survey as above and providing recommendations for cast-in- situ skin friction end bearing or underreamed pile500 mm dia pile along with calculation of capacity of piles. Target compressive strength shall be considered as 30 T and bore log shall be extended to furter depth if so needed.
490By Boring of minimum 150 mm dia boreholes upto a max. depth as specified or refusal strata (REFUSAL means when N> 100 for 30 cms of penetration) in all type of soil.
491Field Investigations
492Conducting Standard Penetration Tests in Boreholes as specified as decided by EIC
493Collecting 100 mm dia undisturbed sample form boreholes as specified as decided by EIC.
494Collecting Disturbed samples from Bore Holes
495Ground Water level
496Conducting the following laboratory tests in NABL or equivalent accredated labarotary as per ISO/IEC 17025
497Atterberg"s Limit (Liquid Limit & Plastic Limit)
498Natural Moisture Content
499Bulk and Dry Density
500Specific gravity and Void ratio
501Grain Size Analysis and IS Classification
502Direct Shear Test
503Tri Axial Shear Test
504PLATE LOAD TEST
505Cyclic Plate Load Test at a depth of 1.5m in accordance with IS:1888 & IS:5249 including all equipment & accessories, digging of test pit and filling the pit with proper compaction after completion of the test.
506SITE CLEARANCE
507DEMOLITION OF R.C.C./BRICKS/STONE MASONARY
508Site clearance by demolition of R.C.C./PCC/Brickwork/Stone Masonry/Stone Soling, Flexible pavements etc. along with removing the debris and disposal of unserviceable material to any lead and staking of serviceable materials, handing over serviceable material to concerned department if requiredas per technical specifications and direction of Engineer-in-charge.
509Note:
5101. Rate includes cost of all labour, tools, tackles, hire charges, royalties, levies, leads, loading/unloading, transportation, water, electric power, illumination etc. complete in all respects as per scope of work, detailed construction drawings, technical specifications and direction of Engineer-in-charge.
5112. Demolition of RCC/PCC/Brick Masonry/Road will be paid in NET CUM after deductions for air voidsas demolished.
512CLEANING VEGETATION
513Cleaning bushes including uprooting of rank vegetation, green bush wood, trees and saplings of girth upto 30cms (measured at a height of 1m above ground), stacking the serviceable materials and disposal of the same including rubbish etc. upto any lead and all lift as per specification and direction of the Engineer-n-charge. (payment will be made for actual site clearance area only).
514TREE CUTTING
515Tree cutting (only of girth more than 30 cm above 1m above ground)along with removal of roots and stumps and handing over the same to Owner / Owner"s Representative including paying royalties, disposal, taking approval from competent authorities etc. all complete, as per technical specifications and direction of Engineer-in-charge.
516Note:
5171.Rate includes cost of all labour, tools, tackles, hire charges, royalties, levies,loading/unloading, transportation,electric power, illumination and cost of handingover to owner/or his representative etc. complete in all respects as per scope of workand direction of Engineer-in-charge.
518ANTI TERMITE TREATMENT
519Material and labour for treating the top surface of filled earth using emulsionof Chlorpyriphos/Lindane E.C. 20% with 1% concentration at the rate of 05 litres of emulsion per square meter of surface .
520All as per Item no. CIV-4a)above but treating the soil under plinth protection using chemical emulsion at the rate of 05 litresof emulsion per Sq M of the surface area.
521All as per Item no. CIV-4a)above but treating the soil along with external perimeter of buildings using chemical emulsion at the rate of 2.25 litresof emulsion per RM of the perimetre wall.
522All as per Item no. CIV-4a)above but treating the backfill in contact with foundation using chemical emulsion at the rate of 7.50 litresof emulsion per Sq M of vertical surface ( area of surface in contact with backfill to be measured).
523NOTE: For Items (4a) To (4d) Contractor shall give at least 10 years performance guarantee for anti termite treatment works
524EARTH WORK IN EXCAVATION AND BACKFILLING
525Earthwork in excavation for foundations in ordinary soils including soft rock / disintegrated rock in both dry andwet conditions including pumping and bailing out surface and subsoil water, shoring, strutting,slush removal including backfilling in all positions in layers of 300mm at all heights and depths as per drawings and specifications wherever required, in Foundation pits and other places with excavated suitable surplus earth including reclaiming from spoil heaps kept within the plot including dressing and levelling, watering and mechanical compaction etc.,transporting surplus unserviceablesoilupto any lead and spreading in layers and as per specifications and direction of Engineer in charge.The Measurementfor payment shall be for the theoretical volume only and it shall bethe volume of the block ofthe excavation having maximum bottom dimension of thelevelling course/PCC asper drawing and to actual depth.
526For depth upto 2.0 m.
527For depth beyond 2.0 m
528Note:
5291. The Contractor shall take into account in his rate, the provision for excess excavation required for necessary working space, cutting inslopes etc., which may be required for excavation and other allied works and refilling the side slopes and working space in layers as per requirement.
530EARTH WORK IN EXCAVATION/ SITE GRADINGIN HARD ROCK
531Earth work in excavation in hard rock requiring blasting for all type and size of foundations inany plan dimension up to required depth including disposal of excavated material up toany leadin all conditions, and disposal of surplus and unserviceable material. Surface to be leveled and neatly dressed complete in all respect as per scope of work, detailed construction drawings and directions of the Engineer-in-charge.The Measurementfor payment shall be for the theoretical volume only and it shall bethe volume of the block ofthe excavation having maximum bottom dimension of thelevelling course/PCC asper drawing and to actual depth.
532Note:-
5331. The Contractor shall take into account in his rate, the provision for excess excavation required for necessary working space, cutting inslopes etc., which may be required for excavation and other allied works as per requirement.
534EARTH WORK IN FILLING
535Controlled earth fillingwith good quality imported earth from approved source under floors and other places with special compaction to achieve dry density of 95% standard proctor density as per instruction of the Engineer at all heights/depths upto any lead transporting, depositing, compacting and dressing, trimming complete as desired in layers not exceeding 30cm including watering, consolidating by mechanical means as per specifications and instructions of the Engineer.
536EARTH WORK IN BOX CUTTING FOR ROADS
537Earth work in Box cutting for roads in embankment/existing ground, in all kinds of soilsfor formation ofsubgrade to required camber, gradient including rolling, compaction with 8 to 10 t power roller to get 95% proctor density and dressing up the surface, breaking clods, removal of slush and water, transporting and depositing or stacking unserviceable earth elsewhere upto any lead as directed by Engineer in charge for all heights etc., complete as per specification.
538SAND FILLING
539Supplying and filling approved quality coarse sand/M sand (Zone II or Zone III) in foundation or under floor, trenches, pits and other places, at all locations in layers of 150 mm thickness including watering and ramming, all lead, lift and depth complete as per drawing and specification and direction of the Engineer.
540Note:
5411. Rate to include cost of all labour, tools, tackles, equipment, hire charges, cost of sand, right of way, cess, and backfilling using sand in all conditions, etc.
542PLAIN CEMENT CONCRETE
543Supplying and laying plain cement concrete of grade 1:2:4 (M 15) with stone aggregate 20mm down grade (including shuttering if required) infoundations, floors, roof screed, aprons, pits, drains and other mass concrete works, steps, coping of wall, sill etc., at all depths and heights/levelsas per drawings, specifications and directions of the Engineer-in-charge.
544Note:
5451.Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials, OPC/PPC cement, shuttering in all conditions etc. with all bye works and sundry works.
5462. In case of non availability of OPC Cement, PPC Cement can be used in place of OPC after approval from Engineer-in-charge. Suitable rate for rebate using PPC shall be submitted by the Contractor.
547Supplying and laying plain cement concrete of grade 1:3:6 (M 10) with stone aggregate 40mm down grade (including shuttering if required) in all levelling courses under foundations, mass concrete works,road works,chambers, trenches,floors and any other locations at all depths complete in all respects as per drawings, specifications and directions of the Engineer-in-charge.
548Note:
5491.Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials, OPC/PPC cement, shuttering in all conditions etc. with all bye works and sundry works.
5502. In case of non availability of OPC Cement, PPC Cement can be used in place of OPC after approval from Engineer-in-charge. Suitable rate for rebate using PPC shall be submitted by the Contractor.
551REINFORCED CEMENT CONCRETE
552Providing and Laying in position Machine batched and machine mixed Design mix/ Ready mixed for Reinforced Cement Concrete workof grade M-25 using 20mm down size graded aggregate at all depths and heights using cement content as per approved design mix manufactured in fully automatic batching plant and transported to site of work in transit mixer for all leads, having continuous agitated mixer, manufactured as per mix design of specified grade for reinforced cement concrete work including pumping of RMC as applicable, including cost of centering, shuttering and admixtures in recommended proportions as per IS: 9103 to accelerate/retard setting of concrete(improve workability without impairing strength and durability) but excluding cost of reinforcement as per direction of Engineer-in-charge. Mechanical mixers with Hopper along with Weigh Batcher shall also be permitted for use at site with the approval of Engineer-Incharge to produce Design Mix Concrete of specified grade.
553Note:
5541. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as,minimum 43 grade OPC cement/PPC cement including sulphate resistant cement if required, coarse and fine aggregates, admixtures, other minor construction materials, testing of concrete, curing etc. with all bye workscomplete.
5552. The reinforcement shall be paid separately vide respective item.
5563. In case of non availability of OPC Cement, PPC Cement can be used in place of OPC after approval from Engineer-in-charge. Suitable rate analysis for rebate along with mix design using PPC shall be submitted by the Contractor.
557REINFORCEMENT STEEL
558Supplying, Fabricating and Fixing in position TMT Grade Fe 500D reinforcement conforming toIS1786 at all levels and positions including the cost of transport, straightening, cutting, bending, cranking, welding, provision of necessary chairs and spacers, preparation of bar bending schedule and getting the same approved by EIC etc., complete as per drawings and specifications and including cost of binding wire, labour, testing etc., all completein all respects as per detailed construction drawings, technical specifications and direction of Engineer-in-charge. The chairs and spacer bars provided will not be measured for payment.
559Note:
5601. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as reinforcement steel, binding wire etc. with all bye works and sundry works complete.
5612. Chairs, Unauthorised Laps, Spacers, Binding wire, Wastage etc. shall be to contractor"s account.
562DAMP PROOF COURSE
563Providing 40 mm thick Damp proof course over plinth with cement concrete grade 1:1.5:3 using aggregate of 10 mm and down graded and mixing approved water proof admixture with cement as per manufacturer"s specification including necessary formwork/ shuttering, one coat of hot bitumen of grade VG-10 over the top surface of Damp proof coarse and all necessary byeworks complete as per specification, drawing and as directed by the Engineer.
564BRICK WORK
565Providing and laying BRICK WORK straight or curved on plan to any radius using best quality bricks with frog/indent, as per IS:1077 having crushing strength of not less than 50 kg/cm2 in cement mortar 1 :6 (1 Cement : 6 Coarse Sand)in all types of foundation and superstructure at all depths/heights including projections, pillars, parapets, ornamentals of any shape, cornices, all complete including cut work, curing, scaffolding,including filling of joints with Cement Mortar 1:6 and racking of joints, etc. as per specifications, drawings and directions of the Engineer.
566Note:
567Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade cement (OPC/PPC), bricks, finishes, bitumen, other minor construction materials, shuttering, staging, masonry work, painting with bitumen on faces in contact with soil etc. as per requirementwith all bye-works and sundry works complete as per drawings.
568SOLID CONCRETE BLOCKS
569Providing and laying solid concrete block of Grade C 5.0 of IS: 2185 Part 1:2005 in Cement Mortar 1:4 (1cement : 4 sand) in steps, load bearing structures, drains, boundary wall below FGL or at any other location at all depths & heightforall leads including providing required finishes, curing, scaffolding, etc., complete as per specifications and drawings with all bye-worksas per direction of the Engineer-in-charge.
570Note:-
5711.Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade cement (OPC), concrete blocks, finishes, bitumen, other minor construction materials, shuttering, staging, masonry work, excavation, plastering with 15 mm thick cement plaster on exposed faces with 1:4 cement mortar( 1 cement : 4 Sand) , etc. as per requirementwith all bye-works and sundry works complete as per drawings.
572FLY ASH BRICK MASONARY
573Providing and constructing FLY ASH BRICK MASONRY WORKSin CM 1:4 using using locally manufactured (within 800 kms from project site) bricks of size 230x110x70mm. Class designation 75kgs/cm2 and conforming to IS:12894 for all types of foundation and drain at all depths and heights includng providing openings and projections, raking of joints, scaffolding andcuring etc., complete as per specifications,drawings and direction of the Engineer.
574Note:
575Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade cement (OPC)/PPC cement, brickwork, finishes, other minor construction materials, shuttering, staging, masonry work etc. as per requirementwith all bye-works and sundry works complete as per drawings.
576AUTOCLAVED AERATED CEMENT BLOCKS
577Providing and laying autoclaved aerated cement blocks masonry with 150mm/230mmmm thick AAC blocks in super structure above plinth level up to floor V level with RCC band at sill level and lintel level with approved block laying polymer modified adhesivecomplete as per direction of Engineer-in-Charge. (The payment of RCCband and reinforcement shall be made for seperately).
578INSERTS
579Supplying, Fabricating, Fixing at all levels and positions Steel embedments/ Insertslike Plates,Angle, Channels,Anchor boxes, MSpipe Sleeves includingthreading etc.,including two coats of approved quality Synthetic enamel paint over a primer coat on the exposedSurfaces wherevernecessary, complete as per Drawings, Specificationsand directions of theEngineer-in-charge. (Jigs, Templatesand Fixtureswillnot be paidseperately).
580PLINTH PROTECTION
581Making plinth protection 50mm thick of cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) over 75mm 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.
582G.I.PIPES
583Providing and fixingof following size of G.I. pipes (medium duty) as per IS 1239 complete with G.I. fittings and clamps including cutting by hack saw, bending by hydraulic machine, trenching and refilling etc. including all labour and material complete as per approved drawing and direction of EIC.
584100 mm nominal bore
585150 mm nominal bore
586PRE CAST COVERS
587Providing, hoisting and fixing up precast reinforced cement concrete of M-25 grade(20mm nominal size) in trenches, pits, tanks and the like including the cost of required centering, shuttering (with smooth surface) complete but excluding cost of reinforcement.
588Note :-
5891. The reinforcement shall be paid separately vide respective item.
590KHURRAS
591Making Khurras 45cm x 45cm with average thickness of 50mm in PCC (1:2:4) using 20mm and down stone chips over PVC sheet 1m x 1m x 400micron, finished with 12mm cement plaster (1:3) and a coat of neat cement rounding the edges and making, finishing the outlet.
592GOLA
593Providing gola 75 x75mm in cement concrete 1:2:4 ( 1 cement : 2coarse sand : 4 stone aggregate 10mm and down gauge) includingfinishing with cement mortar 1:3 (1 cement : 3 fine sand) as per standard design :
594In75x75mm deep chase
595CONCRETE PIPES (NP3 TYPE)
596Providing and laying non-pressure NP3 class (medium duty) R.C.C. pipes with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand) including trenching and filling complete as per direction of Engineer in charge.
597150 mm dia
598300 mm dia
599CONCERTINA COIL
600Providing and fixing Concertina Coil fencing with Punched tape concertina coil 600mm dia 10 metre openable length (total length 90 m), having 50 nos. rounds per 6 m length, upto 3 m height of wall with existing angle iron Y- shaped placed 3 m apart and with 9 horizontal RBT reinforced barbed wire, stud tied with GI staples and GI clips to retain horizontal, including necessary bolts or GI barbed wire tied to angle iron, all complete as per direction of Engineer-in-charge, with reinforced barbed tape(RBT)/spring core(2.5mm thick) wire of high tensile strength of 165 kg/sq.mm with tape(0.52mm thick) and weight 43.478gm/metre(cost of MS angle, CC blocks shall be paid separately)
601Supplying, Fabricating, Fixing at all levels and positions Steel Y angle embedments/ Insertsin boundary wall column with CC blocks including two coats of approved quality Synthetic enamel paint over a primer coat on the exposedSurfaces wherevernecessary, complete as per Drawings, Specificationsand directions of theEngineer-in-charge.
602RAIN WATER HARVESTING PIT
603Providing,constructing and finishing of rain water harvesting pit including boring up to ground water table, provision of filter media and construction of pit complete asper scope of work, detailed construction drawings and directions of the Engineer-in-charge.
604[Rate to include cost of all labour, tools, tackles, equipment, hire charges,supply of all materials, such as minimum 43 grade OPC cement, bricks of class designation M-7.5 of IS: 1077 in CM1:4 (1 cement ;4 sand),bitumen,other minor construction materials, shuttering, staging,providing and placing R/F steel, inserts etc. with all by works and sundry works complete.
605BOULDER SOLING
606Providing and laying stone boulder soling with stone boulders of different sizes including packing filling interstices with smaller size stones dry and wet consolidition with moorum as coarse aggregate in foundation, trenches,pavements including ramming, consolidating with mechanical means and tamping etc. completed as directed at the site (Compacted thickness shall be measured for payment)
607125mm thick of size 60-90mm
608150mm thick of size 90-120mm
609STONE AGGREGATE
610Supplying, stacking and spreadingof stone aggregate of size 53 mm to 22.4 mm at desired locationsinside the plot over well compacted earth complete as per construction drawing and as directed by Engineer-in-charge.
611PLASTERING IN DRAINS
612Providing and applying 12mm thick cement plaster 1 : 4 (1 cement : 4 medium coarse sand) smooth finish (1 neat coat of cement)with waterproofing compound at all depths & heights on faces of walls, pillars, projection, bands, etc., including raking out joints if any left out, necessary dabbing, curing, scaffolding complete at all heights as per specification and drawings.
613Note:
614Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade cement (OPC), coarse sand and other minor construction materials as per requirementwith all bye-works and sundry works complete as per drawings.
615JOINT FILLER
616Providing and filling expansion joints in boundary walll with 25mm thick bitumen impregnated fibre board conforming to IS 1838 including cost of primerall complete.
617Providing and filling 12mm deep groove on top and on both sides of vertical surafce with bitumenous sealant all complete.
618ROAD WORKS
619Providing, laying,spreading, andcompacting graded stone aggregeate Granular Sub Base over subgrade, aggregate gradation shall be as perTable No 400 - 1 of Grading 1 of MORTH specifications (See Note 1) including transportation of material to site , laying in uniform layers with well prepared surface and compacting with vibratory roller to achieve the desired density as per specificationscompletein all respect. Same shall be laid in layers of 200 mm thickness each.Rate to include preparation of existingsubgrade surface to the proper line and level and compacted as directed by Engineer in charge.
620Note 1:
621IS Sieve Designation% Passing 75.0 mm 100 53.0 mm 80-100 26.5 mm 55-90 9.50 mm 35-65 4.75 mm 25-55 2.36 mm 20-40 0.425 mm 10-25 0.075 mm3-10
622Providing, laying, spreading, and compacting graded stone aggregateto wet mix macadam specifications as perTable no 400 - 11 of MORTH specifications (See Note 1) including the premixing the material with water at OMC inmechanical mix plant,carriage of mixed material by tipper to site, laying in uniform layers with paver/grader/manual in sub- base/base course on well prepared surface and compacting with vibratory roller to achieve the desired density as per specifications complete in all respect. Same shall be laid in a layer of 100mm thickness over GSB Layer.
623Note 1:
624IS Sieve Designation % Passing 53.0 mm100 45.0 mm95-100 26.5 mm --- 22.40 mm 60-80 11.20 mm 40-60 4.75 mm 25-40 2.36 mm 15-30 0.06 mm8-22 0.075 mm0-8
625REINFORCED CEMENT CONCRETE IN PAVING/GRADE SLAB WITH VACUUM DEWATERED CONCRETING USING TREMIX OR EQUIVALENT METHOD
626Providing and Laying in position machine batched and machine mixed Design mix / Ready mixed M-25 grade concrete for slab/paving work at all depths and heights using 20 mm down size graded aggregate in panels of 4.0m x 4.0 m or as per approved drawing by using vacuum dewatering method (tremix flooring or equivalent) using cement content as per approved design mix manufactured in fully automatic batching plant and transported to site of work in transit mixer for all leads having continuous agitated mixer and providing necessary formwork with MS Channel sections, curing, edge treatment, making necessary slope, vibrating with needle and surface vibrators and finishing with broom finish including cost of centering & shuttering, admixtures in recommended proportions as per IS: 9103 to accelerate/retard setting of concrete (improve workability without impairing strength and durability) but excluding cost of reinforcement all completein all respects and as per direction of Engineer-in-Charge. Cost of providing and laying 12 mm wide 25 mm deep polysulphide sealant in contraction joint in RCC floor including groove cutting is included within this SOR Item. Mechanical mixers with Hopper along with Weigh Batcher shall also be permitted for use at site with the approval Of Engineer-in-Charge to produce Design Mix Concrete.
627Note:
6281. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade OPC cement, coarse and fine aggregates, admixtures, other minor construction materials, testing of concrete, curing etc. with all bye works and sundry works complete.
6292. Reinforcement & Expansion Joints shall be paid separately vide respective item.
630CONCRETE PAVEMENT
631Providing and laying reinforced cement concrete pavement 150 mm thick in M-25 grade with 20 mm and down grade crushed stone aggregate in pavement, including earthwork in excavation, preparation of base (i.e. compacted subgrade, 200 thk sand and 100 thk PCC M-10 grade), leaving pockets if necessary, making recess, projections, fixing inserts conduit pipes (GI, PVC, HDPE, etc.) laying in alternate panels, filling the gaps between the panels with bitumen sand mix filler material etc., making slopes, finishing edges, leaving bars for pedestals & sleepers including providing sand fill isolation , shuttering, providing and fixing reinforcing steel, curing, chipping and modification works etc. as specified in any shape, thickness, position and finishing the top surface smooth as per requirement etc. all complete as per drawings, specifications and directions of the Engineer-in-charge.
632150mm thick in Pavements of Process Area (Type - I)
633Note :-
6341.Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials, providing and fixing reinforcement steel, shuttering, earthwork in excavation and backfilling using serviceable earth in all conditions, preparation of base, etc. with all bye works and sundry works.Cost of works towards pipe supports & sleepers being raised from pavement is covered under respective RCC items.
635EXPANSION JOINTS
636Providing 25mm wide 200 deep expansion joint with 25 thick PUF filler board, top filled with 15 mm x 25 mm polysulphide sealant, 32mm dia medium grade PVC sleeve with end cap at one end with 20mm dia plain MS bar @ 500mm c/c etc all complete as per drawing, specification and instruction of Engineer.
637Providing and laying 40 mm thick 200 mm deep expansion/seperation joint along the periphery of pedestals, flooring with approved bituminous impregnated fibre board conforming to IS 1838 including sealing the top 20mm depth with bituminous mastic sealant at all heights and locations with all bye-works complete as per drawing, standard practice as directed by Engineer.
638PAVER BLOCK FLOORING
639Supplying and placing in position as per approved pattern of Cement Concrete Inter locking/grass jointed paver block 60 mm thick of approved shape, rough finish, M-30 strength of approved brand laid over the sand bed of minimum 100 mm thick. The CC interlocking blocks to be of uniform Grey colour or as approved by EIC complete in all respects as per scope of work, detailed construction drawings, technical specifications and directions of the Engineer-in-charge.
640Note :-
6411. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such paver blocks,sand,earth work in excavation in cutting earth in all conditions, shutteringwith all bye works and sundry works.
6422.PCC below paver shall be paid separately vide respective item.
643KERB STONE FIXING
644Providing and fixing precast concrete Kerb stones (125 wide X 300 deep approx.) of M-30 grade or equivalent of approved make and shapeat or near ground level as per approved pattern and setting in position with cement mortar 1:3 (1 cement : 3 coarse sand) including the cost of required centering, shuttering and finishing smooth with 6 mm thick cement plaster 1:3 (1 cement : 3 fine sand) wherever required over 75 mm thick PCC M-10 levelling course, complete in all respects as per scope of work, detailed construction drawings, technical specifications and directions of the Engineer-In-Charge.
6451. Rate to include all labour, tools, tackles, factory manufactured & steam cured Kerb Stones, shuttering, transportation, water charges, earth work if any, PCC etc complete.
646CPVC PIPES - EXPOSED WORK
647Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes of approved make having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, including fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in Charge - Exposed Work.
64832 mm nominal bore
64925 mm nominal bore
65020 mm nominal bore
65115 mm nominal bore
652CPVC PIPES - CONCEALED WORK
653Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes of approved make having thermal stability for hot & cold water supply, including all CPVC plain & brass threaded fittings, including fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in Charge. - Concealed Work including cutting chases and making good the walls etc.
65425 mm nominal bore
65520 mm nominal bore
65615 mm nominal bore
657NON RETURN VALVE
658Supplying, fitting and fixing superior quality Gun metal non return valve of approved quality
65932mm dia
66025mm dia
661SINTEX OR EQUIVALENT HDPE WATER TANK
662Providing and fixing 1000 litres capacitySINTEX or equivalent approved HDPE water tank ISI : 12701 marked with PVC fittings for inlet, outlet, over flow, scour float valve, air lock release pipe, connections of required size and diameter including connections and fixing the tank on roof at all heights with all bye-works complete as per manufacturer"s specification and direction of the Engineer. (Support of tank on Brick/RCC/PCC will be paid under relevent items)
663SAND CAST IRON/ CAST SPUN SOIL,WASTE & VENT PIPE AND FITTINGS
664Providing, laying and jointing in position sand cast iron/ cast iron spun soil, waste and vent pipe conforming to IS 1729 including all fittings like offsets, bends, teesetc. includinglead caulked joints 45 mm deep and fixing them on floors or vertically against walls by M.S. brackets or clamps so as to keep the pipes away from the wall. Rate to include scaffolding, water testing after laying the pipes and painting with two coats of paint of any colour such as chocolate grey, buff etc. over a coat of primer of approved quality all complete.
665100 MM DIA
66675 MM DIA
667GULLY TRAP
668Providing and fixing square mouth S.W. 100x100 mm size P type gully trap class SP-1 complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300x300 mm size (inside) the weight of cover to be not less than 4.5 kg and frame to be not less than 2.70 kg as per standard design with common burnt clay bricks of class designation 5.0
669BRICK MASONRY MANHOLES
670Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement : 4 coarse sand ) with RCC top slab with 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) finished with a floating coat of neat cement complete as per standard designincluding excavation,backfilling and disposal of surplus earth complete as per specifications, drawings and direction of Engineer-in-Charge.
671Inside size 90x80 cm and 45 cm deep including C.I. cover with frame (light duty) 455x610 mm internal dimensions, total weight of cover and frame to be not less than 38 kg with common burnt clay bricks of class designation 5.0
672Extra for depth for manholes
673GLAZED STONEWARE PIPES
674Providing, laying and jointing glazed stone ware pipe class SP-1 with stiff mixture of cement mortar in the proportion of 1:1 ( 1 Cement : 1 Fine Sand) including embedding in PCC M-10, making haunches, necessary excavation, backfilling and testing of joints etc complete as per specification andupto 1.5m depth. (PCC shall be paid separately).
675100 mm dia
676150 mm dia
677FLOOR TRAP
678Providing and fixing PVC floor trap of self cleansing design conforming to IS specs with 100mm inlet, 100mm outlet and 150mm CP hinged heavy brass grating of 6mm thick with rim. Rate shall include making all necessary leak proof connections etc.
679Providing and fixing PVC floor trap of self cleansing design conforming to IS specs with 100mm inlet, 75mm outlet and 150mm CP hinged heavy brass grating of 6mm thick with rim. Rate shall include making all necessary leak proof connections etc.
680SEPTIC TANK
681Providing and construction of septic tank in brick masonry with common burnt clay bricks of class designation 5.0 and base and top slabin RCC M25 complete in all respect as per scope of work, detailed construction drawings , technical specifications and directions of the Engineer-in-charge.
682TYPE-I for 20 Users
683Note:
684Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade cement including CI vent, CI manhole cover, SW fittings, PVC coated rungs, brick, inserts, bolts covers, aggregates / sand fill conduits finishes in excavation and backfilling using strutting, bailing and pumping out water, masonry work, plastering, plumbing, sanitation, etc. with al bye works and sundry works. Scope of construction is from inlet chamber to outlet chamber. Over all depth of chamber may very as per site condition.
685SOAK PIT
686Making soak pit 2.5 m outside diameter and effective depth of 2.5m with 45 x 45 cm dry brick honey comb shaft with bricks and S.W. drain pipe 100 mm diameter, 1.8 m long complete as per standard design with common burnt clay bricks of class designation 7.5.
687BORE WELL
688Supply,laying,drilling and commissioning of G.I.Bore well of 150 mm diameter and up to 50 m depth including submersible pump with all accessories, panel, wiring and all other works required to make it operationalall complete in all respects as per scope of work and directions of the Engineer-in-charge.
689Extra over and above for more than 50 M depth.
690Note:
6911. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials including pipes, water meter, valves, boring, priming, cabling, pumps, clearing,earth work, etc. with all bye works and sundry works and consumables.
692HAND PUMP
693Supply, providing, placing in position Deep Well hand pump of approved quality & make ( as per IS 9301 and installation as per IS 11004 Part-1 ) for 40 mm dia GI pipe (medium class) complete with all accessories, fittings including providing and placing in position filter of 40 mm dia GI pipe (medium class) with brass strainer of approved quality. Boring shall be 100 mm dia including casing pipe up to required depth for Hand pump in all soils and tested up to a depth of 50.0 m complete in all respects as per scope of work and directions of the Engineer-in-charge.
694Note:
6951. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials including pipes,boring, priming, clearing,earth work, etc. with all bye works and sundry works and consumables.
696Extra over and above 50 m Depth.
697Note:
6981. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials including pipes,boring, priming, clearing,earth work, etc. with all bye works and sundry works and consumables.
699PILING UNDER FOUNDATION
700Providing and fixing in position "Bored cast in situ RCC end bearing/skin friction type upto 500 mm diameter and 30 T capacity in M 25 Concrete" excluding the cost of reinforcement and getting the designs of same approved by GAIL/ consultant including driving in ground at specified locationsby using standard tools for construcing a rigid support base for supporting the pipe line, boundary wall, buildings etcincluding all bye works, complete as per drawings, specification and directions of the Engineer-in-charge.
701Notes-1. Rate to include cost of all labour, tools, tackles, equipment, hire charges,supply of all materials, shuttering, providing and fixing reinforcement steel testing etc. with all bye works and sundry works and consumables.
7022. Reinforcement will be paid seperately in respective SOR item.
703Vertical load testing of piles in accordance with IS 2911 (Part IV) including installation of loading platform 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 Engineer in-charge.
704Single pile upto 30 tonne capacity
705Initial test
706Routine test
707Lateral load testing of piles in accordance with IS 2911 (Part IV) including cost of tollsand tackles required for testingetc. complete as per specification & the direction of Engineer in-charge.
708Single pile upto 2.0 tonne capacity
709Initial test
710PILING UNDER FOUNDATION
711Providing and fixing in position "Bored cast in situ RCC undereamed pile upto 500 mm diameter and 30 T capacity in M 25 Concrete" excluding the cost of reinforcement and getting the designs of same approved by GAIL/ consultant including driving in ground at specified locationsby using standard tools for construcing a rigid support base for supporting the pipe line, boundary wall, buildings etcincluding all bye works, complete as per drawings, specification and directions of the Engineer-in-charge.
712Notes-1. Rate to include cost of all labour, tools, tackles, equipment, hire charges,supply of all materials, shuttering, providing and fixing reinforcement steel testing etc. with all bye works and sundry works and consumables.
7132. Reinforcement will be paid seperately in respective SOR item.
714Vertical load testing of piles in accordance with IS 2911 (Part IV) including installation of loading platform 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 Engineer in-charge.
715Single pile upto 30 tonne capacity
716Initial test
717Routine test
718Lateral load testing of piles in accordance with IS 2911 (Part IV) including cost of tollsand tackles required for testingetc. complete as per specification & the direction of Engineer in-charge.
719Single pile upto 2.0 tonne capacity
720Initial test
721BANK & BED PROTECTION
722Providing, laying and constructing gabions and mattresses for erosion control and scour bed protection works with mattress of size 4m (max.) x 1m (max.) x 0.25 m (LxBxH) and partitions at 1m eachfilled with boulders of size 90-150 mm in compacted layers. Gabions and Mattresses shall be mechanically woven, double twisted, min diameter of 2.7mm/3.7mm (ID/OD) galvanised hexagonal steel wire with mesh size not exceeding 60 mm x 80 mm and zinc coating as per manufacturer specification. All adjacent mattresses shall be laced together with 4 mm galvanised steel wire. The sides of end panels shall be protected from riprap type structure (soling) with 225mm or larger size boulders. The above work shall be completed in all respect as per scope of work, detailed construction drawings and directions of the Engineer-In-Charge.
7231.Rate to include cost of all labour, tools, tackles,equipment, hire charges, supply of all materials, earth work in backfilling, etc. with all bye works and sundry works.
724SAND BAGS
725Supplying, providing and placing sand bags filled with cement and sand mixture in ratio 1:10 ( 1 Cement : 10 Sand) in HDPE bags for retaining earth work by using standard tools and practices including sewing the bags, watering, etc. complete as per drawings, specification and directions of the Engineer-in-charge. Rate to include cost of all labour, tools, tackles, supply of all materials,clearing, earth work, etc. with all bye works and sundry works and consumables.
726Sub-Total Section D
727SECTION-E [STRUCTURAL WORKS]
728Supply, fabrication & erection of Steel structure
729Supply, fabrication and erection of monorail beam, pipe supports, platforms, crossover structure, or any other structures required for works, etc. including surface preparation, painting as per specification, including loading, transportation and unloading delivery at erection site of all fabricated structures, storage and handling at site, site assembly and finally erection of structures at appropriate location, alignment and welding of all structures true to line, level, plumb and dimension. The work shall be completed in all respect as per drawings, technical specification and direction of the Engineer-in-Charge. (The cost & weight of MS bolts and nuts (permanent and service), washers, electrodes, putty, gases, shims, packs, cost of straightening of raw materials, Built up section at any shape, cutting of flats from plates and providing splices, paints, tools, plants, testing of materials, etc and all other consumables as required for the work shall be deemed to be included in the quoted rates.)
730Providing and fixing of chain link fencing
731Supply, fabrication and erection of structures such as angle iron post , Channel post,Strainer and strut,etc.with necessary holes for fixing the chain link fencing,site assembly and finally erection of structures at appropriate location including surface prepartion with painting as per specification, including 2.5m high G.I. Chain link fabric fencingmesh size 50x50x3.15 mm dia, with 0.6 m heigh barbed wire (type-A) as per IS:278-1978 shall be made from two strands of galvanized steel wire of nominal dia 2.5 mm twisted together fixed on angle iron posts with GI staples, turn buckles,all necessary fitting etc, including strengthening with 4 mm dia wire Nuts bolts and washer complete in all respects.All work as per Specification and drawings and as direction of the Engineer-In-Charge. (excluding foundation, Refer Tender drawing)
732Providing and fixing of chain link fencing gates
733Supply, fabrication and erection of structures such as angle iron post , Channel post,Strainer and strut,etc.with necessary holes for fixing the chain link fencing,site assembly and finally erection of structures at appropriate location including surface prepartion with painting as per specification,including 2.5m high G.I. Chain link fabric fencingmesh size 50x50x3.15 mm dia, with 0.6 m heigh barbed wire (type-A) as per IS:278-1978 shall be made from two strands of galvanized steel wire of nominal dia 2.5 mm twisted together fixed on angle iron posts with GI staples, turn buckles,all necessary fitting etc, including strengthening with 4 mm dia wire Nuts bolts and washer complete in all respects.All work as per Specification and drawings and as direction of the Engineer-In-Charge. (excluding foundation, Refer Tender drawing)
7342.0 M Wide gate
735Supply, fabrication & erection of MS Gate
736Supply, fabrication and fixing in position steel entrance gate (as per the design shown in the tender drawing) supply of raw materials, transportation and delivery at site, unloading, storage and handling at site, site assembly and finally erectionat appropriate locations.gates shall be fabricated out of channel and Sq Bar with all fixtures like MS Pivot,M.S sheet boxing ,locking arrangement, MS tower bolts, gate stopper, hold fast, MS wheel with ball bearing , MS tee bend to shape and embedded in the road surface for gate opening track , etc. including painting as per specification. The work is to be completed in all respect as per drawings and techanical specification and direction of the Engineer-in-Charge
7375.5 M -7.5 M Wide gate in two panels with wicket gate 1.2m wide
7384.0 M - 5.5 M Wide gate in two panels
7391.2 M Wide emergency gate
740Providing and fixing of chequered plate covers
741Providing and fixing chequered plate in approved panel or over steel structure platform,cable and pipe trench including cutting, welding, hoisting, fixing in position,including painting as per specification, complete in all respectas per drawings , technical specifications and directions of the Engineer-In-Charge.
742Supply, fabrication & erection of Display / Information / Warning Sign Boards
743Supply, fabrication and fixing in position of steelsign boardsfabricated from pipes, angles, flats section including 3 mm thick plate with necessary cleat, clamps or necessary fixing arrangementincluding primer and paining of approved colour as per specification includingAlphabets of approved size and font and Logoto be painted on Display,informatary,warning signboard with day glow paint shall be completed as per standard detail of Company/as per direction of E/C including fixing at appropriate location, ture alignment andembedded in PCC block .The work is to be completed in all respect as per drawings and techanical specification and direction of the Engineer-in-Charge (excluding PCC Block).
744Notes:-
745The quantities indicated are estimated values and hence are approximate. Final payment will be made based on actual quantities to be certified by the Purchaser.
746The cost & weight of MS bolts (permanent and service), washers, electrodes, putty, gases, cost of straightening the raw materials, cutting of flats from plates and providing splices, paints, tools, plants, electric power,water.other consumables, as required for the work shall be deemed to be included in the quoted rates.
747All handling and transport charges of raw materials and fabricated structures including double handling, as required, for completion of work in accordance with time schedule, are deemed be included in the quoted rates
748Sub-Total Section E
749SECTION-F [ARCHITECTURALWORKS]
750FLOORING
751Providing and laying 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) :
75225mm thick
753Providing and laying mirror polished Kota stone slabs 12 mm thick in risers of steps, skirting, dado, pillars, external cladding 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.
754Extra for nosing in treads of steps of:
755Kota stone slab
756Providing and fixing 20mm thick polished granite/ kota stone of 250mm wide of approved shades for window sills, coping, etc.& including 20mm thick mortar bed CM 1:4, curing, polishing of exposed surfaces and all bye works complete.
757Granite
758Kota
759Providing & laying rectified Vitrified floor tile 1st quality of approved make in different sizes (thickness as per approved manufacturer’s detail) with water absorption"s less than 0.08% and conforming to IS:15622 of approved quality,shade,rangeand pattern, using cementitious modified quick set tile adhesive, water based conforming to IS:15477 using 5kg adhesive per m2 area in average thickness of 3 mm, laid to proper level and joints pointed with tile jointing compound of approved make including curing, finishing and cleaning etc. complete as directed by the EIC. The measurements shall be based on laid area of floor and no extra payment shall be paid for wastage. The rates shall include cost of laying protective PVC sheets/ POP which shall keep the floor covered at all times till handing over of the site etc. complete. Item shall be inclusive of screed bed of minimum thickness 15mm in CM 1:4.
760Size of Tile 600x600 minimum andminimum thickness 9 mm.
761Providing and laying vitified floor tiles 1st quality of approved make (thickness as per approved manufacture’s detail but not less than 7 mm) matching / same as the size and colour of flooring in skirting, riser, dados and wall facing (lining) and pillars using cementitious modified quick set tile adhesive, water based conforming to IS:15477 using 5kg adhesive per m2 area in average thickness of 3 mm,of approved make,laid to proper level and joints pointed with tile jointing compound of approved make including finishing and cleaning etc. complete as directed by the EIC.
762Providing & laying approved make and colour heavy duty vitrified tiles in floors and skirting over 20 mm cement mortar bed 1:4 including cutting of tiles wherever required, pointing the joints in neat white cement with matching pigment, cleaning, washing, curing, etc., complete as per specification and direction of the engineer.
763Size of Tile 300x300 mm and minimum thickness 12 mm
764Providing and laying glazed/ matte finish ceramic tiles for Dado with a recycle content of 35-55% of Group - I classification, conforming to IS:13754 of approved colour at all levels and locations with necessary specials etc. using approved first quality tiles as shown in the drawing laid over and including minimum 12 mm thk. CM 1:3backing ortile fixing adhesive with volatile organic compounds not exceeding 65 g/lmixed to cement paste used for fixing the tiles, joints filled with white cement mixed with matching shade of pigment etc. at all leads and lifts,complete with all byeworks as per specification and direction of Engineer Incharge.
765Size of tile 300 mm X 600 mm (approx.)
766Providing and laying anti-skid MATTE FINISH ceramic tiles in flooring with a recycle content of 35-55% of Group - IV classification, conforming to IS:13754 and of approved colour at all levels and locations using approved first quality tiles in flooring of toilets, pantry etc. and as shown in the drawing laid over and including minimum 35 mm bed (CM 1:3) joints filled with white cement mixed with matching shade of pigment etc. at all leads and lifts, complete with all byeworks as per specification and direction of Engineer Incharge. Grooves to be filled with water proof grouting compounds.
767Size of tile 30 cm X 30 cm (approx.)
768Providing and laying Crazy ceramic tile flooring, with under layer 12 mm thick cement mortar 1:4 (1 cement: 4 coarse sand), with joints not exceeding 5 mm, including filling the gaps with ordinary cement mixture & mixing with synthetic polyester fibre, triangular in shape having specific gravity of 1.34 to 1.40, cross section size ranging from 10 to 40 micron & length upto 6 mm , mixing fibre @ 125 grams per 50 kg of cement in cement mortar, including providing and mixing water proofing material in mortar @ 1 kg per 50 kg of cement , all complete as per direction of Engineer-in-charge.
769Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate) finished with a floating coat of neat cement, including cement slurry, but excluding the cost of nosing of steps etc. complete.
77040 mm thick with 20 mm nominal size stone aggregate
771Providing and fixing 10 mm thick acid and/or alkali resistant tiles of approved make and colour using acid and/or alkali resisting mortar bedding, and joints filled with acid and/or alkali resisting cement as per IS : 4457, complete as per the direction of Engineer-in- Charge.
772In flooring on a bed of 10 mm thick mortar 1:4 (1 acid proof cement : 4 coarse sand)
773In dado/skirting on 12 mm thick mortar 1:4 (1 acid proof cement : 4 coarse sand)
774FINISHING
775Providing 12 mm thick cement plaster 1:4 (1 cement : 4 sand) smooth finish with water proofing compound (to be paid under relevant items) as per architectural shapes marked in the drawings, at all depths and heights in one layer on internal faces of walls, pillars, projection, bands, cornices etc., including necessary dabbing, curing, scaffolding, providing chicken mesh at junctions of columns,beams etc.,complete at all heights as per specification and drawings.
776Providing 15 mm thick cement plaster 1:4 (1 cement : 4 sand) as per architectural shapes marked in the drawings, at all depths and heights, providing chicken mesh at junctions of columns,beams etc.,complete at all heights as per specification with water proofing compound (to be paid under relevant items).
777Providing 6 mm thick cement plaster 1:4 (1 cement : 4 sand) to ceiling of slabs, chajjas including drip course, bands, beams, columns, loft slabs, staircases, and any other location at all heights wherever required with all bye works dabbing, curing, scaffolding, including providing chicken mesh at junction of columns,beams etc.,complete at all heights and levels as per specification and drawings.
778Add for plaster drip course/ groove in plastered surface or moulding to R.C.C. projections
779Providing drip mould of size 20mm x 8mm over cement plastering of chajjas, roof projections etc. at all heights and levels in cement mortar 1:3, hacking, curing, scaffolding etc at all heights and lifts, all complete as per specifications and instructions of the Engineer Incharge.
780Forming groove of uniform size from 10x10mm in plastered surface as per approved pattern using wooden battens, nailed to the under layer including removal of wooden battens, repairs to the edges of plaster panel and finishing the groove complete as per specifications and direction of the Engineer-in-Charge.
781Providing and applying two coats of Expa Cool Premium Exterior Emulsion from British paints (Certified Green building product) or Exterior emulsion paint(Eco friendly paint with low Volatile Organic Compounds) of Asian paints or equivalent makeof approved brand over a coat of approved primer consisting of volatile organic compounds less than 250g/L, at all heights and levels, including surface preparation, scaffolding at all locations and heights with all byeworks complete as per manufacturer"s specification and direction of the Engineer Incharge.
782Providing and applyingtwo coats of acrylic oil bound washable distemper- Eco friendly paint with low Volatile Organic Compounds ( not exceeding 50 g/L ) over ceiling, of approved shade & make over one coat of approved cement primer consisting of volatile organic compounds less than 250g/L as perspecifications and as directed by Engineer Incharge etc. complete.
783Providing and applying wallcare Putty on plastered surfaces on internal walls for smooth and dry surface essential for painting, after removing all loosely adhering material from the wall surface. The substrate should be clean, free from dust, grease and loose materials. Dry and absorbent surfaces should be moistened with sufficient quantity of clean water. Apply the first coat on already moistened wall surface from bottom to upward direction uniformly. After drying of first coat of putty just rub the surface gently with west sponge or rub the surface very gently with the putty blade in order to remove the loose particles. Allow the surface to dry for atleast 3 hours and then apply second coat of putty. Leave the surface to dry completely. After drying of second coat remove marks if any with the help of moist sponge or rub the surface very gently with the putty blade. Leave the surface to dry preferably for overnight.The total thickness of the coats should be limited to maximum 1.5mm.
784Painting with synthetic enamel paint - Eco friendly paint with low volatile organic compounds ( limit not exceeding 250g/L) over a coat of primer consisting of volatile organic compounds less than 250g/L of approved brand as per approved manufacturer"s spec. to give an even shadeTwo coats of synthetic enamel paint on new work over one coat of zinc chromate primer.
785Providing and making GAIL logo on boundary wall (on alternate panels) with prefabricated mould to be pressed on the plastered surface within a recess (1200mm x 1500mm x 30mm thk. deep) while it is green. Necessary, touch ups, etching, chiseling to be done as per requirementfor depicting the exact logo. The dimensions of the logo shall be 900mm X 600mm. The logo shall be painted with external acrylic emulsion paint in GAIL corporate colours.
786STONE WORK
787Providing and fixing 18mm thick gang saw cut mirror polished premoulded and prepolished) machine cut for kitchen platforms, vanitycounters, window sills , planters facias and similar locations of required size of approved shade, colour and texture laid over 20mm thick base cement mortar 1:4 (1 cement : 4 coarse sand)using neat cement slurry @ 4 kg of cement per sqm with joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing, edge moulding and polishing to edge to give high gloss finishetc. complete at all levels.
788Granite of any colour and shade
789Area of slab over 0.50 sqm
790Extra for providing edge moulding to granite stone counters including machine polishing to edge to give high gloss finish etc.. Complete in all respects
791Extra for providing opening of required size & shape for wash basins/ kitchen sink in kitchen platform, vanity counters and similar location in marble/Granite/stone work including necessary holes for pillar taps etc. including rubbing and polishing of cut edges etc. complete.
792Providing and fixing 18 mm thick granite stone slab of approved shade, table rubbed, edges rounded and polished of size 75x50 cm deep and 1.8 cm thick fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth.
793Supplying and fixing min.18 mm thick smooth finish black granite inauguration stone of superior quality with overall size of 1000X750mm or 2000X1000 (as per requirement of client), with ornamental edge moulded granite / marble / cement plasterband of approved shape. The prepared block shall be fixed with cement mortar 1:3 (1 Cement: 3 Coarse sand) in brick wall/block work with tiles/stone after chased, including finishing and painting all-round the stone and making aesthetically beautiful. The inauguration stone should contain engraved letters with chemically printing /stainless steel of approved matter in Hindi & English of required colour and size etc. and provision of curtain raising/sliding, light and landscaping/area development all around, complete as approved by client
794STEEL WORK
795Providing and fixing circular/ Hexagonal cast iron or M.S. sheet box for ceiling fan clamp of internal dia. 140 mm, 73mm height, top lid of 1.5mm thick MS sheet with its top surface hacked for proper bonding, top lid shall be screwed into the Cast Iron/ MS sheet box by means of 3.3mm 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.
796Steel work welded in built up sections/framed work including cutting hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc.as required.
797In stringers, treads, landings, balustrades etc. of staircases including use of chequered plate wherever required, all complete including all bye-works.
798In gratings, frames, guard bar, ladders, brackets,gates, grill door and similar works.
799Providing and fixing hand rail of approved size by welding etc. to steel ladder railing, balcony railing, landing railing, and staircase railing as per IS 4923 including applying a priming coat of approved steel primer.
80066x36x3.6 m.s. hollow section approximately.
801Supplying and fixing mechanically operated rolling shutters/ rolling grills of approved make operable from inside and outside conforming to IS : 6248, made of 80x1.25mm size M.S. laths with 1.25 mm thick top cover, interlocked together through their entire length and jointed together at the end by end locks mounted on specially designed pipe shaft with brackets, side guides and arrangements for inside and outside locking with push and pull operation complete including the cost of providing and fixing necessary 27.5cm long wire springs grade No.2, M.S. top cover of required thickness for rolling shutters, with approved quality red oxide zinc primer and two coats of synthetic enamel paint of approved make (ICI or equivalent), making good all damaged surfaces, complete with all byeworks as per drawing, specification and instruction of engineer, in general conforming to IS : 248.
802Mechanically operated rolling shutters
803ALUMINIUM WORK
804Providing & fixing in position aluminium doors, windows, ventilators, louvres, fixed glazing, sliding/composite windows, aluminium rough groundetc. with extruded & integral colour powder coating with minimum 60 microns, Aluminium sections, Powder coated Aluminium beadings,Powder coated Aluminium profile panel sheets, manufactured torelevant I.S. codes & using minimum 2mm thick (or as specified) heavy sections from environmentally compatible products containing minimum of 15 to 25 % of recycled content and shall be manufactured within 500 kms from project site from approved make including cost of providing required no. of heavy duty stainless steel butt hinges, pivots, approved door and windows handles, EPDM Gasket, PVC/Neoprene Gasket Lining, Stainless steel screws, mastic filling, weather strips, tower bolts,nuts, washers, rollers etc. as required and as per drawing etc. all complete at all heights and as directed by the Engineer-in-Charge. The rate shall also include giving a coat of bitumastic paint on the aluminium surfaces in contact with masonry / concrete and closing the gaps around the frame and the adjoining surface with approved silicone sealant with volatile organic compounds content less than 250 g/l on both faces to achieve watertightness. All fitting shall be of matching colour powder coated aluminium sections
805All doors,windows & ventilators shall havefloat glass of the following specifications SHGC - 0.25 to 0.3, U Value 3.8W/sqm-k or less,of approved makeor / double side prelaminated paritcle board flat pressed three layer or graded wood particle board bonded with BWP type synthetic resin adhesive as per IS : 848 and prelaminated conforming to IS: 12823 Grade l Type ll, in panelling( for doors) as per design
806Casement windows, single or composite units and ventilators with 5.5 mm thick float / frosted glass, frame size of 44mm x 46mm x 1.1mm, weight 0.522 kg/m min. amd middle frame (horizontal & vertical) 59mm x 38mm x 1.4mm, weight 0.729 kg/m min(approx.), as per approved drawing and as per approved manufacturer’s detail.
807Fixed portion
808Openable portion, section size 44mm x 46mm x 1.4 mm, weight 0.575 kg/m min. as per approved drawing and as per approved manufacturer’s specification.
809Composite sliding windows with fixed and openable portion, fixed to frame size min. 101.6mm X 44.45mm x 2.01mm, weight 1.605 kg/m (approx.) and 63.5mm x 38.1mm x 1.5mm, weight 0.861 kg/m min. as per requirement. Sliding shutters fixed to frame size 92mm X 31.75mm x 1.5mm min. & weight 1.060 kg/m min and 61.85mm x 31.75mm x 1.5mm, wt. 0.784 kg/m min as per requirement. Shutter side, bottom and interlock shall be 40mm x 18mm x 1.55mm wt. 0547kg/m min., as per approved drawing and as per approved manufacturer’s detail. Frame for grill shall be 63.5mm x 38.1mm x 2mm & wt. 1.054kg/m. Windows shall have 5.5 mm thick float glass.The sliding fittings/ accessories shall be deraiilng wheels with Nylon brackets with SS pin – 2 Nos. per shutter. The lock handle, safety plates, nylon antilift and joinery shall be as per specification.
810Doors with 8.0mm minimum thick float glass panels/ aluminium louvre with wire mesh/ double side prelaminated paritcle board flat pressed three layer or graded wood particle board bonded with BWP type synthetic resin adhesive as per IS : 848 and prelaminated conforming to IS: 12823 Grade l Type ll, in panelling fixed with C.P. brass / stainless steel screws etc. complete as per architectural drawings and directions of E-I/C with decorative lamination on both sides of approved make; frames of size 101.6mm x 44.45mm x3.18mm minimum, weight 2.541 kg/m min(approx.).
811fixed portion
812Openable portion, section size 85.00mm x 44.45mm x 3.00mm weight 2.050 kg/m min.(approx.) for shutter vertical and top, 114.3mm x 44.5 x 3.18mm weight 2.646 kg/m min. for shutter bottom and 83.5mm x 44.5mm x 3.18mm weight 2.145 kg/m min. for shutter middle.
813Providing and fixing double action hydraulic floor spring of approved brand and manufacturer, for doors including cost of cutting floors as required, embedding in floors and cover plates with brass / SS pivot and single piece M.S. sheet outer box with slide plate etc. complete as per the direction of Engineer-in-charge.
814With stainless steel cover plate
815Providing and fixing aluminium extruded section body tubular type universal hydraulic door closer of approved brand and manufacturer (door weight upto 36 kg to 80 kg and door width from 701 mm to 1000 mm), with double speed adjustment with necessary accessories and screws etc. complete.
816Providing and fixing aluminium grills of approved make of approved design made up of 10 mm dia aluminium rod andmaximum size of opening (diagonal/ hexagonal/ circular) 100 mm x 100 mm internal, and specification as per manufacturer"s detail
817PVC WORK
818Providing and fixing factory made door frame (single rebate) made out of single piece extruded solidPVC foam profile with homogenous fine cellular structure having smooth outer integral skin having 62 mm width & 32 mm thickness, frame will be mitred & Jointed with self driven self tapping screws of size 38 mm x 4 mm & PVC solvent cement , including fixingthe frame to wall with suitable dia & length anchor fastener as per manufacturer"s specification and direction of Engineer-in-charge.
819Providing and fixing factory made 30 mm thick non decorative finish door shutter made of solid PVC foam profile. The styles & rails shall be of size 75 mm x 30 mm having wall thickness 5 mm. The styles, top & bottom rails shall have one side wall thickness of 15 mm integrally extruded on the hinge side of the profile for better screw holding power. The styles and rails shall be reinforced with M.S. tubes of size 33 mm x 17 mmx 1 mm, painted with primer , all four corners of reinforcement to be welded or sealed. Solid PVC extruded bidding (push fit type) will be set inside the styles and the rails with a cavity, to receive single piece extruded 5 mm PVC sheet as panel. The styles and rails will be mitred cut and joint with the help of PVC solvent cement & self driven self tapping screws. Single piece extruded solid PVC lock rail of size 100 mm x 30 mm with wall thickness 5 mm & 15 mm integrally extruded in the middle of the lock rail & fixed with styles with the help of PVC solvent cement & self driven self tapping screws of size 100 mm x 8 mm complete as per manufacturer"s specifications and direction of Engineer-in-charge.
820FALSE CEILING
821Providing and fixing false ceiling at all heights with integral densified calcium silicate reinforced with fibre and naturalfiller false ceiling tiles of Size 595X595 mm of approved texture, design and patterns having NRC (Noise Reduction Coefficient) of of 0.50 (minimum) as per IS 8225:1987, Light reflectance of 85% (minimum), non combustible as per BS:476 (part-4), fire performance as perBS:476 (part-6 & 7), humidity resistance of 100%, thermal conductivity <0.043 W/m K as per ASTM 518:1991, in true horizontal level suspended on inter-locking metal powder coated T-Grid of hot dipped galvanised iron section of 0.40mm thick on Silhouette profile, rotary stiched double webbed white with 6mm reveal profile (white/black), comprising of main -T runners of size 15x42mm of length 3000mm, cross-T of size 15x42mm of length 1200mm and secondary intermediate cross-T of size 15x42mm of length 600mm to form grid module of size 600x600mm, suspended from ceiling using galvanised mild steel items (galvanised @ 80 grams per sqm) i.e. 50mm long, 8mm outer diameter M-6 dash fasteners, 6mm dia fully threaded hanger rod upto 1000mm length and L-shape level adjuster of size 85x25x2mm. Galvanised iron perimeter wall angle of size 22x19x0.40mm of length 3000mm to be fixed on periphery wall/ partition with the help of plastic rawl plugs at 450mm center to center and 40mm long dry wall S.S screws. The work shall be carried out as per specifications, drawing and as per directions of the Engineer-in-Charge.With 15mm thick integral densified micro edge light weight calcium silicate false ceiling tiles
822Providing and fixing in position 12.5 mm thick gypsum board false ceiling confirming to IS 2095 -1982with approved G.I Frame work and hangers including openings for lights, air conditioning grills, fire detectors, nozzles, recess for hanging blinds,etc.as per specification and description complete. Rate shall include vertical as well as horizontal surfaces as per design drawing and actual "seen" surface of horizontal and vertical will be measured and paid for. Layout and design of false ceiling with cutouts & decorative mouldings etc.to be approved by EIC
823MISCELLANEOUS
824Providing and fixing on wall face unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion (Single socketed pipes). 160 mm diameter
825Providing and applying Acrylic base flexible liquid applied Membrane system of approved make (THERMOSHIELD of CHRYSO or equivalent) for roof insulation and waterproofing. The method of application shall include surface preparation and rectifying depression / honey-comb (if any) in the surface using CHRYSO ARMOURCRETE mortar or equivalent ( 1part CHRYSO ARMOURCRETE, 2part cement, 4 part medium washed sand) and leaving it for at least 24 hours. Then all open cracks are to be filled CHRYSO PROOF ACRYLIC PRIMER or equivalent followed by a coat of CHRYSO PROOF ACRYLIC or equivalent along the crack line and leave it to dry for overnight. This shall be followed by application of CHRYSO PROOF ACRYLIC PRIMER or equivalent over the entire surface. After the application, primer coat it is allowed to reach touch dry for 2-3 hours. ThenCHRYSO THERMOSHIELD (or equivalent) shall be applied in 2 coats with a gap of approx. 4-5 hours. All works shall be carried out as per specifications and manufacturer"s instructions including all byeworks and at all heights and levels and also as per the directions of the Engineer Incharge.
826Providing and fixing noncombustible 600mm high false flooring / cavity floor of modular 600 x 600 size and min thickness of 35mm approximate with pre moulded (USF 1000 grade) in filled access floor tile made from steel and cementitious infill material (M/S Unitile or equivalent), with edge beading and faced with 2 mm thick antistatic high pressure laminates. The Panels shall confirm to Class O & Class 1 Fire Ratings tested as per BS 476 and ASTM E84. The panel shall be designed for minimum concentrated load of 450 kgs, ultimate concentrated load of 1050 Kgs, Rolling load of 225 kgs. The other components such as stringers, pedestals, supports, check nuts, etc shall be designed suitable in-line with the design parameter of the false floor panel. The panels shall be placed on GI snap lock grid system stringers channels supported over MS galvanized pedestal supports at 600mm c/c approximate both ways. Jack heads shall be die formed, out of min 4mm thick galvanized M.S. plate out of 90 mm X 90 mm, electroplated, with die cut notches to hold stringers ‘snap on’ and threaded holes, in addition, to hold the rigid grid type stringers. The jack heads shall have stud for housing into the pedestal. The pedestal head shall consist of an anti-vibrational conductive cap Stringers shall be M.S. rigid grid type minimum 30 mm X 20 mm X 1.2 mm thick tubes and shall rest on the jack heads notches and shall be fixed by means of screws. The stringers shall be spray painted with conductive paint or galvanized to prevent rust & corrosion. The pedestal supports shall be rigidly fixed on to the floor with glue and mechanical fasteners and shall be made of 150 x 150 mmx 8mm thick base plate with CRC pipe of size 32mm dia X 3mm and minimum 19 mm thick MS stools with a coupling and check nut for level adjustment. The sub structure assembly shall be suitably anchored to the floor. The work includes necessary opening for cables and panel mounting and cutting of tiles to required size and strengthening of pedestals with 300 x 300 mm RCC pedestal at location of panals. The floor panels and stringers shall be completely removable and shall remain in position without screwing. The shade of the flooring material shall be as specified in the drawing or as directed by Engineer. ( The cost includes supply of 1% spare tile)
827LANDSCAPING
828SHRUB PLANTATION Digging of beds of required size and 60 cms.depth in any type of soil. Refilling the pits after deweeding, with a mixture of good earth and cow dung organic manure in the ratio of 3:1 (Three part of good earth and one part of organic manure). Flooding the bed with water so that the earth and manure mixture settles down in pits. Supply and plantation of approved shrub species sapling of good quality, disease free, healthy, fully estabilished 1-2 year oil with well developed root system in the centre of pit, with a clear minimum height of 1 feet after plantation and spacing 1.5 feet.Maintaining & watering for 06 months regularaly as the minimum guarantee period, all complete including supplying & mixing of good earth & manure. Healthy properly grown shrubs(atleast 3 months old after planting at site) should be provided during handover on completion of the project.(Varietles : Approved local equivalent species).
829HEDGE PLANTATION Digging of trenches of size 60 cms x 45 cms x running mts length in all type of soil. Rest all the item are same as that of Shrub plantation except that the minimum 07 number of hedge sapling be planted per running metre (Varietles : Approved local equivalent species).
830SANITARY INSTALLATIONS
831Providing and fixing vitreous chinaware white/ colour extended wall hung European water closet all complete with C.P. bolts & nuts with C.P. hinges, rubber buffers etc. complete in all respects. Cat No. CNS-WHT-353S with PP soft close seat cover, Hinges, Accessories Set of Jaquar or equivalent + Cistern with fittings - Cat No. CNS-WHT-203 of Jaquar or equivalent.
832Providing & fixing C.P. brass health faucet : Jaquar cat no. ALD-CHR-583 or equivalent
833Providing and fixing white vitreous china water closet (Orissa Pan) with all fittings and fixtures complete including cutting and making good the walls and floors wherever required.Cat no.CNS-WHT-OP01 of Jaquar or equivalent + Wall Hung Cistern Cat No. WHC-WHT-184T or equivalent.
834Providing & fixing vitreous china ware white/ colour under counter wash basinwith Cp brass waste, Cat No. CNS-WHT-705 of Jaquar or equivalent and pillar cock Cat No. KUP-CHR-35001PM of Jaquar or equivalent, complete in all respect.
835Providing and fixing white vitreous china semi-pedestal type wash basin Cat. no. CNS-WHT-801 and pillar cock Cat No. KUP-CHR-35001PM of Jaquar or equivalent,complete in all respect completely recessed at the back for the reception of pipes and fittings all complete
836Providing and fixing white vitreous china flat back half stall urinalwith white PVC automatic flushing cistern, with fittings, standard size C.P. brass flush pipe, spreaders with unions and clamps (all in C.P. brass) with waste fitting as per IS : 2556, C.I. trap with outlet grating and other couplings in C.P. brass including painting of fittings and cutting and making good the walls and floors wherever required : Jaquar cat no. URS-WHT-13259 or equivalent.
837Range of two half stall urinals with 10 litre P.V.C. automatic flushing cistern.
8385.5 mm thick float glass frameless mirror fixed with stainless steel studs, all complete
839Providing and fixing glass shelf of Jaquar cat. no. ACN-CHR-1171N or equivalent, complete with all respect.
840Providing and fixing toilet paper holder : Jaquar cat. no. ACN-CHR-1151N or equivalent
841Providing and fixing soap dish (brass) of Jaquar cat no. ACN-CHR-1131N or equivalent
842Providing and fixing liquid soap dispenser with glass body of Jaquar Cat No. ACN-CHR-1135 N or equivalent complete with all respect.
843Providing and fixing C.P. brass bib cock conforming to IS : 8931 15mm nominal bore
844Jaquar cat. no. KUP-CHR-35037PM or equivalent
845Two in one bib cock, Jaquar cat. no. KUP-CHR-35041PM or equivalent
846Providing and fixing C.P. brass concealed stop cock Jaquar cat. no. CQT-CHR-23083 or equivalent
847Providing and fixing CP brass twin coat hook/ robe hook in position - Jaquar cat. no. AQN-CHR-7761 or equivalent
848Providing and fixing CP Brass Waste Coupling for wash basin and sink, of JAQUAR Cat No. ALD-CHR-705 or equivalent
849Providing and fixing CP brass Bottle Trap for Wash basin and sink of Jaquar Cat No. ALD-CHR-769L300x190 or equivalent
850Providing and fixing CP brass towel rail 450mm long of Jaquar cat. no. ACN-CHR-1111BNM or equivalent
851Providing and fixing towel ring of Jaquar cat. no. AQN-CHR-7721 or equivalent
852Providing and fixing sinks (without drainboard) made of stainless steel 1mm thick kitchen with plugs, washers and wastes including bedding in Cement mortarto dwarf wall or including fixing cantilever brackets & connecting unions to pipe, coupling & strainer, painting of fittings and brackets, cutting and making good the walls wherever required. Overall size 610 mm x 510 mm Make : Celebrity 8" or India King 8" of Neelkanth or equivalent
853Providing and fixing C.P. brass long body sink cock with Regular Swinging Spout (Wall Mounted Model) With Wall Flange of Jaquar cat. no. ARI-CHR-39347 or equivalent.
854Providing and fixing Eye/face wash, model no.7001 pedestal-mounted from Tobit Engineers or equ. (supply connection & provision of bottle trap and connection to nearest drain to be done)
855Providing And Laying 18 mm Sand Faced Cement Plaster (External) In Two Coats Under Layer 12 mm Thick Cement Plaster 1:4 (1 Cement : 4 Coarse Sand) Finished With A Top Layer 6 mm Thick Cement Plaster 1:4(1 Cement : 4 Fine Sand ) Including Mixed With Admixture Of Waterproofing Compound In Both Layers As Per Manufacturer"S Specification, Providing Drip Mould & Groove In Plaster Wherever Required In Drawing, Providing Chicken Wire Mesh At The Junction Of RCC Member And Brickwork As Per Project Specifications Including Scaffolding, Curing, Etc Complete.
856Provide, Fabricate, Transport, Erect And Fix Complete Ms Handrail Made Out Of MS Pipes (Appr. 1050 mm High) With 32Nb(M) Dia. Pipe Hand Rail, 25 mm Nb(M) Dia Pipe Mid Rail And 100 X 6 mm Thk. Toe Plate With 32Nb Pipe Rail Post Spaced At Approx.1500 C/C And At Corners & Change Of Direction As Per Specifications & Standard Drawing (15984-BP-10-ST-DST-0004). Also Including Assembly For Fixing To Inserts Or Stringer Beams Complete In All Respects Including Surface Preparation And Painting As Per Specifications For Painting On Steel Structures As Directed & Instructed By Engineer In Charge.
857Providing and applying two or more coats (to give a smooth and even shade) of premium plastic emulsion paint conforming to IS:5411 of approved make and shade including cleaning and preperation of surface consisting of application of Plaster of Paris punning over entire surface, filling all holes and depressions with plaster of Paris, applying a coat of cement primer, two or more coats of oil based putty (as per manufacturer"s recommendations to give a paste like putty), sandpapering etc. all complete.
858Providing And Fixing Roof Sheeting and Side Cladding Of Hi-Rib Profiled Colour Coated Galvalume Sheet Made Of Cold Rolled Steel Of 550 Mpa Minimum Yield Strength Zinc-Aluminium Alloy Coating Mass (55% Aluminium, 43.5% Zinc And 1.5% Silicon), Total Of Both Sides As Per Astm Specification A792/A 792m. Total Thickness Of Colour Coated Profiled Sheet Shall Be 0.5-0.6 mm As Per Specification Including Cyclone Washer And Fastners For Cyclonic Wind Velocity - Clear As Per Specification Complete In All Respects
859Sub-Total Section F
860SECTION-G [ELECTRICALWORKS]
861OVERHEAD LINE WORKS UPTO TRANSFORMER YARD
862Overhead Line Survey, Supply Erection, Testing (SAT/FAT) and Commissioning, Loading/Unloading, Storage at warehouse (Hired by bidder), transporting from storage to site location of all the following items includingall miscellaneous materials required, digging, trenching, backfilling, compaction, making of foundations/ pedestal, fixing the fencing and gate, spreading of blue granite material, etc as required to complete the HT & LT installation as per datasheet, specifications of this tender, approved drawings and as per Engineer-In-Charge. These quantities are approximate and payment shall be made for actual equipment / materials installed by the Contractor as part of permanent installation based on Issued for Construction drawings. (All electrical equipments shall be approved from Purchaser/Consultant/SEB).
863Double pole Structure with MS joint ISMB 200 x 100 mm, 9 m long complete with 100 x 50 mm MS channels of required length and size ;11 kV3 Ph.Gang operated Air Break On Load Isolator with 3 Pole Earth switch, DO fuse, lightning arrestors of suitable ampere rating;pin insulators, disc insulators, operating rod, handle, locking arrangement, copper wire for jumper connection, stay set complete with all accessories etc as required inclusive of paint (two coats of primer & twocoats of final aluminum paint) and concrete foundation.
86411 kV, ACSR weasel conductor (for 3 phase, 3 wire supply) as required for stringing between SEB Distribution point Double Pole and client Double Pole Structures.
865Outdoor type dust & weather proof sheet steel (2 mm thick, IP-55) enclosed 4P MCCB with micrporocessor based LSIG trip module. MCCB box/panel shall be suitable for mounting on wall or pedestal,with rain canopy, 125A, 415V, 35kA, AC-23 duty and suitable bus connectors for termination upto 4C x 185 sq.mm A2XFY cable on incomer terminals andoutgoing terminals.
866Chain link fencing of (height 2.5 m) for the sub station area with posts ISMC 100X50X6 and frames or crossings, ISA 50 x 50 x 6 mm angle and 4 mm thick welded wire mesh and 1 no. gate ( 3x2.5 mtr.) complete with all material, with all Hardware and pad lock, line item inclusive of welding, Painting and labour
867Supply and Laying of 40mm/60mm granual size of granulation in the pit chamber of layer 150 mm thick including dressing of soil surface and laying the aggregrate 10mm/20mm in uniform layer and density inluding all labour and materials for spreading in the fenced area.
868Supply, Laying, Termination, Testing and Commissioning, Loading/Unloading, Storage at warehouse (Hired by bidder), transporting from storage to site location of 3Cx150Sqmm,11 KV (UE)Aluminum conductor, XLPE insulated, extruded PVC inner sheathed, PVC outer sheath and G.I. armoured, FRLSH power cables from SEB distribution point to client Double Pole Structure.Scope also includes supply & spreading of approved fine river sand in cable trenches, approved second class bricks of 75mm thickness in cable trenches for cable protection laid lengthwise inclusive of all consumables such as clamps including trefoil clamps at every 3 meters, cable tags (cable tags at every 30m and on bents), hardware, trefoil clamps etcincluding supply and installation of cable markers for underground cable routes, including excavation of soil up to the required depth, installation of cables, back filling and compacting of soil and disposing the excess soil etc. including supply and installation of suitable GI pipes from buried trench to the equipment as per installation details and IFC layouts including supply and installation of crimping type tinned Aluminium, heavy duty tubular long barrel lugsas required at sitecomplete as per approved drawings, specifications of this tender and directions of Engineer-in-Charge.
869DISTRIBUTION TRANSFORMER
870Supply & installation,erection on pole, testing (SAT/FAT) and commissioning,Loading/Unloading, Storage at warehouse (Hired by bidder), transporting from storage to site locationof 11 kV/433 V outdoor type,3Ph,50Hz,copper wound, Dyn11, ONAN distribution transformer complete with all accessories as per SEB/REC specification 11/1976 and/or IS 2026/1180. and latest amendments there of, Tender Specifications/Datasheets and first oil filled, 1 ltr. Extra Paint. Termination arrangement for HV side : HT bushing & LV side Cable end box/Terminal box of following rating.
87125kVA
87263kVA
873POWER and LIGHTING DISTRIBUTION BOARDS
874Supply, Installation,testing (SAT/FAT), and commissioning, Loading/Unloading, Storage at warehouse (Hired by bidder), transporting from storage to site location of following lighting/power panels, Self standing /Surface/Recess mounting type in Indoor/weather/flame proof (with hinged cover) sheet steel enclosure of approved make having 4 Pole MCCB(LSIG)/RCBO as incoming andSP/DP/TP MCB (30KA type) for out going circuit complete with wiring,indication lamp, ammeter etc including all labour and materials as per Tender specification/datasheets and the direction of Engineer-in-charge.
875415 V +/- 10% , 30 kA /1 sec, single front, fixed type, Self Standing, IP-54, 125 A, Al Bus, 4 Pole Indoor Main PDB to receive input power and further distribution at Manual SV station consisting ofbus bar chamber / bus bar sections, Incomer & Outgoings feeders as per Tender SLD Dwg. No.: 00033-NCJ-SV1-EL-DSL-0001, cable alley, complete with wiring, indication lamp, ammeter, voltmeter, MFM (Multi Function Meter) etc including all labour and materials with operating mechanism, all accessories, mandatory spares as per specification, auxiliariesetc, complete in all respects as specified in Tender Specifications / Datasheets.
876415 V +/- 10% , 30 kA /1 sec, single front, fixedtype, Self standing, IP-54, 125 A, Al Bus, 4 Pole Indoor Main PDB to receive input power and further distribution at Remote SV station consisting ofbus bar chamber / bus bar sections, Incomer & Outgoings feeders as per Tender SLD Dwg. No.: 00033-NCJ-SV2-EL-DSL-0001, cable alley, complete with wiring, indication lamp, ammeter, voltmeter, MFM (Multi Function Meter) etc including all labour and materials with operating mechanism, all accessories, mandatory spares as per specification, auxiliariesetc, complete in all respects as specified in Tender Specifications / Datasheets.
877Indoor, IP-54, Wall mounted, 415 V +/- 10% , Three Phase, 4 wire, 10 kA/1 sec., single front, fixedtype, 32A, 2 Incomer, Cu BusA/B, Normal Cum Emergency Indoor Lighting DB for SV Station Control Building Lighting consisting ofIncomer-1: 32 Amp MCB+ELCB OR RCBO, 100mA, 3 Phase, 4 Pole,Incomer-2: 32 Amp MCB+ELCB OR RCBO, 100mA, 1 Phase, 2 Pole, Bus-coupler: 32 Amp,2P RCBO + Contactor & 12 Nos 16 Amp DP MCB"s (B -CURVE), 1 Phase outgoing complete with wiring, indication lamp, ammeter etc including all labour and materials with operating mechanism, all accessories, mandatory spares as per specification, auxiliariesetc complete in all respects as specified in Data sheet no. 00033-NCJ-GEN-EL-DAS-0003 & Specification no. IND-SS-00-EL-SPC-0009
878Indoor, IP-54, Wall mounted, 415 V +/- 10% , Three Phase, 4 wire, 10 kA/1 sec., single front, fixedtype, 32A,Cu Bus, DB for 1-Phase Sockets at SV Station consisting of1 no. 32 Amp MCB+ELCB OR RCBO, 100mA, 3 Phase, 4 Pole incomer & 9 Nos 16 Amp DP MCB"s (B -CURVE), 1 Phase outgoing complete with wiring, indication lamp, ammeter etc including all labour and materials with operating mechanism, all accessories, mandatory spares as per specification, auxiliariesetc complete in all respects as specified in Data sheet no. 00033-NCJ-GEN-EL-DAS-0003 & Specification no. IND-SS-00-EL-SPC-0009
879Indoor, IP-54, Wall mounted, 240 V +/- 10% , Single Phase, 2 wire, 10 kA/1 sec., single front, fixedtype, 32A, Cu Bus, Normal Indoor Lighting DB for SV Station Guard Room consisting of1 no. 32 Amp MCB+ELCB OR RCBO, 100mA, 1 Phase, 2 Pole incomer & 4 Nos 16 Amp DP MCB"s (B -CURVE), 4 Nos 10 Amp DP MCB"s (B -CURVE), outgoing complete with wiring, indication lamp, ammeter etc including all labour and materials with operating mechanism, all accessories, mandatory spares as per specification, auxiliariesetc complete in all respects as specified in Data sheet no. 00033-NCJ-GEN-EL-DAS-0003 & Specification no. IND-SS-00-EL-SPC-0009
880Indoor, IP-54, Wall mounted, 415 V +/- 10% , Three Phase, 4 wire, 10 kA/1 sec., single front, fixedtype, 32A, Cu Bus, Normal Outdoor Lighting DB for SV Station Outdoor Lighting consisting of1 no. 32 Amp MCB+ELCB OR RCBO, 100mA, 3 Phase, 4 Pole incomer, 4 pole Contactor with Synchronous timers, A/M Switch with manual overriding control, pushbutton etc. & 12 Nos 16 Amp DP MCB"s (B -CURVE), 1 Phase outgoing complete with wiring, indication lamp, ammeter etc including all labour and materials with operating mechanism, all accessories, mandatory spares as per specification, auxiliariesetc complete in all respects as specified in Data sheet no. 00033-NCJ-GEN-EL-DAS-0003 & Specification no. IND-SS-00-EL-SPC-0009
881Indoor, IP-54, Wall mounted, 415 V +/- 10% , Three Phase, 4 wire, 10 kA/1 sec., single front, fixedtype, 32A, Cu Bus, Non-Critical Power DB for Nagpur DT Station Non-Critical loads of part-C consistingof1 no. 32 Amp MCB+ELCB OR RCBO, 100mA, 3 Phase, 4 Pole incomer,4 pole Contactor with Synchronous timers, A/M Switch with manual overriding control, pushbutton etc.& 12 Nos 16 Amp DP MCB"s (B -CURVE), 1 Phase outgoing complete with wiring, indication lamp, ammeter etc including all labour and materials with operating mechanism, all accessories, mandatory spares as per specification, auxiliariesetc complete in all respects as specified in Data sheet no. 00033-NCJ-GEN-EL-DAS-0003 & Specification no. IND-SS-00-EL-SPC-0009
882Indoor, IP-54, Wall mounted, 240 V +/- 10% , Single Phase, 2 wire, 10 kA/1 sec., single front, fixedtype, 63A, Cu Bus, AC Critical Power DB for Nagpur DT Station AC Critical loads of part-C consisting of1 no. 63 Amp MCB+ELCB OR RCBO, 100mA, 1 Phase, 2 Pole incomer & 6 Nos 16 Amp DP MCB"s (B -CURVE), 3 Nos 16 Amp DP MCB"s (Z -CURVE), 6 Nos 20 Amp DP MCB"s (Z -CURVE), outgoing complete with wiring, indication lamp, ammeter, voltmeter etc including all labour and materials with operating mechanism, all accessories, mandatory spares as per specification, auxiliariesetc complete in all respects as specified in Data sheet no. 00033-NCJ-GEN-EL-DAS-0003 & Specification no. IND-SS-00-EL-SPC-0009
883Indoor, IP-54, Wall mounted, 48V DC +/- 10% , 2 wire, 10 kA/1 sec., single front, fixedtype, 20A, Cu Bus, DC Critical Power DB for Nagpur DT Station DC Critical loads of part-C consisting of1 no. 32 Amp DC MCB 2 Pole incomer & 6 Nos 16 Amp DP DC MCB"s outgoing complete with wiring, indication lamp, ammeter, voltmeter etc including all labour and materials with operating mechanism, all accessories, mandatory spares as per specification, auxiliariesetc complete in all respects as specified in Data sheet no. 00033-NCJ-GEN-EL-DAS-0003 & Specification no. IND-SS-00-EL-SPC-0009
884Spares for LT Panels & DB"s for each DT/RT/SV stations for 2 years operation & maintenance as per the annexure in specification.
885SOLAR SYSTEM
886SYSTEM-IA-SPV POWER SOURCE FOR INSTRUMENTATION, SCADA & TELECOM FOR REMOTELY OPERATED SV STATIONS
887System Design, Detailed Engineering, procurement of materials, Inspection/FAT (Factory acceptance test), Supply of materials, Transportation, loading/unloading, insurance, Storage at warehouse/store (hired by bidder),loading/unloading, transportation from warehouse/store (hired by bidder) to site, Installation, testing, commissioning and performance test at site of complete Solar PV based Power source with two days autonomy for 1500W DC load for twenty four hours per day operation as per tender specification, data sheet, scope of work and Overall Single Line diagram Dwg. no. 00033-NCJ-SV2-EL-DSL-0001, enclosed including commissioning spares as required at each Remote operated SV station. The system shall include following- (i)Solar PV array with junction boxes, Anodized AL/ Hot dipped Galvanized M-Steel structure (ii) Solar PV charge controller-MPPT type (output 96V DC) (iii) Ni-Cd (1.2V/Cell) Valve Regulated Pocket Plate Battery Bank (96V DC) (iv) DC-DC Converters (output 24V DC, -48V DC, 48V DC with respective DCDB"s. (v) Interconnecting cables among arrays, charge controller, battery bank, Grid charger, DCDBs, junction boxes etc including supply of all accessories like cable glands, cable tray, tinned-cu lugs etc as required. vi) Earthing and lightning protection system as required to complete the system. vii) Supply of 2 year O&M spares as per list attached in scope of work (viii) Erection materials & Other miscellaneous work Rating of SPV array, charge controller and battery bank shall be verified by Contractor & selected to meet the load requirement as specified above. However, each subsystem rating shall not be less then the value given below.
888Solar PV Modules (Min 300Wp) BIS certified for SPV array 20kWp appx. (2 x 10kWp appx.) to feed 1500W DC Load + Charge the Battery bank @ 96Vfor system-IA along withjunction boxes, Anodized AL/ Hot dipped Galvanized M-Steel structure as per Tender SLD: 00033-NCJ-SV2-EL-DSL-0001, specification, datasheet and scope of work.
889Indoor Type, Industrial, MPPT Solar Charger Panel, 2 x 100%, @ 96Vas per Tender SLD: 00033-NCJ-SV2-EL-DSL-0001, specification, , datasheetand scope of work
8902 x 100% DC-DC Converter 80-130V DC I/P to 24V Output and 24 V DC DB to feed 810W DC Load, as per Tender SLD: 00033-NCJ-SV2-EL-DSL-0001, specification, , datasheetand scope of work
8912 x 100% DC-DC Converter 80-130V DC I/P to 48V Output and 48 V DC DB to feed 250W DC Load, as per Tender SLD: 00033-NCJ-SV2-EL-DSL-0001, specification, , datasheetand scope of work
8922 x 100% DC-DC Converter 80-130V DC I/P to -48V Output and -48 V DC DB to feed 557W DC Load, as per Tender SLD: 00033-NCJ-SV2-EL-DSL-0001, specification, , datasheetand scope of work
893Flameproof Battery Isolator Box with 2 pole DC MCCB with 96V Bus & Terminals for DC Power Distribution, required cable entires, flameproof Glands for Interconnecting cables and as per Tender SLD: 00033-NCJ-SV2-EL-DSL-0001, specification, , datasheetand scope of work
894Ni-Cd Battery bank (VRPP type) in (2x50%) arrangement, 2 Nos. x 800AH @ 96V with suitable Battery stand, 48 Hr. Back-up time, interconnecting links, connectors, cables, wires, etc. and all necessary hardware and as per Tender SLD: 00033-NCJ-SV2-EL-DSL-0001, specification and scope of work..
895Balance of System materials & equipments- 1) Interconnecting cables among arrays, charge controller, battery bank, Grid charger, DCDBs, junction boxes etc including supply of all accessories like cable glands (flameproof/industrial as applicable), cable tray, tinned-cu lugs etc as required. 2) Earthing and lightning protection system as required to complete the system. 3) Supply of 2 year O&M spares as per list attached in scope of work 4) Erection materials, Civil & Other miscellaneous work
896GRID CHARGER FOR BATTERY BANK (to feed 1500 W DC Load + Battery Charging) SYSTEM-IB- GRID CHARGER FOR BATTERY BANK Design, Detailed Engineering, Manufacturing, Inspection/FAT (Factory acceptance test), Supply, Transportation, loading/unloading, insurance, Storage at warehouse/store (hired by bidder) of DSP based FCBC CHARGER (3x100%) to charge the battery bank from grid supply, including commissioning spares as required, as perTender SLD: 00033-NCJ-SV2-EL-DSL-0001, specifications, data sheet and instruction of Engineer-in-charge required for Solar System. The charger shall operate on the single phase with the input voltage supply of 415Vac, 3 Phase with Neutral, 50 Hz 370-460 Vac, 47-53 Hz. FCBC shall consist of three single phase chargers connected in parallel fed by R-Y-B phase respectively. The rating of each FCBC shall be as per the Battery bank size calculated for the solar system, shall be calculated such that it can charge fully discharged complete battery bank at C15 rating.
897SYSTEM-IIA-SPV POWER SOURCE FOR AT MANUAL OPERATED SV STATIONS FOR CP
898System Design, Detailed Engineering, procurement of materials, Inspection/FAT (Factory acceptance test), Supply of materials, Transportation, loading/unloading, insurance, Storage at warehouse/store (hired by bidder),loading/unloading, transportation from warehouse/store (hired by bidder) to site, Installation, testing, commissioning and performance test at site of complete Solar PV based Power source with two days autonomy for 200W DC load for twenty four hours per day operation as per tender specification, data sheet, scope of work enclosed including commissioning spares as required at each Remote operated SV station. The system shall include following- (i)Solar PV array with junction boxes, Anodized AL/ Hot dipped Galvanized M-Steel structure (ii) Solar PV charge controller-MPPT type (output 96V DC) (iii) Ni-Cd (1.2V/Cell) Valve Regulated Pocket Plate Battery Bank (96V DC) (iv) DC-DC Converters (output 24V DC, -48V DC, 48V DC with respective DCDB"s. (v) Interconnecting cables among arrays, charge controller, battery bank, Grid charger, DCDBs, ACDB, junction boxes etc including supply of all accessories like cable glands, cable tray, tinned-cu lugs etc as required. vi) Earthing and lightning protection system as required to complete the system. vii) Supply of 2 year O&M spares as per list attached in scope of work (viii) Erection materials & Other miscellaneous work Rating of SPV array, charge controller and battery bank shall be shall be verified by Contractor & selected to meet the load requirement as specified above. However, each subsystem rating shall not be less then the value given below-
899Solar PV Modules (Min 300Wp) BIS certified for SPV array 3kWp (2 x 1.5kW) to feed 200W DC Load + Charge the Battery bank @ 96Vfor system-IIA along withjunction boxes, Anodized AL/ Hot dipped Galvanized M-Steel structure as per specification, datasheet and scope of work.
900Indoor Type, Industrial, MPPT Solar Charger Panel, 2 x 100%, @48V or @ 96Vas per specification,datasheetand scope of work
9012 x 100% DC-DC Converter 80-130V DC I/P to 48V Output and 48 V DC DB to feed 200W DC Load, as per specification, , datasheetand scope of work
902Flameproof Battery Isolator Box with 2 pole DC MCCB with 96V Bus & Terminals for DC Power Distribution, required cable entires, flameproof Glands for Interconnecting cables and as perspecification, , datasheetand scope of work
903Ni-Cd Battery bank (VRPP type) in (2x50%) arrangement, 2 nos. x 112AH @ 96V with suitable Battery stand, 48 Hr. Back-up time, interconnecting links, connectors, cables, wires, etc. and all necessary hardware and as per specification, datasheet and scope of work..
904Balance of System materials & equipments- 1) Interconnecting cables among arrays, charge controller, battery bank, Grid charger, DCDBs, junction boxes etc including supply of all accessories like cable glands (flameproof/industrial as applicable), cable tray, tinned-cu lugs etc as required. 2) Earthing and lightning protection system as required to complete the system. 3) Supply of 2 year O&M spares as per list attached in scope of work 4) Erection materials, Civil & Other miscellaneous work
905GRID CHARGER FOR BATTERY BANK to feed 200W DC Load + Battery Charging) SYSTEM-IIB- GRID CHARGER FOR BATTERY BANK Design, Detailed Engineering, Manufacturing, Inspection/FAT (Factory acceptance test), Supply, Transportation, loading/unloading, insurance, Storage at warehouse/store (hired by bidder) of DSP based FCBC CHARGER (3x100%) to charge the battery bank from grid supply, including commissioning spares as required, as perspecifications, data sheet and instruction of Engineer-in-charge required for Solar System. The charger shall operate on the single phase with the input voltage supply of 415Vac, 3 Phase with Neutral, 50 Hz 370-460 Vac, 47-53 Hz. FCBC shall consist of three single phase chargers connected in parallel fed by R-Y-B phase respectively. The rating of each FCBC shall be as per the Battery bank size calculated for the solar system, shall be calculated such that it can charge fully discharged complete battery bank at C15 rating.
906OUTDOOR LIGHTING
907Supply, installation, testing (SAT/FAT), commissioning, Loading/Unloading, Storage at warehouse (Hired by bidder), transporting from storage to site location of lighting fixtures complete with mounting bracket, flame proof/non flame proof, control gear box as per the type of fixture, lamps, 4 way junction boxes etc. including civil work with pipe inserts for cables and connecting work, with all material and labour as per specifications, drawings and instruction of Engineer-in-charge.Work to be completed in all respects. Note: Model No. given are indicative & Contractor to finalise the same. Also Contractor to ensure that necessary valid routine / type test certificates from Sub-Vendors/OEM shall be provided. Also certifications such as PESO/CMIFR etc. for Hazardous area fixtures shall be provided.
908Integral flame proof well glass fixture (CMIFR approved for Zone-1/2 gas group IIA & IIB) with 72 W LED luminaire with flame proof control gear Model no. FLPW-1095 of Baliga make or equivalent)
909Integral Non flame proof well glass fixture with 40 W LED luminaire (Model no. LWVLT-40-CDL M/s. CG make or equivalent)
910Surface/suspended water proof industrial luminiare with polycarbonate housing and diffuser, (type IPFC112LT8-16 of CG make or equivalent).
911Street lighting Non flame proofluminaire (lighting fixture : Type LSTP-60-CDL-M of M/s CG make or equivalent, with 60W LED).
912Integral flame proofluminaire (CMIFR approved for Zone-1/2 gas group IIA & IIB of M/s FCG Model no. ELFS 61045W with 45W LED / Baliga make FLPW-1245 or equivalent, with 40W LED).
913Non flame proof Integral flood lighting fixture (for 72W LED) on building/ structure/pole, lighting fixture type : LSFN-72-CDL of M/s CG make or equivalent
914Flame proof Integral flood lighting fixture (CMIFR approved for Zone-1/2 gas group IIA & IIB) with 120W LED on building/ structure/pole, lighting fixture equivalent to Model No. ELF 61120F of FCG Make
915Electric Illuminated Station detail board (6ftx3ft) alongwith mounting structure (Station detail will be decided in detail engineering).
916Lighting pole 3mtr high GI-Hot dip galvanised ( Bajaj make or equivalent) complete with bracket, GI clamps, as per standard drawing (00033-NCJ-GEN-EL-DID-0003) & specification (IND-SS-00-EL-SPC-0013) to install platform handrail mounted wellglass lighting fixture.
917Lighting pole 3mtr high GI-Hot dip galvanised ( Bajaj make or equivalent) complete with bracket, GI clamps, as per standard drawing (00033-NCJ-GEN-EL-DID-0003) & specification (IND-SS-00-EL-SPC-0013) to install on concrete foundation for well glass lighting fixture
9186mtr high GI -Hot dip galvanised octagonal pole (Type BOP-6030 of Bajaj make or equivalent) complete with bracket, GI clamps, as per standard drawing (00033-NCJ-GEN-EL-DID-0003) & specification (IND-SS-00-EL-SPC-0013) to mount FLP Well Glass Lighting Fixture.
919Street lighting pole 6mtr high GI -Hot dip galvanised octagonal pole (Type BOP-6030 of Bajaj make or equivalent) complete with bracket, GI clamps,as per standard drawing (00033-NCJ-GEN-EL-DID-0003) & specification (IND-SS-00-EL-SPC-0013) to mount Street Lighting Fixture
920Street lighting pole 9mtr high GI -Hot dip galvanised octagonal pole (Type BOP-9030 of Bajaj make or equivalent) complete with bracket, GI clamps, as per standard drawing (00033-NCJ-GEN-EL-DID-0003) & specification (IND-SS-00-EL-SPC-0013).
9216mtr high GI -Hot dip galvanised octagonal pole (Type BOP-6030 of Bajaj make or equivalent) complete with bracket, GI clamps, as per standard drawing (00033-NCJ-GEN-EL-DID-0003) & specification (IND-SS-00-EL-SPC-0013) to mount FLP Flood Light Fixture.
922Phase Distributed with separate MCB for each fixture Flame ProofHigh Mast Lighting system on 20m high pole consisting for 12 nos. of lighting fixtures (250W LED Lamp , lumens/watt not less than 100) , flameproof feeder pillar panel with drive mechanism, including all Civil Work as per OEM standard and site requirement and standard Specification No. (IND-SS-00-EL-SPC-0013).
923Integral LED Post top lantern Non flame proof luminaire (lighting fixture : Type LPTO-40/CDL of M/s CG make or equivalent on post top at Main Enterance gate of station with all mounting aggangements.
924Landscape Lighting decorative9/ 10Watt LED Garden Bollard light complete with integrated drivers, pillars withtop head : LBLA1-10-CDLof M/s CG make or equivalent
925Design, manufacture, testing at works, supply, storage, transportation to site, Installation, testing, commissioning and performance test at siteofSolar Street lighting system complete with GI pole and GI mounting bracket, control gear box, internal cable from fitting to junction box, and 60W LED fixture ,three days battery backup with solar Module, earthing, electronics, dusk-dawn operation etc including pipe inserts for cables and connecting work and commissioning spares as required, with all material and labour as per specifications, drawings and instruction of Engineer-in-charge. Nominal height of GI pole shall be 6m for plant periphery. Work to be completed in all respects.
926Design, manufacture, testing at works, supply, storage, transportation to site, Installation, testing, commissioning and performance test at siteofSolar Street lighting system complete with GI pole and GI mounting bracket, control gear box, internal cable from fitting to junction box, and 60W LED fixture ,three days battery backup with solar Module, earthing, electronics, dusk-dawn operation etc including pipe inserts for cables and connecting work and commissioning spares as required, with all material and labour as per specifications, drawings and instruction of Engineer-in-charge. Nominal height of GI pole shall be 9m for street lights. Work to be completed in all respects.
927Supply of flame proof type portable type emergency light fed by a self- contained SMF battery and charger operating on input supply 240 V AC.
928Flameproof type 16 A, 240V, 3 pin switch socket outlet with DP MCB switch & enclosure, IP65, suitable plug & with terminal block for cables loop-in loop out
929INDOOR LIGHTING & POINT WIRING
930Supply, Installation, testing (SAT/FAT) & commissioning, Loading/Unloading, Storage at warehouse (Hired by bidder), transporting from storage to site location of point wiring as per details in construction drawing & specificationincludes PVC conduits in ceiling, complete wiring including flexible wire (FRLSH PVC), switch boxes & switches (ANCHOR ROMA make or equivalent), Multi strand Flexible FRLSH PVC insulated copper conductor wires/cables for following items (Wiring from DB to Switchboard is included in the point wiring)- Note: Model No. given are indicative & Contractor to finalise the same. Also Contractor to ensure that necessary valid routine / type test certificates from Sub-Vendors/OEM shall be provided. Also certifications such as PESO/CMIFR etc. for Hazardous area fixtures shall be provided.
931Surface mounted Normal LED light fixture with LED lamp (type BN308C LED20S-6500 L12O PSU WH - 20W of Philips make or equivalent).
932Recess mounted Normal LED light fixture with LED lamp (type LCTLRNE-36-FO-CDL of CG make or equivalent).
933Surface mounted Normal 2 feet x 10W LED light fixture with LED lamp (type Light Linea of CG make or equivalent).
934Surface mounted Normal 2 x T-LED light fixture with LED lamp (Pallab TMC 501 - 18W of Philips make or equivalent).
935Industrial Flame proof Normal fluorescent lamp fitting (CMIFR approved for Zone-1/2 gas group IIA & IIB & IIC) with LED lamp (type EXTN2LT8-20 of CG make or equivalent).
936LED Recessed Emergency lights of 18 watt with 3 hours battery back up for emergency operation(type - PEL 18W LED NM RDL CR or Equivalent)
937Emergency LED Exit Light For Emergency Evacuation and Fire Purpose with 3 hours battery backup (type - PEL 111 E/NM/V PEL or Equivalent)
938Emergency Flameproof Exit Light (CMIFR approved for Zone-1/2 gas group IIA & IIB & IIC) For Emergency Evacuation and Fire Purpose with 2 hours battery backup (type - PEL 111/E/MFP/P PEL or Equivalent)
939Emergency Light For Emergency Evacuation and Fire Purpose with 2 hours battery backup (type -PEL 111 NM/WP PEL or Equivalent)
940Socket outlet (5/15 Amp combination) of ANCHOR ROMA make or equivalent pre wired , flush mounted with thickbakelite cover with conduit knock outs on the sides
94120 Amp sheet steel enclosed industrial type socket with 20 Amp DP MCB for AC.
942Ceiling fan with electronic regulator ( Energy efficent, 50W, 1200 mm sweep)
943Wall mounted fan with electronic regulator ( Energy efficent, 50W, 400 mm sweep, 1300 rpm) etc complete in all respect for wall mounting
944Lighting Switchboard unit - pre wired , flush mounted with thickbakelite cover with conduit knock outs on the sides & having 240V, 5Aswitches – 8 Nos. &5A Switch Sockets – 2 No.or as per requirement.
945Lighting Switchboard unit - pre wired , flush mounted with thickbakelite cover with conduit knock outs on the sides & having 240V, 5Aswitches – 4 Nos. &5A Switch Sockets – 2 No.or as per requirement.
946Lighting Switchboard unit - pre wired , flush mounted with thickbakelite cover with conduit knock outs on the sides & having 240V, 5Aswitches – 2 Nos. &5A Switch Sockets – 1 No.or as per requirement.
947Lighting Switchboard unit - pre wired , flush mounted with thickbakelite cover with conduit knock outs on the sides & having 240V, 5Aswitches – 2 Nos. as per requirement.
948Industrial Outdoor Weatherproof type 16 A, 240V, switch & enclosure, IP55
949Supply, installation, testing & commissioning of 1600VA sine wave Inverter system with 2x150Ah Battery backup tubular type battery for critical lighting in control room building & outdoor area (Make Inverter: Su-Kam, Genius, Luminus, Microtek, Battery: Exide, Amaraja).
950LT POWER and CONTROL CABLES
951Supply, laying, termination, testing (SAT/FAT) and commissioning, Loading/Unloading, Storage at warehouse (Hired by bidder), transporting from storage to site location of 1.1kV grade XLPE insulated, PVC sheathed, FRLS power and control cables (conforming to IS & IEC60502 and tender specification/datasheets) of following sizesas per specification and datasheets inclusive of all consumables such as clamps for cleating of cables on surface, hardware etc., including chipping of wall/surface, installing conduit (PVC concealed), flexible with connectors and making wall/surface good, including the cost of all labours, material, equipment etc. complete as per approved drawings, specifications of this tender and directions of engineer-in-charge. Job includes supply and installation of nickel-plated, double compression type, Industrial / flameproof, brass cable glands as required with all accessories as required at site. Job includes supply and installation of Industrial/hazardous type reducers and/or adapters as required at site. Job includes supply and installation of Crimping type Tinned copper/Aluminium, insulated, Pin type/Ring type lugs/heavy duty tubular/long barrel type tubular lugs for bolted connection as required at sitein trenches/ excavated under ground trench /trays, pulling through pipes and its proper sealing, cutting of paved area, roads etc. , including, cable tags, cable marker,brass adaptar/reducers/nipples ( Refer SLD attached with this tender for Power Distribution)
9522C X 4 sq.mm, 2XWY
9532C X 16 sq.mm, 2XFY
9542C X 50 sq.mm, A2XFY
9552C X 70 sq.mm, A2XFY
9562C X 95 sq.mm, A2XFY
9573C X 2.5 sq.mm, 2XWY
9583C X 4 sq.mm, 2XWY
9593C X 10 sq.mm, 2XWY
9603C X 16 sq.mm, 2XFY
9613C X 25 sq.mm, A2XFY
9623C X 35 sq.mm, A2XFY
9634C X 2.5 sq.mm, 2XWY
9644C X 4 sq.mm, 2XWY
9654C X 6 sq.mm, 2XWY
9664C X 10 sq.mm, 2XWY
9673.5C X 25 sq.mm, A2XFY
9683.5C X 35 sq.mm, A2XFY
9693.5C X 50 sq.mm, A2XFY
9703.5C X 70 sq.mm, A2XFY
9713.5C X 95 sq.mm, A2XFY
9723.5C X 120 sq.mm, A2XFY
9733.5C X 185 sq.mm, A2XFY
9742P X 1 sq.mm Shielded Cable
9755C X 2.5 sq.mm, 2XWY
97612C X 2.5 sq.mm, 2XWY
9772.5 Sqmm Flame Retardant Low smoke(FRLSH) PVC Insulated Building wire
9784 Sqmm Flame Retardant Low smoke(FRLSH) PVC Insulated Building wire
9796 Sqmm Flame Retardant Low smoke(FRLSH) PVC Insulated Building wire
980Burried Trench
981Excavation to required width and depth (in all types of soil including rock cutting, jungle / debris clearing whever required along the cable route) filling with 150 mmsand above and below cables and good quality approved bricks (75 mm thick) covering the cables through out the trench, back filling (after cable laying), and finally compacting as per tender specification and approved drawings, including one run of warning tape.
982300mm wide x 1000mm depth
983600mm wide x 1000mm depth
9841000mm wide x 1000mm depth
985EARTHING AND LIGHTNING PROTECTION SYSTEM
986Supply, installation, testing, commissioning, Loading/Unloading, Storage at warehouse (Hired by bidder), transporting from storage to site location of the complete earthing and lightning protection system, earth electrodes/ pit, earth main ring, earthing of electrical equipments, instrument panels, field instruments, process equipments and pipes/ flanges including all associated civil work with all material and labour as per specification and drawings approved by the company.
987Earth Pits- GI PIPE Electrode with 6 mm thick chequered plate cover
988Earth Pits- Copper plate Electrode with 6 mm thick chequered plate cover
989GI Strip (50X10) mm with Weld Connection (Stright / T connections)
990GI Strip (40X5) mm with Weld Connection (Stright / T connections)
991Copper Strip (25X3) mm with Weld Connection (Stright / T connections)
992GI Strip (25X3) mm with Weld Connection (Stright / T connections)
99310 mm (3/8") dia. GI Wire Rope GI Wire
994No. 8 SWG Solid GI Wire
995Deep well GI pipe earth Electrode long enough to dip inside the ground water level (summer season) and with 6mm thick chequered plate cover
996Lightning Test link
997GI lightning rod 25 mm dia. 1800 mm long including supply of all hardware bare/insulated copper rope labour etc. complete as per approved drawings, specifications and directions of Engineer-In-Charge.
998Advance maintenance free earthing system with 3mtr earth electrode of low carbon steel with 250 micron copper coating with carbon based backfill compound (Resitivity of compound shall be less than 1 ohm-m) as per IS 3043/IEEE-80.
99925 mm2 insulated flexible copper cable, green PVC insulation with yellow strip
100070 mm2 insulated flexible copper cable, green PVC insulation
1001400 x 50x 10 (L x W x T)mm pre drilled GI bus with insulators Eath Bus Mounted on Wall
1002400 x 40x 5 (L x W x T)mm pre drilled GI bus with insulators Eath Bus Mounted on Wall
1003All other Balance Earthing & Lightning Protection GI Wire, wire rope and materials as per the specification.
1004CABLE TRAY
1005Supply Erection, Testing and Commissioning, Loading/Unloading, Storage at warehouse (Hired by bidder), transporting from storage to site location of Prefabricated GI Perforated cable trays and GI raceways, hot dip galivanised to 610 gms per sq.m. with all accessories like coupler plates, nuts, bolts, covers with clamps etc. including the transportation upto the site/yard, unloading, storage at site and including supply of installation material as per installation details with any additional material as per actual site requirement and/or instructions of site-in-charge etc. so as to ensure the completeness of installation work. Note that the quantities are tentative and shall be supplied based on IFC (Issued for Construction) documents and actual site requirements by Contractor. Actual billing shall be done only on permanantely installed quantities and not on supplied quantities. Any balance material supplied by Contractor but not permanently installed at site shall be taken back by Contractor and shall not be billed to Purchaser and/or Consultant.
1006Ladder type, made from 100mm height and 2.5 mm thick sheet steel & galvanized (86 microns) of following sizes.
1007150 mm wide
1008300 mmwide
1009600 mmwide
101090 deg. Horizontal Bends for Ladder Type Trays
1011150 mm wide
1012300 mmwide
1013600 mmwide
101490 deg. Vertical Bends for Ladder Type Trays
1015150 mm wide
1016300 mmwide
1017600 mmwide
1018Tee"s for Ladder Type Trays
1019150 mm wide
1020300 mmwide
1021600 mmwide
102245 deg. Horizontal Bends for Ladder Type Trays
1023150 mm wide
1024300 mmwide
1025600 mmwide
1026Perforated type, made from 100mm height and 2.5 mm thick sheet steel & galvanized (86 microns) of following sizes.
1027150mm wide
1028300mm wide
102990 deg. Horizontal Bends for Perforated type Trays
1030150 mm wide
1031300 mmwide
103290 deg. Vertical Bends for Perforated type Trays
1033150 mm wide
1034300 mmwide
1035Tee"s for Perforated type Trays
1036150 mm wide
1037300 mmwide
103845 deg. Horizontal Bends for Perforated type Trays
1039150 mm wide
1040300 mmwide
1041Welding Socket
1042Supply , Installation, Testing and Commissioning, Loading/Unloading, Storage at warehouse (Hired by bidder), transporting from storage to site location of Flameproof type (suitable for Ex-d, Zone-1&2, Gas grp IIA/IIB, Temp. class T3), wall/structure mount, metal-clad, Ultra violet resistant, IP55, Switch receptacles having 63A, 5 pin socket / receptacles with plug top, 63A 4P MCB with terminal suitable for cable termination (size - 4C x25 Sq.mm Cu/XLPE/SWA/PVC FRLS cable) LM6 die cast body with loop in loop out facility. Each socket shall be provided with 4 way flameproof Junction box with suitable entries, metallic plugs, flameproof cable glands etc. and all other accessories as required at site.
1043Supply Erection, Testing and Commissioning of Industrial type, wall/structure mount, Ultra violet resistant, IP55, Switch receptacles having 63A, 5 pin socket / receptacles with plug top, 63A 4P MCB with terminal suitable for cable termination (size - 4C x25 Sq.mm Cu/XLPE/SWA/PVC FRLS cable) plastic body with loop in loop out facility. Each socket shall be provided with 4 way Junction box with suitable entries, metallic plugs, glands (Suitable for 4C x16 Sq.mm Cu/XLPE/SWA/PVC FRLS cable) etc. and all other accessories as required at site for Electrical room.
1044Junction Boxes
1045Flameproof type, 4 way Junction box, (CMIFR approved for Zone-1/2 gas group IIA & IIB) suitable to terminate4 no"s of cables upto 3C x 4 sq. mm Cu/XLPE/Ar/PVC cables size.
1046Flameproof type, 4 way Junction box, (CMIFR approved for Zone-1/2 gas group IIA & IIB) suitable to terminate1 no. of cables upto 3C x 10 sq. mmCu/XLPE/Ar/PVC & 3 no"s of cables upto 3C x 4 sq. mm Cu/XLPE/Ar/PVC cables size.
1047Whetherproof, Industrial type, IP-55, 4 way Junction box, suitable to terminate4 no"s of cables upto 3C x 4 sq. mm Cu/XLPE/Ar/PVC cables size.
1048Whetherproof, Industrial type, IP-55,4 way Junction box, suitable to terminate1 no. of cables upto 3C x 10 sq. mmCu/XLPE/Ar/PVC & 3 no"s of cables upto 3C x 4 sq. mm Cu/XLPE/Ar/PVC cables size.
1049GI PIPE
1050Supply and laying of following sizes of class "B" G.I.Pipe in required length fixed on steel, concrete or similar sructure, laid in trenches, ready to be buried in concrete including cutting, threading, bending and similar works, supply of clamps, small iron structures, spacers and installation of seats, plugs, bushings etc. small civil works, including all labour and materials complete as per approved drawingsand directions of Engineer-In-Charge.
105150 mm NB
105280 mm NB
1053100 mm NB
105425 mm NB
1055Erection Material
1056Supply, Fabrication and erection of MS base frame support for switch gear and bracket for misc. electrical equipment, cable and cable tray support out of roled MS section,pipes,plates etc including welding, bolting, reveting, supply of necessary anchor bolts and grouting etc supply of paints applying one coat of anti rust primer two finish coats of approved synthetic enamel paints including bracking walls, floors etc for structure as required including supply of all GI hardware materials including all labour and materials complete as required and the direction of Engineer-in-charge for all stations.
1057Supply and installation of electrical accessories including, cable tags, cable marker, MCT blocks of suitable size for cable entry in Electrical rooms/building, PU foam, nickle plated lugs, double compressed brass cable glands,brass adaptar/reducers/nipples, fixing of metallic anchor fasteners for supporting of cable trays and misc. electrical switchgear including all labour and materials complete as required and as per directions of Engineer-In-Charge for all stations. Note: Glands shall be selected such that threads shall be suitable as per the device entries provided.
1058Supply and installation of the following including the supply of necessary clamp, bolts, rawl plugs etc. breaking and making good of walls, if required , and including all labour and materials complete as per directions of Engineer-In-Charge and applicable standards &norms:
1059Shock hazard charts complete with frame and glass
1060First Aid Boxes
1061Carbon-di-oxide(CO2) type fire extinguisher 4.5 Kg capacity Complete with gunmetal valve conforming toNFPA, UL/FM Approved , Discharge horn with bend & wall fixing Bracket With Mfg. Test certificate
1062Caution boards (Danger, High Voltage), Earth Pit Markers, Route Markers & Radiam Signages stickers & Painting including supply of necessary clamps, bolts and other hardware.
1063Single Line Diagram complete in glass frame.
1064Supply and laying ofInsulating Mats 11kV grade (as per IS:15652 Elastomer, blue coloured anti skid/ IEC 61111) of 1000mm width, required for maintenance of electrical equipment in substation/control room as required including cutting to required shape in running length and including all labour and materials etc. complete and as per directions of Engineer-In-Charge as per applicable National & International standards
1065Supply of rust, fire & dust proof light-weighted step ladder of Aluminium suitable for 9 Mtr lighting poles.
1066All works relating to statutory approvals, laisioning from competent authority like Electrical Inspectorate,CEA, DGMS, SEB etc including carrying out of all required modifications in design / Manufacturer / Installation to meet the requirement of Indian Electricity rules and other statutory regulations in force, carrying out necessary paper work and liasion with the authorities to obtain all necessary clearances for charging of installation as per relevant national standards. However the official fees towards the approvals shall be reimbursed by the client.
1067Supply of Mandatory Spares as per Scope of work for each station.
1068Electrical Note:
10691) Quantities are tentative and shall be supplied based on IFC (Issued for Construction) documents and actual site requirements by Contractor. Actual billing shall be done only on permanantely installed quantities and not on supplied quantities. Any balance material supplied by Contractor but not permanently installed at site shall be taken back by Contractor and shall not be billed to Purchaser and/or Consultant. 2) Bidder to refer Technical Speciifcations, Datasheets and SLD attahced with Tender for various Technical details apart from the description mentioned above. Vendor offer should complying to Tender documents.
1070Sub-Total Section G
1071SECTION-H [INSTRUMENTATION WORKS]
1072DESIGN, ENGINEERING, SUPPLY, ERECTION, TESTING & COMMISSIONING OF FIELD INSTRUMENTS Complete work of supply includes transportation to store and inspection charges but not limited to, the following items in accordance with relevant Specifications & relevant Data Sheets indicated in scope of work, SCC, drawings, specification and instructions of EIC and as per all provisions of the CONTRACT DOCUMENT. Handling including lifting and transportation from Owner"s/ Contractor"s own storage yard to work site and installation & commissioning of FIELD INSTRUMENTS including performance testing of the system, painting etc. supply of all consumables, manpower, equipment, etc. for completion of all works as per scope of work and as per drawings, specifications and instructions of Engineer-in-charge including servicing/ cleaning wherever required.
1073Supply of Pressure Gauges of range 0 - 1 kg/cm2g along with 3-way 2-valve manifold and Gauge saver as per tender document (inclusive of supply of necessary piping materials/tubings, alongwith all necessary valves & fittings, impulse lines as per Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 4 of 10)
1074Installation, testing, calibration and commissioning of Pressure Gauges of range 0 - 1 kg/cm2g along with 3-way 2-valve manifold and Gauge saver as per tender document (inclusive of supply of necessary piping materials/tubings, alongwith all necessary valves & fittings, impulse lines as per Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 4 of 10)
1075Supply of Pressure Gauges of range 0 - 100 kg/cm2g along with 3-way 2-valve manifold as per tender document (inclusive of supply of necessary piping materials/tubings, alongwith all necessary valves & fittings, impulse lines as per Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 4 of 10)
1076Installation, testing, calibration and commissioning of Pressure Gauges of range 0 - 100 kg/cm2g along with 3-way 2-valve manifold as per tender document (inclusive of supply of necessary piping materials/tubings, alongwith all necessary valves & fittings, impulse lines as per Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 4 of 10)
1077Supply of Pressure Gauges of range 0 - 5 kg/cm2g along with along with 3-way 2-valve manifold and Gauge saver as per tender document (inclusive of supply of necessary piping materials/tubings, alongwith all necessary valves & fittings, impulse lines as per Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 4 of 10)
1078Installation, testing, calibration and commissioning of Pressure Gauges of range 0 - 5 kg/cm2g along with 3-way 2-valve manifold and Gauge saver as per tender document (inclusive of supply of necessary piping materials/tubings, alongwith all necessary valves & fittings, impulse lines as per Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 4 of 10)
1079Supply of Pressure Transmitters of range 0 - 100 kg/cm2g along with 3-way 2-valve manifold as per tender document (inclusive of supply of supports for impulse lines (wherever required), SS impulse lines & SS valves & fittings with supports, as per Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 5 of 10)
1080Installation, testing, calibration and commissioning of Pressure Transmitters of range 0 - 100 kg/cm2g along with 3-way 2-valve manifold as per tender document (inclusive of supply of supports for impulse lines (wherever required), SS impulse lines & SS valves & fittings with supports, as per Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 5 of 10)
1081Supply of Temperature Transmitters (Remote mounted type) as per tender document
1082Installation, testing, calibration and commissioning of Temperature Transmitters (Remote mounted type) as per tender document and Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 6 of 10
1083Supply of RTD with flanged thermowell inclusive of thermowell and other necessary items as per tender document and Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 6 of 10
1084Installation, Calibration, Testing & Commissioning of RTD with flanged thermowell inclusive of installation of thermowell on the nozzle and installation of instruments as per tender document and Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 6 of 10
1085Supply of RTD (Skin Type) as per tender document and Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 7 of 9
1086Installation, testing, calibration and commissioning of RTD (Skin Type) as per tender document and Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 7 of 10
1087Supply of Temperature Gauges with flanged thermowells inclusive of thermowell and other necessary items as per tender document
1088Installation, Calibration, Testing & Commissioning of Temperature Gauges with flanged thermowells inclusive of installation of thermowell on the nozzle and installation of instruments as per tender document and and Hookup dwg no. 00033-NCJ-GEN-DHU-0001 Sht. 8 of 10
1089Supply of Temperature Gauge (Skin Type) as per tender document
1090Installation, testing, calibration and commissioning of Temperature Gauge (Skin Type) as per tender document
1091DESIGN, ENGINEERING, SUPPLY, ERECTION, TESTING & COMMISSIONING OF LEL DETECTION SYSTEM Complete work of supply includes transportation to store and inspection charges but not limited to, the following items in accordance with relevant Specifications & relevant Data Sheets indicated in scope of work, SCC, drawings, specification and instructions of EIC and as per all provisions of the CONTRACT DOCUMENT. Handling including lifting and transportation from Owner"s/ Contractor"s own storage yard to work site and installation & commissioning of complete LEL DETECTION SYSTEM including performance testing of the system, painting etc. supply of all consumables, manpower, equipment, etc. for completion of all works as per scope of work and as per drawings, specifications and instructions of Engineer-in-charge including servicing/ cleaning wherever required.
1092Supply, Installation, testing and commissioning of all the components and accessories of the wall mounted LEL Detection System comprising of Controller rack, Monitoring card (in Control Panel) as per tender document (inclusive of yoke, supports, calibration kit, etc).
1093Supply of Calibration Kit for LEL Detection System (inclusive of Gas Canister, Calibration cap & accessories)
1094Supply of non-addressable Hydrocarbon Gas Detector - IR point type as per tender documents
1095Installation, Calibration, Testing & Commissioning of non-addressable Hydrocarbon Gas Detector - IR point type
1096Supply of non-addressable Manual Alarm call point as per tender documents
1097Installation, Calibration, Testing & Commissioning of non-addressable Manual Alarm call point
1098Supply of non-addressable Visual Alarm as per tender documents
1099Installation, Calibration, Testing & Commissioning of non-addressable Visual Alarm
1100Supply of non-addressable Audible Alarm as per tender documents
1101Installation, Calibration, Testing & Commissioning of non-addressable Audible Alarm
1102Supply of non-addressable Heat detector-Fixed temperature type as per tender documents
1103Installation, Calibration, Testing & Commissioning of non-addressable Heat detector-Fixed temperature type
1104DESIGN, ENGINEERING, SUPPLY, ERECTION, TESTING & COMMISSIONING OF LOCAL FIRE ALARM SYSTEM Complete work of supply includes transportation to store and inspection charges but not limited to, the following items in accordance with relevant Specifications & relevant Data Sheets indicated in scope of work, SCC, drawings, specification and instructions of EIC and as per all provisions of the CONTRACT DOCUMENT. Handling including lifting and transportation from Owner"s/ Contractor"s own storage yard to work site and installation & commissioning of complete LOCAL FIRE ALARM SYSTEM including performance testing of the system, painting etc. supply of all consumables, manpower, equipment, etc. for completion of all works as per scope of work and as per drawings, specifications and instructions of Engineer-in-charge including servicing/ cleaning wherever required.
1105Supply, Installation, testing and commissioning of all the components and accessories of the wall mounted Local Fire Alarm System comprising of Controller rack, Monitoring card (in Control Panel) as per tender document (inclusive of yoke, supports, calibration kit, etc).
1106Supply of addressable Smoke detector as per tender documents
1107Installation, Calibration, Testing & Commissioning of addressable Smoke detector
1108Supply of addressable Smoke detector with response indicator as per tender documents
1109Installation, Calibration, Testing & Commissioning of addressable Smoke detector with response indicator
1110Supply of addressable Manual Alarm call point as per tender documents
1111Installation, Calibration, Testing & Commissioning of addressable Manual Alarm call point
1112Supply of addressable Visual Alarm as per tender documents
1113Installation, Calibration, Testing & Commissioning of addressable Visual Alarm
1114Supply of addressable Audible Alarm as per tender documents
1115Installation, Calibration, Testing & Commissioning of addressable Audible Alarm
1116Supply of addressable Linear heat sensing cable as per tender documents
1117Installation, Calibration, Testing & Commissioning of addressable Linear heat sensing cable
1118Supply of addressable Smoke/thermal detector as per tender documents
1119Installation, Calibration, Testing & Commissioning of addressable Smoke/thermal detector
1120Supply of addressable Smoke/thermal detector with response indicator as per tender documents
1121Installation, Calibration, Testing & Commissioning of addressable Smoke/thermal detector with response indicator
1122ERECTION, TESTING & COMMISSIONING OF CONTROL PANELS AND CONSOLE DESK Handling including lifting and transportation from Owner"s/ Contractor"s own storage yard to work site and installation & commissioning of CONTROL PANELS AND CONSOLE DESK including performance testing of the system, painting etc. supply of all consumables, manpower, equipment, etc. for completion of all works as per scope of work and as per drawings, specifications and instructions of Engineer-in-charge including servicing/ cleaning wherever required.
1123Floor mounted panel of dimension 2100mm(H) x 1200mm(W) x 800mm(D)
1124Floor mounted panel of dimension 2100mm(H) x 800mm(W) x 800mm(D)
1125Wall mounted panels
1126Console desk with chair
1127FREE ISSUE ITEMS
1128Supply of SS tubes and fittings, manifold/ isolation valves, sockolets etc along with supports for impulse lines (wherever required), hydraulic oil (if required) for each Gas Actuated Ball Valves (AV) /HOV as per the direction of Engineer-In Chargebut exclusive of supply of Valves with actuator.
1129SS Tube Connection, Testing and Commissioning of Gas Actuated Ball Valves (AV) /HOV including Installation of SS tubes and fittings, manifold/ isolation valves, sockolets etc along with supports for impulse lines (wherever required), hydraulic testing, hydraulic oil (if required), functional test, painting of supports as per std, etc for each Gas Actuated Ball Valves (AV) /HOV as per the direction of Engineer-In Charge.
1130Testing , Commissioning , Electrical termination, calibration of Non Intrusive Pig Signallers including all manpower, tools & tackles, equipments, consumables, etc. required as per direction of Engineer-in-charge.
1131Testing & Commissioning of Metering Skids (alongwith Metering Panels, free issued cables till control room, etc.) including all manpower, tools & tackles, equipments, consumables, etc. required as per direction of Engineer-in-charge. Scope also includes installation of metering panel & laying of free issued cables.
1132Calibration of Pressure Safety Valves installed on Scrapper trap, vessels, etc. alongwith all equipment, man-power, consumables etc as required to the satisfaction of company and as per instructions of Engineer-in-charge.
1133Supply of below listed Ex"d" certified junction boxes & pull boxes including Cable glands for branch & homerun cables including blanking plugs (Ex"d" certified) for spare cable entries, tag plates and other accessories as per Specification for Junction Boxes Contractor’s scope also includes transportation, storage of materials at site, manpower in line with directions of Engineer-in-Charge and as per Scope of Work Installation of below listed explosion proof junction boxes & pull boxes including, fabrication and installation of supports, installation of junction boxes with earthing cable, tag plates, screwing certified blanking plugs for unused entries as per Specification for Junction Boxes including the cost of all labour, materials, equipment etc. as per specifications, drawings, codes and standards and as directed by the Engineer-in-Charge at site. Contractor"s Scope also Includes receiving, handling, loading, unloading, unpacking, transporting equipment / accessories from storage point to any other location within the project site, alignment, assembling, connection & other associated work, manpower in line with the directions of Engineer-in-Charge at site. Rate shall also include supply & installation of supporting arrangements such as concrete, excavation, structural steel including anchor bolt with hex nut & flat, shake proof washer, CS base plate, CS plate, CS channel, cable tray, earthing boss, nut & washer, complete as per Installation Drawing
1134Supply of JB:12PX1.5 mm², 48 Terminal, IS, Blue
1135Installation, testing and commissioning of Explosionproof junction boxes along with yoke, support, Stand, Glanding, Termination & loop checking for 12PX1.5 mm², 48 Terminal, IS, Blue
1136Supply of JB:12PX1.5 mm², 48 Terminal, NIS, Black
1137Installation, testing and commissioning of Explosionproof junction boxes along with yoke, support, Stand, Glanding, Termination & loop checking for 12PX1.5 mm², 48 Terminal, NIS, Black
1138Supply of JB: 6PX1.5 mm², 24 Terminals, IS, Blue
1139Installation, testing and commissioning of Explosionproof junction boxes along with yoke, support, Stand, Glanding, Termination & loop checking for 6PX1.5 mm², 24 Terminal, IS, Blue
1140Supply of JB: 12CX2.5 mm²,15 Terminal, NIS, Black
1141Installation, testing and commissioning of Explosionproof junction boxes along with yoke, support, Stand, Glanding, Termination & loop checking for 12CX2.5 mm²,15 Terminal, NIS, Black
1142Supply of JB: 12CX2.5 mm²,15 Terminal, NIS, Black
1143Installation, testing and commissioning of Explosionproof junction boxes along with yoke, support, Stand, Glanding, Termination & loop checking for 12CX2.5 mm²,15 Terminal, NIS, Black
1144Supply of JB: 6TX1.5 mm², 30 Terminal, F&G JB
1145Installation, testing and commissioning of Explosionproof junction boxes along with yoke, support, Stand, Glanding, Termination & loop checking for 6TX1.5 mm², 30 Terminal, F&G JB
1146Supply of below listed XLPE Insulated, Galvanized Steel Wire Armoured Cable, Flame Retardant & Communication cables (i.e. RS 485, CAT & FO cables) with cable tags, PVC shrouds, ferrules etc. as per Specification for Instrument Cables Contractor’s scope also includes transportation, storage of materials at site, manpower in line with directions of Engineer-in-Charge and as per Scope of Work for Composite Tender- Instrumentation. For Underground cables rate shall also include supply of sand & cable route markers as per Installation Drawing. Laying of below listed Cables as per Specifications on Cable Tray/Duct Bank/Conduits/ Sleeves etc. with Proper clamping and dressing of the cable on the tray as per specification and drawings or Engineer-in-charge at site. Contractor"s Scope also Includes receiving, handling, loading, unloading, unpacking, transporting equipment / accessories from storage point to any other location within the project site, alignment, assembling, connection & other associated work, manpower in line with the directions of Engineer-in-Charge at site. Above Ground(AG) installation shall include laying, termination and glanding of the cables at both the ends (instrument end, JB end/Panel end, etc.) with proper plastic shrouds and cable tag, ferruling including the cost of all labour, materials, equipment etc. as per specifications, drawings, codes and standards and as directed by Engineer-in-Charge at site. Underground(UG) installation shall include Laying of cables, excavation, sand filling, back filling, separation etc. & installation of cable route marker for all trenches, termination and glanding of the cables at both the ends (Instrument end, JB end/Panel end, etc.)with proper plastic shrouds and cable tag, ferruling, including the cost of all labor, materials, equipment etc. as per specifications, drawings, codes and standards and as directed by Engineer-in-Charge at site.
1147Supply of 1 P x 1.5 mm² (Type-I), Signal Cable, IS, Blue
1148Installation, testing and commissioning of 1 P x 1.5 mm² (Type-I), Signal Cable, IS, Blue
1149Supply of 1 P x 1.5 mm² (Type-I), Signal Cable, NIS, Black
1150Installation, testing and commissioning of 1 P x 1.5 mm² (Type-I), Signal Cable, NIS, Black
1151Supply of 2 P x 1.5 mm² (Type-I), Signal Cable, IS, Blue
1152Installation, testing and commissioning of 2 P x 1.5 mm² (Type-I), Signal Cable, IS, Blue
1153Supply of 2 P x 1.5 mm² (Type-I), Signal Cable, NIS, Black
1154Installation, testing and commissioning of 2 P x 1.5 mm² (Type-I), Signal Cable, NIS, Black
1155Supply of 12 P x 0.5 mm² (Type-II) Signal Cable, IS, Blue
1156Installation, testing and commissioning of 12 P x 0.5 mm² (Type-II) Signal Cable, IS, Blue
1157Supply of 12 P x 0.5 mm² (Type-II) Signal Cable, NIS, Black
1158Installation, testing and commissioning of 12 P x 0.5 mm² (Type-II) Signal Cable, NIS, Black
1159Supply of 6 P x 0.5 mm² (Type-II) Signal Cable, IS, Blue
1160Installation, testing and commissioning of 6 P x 0.5 mm² (Type-II) Signal Cable, IS, Blue
1161Supply of 6 P x 0.5 mm² (Type-II) Signal Cable, NIS, Black
1162Installation, testing and commissioning of 6 P x 0.5 mm² (Type II) Signal Cable, NIS, Black
1163Supply of 4C x 1.5 mm², (Type-I), Control Cable, NIS, Black
1164Installation, testing and commissioning of 4C x 1.5 mm², (Type-I), Control Cable, NIS, Black
1165Supply of 6C x 1.5 mm², (Type-I), Control Cable, NIS, Black
1166Installation, testing and commissioning of 6C x 1.5 mm², (Type-I), Control Cable, NIS, Black
1167Supply of 2C x 1.5 mm², (Type-I), Control Cable, NIS, Black
1168Installation, testing and commissioning of 2C x 1.5 mm², (Type-I), Control Cable, NIS, Black
1169Supply of 12C x 1.5 mm² (Type-I), Control Cable, NIS, Black
1170Installation, testing and commissioning of 12C x 1.5 mm² (Type-I), Control Cable, NIS, Black
1171Supply of 3C x 1.5 mm² , ( Type - I )Control Cable
1172Installation, testing and commissioning of 3C x 1.5 mm² , ( Type - I )Control Cable
1173Supply of 3C x 6 mm² Power Cable (Copper conductor)
1174Installation, testing and commissioning of 3C x 6 mm² Power Cable (Copper conductor)
1175Supply of RS-485 serial communication Cable (2P x 1.0 mm2, Type-II)
1176Installation, testing and commissioning of RS-485 serial communication Cable (2P x 1.0 mm2, Type-II)
1177Supply of1 TRIAD x 1.5 mm² (Type I) , Signal Cables
1178Installation, testing and commissioning of1 TRIAD x 1.5 mm² (Type I) , Signal Cables
1179Supply of 6 T x 1.5 mm² (Type IV) , Signal Cables
1180Installation, testing and commissioning of 6 TRIAD x 1.5 mm² (Type IV) , Signal Cables
1181Supply of Fire resistant, steel or mild steel multi cable transit frame along with Fire resistant MCT Blocks, Weather proof to IP65 and all the required accessories like wedges, stayplates etc. In control room including 100% spare. Contractor’s scope also includes transportation, storage of materials at site, manpower in line with directions of Engineer-in-Charge and as per Scope of Work
1182Installation of Multi cable transit frame along with Fire resistant MCT Blocks and all the required accessories like wedges, stayplates etc. In control room as per Control Room Layout. Contractor"s Scope also Include receiving, handling, loading, unloading, unpacking, transporting equipment / accessories from storage point to any other location within the project site, alignment, assembling, connection & other associated work, manpower in line with the directions of Engineer-in-Charge at site.
1183Supply of below listed NPT Cable Glands, Reducers/Adapters, blind plugs of Double Compression type, Nickel plated brass material, Ex"d" certified, suitable for installation in Zone 1, Gr. IIA/IIB, T3 and weatherproof to IP 65 minimum, having valid PESO certificate as per Specifications. Contractor’s scope also includes transportation, storage of materials at site, manpower in line with directions of Engineer-in-Charge and as per Scope of Work. Installation of below listed cable glands, Reducers/Adapters, blind plugs at instrument, junction box/field mounted panels & Control room panel side as per Specification including the cost of all labour, materials, equipment etc. As per specifications, drawings, codes and standards and as directed by the Engineer-in-Charge at site. Contractor"s Scope also Includes receiving, handling, loading, unloading, unpacking, transporting equipment / accessories from storage point to any other location within the project site, alignment, assembling, connection & other associated work, manpower in line with the directions of Engineer-in-Charge at site.
1184Supply of cable glands - 1/2"NPT
1185Installation of cable glands - 1/2"NPT
1186Supply of cable glands - 3/4"NPT
1187Installation of cable glands - 3/4"NPT
1188Supply of cable glands - 1"NPT
1189Installation of cable glands - 1"NPT
1190Supply of cable glands - 1-1/4"NPT
1191Installation of cable glands - 1-1/4"NPT
1192Supply of cable glands - 1-1/2"NPT
1193Installation of cable glands - 1-1/2"NPT
1194Supply of REDUCERS - 1/2"X 3/4"
1195Supply of REDUCERS - 1/2"X 1"
1196Supply of REDUCERS - 3/4"X 1"
1197Supply of REDUCERS - 1"X 1 1/4"
1198Supply of REDUCERS -1 1/4" X1 1/2"
1199Supply of ADAPTORS - M20 X 1/2"
1200Supply of ADAPTORS - M25 X 3/4"
1201Supply of ADAPTORS - M32 X 1"
1202Installation of REDUCERS - 1/2"X 3/4"
1203Installation of REDUCERS - 1/2"X 1"
1204Installation of REDUCERS - 3/4"X 1"
1205Installation of REDUCERS - 1"X 1 1/4"
1206Installation of REDUCERS -1 1/4" X1 1/2"
1207Installation of ADAPTORS - M20 X 1/2"
1208Installation of ADAPTORS - M25 X 3/4"
1209Installation of ADAPTORS - M32 X 1"
1210Supply of below listed ET Cable Glands, Reducers/Adapters, blind plugs of Double Compression type, Nickel plated brass material, weatherproof to IP 42 minimum as per Specifications. Contractor’s scope also includes transportation, storage of materials at site, manpower in line with directions of Engineer-in-Charge and as per Scope of Work. Installation of below listed cable glands, Reducers/Adapters, blind plugs at instrument, junction box/field mounted panels & Control room panel side as per Specification including the cost of all labour, materials, equipment etc. As per specifications, drawings, codes and standards and as directed by the Engineer-in-Charge at site. Contractor"s Scope also Includes receiving, handling, loading, unloading, unpacking, transporting equipment / accessories from storage point to any other location within the project site, alignment, assembling, connection & other associated work, manpower in line with the directions of Engineer-in-Charge at site.
1211Supply of cable glands - 1/2"ET
1212Installation of cable glands - 1/2"ET
1213Supply of cable glands - 3/4"ET
1214Installation of cable glands - 3/4"ET
1215Supply of cable glands - 1"ET
1216Installation of cable glands - 1"ET
1217Supply of cable glands - 1-1/4"ET
1218Installation of cable glands - 1-1/4"ET
1219Supply of cable glands - 1-1/2"ET
1220Installation of cable glands - 1-1/2"ET
1221Supply of dielectric fittings for tubing works at all SV stations of Section-I
1222Installation, testing and commisioning of dielectric fittings for tubing works at all SV stations of Section-I
1223Supply and erection of prefabricated perforated GI trays of thickness 2 mm including tees, bends and elbows, supply, fabrication and erection of required supports and paintingofsupports with onecoatofprimeras perIS:2074and2coats offinished paint including supply of paint as per std. and direction of Engineer In-Charge.
1224Supply of 60 mm wide X 30 mm high
1225Installation, testing and commissioning of 60 mm wide X 30 mm high
1226Supply of 100 mm wide X 30 mm high
1227Installation, testing and commissioning of 100 mm wide X 30 mm high
1228Supply of 200 mm wide X 30 mm high
1229Installation, testing and commissioning of 200 mm wide X 30 mm high
1230Supply of 300 mm wide X 30 mm high
1231Installation, testing and commissioning of 300 mm wide X 30 mm high
1232Excavation of trenches for burying the cables, preparation of same for laying of cable, filling with river sand, laying of brick, back filling and compacting of the excavated earth, cable route markers, etc. as per specifications and installation drawings including supply of sand and bricks and removal of surplus earth as per instructions of Engineer-in-Charge. (700mmW x 750mmD)
1233EARTHING
1234Supply, Laying, testing and Termination of 6 SWG Copper Wire from earth grid to Field instruments/JBs/Control Panel (in tray and conduits as required)
1235Start up & Commissioning of complete terminal instruments of Section-I, including all labour, test equipments and other auxiliaries as required, tagging of all the instrumentation items including cables, etc., complete in all respects as per specifications/ drawings/ directions of Engineer-in-Charge. All necessary Testing and commissioning reports, as-built drawings etc., shall also be prepared and to be submitted to the purchaser/consultant
1236Supply of FRP canopies for field instruments
1237Installation of FRP canopies for field instruments
1238Sub-Total Section H
1239SECTION-I [TELECOM WORKS]
1240Telecommunication Work related to OFC Network has to be carried out by the Bidder as defined in Scope of Work , other specifications, drawings, other provisions of Contract and instructions of Engineer-in-Charge including but not limited to followings works. For all supply, the scope covers design, manufacturing, factory testing, inspection, packaging, forwarding, transportation, insurance, handling and storage at site etc. .
1241SUPPLY OF OFC ACCESSORIES (as per Technical specification 00033-NCJ-GEN-TE-SPC-0002).
1242Supply of 24 fibre composite SM Optical fibre cable (24 Fibre G-652D) of 4000 Meter ± 2.5 % cable drums (Qty as per pipeline length with spare)
1243Supply of Jointing Closures(suitable for 24 Fibre OFC ) including all accessories
1244Supply of Permanently Lubricated Telecom HDPE Duct & Accessories as per TECHNICAL SPECIFICATION No. 00033-NCJ-GEN-TE-SPC-0003
1245Supply of 40 mm, permanently lubricated HDPE Telecom DUCT (1000 meter drum), Factory Acceptance Testing as per specification. (Qty with spares) Supply of spare HDPE accessories Plastic Couplers (PC), End Plugs (EP), Cable Sealing Plugs (CSP), End Caps (EC) etc suitable for supplied Duct
1246SITE WORK (as per scope of work, specification no. 00033-NCJ-GEN-TE-SOW-0001 of Bid Document)
1247Submission of optical fiber cable & HDPE alignment sheets as per the requirements of specification based on the existing pipe line survey (No separate survey reqd.), estimation of OFC & HDPE duct including all accessories in accordance with the alignment sheet and specifications. Laying work can not be started without approval of these documents from Client / Consultant / EIC.
1248Erection of HDPE Duct as per specification
1249Installation of 40mm OD, permanently lubricated HDPE ducts, in same pipeline trench, direct buried or cased crossing through CS conduit (2 duct in cased crossing) in all type of soil & terrain, all work as define in mainline work, for terminal area or non pipeline area - excavation, padding, backfilling, Laying of common warning mat/ mesh (as supplied for main line), cleaning and sealing of ducts, for river crossing additional blowing pit at both end of the river bank, jointing of HDPE conduit, supply and installation of all erection accessories as required, Testing of laid permanently lubricated HDPE ducts, rectification if required, cleaning and sealing of ducts at the end after testing, preparation of report, joint location marking in CAS, GPS location marking of each coupler, final acceptance / Handing over of the same to client, Drawings and documentation all complete as per specifications provided in the bid document. ( Scope also includes Supply of HDPE accessories required including Plastic Couplers (PC), End Plugs (EP), Cable Sealing Plugs (CSP), End Caps (EC) etc suitable & sufficient for supplied Duct, complete in all respect as per specification and as per direction of EIC). (This duct is for blowing of 24 F for total length of pipeline as per spec. and drawing)
1250Supply of OFC Blowing pits / Jointing pit (RCC pit as per dwg & at every 2 KM distance for BP and every 4 KM for JP, at 1 meter away from the main pipeline), including sand etc all complete as per spec for all planned BP/JP, drawing provided in the bid document. Any unpanned BP/JP will not be paid.
1251Blowing / Laying of Optical Fiber Cable
1252All activities pertaining to Blowing / Laying of optical fiber cable in same pipeline trench inside 40 mm HDPE telecom duct (after testing of OFC drum at site), through CS conduits at crossing, testing of OFC before Blowing/laying, cable sealing etc. using all materials required complete as per specifications and drawing provided in the bid document & as per direction of EIC. (spare loop of 10 Meter at Blowing Pit, 20 Meter at Jointing Pit & 15 Meter at each station on wire-mesh (if applicable) shall be provided- No payments for laying shall be made for these spare loops).The optical fibre cable shall be as per Technical specification 00033-NCJ-GEN-TE-SPC-0003
1253Supply & installation of 300 dia OFC cable markers at all pipeline warning markers locations on same pipeline markers / KM marker / directional marker post as per specifications & drawing provided in the bid document and direction of consultan
1254Splicing, Jointing of optical fiber cable , final Jointing / splicing, Testing of OFC after jointing all completed as per specifications & drawing provided in the bid document and as per instruction of EIC
1255Supply and installation of Joint Marker at all jointing locations as per drawing all complete as per spec., drawing provided in the bid document and the direction of consultant.
1256Supply, Installation & Commissioning of Electronic Marker System as per specification , test certificate and documents etc. consisting of :
1257Electronic Markers (To be buried underground along with OFC Joints at all jointing location)
1258Electronic Marker Locator and accessories
1259Supply of set of FTC (in & out) (approved Make ) with zero dB connectors & wiremesh (structural size 1.5 Mtr x 1 mtr and mesh size 15 cm x 15 cm) and other accessories for termination of OFC - 24 fibre in the equipment room (at all control room locations) (tentative). At common locations such as SV, IP; contractor has to provide FTC for 48 F with Zero dB connector for both direction OFC termination as per channeling plan. The channeling plan will be provided to succesful bidder during detailed engineering.
1260Locations where CONTROL ROOM IS AVAILABLE - Installation of FTC for OFC termination (in and out)(approved Make ) with zero dB connectors, installation of wiremesh (structural size 1.5 Mtr x 1 mtr and mesh size 15 cm x 15 cm) and other accessories for termination of OFC in FTC including all the items required for installation of FTC.
1261Termination and Testing Termination of OFC on FTC with Zero Db connector and all work as required for complete termination of OFC on FTC (including splicing) , Slicing with street fibre, Test of each fibre for the smooth operation system on wavelengths, OTDR Test of the laid OFC, station wise and end to end Power Testing of laid OFC, Identification of the fault, Rectification, preparation of reports, reconciliation of OFC etc., all testing reports in the format provided in the tender, CD of all fibre OTDR traces, work complete in all respect with all necessary accessories for all location, final acceptance / Handing over of the same to Client/ other contractor and as per the direction of Engineers in charge, as per specification & contract agreement. For Testing & Termination details, ReferPJS
1262Sub-Total Section I
1263SECTION-J [FIRE PROTECTION WORKS]
1264CLEAN AGENT SYSTEM
1265DESIGN, ENGINEERING, SUPPLY, HANDLING, TRANSPORTATION, INSTALLATION, TESTING & COMMISSIONING OF HIGH PRESSURE CLEAN AGENT (INERT GAS) FIRE SUPPRESSION SYSTEM Clean GasFire Suppression Centralized System(Inert Gas High Pressure) complete with required accessories with main and standby bank of cylinders & each cylinder filled with Clean agent Fire extinguishing Agent (Inert Gas)as Main Bank and Standby Bank (As per NFPA 2001 &UL Listed / FM / VDS / LPCB approved) with Pressure Switch & Locking Device, Discharge Nozzlesdesigned to provide the proper flow rate and distribution of Clean Agent to total flood the hazard area: 180 deg. / 360 deg. ( As per NFPA 2001 &UL Listed / FM / VDS / LPCB approved ),ASTM A106 Gr. BPiping, fittings & supports, etc. , Manifold fabricated from seamless pipe, A106 Gr. B having inlets with supports etc. with activation through intelligent addressable Fire Detection and Alarm System panels after receiving signals from detectors, response indicators etc. all complete supply as per SOW and instructions of Engineer-in-charge. The bidder shall include mandatory spares as described in SOW along with recommended list of spares required for 2 years trouble free operation.Inert gas shall be used as Clean Gas Agent @300 Bar Pressure. Complete work of supply, installation, testing, commissioning includes Handling including lifting and transportation from Owner"s / Contractor"s own storage yard to work site and inspection charges, installation, testing, commissioning & handing over in accordance with relevant Specifications & relevant Data Sheets, scope of work, SCC, drawings, specification and instructions of EIC and as per all provisions of the CONTRACT DOCUMENT. The areas of rooms to be protected are listed below:
1266Control Room building as per enclosed drawing of size (19m X9m) comprising Instrumentation, Scada / Telecom Room of size 5.785m X 6.6m X 4.0m (h),Electrical Room of Size 8.8m X 6.0m X 4.0m (h) & Battery Room of Size 5.785m X 6.0m X 4.0m (h).
1267Note - 1. Design shall be done based on largest room size with provision to discharge gas in affected room through directional valves including Room void, Ceiling Void & Floor void/ Cable trenches. While designing for highest room size, NOAEL in smallest room shall not be more the criteria as per NFPA 2001. 2) Gas Release Panel shall have provision to work on 230 V AC / 24VDC (Input Power supply ) as per availabilty of Input power at Stations.
1268CO2 TYPE FIRE EXTINGUISHERS Supply & Installation of CO2 type fire extinguishers with steel cylinder with dischange valve and conforming to IS:15683. Extinguisher shall be painted with red enamel paint. Complete work of supply includes transportation to store and inspection charges but not limited to, the following items in accordance with relevant Specifications & relevant Data Sheets indicated in scope of work,SCC, drawings, specification and instructions of EIC and as per all provisions of the CONTRACT DOCUMENT
1269Capacity4.5 kg.
1270DRY CHEMICAL POWDER TYPE FIRE EXTINGUISHER (STORED PRESSURE TYPE) Supply & Installation of Dry Chemical Powder type fire extinguisheras per IS: 15683-2006 suitable for inverted operation with anticorrosive treatment and hydraulically tested to a pressure of 25 kg/ sq.cm . Extinguishers externally painted with red enamel and fixed to wall with brackets complete with internal charge and spanner complete. Complete work of supply includes transportation to store and inspection charges but not limited to, the following items in accordance with relevant Specifications & relevant Data Sheets indicated in scope of work,SCC, drawings, specification and instructions of EIC and as per all provisions of the CONTRACT DOCUMENT
12719 Kg Capacity as per IS:15683
127275Kg Capacity Trolly mounted type as per IOS:16018
1273CLEAN AGENT TYPE FIRE EXTINGUISHER Providing & fixing clean agent type fire extinguisher suitable for inverted operation with anticorrosive treatment and hydraulically tested as per NFPA 2001. The product should be UL /LPCB/VDS/FM listed. The gas shall be stored at a pressure of not less than 15 bar and range shall be 2-5 meter.
12742Kg Capacity
1275FIRE BUCKETS Supply and installation of galvenised steel set of4 fire buckets (9 Ltrs. Cap) as per technical specification and confirming to IS: 2546-1974 RA2000. Buckets shall be painted with red enamel paint and fixedto suitable location . Complete work of supply includes transportation to store and inspection charges but not limited to, the following items in accordance with relevant Specifications & relevant Data Sheets indicated in scope of work,SCC, drawings, specification and instructions of EIC and as per all provisions of the CONTRACT DOCUMENT
1276SAFETY EQUIPMENTS
1277SUPPLY OF FIRST AID & SAFETY EQUIPMENT Complete work of supply includes transportation to store and inspection charges but not limited to, the following items in accordance with relevant Specifications & relevant Data Sheets indicated in scope of work,SCC, drawings, specification and instructions of EIC and as per all provisions of the CONTRACT DOCUMENT
1278Supply,Installation,Testing & Commissioning and interfacing with Fire Alarm/Gas release Panel of Electrical Siren( 1 Km range) IS:1941-1976-RA2002 (Part 1)
1279Hand operated sirenIS-6194-1971 RA- 2006
1280Safety Helmet - IS-2925-1984 RA2000
1281Stretcher with blanket- IS-4037-1967 RA-2001.
1282First Aid Box
1283Rubber Hand GlovesIS-4770 –1991 RA-2001
1284Cotton Hand Gloves
1285Red & Green flag for fire drill
1286Portable Gas Detectors
1287Safety tocrh
1288Trolley to carry the above first and & safety equipments etc.
1289Ear Muff
1290Ear Plug
1291Resuscitator
1292Self contained breathing apparatus with one spare cylinder (30 min. capacity)
1293PVC Suit
1294Water Jel Blanket
1295Wind Shock
1296Low Temperature Rubber Hand Gloves
1297Fire Proximity Suit
1298SUPPLY & INSTALLATION OF EYE WASH STATION Complete work of supply includes transportation to store and inspection charges but not limited to the following items in accordance with relevant Specifications & relevant Data Sheets indicated in scope of work, SCC, drawings, specification and instructions of GAIL/WORLEY and as per all provisions of the CONTRACT DOCUMENT.
1299Sub-Total Section J
1300Total of Section A + B + C + D + E + F + G + H + I + J
1301GST (CGST&SGST/UTGST or IGST) in percentage (%) on Total of SectionA + B + C + D + E + F + G + H + I+ J above
1302Rate of Extended Stay Compensation per month beyond the time schedule and grace period mentioned in Bidding document for reasons solely attribute to Owner (exclusive of GST)
1303GST (CGST&SGST/UTGST or IGST) in percentage (%) on Extended Stay Compensation at item Sl. No.1302 above
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