}

Laying And Associated Work Of Steel Pipe Line Crossing Of Rivers ( 3 Nos ) In Nashik Geographical Area ( Ga ) For Cng And Cgd Peoject Of Mngl. Laying And Associated Work Of Steel Pipe Line Crossing Of Rivers ( 3 Nos ) In Nashik Geographical Area ( , nashik-Maharashtra

Maharashtra Natural Gas Ltd-MNGL has published Laying And Associated Work Of Steel Pipe Line Crossing Of Rivers ( 3 Nos ) In Nashik Geographical Area ( Ga ) For Cng And Cgd Peoject Of Mngl. Laying And Associated Work Of Steel Pipe Line Crossing Of Rivers ( 3 Nos ) In Nashik Geographical Area ( . Submission Date for this Tender is 04-05-2022. Steel Pipe Tenders in nashik Maharashtra. Bidders can get complete Tender details and download the document.




Tender Notice

31925047
Corrigendum : Laying And Associated Work Of Steel Pipe Line Crossing Of Rivers ( 3 Nos ) In Nashik Geographical Area ( Ga ) For Cng And Cgd Peoject Of Mngl. Laying And Associated Work Of Steel Pipe Line Crossing Of Rivers ( 3 Nos ) In Nashik Geographical Area (
Open Tender
Indian
Maharashtra
nashik
04-05-2022

Tender Details

Laying And Associated Work Of Steel Pipe Line Crossing Of Rivers ( 3 Nos ) In Nashik Geographical Area ( Ga ) For Cng And Cgd Peoject Of Mngl. Laying And Associated Work Of Steel Pipe Line Crossing Of Rivers ( 3 Nos ) In Nashik Geographical Area ( Ga ) For Cng And Cgd Peoject Of Mngl.

Corrigendum Details

Sr No CorrigendumDate Corrignedum CorrigendumType NewSubmissionDate
1 26-Apr-2022 Reply to Bidder Queries and Updated NIT Other 04-05-2022

Key Value

Document Fees
Refer document
EMD
INR 200000.0 /-
Tender Value
Refer document

BOQ Items

Name of Work: "LAYING OF UNDERGROUND STEEL PIPELINE NETWORK & ASSOCIATED WORKS ACROSS VALDEVI RIVER NEAR VADNER IN NASHIK CITY FOR CGD NETWORK OF MNGL,NASHIK(BY OPEN CUT METHOD)-SECTION-1
Sl. No. Item Description
1CARBON STEEL PIPES PIPELINE LAYING / INSTALLATION in all type of surface (Kaccha/built-up surface / Hard surface) "Receiving and taking over" as defined in the specifications, handing, loading, transportation and unloading of Owner supplied 3-Layer PE coated and bare linepipes from Owner"s designated stack-yard to Contractor"s stock yard/workshop/work-site including preliminary activities, preparation of drawings, wherever required for crossing etc. including handling, stacking, stringing on the pipeline Right-of-Use/ pipeline route alignment, carrying out inspection of company supplied materials including linepipes at the time of taking over, laying/ installation of coated linepipes, associated burried valves, barred tees, insulating joints, flanges & fittings of all sizes, thickness & ANSI class rating and accessories as per specification wherever required depending on site condition including execution of all works, "taking over", handling , including loading and unloading, transportation of Owner supplied materials other than linepipe from Owner"s designated place (s) of issue to work site. Additional lands required for execution of work. Contractor"s storage, fabrication, access for construction, procurement and supply of all materials (except Owner supplied materials), consumables, equipment, labour and other inputs, carrying out all temporary, ancillary, auxiliary works, aquistion of ROU/ROW for laying of pipeline from river crossingpoint to Tie in Point of existing Pipeline/ ROU,ready for commissioning of pipeline as per drawings, specifications, other provisions of Contract document and instructions of Engineer-in-charge, including but not limited to carrying out the following works: Surveying of route and detours required at the time of execution including marking the same in topographical sheet, preparation of construction drawings showing survey details, and submit same to Owner for review / approval.
2Staking and installation of construction markers, clearing, fencing, grubbing, cutting of trees, full filling all the requirements of various statutory/ environment authorities to the entire satisfaction of concerned authorities, grading of work area. Shifting of all obstruction within the ROU/ Pipeline route alignment viz. electrical lines/ poles, telephone line / poles, etc. coordination with concerned authorities and obtain permissions from these authorities. Trenching to all depths by excavation in all types of soils including soft/ hard rock and different type of pavement / footpath / roads etc. including rock breaking, chiselling or otherwise cutting etc. as required and storing excavated soil, reusable materials at designated area as directed by Engineer in charge and to a width to accommodate the steel pipeline and MDPE as per the relevant standard/specification etc. The minimum depth of the top of pipeline shall be 1.0m measured from top of pipeline coating to the top of undisturbed surface of the soil or as per SCC/ OISD - 141 / 226/relevant code, whichever is higher]. Dewater of trenches if required as per site condition.
3Carrying out repairs of pipe defects/ replacement in case of irreparable defects and repairs of defects of pipe coating not attributable to Owner including defects/ damages occurring during transportation / handling. Stringing of line pipes along pipeline trench / ROU on straw / sand / soft soil bags including supply of bags and its filling materials. Checking, cleaning, aligning, bending, cutting and bevelling (as required) of pipes for welding and field adjustments including pipe fittings, welding, carrying out non-destructive testing of welds as required including 100% radiography by X-ray and providing all requisite equipment, labour, supervision, materials, films, consumables, all facilities and personnel to process, develop, examine and interpret radiographs and other tests as required, carrying out repairs of weld joints found defective by Engineer-in-Charge, carrying out re-radiography and other tests as required on repaired joints. Carrying out installation of carrier line pipe at all minor crossing viz. carttrack, pathway, water bodies etc. at designated depth by open cut (except at crossing by HDD method and cased crossing). Carrying out installation of carrier line pipe in the casing pipeat cased crossing is covered seperately alongwithinstallation of casing pipes at cased crossing. Coating of field weld joints, long radius bends (R=3D/1.5D), elbows, buried fittings and valves etc. including supply of coating materials etc. (i.e. heat shrinkable sleeves and high build epoxy etc.) as per PJS & Technical Specification compatible with 3 layer PE coating material of the line pipe. Counting the number and type of trees cut in presence of DFO/concerned authorities and keeping record thereof, stacking and handing over of all cut tress.
4Installation / lowering the pipeline in trench to required depth as per PJS, Techanical Specification & drawings, supply & placement of 1.0mm thk. HDPE Yellow colour warning mat,RCC tiles (300 mm width x 50 mm thick) over the pipeline & MDPE Pipe in same trench along the complete route as per standard drawings, data sheets & technical specifications, padding around pipeline as per Standard Drg. no. MNGL/Plng./Steel/03 with suitable soil duly approved by EIC including supply of padding material, backfilling and its compaction to the satisfaction of concerned authorities with excavated earth / borrowed select soil including supply of borrowed select soil duly approved by EIC before backfilling and make ready for restoration to be done by Onwer / concerned authorities. Supply and installation of slope breakers, wherever required or, as directed by Owner / Engineer–in–charge.
5Crossing the all-foreign pipeline / HT line / cable / any other utilities etc. with necessary concrete / HDPE sheet protection including coordination with all agencies and obtaining NOC. Supply and installation of bank protection alongwith backfill materials duly approved by EIC for pipeline trench and banks falls under minor water body crossing as per technical specification & Std. Drg. wherever required or, as directed by Owner / EIC. Training and diversions of streams in steep slope area, wherever required. Carrying out air cleaning, pigging, flushing and hydrostatic testing of complete pipeline with required quantity of corrosion inhibitor including pre-testing of designated sections complete as per specification and approved by Engineer–in–charge to specified pressures indicated elsewhere and duration after stabilization as per specification, providing all equipment, pumps, fittings, instruments, dead weight tester, pressure recorder, thermocouples etc., and services, supervision, labour, consumables, water including supply of corrosion inhibitor, air, etc. as required, locating of leaks and rectification of defect attributable to Contractor (rectification of defects in linepipe material not attributable to contractor shall be paid separately as per other item of schedule of rate), re-testing after rectification, dewatering after successful completion of hydrotesting of entire section as per specification and approved by Engineer-in-charge. 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. All tieing-in, including the tie-in(s) of the pipeline with the adjacent sections of pipeline including cutting of test header, rebevelling as required, radiography and other NDT examination, joint coating as per specification.
6Final clean-up of right-of-use or area disturbed by contractor during their construction activities for laying of pipeline works and disposal of debris and surplus material to designated disposal areas and backfilling of trench and compaction of the same as per satisfaction of Owner and / Or as directed by Engineer–in–charge. Preparation of as-built drawings, pipe-books (1 set of tracing on polyester film and 6 sets of as-built drawings and 1 soft copy and 6 hard copies of pipe book) All the works shall be executed in accordance with the provision of contract including carrying out all temporary/ ancillary/ auxiliary works required for the performance of the works and all other acts, deeds, matters and things necessary to make the pipeline ready forprecommissioning activities. Raking up of hard surface of any type including metal, concrete, bituminous, tiled, brick lined soft rock which is breakable in pieces manually (without use of pneumatic machine) etc. All tiles/ slabs/ curb stones etc. removed during excavation shall be placed properly. Payment for cutting of hard rock, if any, is covered unders SOR no. 5.0Specified dia Thk (mm) Material Coating Type Length of each pipe (mm) NB
71506.4APIX-52 3 Layer PE Coating (Externally) Double random(approx. 11.5 m to 12.5 m)
81006.4 APIX-52 3 Layer PE Coating (Externally)Double random(approx. 11.5 m to 12.5 m)
9Note: (I)This item shall be applicable for the underground steel grid main pipeline & branch pipeline, including tap-off for distribution pipelines,valves,barred tees, insulating joints, bends (R=3D), flanges & fittings, accessories etc. (i.e. including arrangement for making provision for tap-off on proposed steel grid main pipeline) and aboveground approach pipeline upto Insulating Joint (excluding installation of aboveground insulating joint) for various stations. (II)In above item, restoration works are excluded from contractor"s scope, except certain restoration works detailed in clause no. 16C. (V) of 3a. Particular Job Specification under Vol.-I of III. Since restoration works for backfilled pipeline trench shall be done by the concerned authorities / Owner. (III)In above item, backfilling of pipeline trench by borrowed select soil duly approved by Owner / EIC shall be paid by separate item mentioned elsewhere in the SOR.(IV)Items except above are covered separately. The lengths of pipelines are tentative.
10Permission Liasioning /Follow-up :Liasioning& follow up for Permissionwith all the concerned authorities & boards viz Irrigation , Collector office,Railways, NH, PWD, MIDC, Local Municipal, Panchyat, Electricity, REC, RES, Sewage water, Drinking water, Forest, Social Forestry, Owners of OFC, Traffic, Law & Order, Fire Brigade, Private Land Owner etc. for entire pipeline length and associated terminals (like SVs, tap-offs) alongwith associated work as per tender. Obtaining necessary NOC from authority after completion of work (Where ever applicable).
11CONTINUOUS CONCRETE COATING (FOR CS PIPES) Supply of all consumables, materials and application of 80mm thk for 10" NB Line Pipe and 50 mm thick for 6"" NB & 4" NB Line Pipe, continuous concrete weight coating of minimum density 2245 kg/m3 of mininum grade M-20 (nominal mix) and field joints thereof in all areas of work wherever required as per site condition and performing all works as per specification on the line pipe for following sizes :-
121506.4API X-52 3 Layer PE Coating (Externally) Double random(approx. 11.5 m to 12.5 m)
131006.4API X-523 Layer PE Coating (Externally)Double random(approx. 11.5 m to 12.5 m)
14The river crossings shall be done by Open Cut Method as indicated below. The price quoted on running meter basis shall be considered .However obtaining permission from the concerned authority regarding method of crossings shall be sole responsibility of the contractor:
15MAJOR SPECIFIED WATER BODY (RIVER ) X INGS (BY OPEN CUT CONVENTIONAL METHOD) Complete work of the water crossings (between the limits as defined in approved drawing) by open cut conventional method including "Receiving and taking over" owner supplied 3 Layer external 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 Contractor supplied material to worksite(s), manpower, other resources and acquiring the required land for execution of work and 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. In-site 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 either scour depth from concerned authority, necessary cover required over the carrier pipeline from lowest bed level of the stipulated water crossing to be obtained from concerned authority 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 the execution of work. Following data shall be obtained from concern authority/ local sources to finalise scour depth:- (i) Past Historical flood level datas indicating HFL to determine highest flood level. (ii) River flow data including velocity of water flow. (iii) Necessary information regarding type of soil and strata underneath the river bed.
16Trenching to the required depth on the banks and bed including maintenance of trench in all types of strata including hard rock at all depth to a width to accommodate the pipeline at all conditions of the water crossings by various methods 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 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 decided by concerned Authority/ Engineer-in-charge whichever is more Strings preparation of pipes, welding, testing, radiography, welding repair and retest, coating of field joints with Heat Shrink Sleeve or equivalent and repair of pipeline coating with repair patch or equivalent material as per specification, pre-hydrotest of complete strings made for crossing etc. Final carrier strings preparation of pipes with 50mm thick continuous concrete weight coating for 150 NB and 100 NB upto approved length as per approved drawing & specification [only with guniting concrete in lowered position]or as decided by Engineer-in-charge depending on site condition, repair of coating damages, concrete coating of field joints, etc. as per respective technical specification. Laying of the carrier pipeline by the approved crossing method across the water crossing in the approved trench. Backfilling of the trench including supply and padding by select backfill material as required: stabilisation of excavated banks using embankment mattresses as per drawings/ specifications including supply of necessary materials getting NOC from concerned authority after bank protection, restoration of disturbed area and clean-up etc.
17Post installation hydrotest and tie-in with pipeline at either banks etc. All other works required as per specifications, approved drawings, calculations, methods and as directed by Engineer-in-charge. Note: (i) Width of above X-ing mentioned in X-ing drawing enclosed herewith tender document. Crossing width may vary as per site condition.Tenderer are advised to visit the site for actual assessment of extent of crossing and to access the maximum extent of cover which may have to be provided. Actual string length shall be as per codes/ specifications. Final length of string shall be decided after decision of minimum cover requirement by concerned Authority/ Engineer-in-charge. (ii) Final length of string & cover from top of pipe for each crossing shall be decided by concerned Authority/ Engineer-in-charge. (iii) Payment for the length of final tied-in carrier pipeline string with mainlinestring 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) In case of lower depth of crossing achieved if damage to bed & bank is extensive the scheme for Bed & Bank Stabilisation as per standards& other approved construction drawing, shall be executed at no extra cost. Details of Crossings
18Valdevi River Crossing near Vadner (Size of line pipe1506.4API X-52 3 Layer PE Coating (Externally) Double random (approx. 11.5 m to 12.5 m)
19Valdevi River Crossing near Vadner (Size of line pipe 100 6.4API X-523 Layer PE Coating (Externally) Doublerandom(approx. 11.5 m to 12.5 m) )
20Excavation beyond 1.5m depth in case of crossing of utilities/ drain/ culverts etc. through open cut upto the following depth (including restoration of the damaged area to its original condition and satisfaction of the Engineer-in-charge / concerned authorities) : - In all type of surface (Kachha/ built-up surface / Hard surface) of any type including metal, concrete, bituminous, tiled, brick lined soft rock which is breakable in pieces manually (without use of pneumatic machine) etc. All tiles/ slabs/ curb stones etc. removed during excavation shall be placed properly. The other activities are as per SOR 1 to 5 . Payment for cutting of hard rock, if any, is covered unders SOR no. 26
21Deeper than 1.5 m & upto 2.5 m below existing level (for 150 mm NB Pipeline)
22Deeper than 2.5 m & upto 4.5 m below existing level (for 150 mm NB Pipeline)
23Deeper than 1.5 m & upto 2.5 m below existing level (for 100 mm NB Pipeline)
24Deeper than 2.5 m & upto 4.5 m below existing level (for 100 mm NB Pipeline)
25Note: (I) Crossing width may vary as per site condition. However final length of string & cover from top of pipe shall be decided by concerned Authority/ Engineer-in-charge. (II) Payment for the above items under item no. 18,19 shall be made on running meter basis to be measured between both ends of vertical decent of bend (not less than 22½°, R=3D / 1.5 D) between both ends of the crossing. (III) 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 crossings at different locations.
26Excavation of hard rock : Excavation of hard rock wherever hard rock of single piece exceeding 1.0 m in length removable by pneumatic chisel/ drill as per direction of EIC.
27PERMANENT MARKERS : Supply, fabrication and installation of all types of permanent markers along the route including all associated civil works such as excavation in all types of soil, construction in all types of soil, construction of pedestals and grouting with concrete, clearing, supply and application of approved colour and quality of primer and paint, stencil letter cutting for numbers, direction, change etc., restoration of area to original condition and performing all works as per drawing, specification and instruction of engineer-in-charge.
28Pipeline RCC boundary / route marker as per drawing
29Pipeline warning markers with post & foundations
30Pipeline direction marker with post & foundations
31Pipeline Navigation Marker
32HOOK -UP : Hook-up of proposed pipeline by welding of final tie-in-joint with any existing laid pipeline portion of river X-ing ,existing Tap-off & battery limit of section I and II including Hook-up point of the existing pipeline to be made ready for welding by cutting of flanges / valves / headers at all depth in all type of soil etc. Venting of N2/ gas / gas mixture as required purging of N2 Gas (if required), rebevelling as required, radiography and other NDT examination, joint coating as per specification.Contractor shall supply of all consumables, manpower, machinaries, materials, N2 gas etc. and carry out allworks as per the provisions of Contract document and instructions of Engineer-in-charge.
33For 6" NB
34PRE-COMMISSIONING AND ASSISTANCE IN COMMISSIONING OF PIPELINE SYSTEM Swabbing, drying, purging with nitrogen of the complete pipeline network and the associated facilities being installed to the specified acceptance criteria, carrying out pre-commissioning works, providing assistance during the complete duration of commissioning operations for entire pipeline network system including supply of all equipment, man-power, consumables (including pigs & nitrogen required for purging with maintaining nitrogen column of mininum 10% of pipeline geometric volume) materials for all temporary works and performing all associated works, complete as per the relevant specifications, other provisions of Contract document and instructions of Engineer-in-charge.
35For 6" NB Pipeline
36For 4" NB Pipeline
37IDLE TIME PRESERVATION OF PIPELINE Preservation of complete pipeline and associated facilities forming part of the pipeline as per Bid document and its maintenance including supply of all consumables, all equipment, manpower, etc. complete as per the requirements of specifications, other provisions of Contract document and instructions of Engineer-in-charge. Note : Owner reserves the right to exercise either or none of the rates below.
38By filling and pressurizing with nitrogen to a pressure of 2 bar(g) for a period of 3 months.
39For 6" NB Pipeline
40For 4" NB Pipeline
41For every additional period of one month or part there of
42For 6" NB Pipeline
43For 4" NB Pipeline
44SUPPLY OF ASSORTED PIPE, FITTINGS AND FLANGES Complete works of supply of pipes, flanges & fittings for aboveground & underground installation including all taxes, duties, transportation and inspection charges but not limited to, the following items in accordance with PMS (piping material specification), relevant specifications & drawings indicated in job specification under SCC (technical) and instructions of Engineer-in-charge and as per all provisions of the CONTRACT DOCUMENT. - Handling 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.
45Elbow (Seamless) :
4690° Elbow ( MOC MSS SP 75 WPHY 52 & DIM. ASME 16.9 R=1.5D ) Min Thickness 6.4mm
47Size: 6" NB Rating/ Schedule: 300#
48Size: 4" NB, BE Rating/ Schedule: 300#
4945° Elbow ( MOC MSS SP 75 WPHY 52 & DIM. ASME 16.9 R=1.5D ) Min Thickness 6.4mm
50Size: 6" NB Rating/ Schedule: 300#
51Size: 4" NB, BE Rating/ Schedule: 300#
5290° Elbow (MOC MSS SP 75 WPHY 52R= 3D ) Min Thickness 6.4mm
53Size: 6" NB Rating/ Schedule: 300#
54Size: 4" NB, BE Rating/ Schedule: 300#
5545° Elbow (MOC MSS SP 75 WPHY 52R= 3D ) Min Thickness 6.4mm
56Size: 6" NB Rating/ Schedule: 300#
57Size: 4" NB, BE Rating/ Schedule: 300#
5822½° Elbow (MOC MSS SP 75 WPHY 52R= 3D) Min Thickness 6.4mm
59Size: 6" NB Rating/ Schedule: 300#
60Size: 4" NB, BE Rating/ Schedule: 300#
6111½° Elbow (MOC MSS SP 75 WPHY 52R= 3D), Min Thickness 6.4mm
62Size: 6" NB Rating/ Schedule: 300#
63Size: 4" NB, BE Rating/ Schedule: 300#
64Flanges
65Weld Neck (B-16.5, 300# A105 ,125 AARH, Serrated Finish)
666"" NB, RF End thickness to match with pipe wall thickness (Sch.80)
674"" NB, RF End thickness to match with pipe wall thickness (Sch.80)
68Blind Flanges (B-16.5, 300# A 105, 125 AARH Serrated)
696"" NB RF
704"" NB RF
71Note: (I) For all the supply items mentioned above, procurement shall be made as per enclosed Data Sheets and respective technical specification, after due approval of Engineer-in-charge.(II) The quantities mentioned above are tentative and quantities for above supply items shall be finalised & procured by Contractor only after due approval of EIC. Contractor supplied any surplus item during reconciliation shall not be accepted / taken by the Owner.
72Plain Cement Concrete Supplying and laying plain cement concrete (including shuttering of required) in all types of concrete works including levelling courses below foundation, substructure, superstrcuture, chambers, cable trench, under floors and any other locations, at all leveles as per drawings, specifications and directions of the Engineer-in-charge.
73PCC 1:2:4 1 Cement : 2 Coarse sand : 4 stone aggregate 20mm nominal size.
74PCC 1:4:8 1 Cement : 4 Coarse sand : 8 stone aggregate 40mm nominal size. (Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials, shuttering, earthwork in excavation and backfilling using approved earth in all conditions etc. with all bye works and sundry works.)
75Reinforced Cement Concrete Providing and laying reinforced cement of grade M-20 with 20mm and down grade crushed stone aggregate in all types of structures likefoundations, pedestals, pedestal bases, pipe supports, sleepers cable trench inlcuding constrcution joints, bitumen painting on surface in contact with soil, providing and fixing reinforcing steel, shuttering, inserts, finishes etc. at all depths and heights complete as per drawings, specifications and direction of the Engineer-incharge. Rate to include cost of all labour, tools, tackles, equipment, hire charges, supply of all materials such as minimum 43 grade cement including sulphate resistant cement for substructures, R/F steel, Inserts, bolts, conduits, bitumen, other minor constrcution materials, shuttering, stanging, earthwork in excavation and backfilling using serviceable earth in all conditions, shorting bailing and pumping out water, testing of concrete, curing etc. with all bye works and syndry works.
76Concrete Pavement Providing and laying reinforced cement concrete of (M-20 grade) with 20mm and down grade crushed stone aggregate in pavement, including preparation of base (i.e. compacted subgrade, 200 thk sand and 50 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 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 Engineerin- charge. 150 mm thick (Type-I)
77TEMPORARY CATHODIC PROTECTION SYSTEM :- Design, detailed engineering, supply, installation, testing and commissioning of the temporary Cathodic protection system using Mg/ Zn galvanic anodes to protect the external surface of 3 LPE coated entire 0.15 km (approx.) long steel pipeline networkagainst corrosion for design life of minimum 1 year or till commissioning of PCP system whichever is later as per standard specification No. MNGL/Steel/TS/15 for temporary cathodic protection system. Scope shall also include but not limited to the following for completion of jobs: a) Measurement of soil resistivity along the right of way of the main pipeline route as per specification for design & installation of anodes. b) Collection of additional data related to cathodic protection along the right of way of pipeline as per specifications. c) Supply, installation, testing & commissioning of one set of spark gap arrestor with 2 plate Zinc grounding cell of 20 kg net weight each across each insulating joint as per specification. d) Supply, installation, testing & commissioning one set of polarisation cell with zinc anode at all high tension (66KV or higher) electrical power transmission line/Equipment crossing or running parallel to the pipeline for grounding purpose as per specification.The rating shall depend upon anticipated fault current & ground bed resistance at the location of installation.However, the rating of polarisation cell (krick) shall not be less than 5 KA & number of 20 kg net weight zinc anode shall not be less than two. e)Supply & installation of Zinc Ribbon Anodes at 4-8 O’Clock position in the interval of 2 metre (max.) on carrier pipesat all cased crossings i.e. railways/ roads etc. f) Monitoring of the protection system for 6 months. g) All civil/ structural works related to TCP system including supply of bricks, cement & steel etc. required for completion of the system.
78For 6"
79For 4"
80(I) The quantities mentioned above are tentative and quantities for above including supply items shall be finalised & procured by Contractor only after due approval of EIC. Contractor supplied any surplus item during reconciliation shall not be accepted / taken by the Owner. (II) For all the supply items mentioned above, procurement shall be made as per specification & Data Sheets, after due approval of Engineer-in-charge.
81Laying of MDPE pipe along with Steel pipe lineExcluding supply of all MDPE pipe (PE 80/100,SDR11), but Including supply of Bends, Couplers, End caps, Tees, PE Reducer, CS to PE Fitting, Saddle Tapping, Warming mat, etc. as required to complete the job. ( Particular job specification.) "Receiving and taking-over" as defined in the specification, handling, loading, transportation and unloading of Owner supplied MDPE line pipes (PE80/100, SDR11) of all sizes (as free issue items) from Owner"s designated place(s) of issue to Contractor"s own stock-yard(s)/ Work Shop(s)/ work-site(s) including proper storing, stacking, identification,providing security & insurance cover , including supply of accessories of all sizes & thickness like Bends, Couplers, End caps, Tee, PE Reducer, CS to PE Fittings, Saddle Tapping, Warning Mat, etc..Stringing/ uncoiling of the MDPE line pipe on the pipeline Right-of-Use, laying/ installation of MDPE line pipe alongwith steel pipeline (alongwith installation of required accessories as mentioned above) of following sizes, including executing all works; fabrication, access for construction; supply of all materials (except Owner supplied materials), consumables, labour and other incidental works and handing over the same after return of the surplus pipes to the Owner"s designated stockyard(s); carrying out all temporary, ancillary, auxiliary works required to make the MDPE pipeline ready for commissioning as per drawings, specifications, scope of work indicated in PJS and other provisions of Contract document and instructions of Engineer-in-charge.
82Dia 125mm
83Note :The quantities indicated above against all individual item are tentative and may vary considerably depending upon site condition, methodology adopted as per site requirement with due approval of Owner/ Consultants.
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