addendum-i to tender document addendum-i … · addendum-i to tender document ... sor for cathodic...

218
Ref. 05/51/23J8(Part C - RIL)/GAIL/001A Date: 01.09.2007 ADDENDUM-I TO TENDER DOCUMENT SUB: ADDENDUM-I TO TENDER DOCUMENT FOR LAYING & CONSTRUCTION OF 18” DIA. PIPELINE TERMINALS AND ASSOCIATED FACILITIES FOR ODJP- KCJP & ODJP-KJP LOOPLINE AND RIL CONNECTIVITY ALONGWITH ADDITIONAL / RESIDUAL JOBS IN KG BASIN REF: Tender No.: 05/51/23J8(Part C - RIL)/GAIL/001A dated 09.08.2007 Dear Sir, With reference to above, please find enclosed the amendments pertaining to technical changes including revised Schedule of Rates (SOR) in the above tender document, which resulted due to pre-bid meeting held on 24.08.2007 with the prospective vendors/contractors and during site visit. Bidder is requested to submit their offer as per enclosed revised Schedule of Rates (SOR) only, which supercedes the earlier SOR enclosed with the Tender document and other technical changes incorporated in Addendum-I. This is issued as Addendum – I and shall form integral part of tender document. All other terms and conditions of the tender document shall remain unaltered. Please submit Addendum-I including all Annexures along with your offer duly signed and stamped as a token of your acceptance of the terms and conditions stated hereinabove. Please acknowledge the receipt of this Addendum per return fax. Thanking you, Yours faithfully, for & on behalf of GAIL (India) Limited (A.K. Sharma) DGM I/c ( Contracts) MECON Limited Encl.- Addendum-I (04 pages) with Annexures A to F (Total pages-190) D:\rajesh\IPPS - KG Basin\Part-C(PK)\Const-Open\Adde\Addendum-I- 31.08.2007.docc

Upload: phungduong

Post on 20-Jun-2018

275 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Ref. 05/51/23J8(Part C - RIL)/GAIL/001A Date: 01.09.2007

ADDENDUM-I TO TENDER DOCUMENT SUB: ADDENDUM-I TO TENDER DOCUMENT FOR LAYING & CONSTRUCTION OF 18”

DIA. PIPELINE TERMINALS AND ASSOCIATED FACILITIES FOR ODJP- KCJP & ODJP-KJP LOOPLINE AND RIL CONNECTIVITY ALONGWITH ADDITIONAL / RESIDUAL JOBS IN KG BASIN

REF: Tender No.: 05/51/23J8(Part C - RIL)/GAIL/001A dated 09.08.2007 Dear Sir, With reference to above, please find enclosed the amendments pertaining to technical changes including revised Schedule of Rates (SOR) in the above tender document, which resulted due to pre-bid meeting held on 24.08.2007 with the prospective vendors/contractors and during site visit. Bidder is requested to submit their offer as per enclosed revised Schedule of Rates (SOR) only, which supercedes the earlier SOR enclosed with the Tender document and other technical changes incorporated in Addendum-I. This is issued as Addendum – I and shall form integral part of tender document. All other terms and conditions of the tender document shall remain unaltered.

Please submit Addendum-I including all Annexures along with your offer duly signed and stamped as a token of your acceptance of the terms and conditions stated hereinabove. Please acknowledge the receipt of this Addendum per return fax. Thanking you,

Yours faithfully, for & on behalf of

GAIL (India) Limited

(A.K. Sharma)

DGM I/c ( Contracts) MECON Limited

Encl.- Addendum-I (04 pages) with Annexures A to F (Total pages-190)

D:\rajesh\IPPS - KG Basin\Part-C(PK)\Const-Open\Adde\Addendum-I- 31.08.2007.docc

Page 2: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

ADDENDUM-ITO

TENDER NO.05/51/23J8(PART-C-RIL)/GAIL/001A

Page 3: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Addendum-I _ Part-C _ 29.08.07.doc Page 1 of 4

Addendum-I to Tender No. 05/51/23J8(Part –C-RIL)/GAIL/001A, dated 09.08.2007

A) Refer Part-D of Volume-I of IV of Tender

Points pertaining to Particular Job specification Mechanical Works: -

1) Refer Second para of Clause no. 4.1.1 i.e. Line Pipe (Bare/ Coated) of Sl.No. 3.0 Particular Job Specification under Part-D

“Contractor shall receive .......................... at their works.”

Shall be read as -

“Contractor shall receive and take over the Line Pipes (Bare / Coated) at designated place of issue from Owner’s storage (GAIL India Limited,NH-5 Road, Near ONGC Base Complex, Lalacheruvu, Rajahumndry / dumpyard located near Oduru Terminal)”.

2) Refer second para of clause no.4.2 i.e. “Line pipe shall be ……………….. site for coated pipes.

Shall be read as -

“Line pipe shall be issued at designated place of issue from Owner’s storage (GAIL India Limited, NH-5 Road, Near ONGC Base Complex,Lalacheruvu, Rajahumndry / dumpyard located near Oduru Terminal)”.

3) Vendor List of LR Bends, FCV and Corrosion Coupon & ER Corrosion Probe Assembly are as follows :

FCV

i) M/s ABB Ltd., Nashikii) M/s Fisher Xomox, New Delhiiii) M/s Fouress Engg. New Delhiiv) M/s MIL Control Ltd., Noidav) M/s Samson Control, Thane

Page 4: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Addendum-I _ Part-C _ 29.08.07.doc Page 2 of 4

LR Bends

i) M/s BHEL, New Delhiii) M/s Jindal SAW Limited, New Delhiiii) M/s PSL Limited, New Delhi

Corrosion Coupon & ER Corrosion Probe Assembly

i) M/s Caproco, Canadaii) M/s Rohrback Cosasco Systems, USA

B) Revised PJS of SCADA & Telecommunication enclosed as Annexure-A to Addendum-I.

C) Revised PJS of Civil & Structural Works enclosed as Annexure-B to Addendum-I.

D) Refer following points pertaining to PJS of Electrical Works enclosed as Annexure-C to Addendum-I.

i) Technical Data Sheet for 20 Mtr High Mast with Integral Power Tool and Components Suitable for Upto 12 Luminairesii) Purchaser's Data for Rectifier Systemiii) Technical Data from Manufactureriv) Vendor List for Rectifierv) Check List

E) Refer content of Part “F” i.e. Schedule of Rates enclosed with Vol-I of IV.

Following revised SOR alongwith contents and summary of price etc. which have been enclosed as Annexure-D to Addendum-I are only tobe referred in place of earlier Schedule of Rates:-

FOR PART-I

SOR Item Description No. of PagesNo.1. SOR FOR MAINLINE WORKS 202. SOR FOR CATHODIC PROTECTION WORKS 04

Page 5: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Addendum-I _ Part-C _ 29.08.07.doc Page 3 of 4

3. SOR FOR TERMINALS WORKS

I) PIPING & MECHANICAL WORKS 16II) CIVIL WORKS 03III) STRUCTURAL WORKS 01IV) ELECTRICAL WORKS 07V) INSTRUMENTATION WORKS 05VI) TELECOMMUNICATION WORKS 07

FOR PART-II

4. SOR FOR TERMINALS WORKS

I) PIPING & MECHANICAL WORKS 11II) CIVIL WORKS 03III) STRUCTURAL WORKS 02IV) INSTRUMENTATION WORKS 03V) ELECTRICAL WORKS 06

5. SUMMARY OF PRICES 026. STATEMENT OF TAXES & DUTIES 017. PROFORMA FOR EXTENDED STAY COMPENSATION 01

F) Refer following revise / additional Technical Specifications which have been enclosed as Annexure-E to Addendum-I

Sl.No.

Descriptions Technical Specification / Data Sheet No.

1. SCADA & Telecommunication Works MEC/JS/05/E5/T/23J8/TC-012. Cold Insulation MEC/23J8/05/21/CI-013. Cartridge Filter with Data Sheet TS No. MEC/TS/05/62/017, Rev. 1

Data Sheet No. : MEC/23J8/05/21/DS/CF/01, Rev. 04. Data Sheet for Check Valve Data Sheet No. : MEC/23J8(Part-C-RIL)/05/21/DS/CV-002, Rev. 0

Page 6: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Addendum-I _ Part-C _ 29.08.07.doc Page 4 of 4

G) Refer Tender Drawings (Mechanical / Civil) in Vol.-IV of IVFollowing revise / additional tender drawings have been enclosed as Annexure-F to Addendum-I.

Sl.No.

Description of Drawings Drawings No.

1. SCHEMATIC LINE DIAGRAM MEC/23J8(Part-C)/05/21/M/000/SK-01 Rev. 12. CROSSING DRAWING OF KAKINADA CANAL GAIL/VEC/KCP-KKD.Jn.POINT/CD/193. VALVES PIT MEC/05/11/STD/Terminal-VP14. Typical Details of RCC Road on Embankment MEC/05/11/STD/Terminal-009

Enclosure:1) Annexure-A (08 Sheets)2) Annexure-B (10 Sheets)3) Annexure-C (08 Sheets)4) Annexure-D (92 Sheets)5) Annexure-E (68 Sheets)6) Annexure-F (04 Sheets)

Page 7: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-ITo

Tender No. 05/51/23J8(Part-C-RIL)/GAIL/001A

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Cover Annexure.doc

ANNEXURE – A(Pertaining to PJS of SCADA & Telecommunication)

Page 8: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-A

Page 1 of 8

GAIL (India ) Limited

NATURAL GAS PIPELINE PROJECT

TRANSPORTATION OF RELIANCE GAS TO KAKINADA &KCJP FROM ODURU JUNCTION POINT THROUGH 18” NB x

19.3 KM & 18” NB X 10.3 KM LONG PIPELINE

SCADA & TELECOMMUNICATION WORKS(Revised)

MECON LIMITEDDELHI

Page 9: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-A

Page 2 of 8

SCOPE OF WORK FOR SCADA & TELECOMMUNICATION (Revised)

1) INTRODUCTION

M/s GAIL intend to take 10.75 MM SCMD Gas from Reliance at Oduru Junction (KG Basin) and Transport it to KCJP &Kakinada through 18” x 10.3 km & 18” x 19.3 km pipeline respectively. Custody transfer meter shall be installed at ODURUJunction Point. The pipe lines from Oduru to KCJP & Oduru to Kakinada shall be designed for a flow rate of 6.0 MMSCMDeach (total 12.0 MMSCMD).

Since the pipeline shall pass through the cross-country area not adequately covered by the public telecommunication system,a dedicated OFC based telecommunication system proposed to be implement to meet the operation and maintenancerequirements of this pipeline. Optical Fibre based Synchronous Digital Hierarchy (SDH) System (STM-1), with the NetworkManageability from existing Network Management System (NMS) to be proposed for this line. SDH network shall beseamlessly integrated into existing GAIL Network.

For effective control, Management & Supervision, the existing SCADA System of GAIL (SLC 500 DF1) has to be extendedfor this pipeline. RTU is SLC 5/03 Allen Bradley Make have been envisaged in the present SCADA facility and it shall beintegrated with existing SCADA Master Stations SCADA System.

The new OFC shall be interconnected with V-SAT & OFC based system to meet the present as well as future voice & datacommunication requirements. 2 Nos. PLE HDPE duct for blowing of present 24 F OFC and OFC in future will be laid alongthe pipeline. The existing telecom system is of M/s HECL Personnel earth station & ECI make Micro SDM-1 and P-Mux-DIBayly make. The existing Network Management System will be extended for STM 1 Telecom equipment of this line forinterfacing with master station. To meet the manageability of the new SDH & PDH equipments, the same shall be integratedwith GAIL’s existing NMS located at Noida for SDH and at Rajahmundry for PDH. The Contractor is advice to study thecapacity of existing NMS for smooth interface of new equipments. All the necessary hardware/ software for integration ofnew network in to existing NMS to meet the functional requirements of telecom system shall be in the Contractor’s Scope.

Optical fiber cable shall be laid along with the pipeline to facilitate proper operational & management control of the pipelineand dedicated Telecommunication system in future.

2) SCOPE OF WORK:-

a) Telecommunication work: -

OFC and HDPE Telecom Duct Laying

GENERAL GUIDELINE :

1. Contractor must submitted the details of specific experience of the party responsible for OFC, HDPE Ductlaying, jointing, splicing, Testing. Sufficient documentary evidences also to be submitted at the time ofsubmission of bid. The parties having proven experience and track record in respective field shall be allowed toexecute the job.

2. After award of work, Contractor shall supply 2 copies of detailed activity Bar chart, manpower and machinerymobilization plan, QA/ QC plan and inspection formats, execution procedures for different type of activities, for reviewand approval by the Engineer-in-charge within 15 days from the date of FOI (Fax of Intent).

3. The Contractor shall use the data provided in the tender for reference purpose only. It shall be the Contractor’sresponsibility to check accuracy and utility of this data.

4. The contractor shall bring all duct & OFC laying, jointing, splicing equipment, tools as deemed necessary for thetimely implementation of the work.

5. The OF cable & HDPE Duct alignment sheets (to be submitted 15 days before final laying) in the format specified bythe Engineer-in-charge shall indicate various rail, road, canal, river & utility crossing, location of high tension linesrunning in parallel with the route of OFC, location of each of jointing locations & type of cable etc. After completion oflaying Contractor shall submit “As Built Drawing” as define in the specification.

6. Special care should be taken to avoid any twist or damage of duct/ OFC while laying Optical Fiber Cable under road,Nalla, Railway line, culvert as specified elsewhere in the tender document.

7. Contractor shall take all safety measures required to prevent damage to the cable and accessories. The contractor shallbe responsible for any damage to the cable, accessories and all other free issue items and existing underground servicesin route, if any.

Page 10: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-A

Page 3 of 8

8. The back filling and compacting of trench in layers of 20 cms. Restoration of road, Nalla, pavements etc. after thecompletion of laying work as specified elsewhere in this document.

9. Testing of the complete cable section (between two stations) to the satisfaction of GAIL as per test schedule mentionedelsewhere in the tender document.

10. Jointing, Splicing of OFC, in jointing pit, testing, end sealing etc. has to be done. OFC loop should not be left withoutproper protection at any place. The OFC loop or surplus cable should be accommodated within the jointing pit /chamber.

11. If during the course of execution of work any discrepancy or inconsistency error or omission in any one of theprovision of the contract is discovered which needs to be clarified, the same matter shall be referred to the EIC /Consultants who shall give his decision in the matter and issue instruction then accordingly the work to be carryout.The decision of the EIC / Consultant will be final and binding to contractor.

12. For the payment for laying, the payable length of optical fiber cable will be the length of pipeline as per pipelinechainages. For inside Terminal the actual laid length in separate trench upto control room will be considered formeasurement. No separate rate will be payable for separate trench.

SCOPE of work for OFC and HDPE Telecom Duct Laying:

The scope of work related to above work shall include all the necessary work (but not limited to) for supply and layingof two number self – lubricated HDPE duct, Supply, Laying and Termination of OFC ( 24 fibre) directly buried inground along the new pipeline along the pipeline in same trench and in separate trench inside the terminals includingsupply of OFC, HDPE Duct & accessories, supply & laying of Warning Mat, Supply of FTC, wire mesh, splicing,Termination & Testing of OFC & HDPE duct including any civil work, Commissioning, Quality Assurance andControl, Documentation and any other job as per direction of Engineer In-charge required for completion and hookingup of OFC based telecom system. OFC - SDH based telecom system interface with master station is also inContractor’s Scope of work.

Detail Scope of Work (But not limited to):

HDPE Duct Laying :

1. Supply and Laying of 40 mm dia self lubricated HDPE Ducts & accessories, making records of test report of material,estimation of quantity, including Storage, Transportation, and unloading at site, submission of HDPE alignment sheets,planning and schedule preparation for HDPE laying.

2. Erection, testing commissioning and making the work complete in all respect as per specification.

a) Permanently solid Lubricated 40mm dia. HDPE Conduit as per specification along entire underground pipeline inthe same trench including cased crossing for installation of OFC in future.

b) HDPE casing /CS pipe casing for Nallah, River/ Canal, Railways, Major Road Crossing as directed by Engineer-in-charge wherever required and as directed by Engineer-in-charge in all type of soils and terrain.

3. Supply and erection of cable Blowing & jointing pit, joint of HDPE conduit, scaling of conduit, HDPE conduit testingafter laying as define in specification, sealing of HDPE conduit, cased crossing, separate trench & conduit near theterminals, joints locations marking, back filling, sealing of conduit, cable markers, joint markers, Warning mat etc. asper the MECON specification. All the accessories, if required, must be suitable of 8 Kg/cm2 (min.) pressure rating.Testing, commissioning, Handing over of system, drawings & documentation as per contract.

OFC Laying :

1. Supply and Blowing of OFC ( 24 fibre ) in PLE HDPE Duct, jointing closures and accessories, Submission of testreports and documents for supplied material , storage, Transportation, unloading at site, submission of OFC alignmentsheets based on the pipeline alignment sheet, planning and OFC laying schedule preparation, Laying of OFC (24Fibre) testing before and after laying, all cable sealing, padding backfilling etc. using all material including supply andlaying of warning mats etc., termination of cables at FTC with all accessories, cable jointing, commissioning andmaking the work complete in all respect as per specification Drawings & documentation as per contracts & otherrelevant work specified by Engineer-in-charge.

2. Supply and installation of 300 mm Dia cable marker mounted on Main pipeline Marker, Separate OFC joint marker,electronic marker & marker locator etc., as per specification.

Page 11: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-A

Page 4 of 8

3. Supply, Installation, testing and commissioning of “JOINTING CLOSURE” and “FTC” ( Sub Vender : 3 M /Raychem / Krone ) as per standard specification.

4. Supply of jointing pit. Jointing/ splicing of OFC after properly placing it in manholes and providing protection tosurplus OFC loop in the jointing chamber.

5. Supply of FTC and wire mesh for both ends. Installation of FTC & wiremesh, other accessories for termination ofOFC-24 fibre in the control room, splicing with street fiber, test of the fiber for smooth operation of system on awavelength end to end. Test of laid OFC, identification of fault, rectification of fault, Cable Jointing, Continuity test,Earthing, all the termination of OFC at FTC / FDF / DDF and commissioning work complete in all respect.

6. Testing including power testing complete cable section between two stations at 1310 nm & 1550 nm and testing of endsealing.

7. Providing necessary Testing Tools and power supply at site for end to end splicing and testing etc.

8. Preparations and submission of as-built drawings with soft copy as per define in the specification.

9. All necessary civil works related to erection and cabling.

10. All electrical, Earthing / Grounding works associated with installation and commissioning of OFC, FTC, RTU,Telecom equipment. The earthing pit for telecom equipments are also in the Contractor scope.

11. Any other work required for completion of OFC based Telecommunication work as per the direction of Engineer-in-charge.

SCOPE of work for Supply, Installation and Commissioning of OFC based SDH Telecom equipment (STM1).

The scope of work would be on turnkey supply, Installation, Testing, commissioning and Integration of Network withexisting NMS system shall include but not be limited to the following:

Survey, project management, system design, detailed engineering, manufacture/procurement and supply of all related goodsand providing all related services including installation, interconnection with the existing networks, testing, integrations,trial run, commissioning, warranty, training etc. complete in all respects, including the related civil works, Cabling,Terminations, preparation of the related drawings, documents, etc. for implementation of the telecom system, which shallcomprise of an optical fibre based Synchronous Digital Hierarchy (SDH) & Primary Multiplexer systems as perrequirements.

The main pipeline contractor shall off-load the Telecom Equipment (STM 1 supply and installation) work to theapproved Contractor so that total responsibility for Supply, Installation, Testing, Commissioning and Integrationwith GAILTEL existing NMS will remain with one party for this work.

Commissioning of new Telecom facilities and integration with existing Telecom facility with Master Station in GAIL’sScope. All the erection work and facilitate GAIL for commissioning including manpower, tools and tackles shall beprovided by contractor.

The existing telecom system is V-SAT and OFC based system available in KG basin area having master control station atRajahmundry. The Scope of Work of Telecom equipments facilities for the Contractor shall include (But not limited to):

At Kakinada Junction point:

The existing system is V-SAT & OFC based system available at this point. M/s HECL personnel earth station & ECI makemicro SDM-1 with 21 E1s, pre-wired and P-Mux-DI Bayly make is installed in telecom room. The existing telecom systemis having OFC based system interfaced with – STM Micro SDM (ADM type) ECI make , P-Mux of Bayly make DI muxwith option of 120 ohms ( G.703./G.704) & 75 ohms interface (BNC ) with ringer generator. For Master station hookup theE1 connectivity with p-mux @ Kakinada Juntion point-K.Cheruvu- Rajahmundry STM-1 link for voice & data in protectedpath shall be use. The equipment is available with Gailtel-Rajahmundry.

Media converter 10 Base T to E1 – one pair and 10/100 Base T to optical media converter supporting Tx /Rx in one fiber –one pair required for hookup of new equipments with existing NMS. The NMS at Noida for OFC system and for P-MuxNMS at Rajahmundry shall be utilised for new equipment interfacing. The OFC shall be connected and interface atKakinada Junction point-K.Cheruvu-Rajahmundry OFC connectivity interfacing at STM 1 level.

Page 12: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-A

Page 5 of 8

(- ) 48 volts DC SMPS power supply of 400 Watts with battery back up shall be provided by the contractor. Anycommunication cable with D type connector and all the termination and cabling work from FTC to telecom equipment is incontractor’s scope.

The erection of free issue equipment including transportation from GAIL’s designated store and the installation and testingof new equipments is in contractor’s scope.

For hookup of new system to existing NMS, following has also to be supplied by the contractor and installed in masterstation.

1. Media converter 10 Base T to E1– one pair2. 10/100 Base T to optical media converter supporting Tx/Rx in single fiber –one pair.

For interfacing with Master station and NMS and testing of OFC and any rectification required for system is contractor’sscope. Any work required for completion ( as per instruction of GAIL) for interfacing shall be in contractor’s scope.

At Kcheruvu Junction point:

The existing system is V-SAT & OFC based system available at this point. M/s HECL personnel earth station & ECI makeSTM-16 equipmentsand P-Mux-DI Bayly make is installed in telecom room. The existing telecom system is having OFCbased system interfaced with – XDM-100 , STM 16 equipment (ADM type) ECI make , P-Mux of Bayly make DI muxwith option of 120 ohms ( G.703./G.704) & 75 ohms interface (BNC ) with ringer generator. For Master station hookup theE1 connectivity with p-mux @ K.Cheruvu- Rajahmundry STM-1 link for voice & data in protected path shall be use. Theequipment is available with Gailtel-Rajahmundry.

Media converter 10 Base T to E1 – one pair and 10/100 Base T to optical media converter supporting Tx /Rx in one fiber –one pair required for hookup of new equipments with existing NMS. The NMS at Noida for OFC system and for P-MuxNMS at Rajahmundry shall be utilised for new equipment interfacing. The OFC shall be connected and interface atKakinada Junction point-K.Cheruvu-Rajahmundry OFC connectivity interfacing at STM 1 level.

(- ) 48 volts DC SMPS power supply of 400 Watts with battery back up shall be provided by the contractor. Anycommunication cable with D type connector and all the termination and cabling work from FTC to telecom equipment is incontractor’s scope.

The erection of free issue equipment including transportation from GAIL’s designated store and the installation and testingof new equipments is in contractor’s scope.

For hookup of new system to existing NMS, following has also to be supplied by the contractor and installed in masterstation.

3. Media converter 10 Base T to E1– one pair4. 10/100 Base T to optical media converter supporting Tx/Rx in single fiber –one pair.

For interfacing with Master station and NMS and testing of OFC and any rectification required for system is contractor’sscope. Any work required for completion ( as per instruction of GAIL) for interfacing shall be in contractor’s scope.

At Oduru Dispatch point:

The existing system is not available at this point. New system has to be supplied and commissioned by the contractor. Theequipment shall be similar to the existing equipment for easy interfacing with existing NMS. The Scope of work as perMECON's Job Specification for Telecommunication system ( JS No.: MEC / JS / 05 / E5 / T / 23J8 / TC-01) shall befollowing but not limited to

1. ECI make micro STM-1 ADM2. Bayly make P-Mux typ3. Supply, installation, integration, testing, commissioning etc. of SDH STM-1 equipment at Oduru compatible to

operate with ITU-T G-652 fiber, fully wired, configured & equipped in the 19” Rack with all specified interfaces andcapable of supporting interfaces as specified in the Tender .

4. Supply, installation, testing, commissioning etc. of SDH STM-1 equipment (ADM) at Oduru compatible to operatewith ITU-T G-652 fiber, fully wired, configured (also for supporting Interfaces as specified in the tender) & equippedwith all required interfaces as indicated in the tender.

5. Supply, installation, testing, commissioning etc of Primary Multiplexer (with necessary cards and interfaces for voiceand data as per the requirement, mentioned in the tender).

6. Supply and Installation of Weather proof telephones as indicated in the Tender.

Page 13: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-A

Page 6 of 8

7. Multi-pair armoured 0.5 mm 5 pair telephone cable for extending telephones to security cabins/ Explosion poof phonesEtc. (approx. 30m – material & works) at un-attended stations and to other building at attended station.

8. Shifting/Supply and Installation of AC-DC converters9. Installation Material including accessories/other associated items other than FTC and Wire Mesh at all locations.10. Supply and installation of Wire Mesh and tying the OFC and related works.

The erection, testing, trial run, interfacing and commissioning are in contracto’s scope. The new equipment is installed intelecom room.

For Master station hookup the E1 connectivity with P-Mux @ Oduru-K.Cheruvu- Rajahmundry STM-1 link for voice &data in linear path shall be use. Media converter 10 Base T to E1 – one pair and 10/100 Base T to optical media convertersupporting Tx /Rx in one fiber –one pair required for hookup of new equipments with existing NMS. The NMS at Noida forOFC system and for P-Mux NMS at Rajahmundry shall be utilised for new equipment interfacing. The OFC shall beconnected and interface at Oduru-K.Cheruvu-Rajahmundry OFC connectivity interfacing at STM 1 level.

For hookup of new system to existing NMS, following has also to be supplied by the contractor and installed in masterstation.

5. Media converter 10 Base T to E1– one pair6. 10/100 Base T to optical media converter supporting Tx/Rx in single fiber –one pair with one no. Spare.

For interfacing with Master station and NMS and testing of OFC and any rectification required for system is contractor’sscope. Any work required for completion ( as per instruction of GAIL) for interfacing shall be in contractor’s scope

b) SCADA Work:

RTU’s will be used for Monitoring and control of pipeline parameters such as flow, temperature, pressure, valve status andcontrol, status of pig signallers, CP parameters etc. to update the Master Computer database for entire pipeline operation. CentralSCADA Control Centre will be interlocked through Optical Fibre Cable (OFC) link with Remote Terminal Units (RTUs) locatedalong the pipeline. The Terminal at ODURU Junction Point has been considered for telemetry operation. Actuated valve status& control at Kcheruvu Junction point and Kakinada Junction point shall be considered for remote monitoring and control byproviding additional I/o’s cards in existing RTU For SCADA facilities of these line new sections integrated with existingSCADA Master Stations of SCADA System.

Commissioning of new SCADA facilities and integration with existing SCADA System with Master Station in GAIL’sScope. All the erection work and to facilities for commissioning by GAIL including manpower, tools and tackles shall beprovided by contractor.

The main pipeline contractor shall off-load the SCADA work (Supply and installation) work to the approvedContractor (Allen Bradley) so that total responsibility for Supply, Installation, Testing, Commissioning andIntegration with existing SCADA system will remain with one party for this work.

The Scope of Work of SCADA facilities for the Contractor shall include (But not limited to)

The scope of work would be on turnkey supply, Installation, Testing, commissioning and Integration of new RTU to withexisting SCADA system Installation and additional I/o’s cards in existing RTU in control rooms at Kakinada and Kcheruvustations, Cabling, Termination, loops checking. Facilitating GAIL for Commissioning, interfacing with Flow Computer &Gas chromatograph and Master station for existing SCADA System. All the erection work shall be carried out as per theestablished recommended practices & best workmanship.

Detail scope of work for SCADA facilities:

1) Supply of additional I/o’s cards of RTU of SLC 5/03 of Allen Bradley make, power supply etc for new facility andto be installed in existing RTU at all stations along with Termination Board and Firmware to be procured fromRTU Contractor.

At Kakinada Junction pointAI Module : 2 Nos. with 1 no. spare: DI Module : 2 Nos. with 1 no. spareDO Module : 1 No. with 2 nos. spare Power Supply : 24 V DC, 100 watts.Supply of Micro bus(1:4) 4 RS232 input & one RS232 output (DTE & DCE) working on 24 Volts DC: 2 Nos.

At Kcheruvu Junction pointAI Module : 2 Nos. with 1 no. spare: DI Module : 2 Nos. with 1 no. spareDO Module : 1 No. with 1 no. spareSupply of Micro bus(1:4) 4 RS232 input & one RS232 output (DTE & DCE) working on 24 Volts DC

Page 14: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-A

Page 7 of 8

2) Supply of Fully wired RTU of SLC 5/03 of Allen Bradley make complete with all accessories and I/o modulespower supply (similar to existing equipments) for Oduru Dispatch station and to be installed in SCADA room..

3) Erection of new RTU in SCADA control room location. It includes any civil work, termination, grouting, makingfoundation etc. , signal identification at site, dressing at telemetry interface cabinets end, RTU end, telecom rackend etc. Cabling from Instrumentation control panel, Field instruments/JB to RTU, Termination of cables, loopchecking. The supplied AO module also to be installed in the Free issued RTU as per instruction of GAIL / EIC.

4) Supply & Laying of cable, termination etc. from field instruments, Instrumentation panel, Flow Computer, CPpanels, electrical panel to new RTUs as required.

5) Supply, Laying & Erection of serial communication cable between Flow Computer, CP panel & RTUs includingnecessary connector within control room.

6) Supply, Laying & Termination of communication cables between RTU to STM-1 Telecommunication equipmentincluding necessary connector with control room.

7) Supply, Laying and Termination of Power Cable ( - 48 V DC) between UPS – DB to RTU including necessaryconnector within control room.

8) Facilitating GAIL for Commissioning, interfacing with Flow Computer and Master station for existing SCADASystem.

9) Coordination work for interfacing of RTU’s with the Flow computer and Telecommunication equipment. Finalloop checking, signal availability at RTU end etc for proper integration is to be done.

10) All cable works shall include dressing, ferruling, Double compressor Glanding, lugs and termination etc. completein all respect.

11) Supply & installation of all installation materials, including pipes / conduits, terminal boxes and all accessories asrequired.

12) All electrical works, Earthing / Grounding associated with installation and commissioning of new RTU forSCADA.

13) Preparation and submission of as-built drawings with soft copy as per contract specification.14) Any other work required for completion of SCADA & Telecommunication work as per the direction of Engineer-

in-charge.

GENERAL GUIDELINE FOR INSTALLATION OF NEW SCADA FACILITIES

1) The installation and testing of all the equipment including the activities of instrumentation signal interconnections,electrical & civil works with power supply, grounding & other necessary facilities.

Allen Bradley RTU SLC 5/03 shall be installed strictly as per the installation guideline. The tentativedimension of the cabinet is 800 x 800 x 1200.

2) All cables supplied must comply with the latest applicable standards.

3) The cables shall be neatly laid throughout as per schedule & requirement. Cable marker / Label also to be attachedwith two straps at each end. The activity of signal identification at site, cable termination, ferruling, Glanding,dressing at each end are to be done by Contractor.

4) Laying of signal cable along the same route as power supply cables shall be avoided. All cables betweeninstrumentation panel to RTU shall be PVC insulated, signal pair (1.5mm2), multipair (1.5mm2) twisted in pairindividually, individual pair shielded and over all shield with aluminum mylar tape. Separate cables shall be usedfor analog & digital signal. Each cable pair shall be identifiable by pair / core no. of color code. The cables shallhave multistrand copper conductor. 20% spare pairs shall be provided in all cables.

5) All mechanical compression type glands (double compression gland) shall be of a material compatible with thecable armour. All glands for armoured cables shall be provided with an earth tag earthing bolt looking ring toclamp armor wires. All cable termination boxes shall be weather and insect proof.

6) All erection material required for installation of RTU equipment is included in the scope of the Contractor. Theerection material required for interconnecting cabling between various equipment, RTU’s, instrumentation paneltelecom equipment and the power supply equipment are also to be included in the Contractors scope. The scopealso including associated grouting, and fixing of equipment, any masonry work with entry and ingress ofequipment inside rooms including making good, painting & finishing etc.

7) All installation material used shall be of the best quality and confirm to international standards. The material andaccessories, though not specifically mentioned but are actually required for completion of the works are includedin the scope of the Contractor.

8) The Contractor has to furnished the QAP, Erection and Testing Procedure and Test Plan which is to be dulyapproved by consultant / owner.

Page 15: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-A

Page 8 of 8

9) Any specific information required by the successful Contractor regarding supply & erection of the equipment itshall be discussed during tendering and detail engineering stage.

10) Commissioning SCADA system is in GAIL’s scope. Any manpower, tools & tackles required duringcommissioning are in Contractors scope.

11) All the final drawings, documents, testing reports, operational & installation manual as required shall be submittedbefore final handing over of the system to the owner.

List of Approved Make for SCADA & Telecom equipment (Existing equipments / New equipments)

RTU / SCADA System : Allen Bradely (SLC 5/03) / Allen Bradely (SLC 500 DF1)STM 1 : ECIP-mux : BaylyFTC : Raychem , 3M, Krone etc.OFC converters : MTL, Phoenix etc. RS 232/ RS 485 Converter : Accolade Electronics(p) Ltd, ADAM make etc.HDPE Duct : M/s Duraline India Pvt. Ltd., New Delhi, M/s Kirti Industries (India) Ltd., Indore. ,

M/s Kulja Industries., Solan, M/s Pioneer Polyfab Limited, Ghaziabad, M/s Veekay Plast, Jaipur, M/s JainIrrigation Systems Ltd. Jalgoan, M/s Shree Mohit Industries, Burhanpur

Optical Fibre Cable :M/s Aksh Optifibre Ltd, Bhiwadi., M/s Vindhya Telelink Ltd., Rewa., M/s Finolex Cables Ltd, Pune, M/s RPGCables Ltd. New Delhi, M/s UM Cables Limited, New Delhi, M/s Himachal Futuristic Communication Ltd., NewDelhi, M/s Birla Ericsson Optical Ltd., Rewa, M/s Uniflex Cables Lrd., Mumbai, M/s Sterlite OpticalTechnologies Ltd., New Delhi, M/s Tamilnadu Telecommunicaion Ltd., Maraimalai Nagar(TN),

For any other make, Contractor has to take the prior permission from Client / Consultant with the proventrack record of the suggested manufacturer/ supplier.

Enclosures:LIST OF STANDARDS SPECIFICATIONS

Sl. No. Standard Specification No. Description Remarks

1. MEC/S/05/E5/T/001 Rev 0 Specification for Optical Fibre Cable & HDPEDuct Laying and Associated Work

Enclosed with Vol-III of IV

2. MEC/S/05/E5/T/002 Rev 0 Specification / Procedure for the Testing ofOptical Fibre Cable

Enclosed Vol-III of IV

LIST OF TECHNICAL SPECIFICATIONS

Sl. No. Standard Specification No. Description Remarks

1. MEC/TS/05/E5/T/096 Rev 1 Technical Specification for Optical Fibre Cable& Accessories

Enclosed with Vol-III of IV

2. MEC/TS/05/E5/T/037 Rev 1 Technical Specification PLE HDPE TelecomDuct and Accessories

Enclosed Vol-III of IV

3. MEC/TS/05/E5/T/042 Rev 1 Technical Specification for Warning Mats(OFC& Telecom Duct)

Enclosed Vol-III of IV

4. MEC/JS/05/E5/T/23J8/TC-01 R 0 Job Specification for Telecommunication System Enclosed with Vol-III of IVLIST OF DRAWINGS

Sl. No. Drawings Description Remarks

1. MEC/05/E5/T/004, Rev 0 Standard drawing - Optical Fibre Cable Laying(OFC in HDPE duct & HDPE Duct)

Enclosed with Vol-IV of IV

2. MEC/05/E5/T/006, Rev 0 Standard drawing - Optical Fibre Cable Laying(OFC in HDPE duct & Duct separate trench)

Enclosed with Vol-IV of IV

3. MEC/05/E5/T/008 Rev 0 Standard drawing - Optical Fibre Cable Laying(cased crossing) - HDPE Duct & OFC in Duct

Enclosed Vol-IV of IV

4. MEC/05/E5/T/009 Rev 0 Standard drawing - Optical Fibre Cable- JointingPit / Blowing Pit

Enclosed with Vol-IV of IV

5. MEC/05/E5/T/0010 Rev 0 Standard drawing - Optical Fibre Cable - JointMarker / OF Cable Marker

Enclosed Vol-IV of IV

Page 16: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-ITo

Tender No. 05/51/23J8(Part-C-RIL)/GAIL/001A

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Cover Annexure.doc

ANNEXURE – B(Pertaining to PJS of Civil & Structural Works)

Page 17: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-B

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Ann-B - Scope of Work - Civil & Structural.doc Page 1 of 10

CIVIL & STRUCTURAL WORKS

I) General

The scope of work to be performed under this contract shall include complete civilworks as per plans, equipment layout, drawings & technical specifications for thefollowing GAIL Terminals:

i) Tap-off cum Despatch Terminal & Metering Terminal at oduru JNPoint.

ii) Receiving terminal at K. Cheruvu JN Pointiii) Receiving Terminal at Kakinada JN Pointiv) Terminal in Tatipaka

II) Scope of Supply

Contractor shall procure & supply to site all the materials including cement,reinforcing steel, steel sections/plates, pipes, mesh and other accessories, othermasonry materials, bitumen/asphalt, admixtures & bonding agents, sealants, kerbstones, pavior block, sand and boulder etc., and any other material/item required tocomplete the Civil & Structural works. All costs towards testing/inspection ofmaterials/goods shall be borne by the Contractor. No materials/items shall besupplied by the Owner (except anchor bolts & base plates for free issue items).

III) Site Work

Complete construction work including supply of labour, construction materials,construction equipment, survey, tools & tackles, dismantling &modification/strengthening, supervision, testing etc. required to complete all thestructures, buildings, foundations, roads, drains, pavements, finishes, painting,including site grading/earthwork in cutting & filling etc. as specified and required tocomplete the civil & road works in all respect.

(All enabling works e.g. construction water tank, casting/fabrication yard,electricity, site stores & office etc. shall be Contractor’s responsibility.)

IV) SCOPE OF WORK

The scope of work shall be broadly, but not limited to, the following:

1) For Construction of Tap-off cum Despatch Terminal & Metering Terminalat Oduru Junction Point (OJP).

a) Site grading of the plot including plot development by cutting / filling good/borrowearth up to 0.5 M.

b) Construction of Control room building of size approx. 21m x 12 mc) Construction of 2.1 M boundary wall along with Y angle with barbed wire fencing

protection on top.

Page 18: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-B

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Ann-B - Scope of Work - Civil & Structural.doc Page 2 of 10

d) 4.0 M wide MS gate in entrance.e) 150 mm thick RCC pavement in process area with RCC pipe / equipment supports.f) 150 mm thick RCC pavement for all external / internal roads.g) Independent RCC foundations for pipe supports, Equipment, Crossovers

foundations etc.h) Storm water drainage system in PCC / brick drains with complete civil works as per

requirement.i) RCC cable trenches: complete civil works for cable trench including providing

inserts, conduits (GI, PVC or HDPE etc.) and MS Chequred cover plate/ Pre castconcrete covers as per requirement.

j) Grouting of all base plates/frames of equipment foundations and structural bases.k) Provision of all inserts, conduits, pre-cast covers, fixing of free issue items into

permanent works etc.l) Construction of 5.0 m wide (carriageway) Concrete Approach Road over earthen

embankment to connect the terminal from the nearest existing road.m) Clearing all construction debris and handing over completed work site.n) Any other work not mentioned specifically but required to make the terminal

functional.o) Marking as-built details/drawings on one set of construction drawings and return

to owner.

For Construction of Receiving terminal at K. Cheruvu Junction Point (KCJP)

a) Site grading of the plot/working area including plot development by cutting / fillinggood/borrow earth wherever required.

b) 150 mm thick RCC pavement in process area with RCC pipe / equipment supports.c) 150 mm thick RCC pavement for all external / internal roads.d) Independent RCC foundations for pipe supports, Equipment, Crossovers etc.e) Storm water drainage system in PCC / brick drains with complete civil works as per

requirement.f) RCC cable trenches: complete civil works for cable trench including providing inserts,

conduits (GI, PVC or HDPE etc.) and MS Chequred cover plate/ Pre cast concretecovers as per requirement.

g) Grouting of all base plates/frames of equipment foundations and structural bases.h) Provision of all inserts, conduits, pre-cast covers, fixing of free issue items into

permanent works etci) Clearing all construction debris and handing over completed work site.j) Any other work not mentioned specifically but required to make the terminal

functional.k) Marking as-built details/drawings on one set of construction drawings and return to

owner.

For Construction of Receiving terminal at Kakinada Junction Point (KJP)

a) Site grading of the plot including plot development by cutting / filling good/borrowearth wherever required.

b) 150 mm thick RCC pavement in process area with RCC pipe / equipment supports.c) 150 mm thick RCC pavement for all external / internal roads.

Page 19: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-B

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Ann-B - Scope of Work - Civil & Structural.doc Page 3 of 10

d) Independent RCC foundations for pipe supports, Equipment, Crossovers etc.e) Storm water drainage system in PCC / brick drains with complete civil works as per

requirement.f) RCC cable trenches: complete civil works for cable trench including providing inserts,

conduits (GI, PVC or HDPE etc.) and MS Chequred cover plate/ Pre cast concretecovers as per requirement.

g) Grouting of all base plates/frames of equipment foundations and structural bases.h) Provision of all inserts, conduits, pre-cast covers, fixing of free issue items into

permanent works etci) Clearing all construction debris and handing over completed work site.j) Any other work not mentioned specifically but required to make the terminal

functional.k) Marking as-built details/drawings on one set of construction drawings and return to

owner.

PREAMBLE TO SCHEDULE OF QUANTITIES

The Preamble to Schedule of Items is an integral part of the schedule of quantities andrates and this is to be considered incorporated into the description of items themselves.The Contractor’s rate for any item of work in the schedule of item shall, unless statedotherwise be held to include the cost of all materials including wastage, conveyance anddelivery, unloading, storing, fabrication, hoisting, all labour for finishing to requiredshape and size, tools and plants, power fuel, consumables, all taxes, royalties, otherrevenue expenses, temporary facilities like roads etc

1.0 Earthwork in Excavation / Cutting / Filling /Filling in Road Embankments/Sitegrading to develop the plot.

Brief description of major works to be considered in this item is as follows:a) Taking pre-work and finished levelsb) Stripping and grubbing the top soil of 150 mm and preparation of sub-grade.c) Excavation in required slopes and at all depths.d) Disposal of unserviceable and surplus earth to authorised dumping ground to any lead.e) Borrowing of approved quality good earth for filling / site development from any lead.f) Filling in layers of 150 mm thickness in controlled way.g) Watering and compaction up to 92% of modified dry proctor density of soil with

mechanical means.h) Actual work shall be carried out as per certified construction drawings to be issued to

successful tenderer.Note:1. For earthwork in excavation / cutting, final cutting quantity from EGL ( Existing

Ground Level) shall be considered for payment.2. For earthwork in filling / site grading final consolidated filling quantity from EGL

shall be measured for payment.3. For Earthwork in Road Embankments, the net finished dimensions of Earthen

Embankment in filling shall be considered for payment purpose.4. Earthwork in Box cutting for Concrete Road / PCC in Berm shall be considered in

the respective pavement item / PCC item

Page 20: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-B

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Ann-B - Scope of Work - Civil & Structural.doc Page 4 of 10

2.0 PCC WorkBrief description of major works to be considered in this item is as follows:

a) Earth Work in excavation for isolated PCC works including back filling (including usingborrow earth and disposal of surplus earth).

b) Providing shuttering and strutting of all types (If required).

Note :1. Only net PCC concrete quantity shall be measured for payment.2. All PCC works required in Mud mat under RCC works are inclusive.

3.0 Reinforced Cement Concrete – Substructure

Brief description of areas covered under this item is as follows:

1) Independent RCC foundation with pedestals for equipment like scrubber, filter, bathheater, etc.

2) Complete civil works for independent pipe supports, sleepers etc. below EGL/FGL.3) All sub-structure works below Plinth beam top-level viz. in foundations, columns, plinth

beams etc. for all Building structures.4) Complete civil works for cable / pipe trenches at all locations as per requirement.5) Footings of RCC retaining wall up to Finished Floor level/Finished Ground Level.6) Foundations, columns, tie beams up to top of Tie / Plinth beam in boundary wall and

for MS Gate foundations upto top of Tie beam level.

Brief description of major works to be considered in this item is as follows:

a) Earth Work in excavation including back filling (including using borrow earth anddisposal of surplus earth).

b) PCC M-10 in mud mat as required and shown in the drawings,c) Providing shuttering and strutting of all types for PCC / RCC worksd) RCC M20 as per drg. & specification including supply of cement, coarse aggregate, fine

aggregate, reinforcement, including bending, placement, binding/ welding ofreinforcement (@ 75 kg/m3 up to +/- 15%) all inclusive & testing of concrete andother materials).

e) Provision of all pockets, inserts, conduits, pre-cast covers/chequered plates, fixing offree issue items into permanent works etc.

f) Application of two coats of hot bitumen on surfaces in contact with soil.g) Clearing all construction debris/ unserviceable material and handing over completed

work site.h) Any other work not mentioned specifically but required to make the terminal functional.i) Marking as-built details on one set of construction drawings and return to owner.j) Actual work shall be carried out as per certified construction drawings to be issued to

successful tenderer.

Page 21: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-B

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Ann-B - Scope of Work - Civil & Structural.doc Page 5 of 10

Note:1. For RCC in Sub-structure, net RCC concrete quantity as laid for works shall be

measured for payment.2. All other activities like earthwork, PCC, etc. as specified above to be considered

inclusive in the rates of RCC.

4.0 Reinforced Cement Concrete – Superstructure

Brief description of areas covered under this item is as follows:

1) RCC pedestals for equipment like Scrapper Launcher, Scrapper Receiver, Filter, Bathheater, etc coming above finished pavement levels, which do not have independentfoundations.

2) RCC pedestals for pipe supports, sleepers etc. coming above Finished pavement levelswhich do not have independent foundations.

3) All super - structure works above Plinth beam top level viz. in, columns, beams etc. forall structures other than control room building super structure.

4) Columns, tie beams above top of Tie / Plinth beam in boundary wall and for MS Gatecolumns above top of Tie beam level.

Brief description of major works to be considered in this item is as follows:

a) Providing shuttering and strutting of all typesb) RCC M20 as per drg. & specification including reinforcement (supply of cement, coarse

aggregate, fine aggregate, reinforcement @ 100 kg/m3 bending, placement, binding/welding all inclusive & testing of concrete and other materials).

c) Grouting of all base plates/frames of equipment foundations and structural bases asper requirement.

d) Provision of all inserts, conduits, precast covers/chequered plates, fixing of free issueitems into permanent works etc.

e) Clearing all construction debris and handing over completed work site.f) Any other work not mentioned specifically but required to make the terminal functional.g) Marking as-built details on one set of construction drawings and return to owner.h) Actual work shall be carried out as per certified construction drawings to be issued to

successful tenderer.Note:

1. Providing shuttering, strutting and reinforcement in all types RCC works.2. For RCC in Super structure, net RCC concrete quantity shall be measured for

payment except RCC works in building super structure.3. The RCC quantity of building superstructure is to be considered in the Building

Works item.

5.0 Concrete Pavement (100 thk in Process Area / 200 Thk in Pavements /Approach Roads / Other Areas)

Brief description of major works to be considered in this item is as follows:

Page 22: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-B

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Ann-B - Scope of Work - Civil & Structural.doc Page 6 of 10

a) Earth Work in excavation including back filling upto required level (including usingborrow earth and disposal of surplus earth)

b) Filling in layers of 150 mm thickness in controlled way.c) Watering and compaction up to 92% of modified dry proctor density of soil with

mechanical means.d) PCC M-10 in mud mat,e) Providing shuttering and strutting of all types,f) Laying RCC M20 as per drgs & specification including reinforcement (supply of

cement, coarse aggregate, fine aggregate, reinforcement bending, placement,binding/ welding all inclusive & testing of concrete and other materials).

g) Providing and laying 100 / 200 mm thick reinforced cement concrete of (M-20grade) with 20mm and down grade crushed stone aggregate in pavement (inpanels not more than 3.0m x 3.0 m), alongwith reinforcement (supply of cement,coarse aggregate, fine aggregate, reinforcement bending, placement, binding/welding all inclusive & testing of concrete and other materials) includingpreparation of base (i.e. compacted sub grade, 200 thk sand and 50 thk PCC ( M-10).

h) Providing pockets if necessary, making recess, trenches with covers projections,fixing inserts conduit pipes (GI, PVC, HDPE, etc.) laying in alternate panels, fillingthe gaps between the panels with bitumen etc.

i) Making slopes, finishing edges, leaving bars for pedestals & sleepers includingproviding sand fill isolation.

j) Providing and fixing reinforcing steel, curing, chipping and modification works etc.as specified in any shape, thickness, position and finishing the top surface smoothas per requirement etc. all complete as per drawings, specifications and directionsof the Engineer-in-charge.

k) Filling joints (12 / 8 mm wide x 25mm deep) between panels with hot bitumen.l) Application of two coats of hot bitumen on surfaces in contact with soil.m) Actual work shall be carried out as per certified construction drawings to be issued

to successful tenderer.

Note:1. Complete civil works for Concrete pavement including, earthwork in excavation, preparation of

base i.e., compacted sub grades with 200mm thk. sand filling and compaction, 50mm thk. PCCof grade M-10, shuttering, providing reinforcement, providing and fixing of inserts plates,conduits etc. & payment shall be made in SqM under Concrete Pavement item.

6.0 Building Works

Complete civil and architectural works for the buildings is included in the scope:

A) Building for Control Room – Telecom & Scada Room - UPS and Battery Room-Electrical Room – I/C Room- Engineer’s Hall- Canteen- Store Room. Toilet etc.at Despatch Terminal, at ODURU junction point.

Brief description of major civil and architectural under the item is as follows:

i) Setting out, excavation and backfilling.

Page 23: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-B

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Ann-B - Scope of Work - Civil & Structural.doc Page 7 of 10

ii) The building shall be RCC framed structure with cladding and partitions of masonrywalls.

iii) Construction of all sub-structures and superstructures.

iv) Anti-termite treatment to be applied to the building foundations, plinth and rooms.

v) 40 thk DPC (1:2:4) to be provided at plinth level.

vi) All embedded concrete/ masonry structure shall be given two coats of hot bitumenapplication.

vii) All structural concrete for RCC elements shall have a minimum strength of 20 Mpaat 28 days.

viii) Masonry shall be in cement mortar 1:4 and with first class bricks of strength notless than 7.5 M Pa.

ix) Plastering on masonry structures shall be of thickness 15 mm on either faces, and6mm on concrete faces. The cement mortar shall not be leaner than 1:4.

x) Doors in the building shall be glazed / paneled, double / single leaf powder coatedaluminum doors with 8mm thk minimum glazing (ASAHI, MODI, TUFF, ST GOBAIN)/ paneled with prelaminated boards of Novapan or equivalent with floor springwherever mentioned as per attached Architectural drawing.

xi) All windows/ ventilators shall be aluminum glazed (min. 5mm thick glass) withanodized aluminum hardware with aluminum grill. The windows/ ventilators shallbe partially/ fully openable as per requirement.

xii) Inside surface of rooms/ buildings shall be finished with Acrylic washable distemper9 of ICI, Asian Paints, Berger) on Birla Putty to give a neat and smooth finish andoutside finish with white Grit wash laid in panels.

xiii) Rain water pipes of CI shall be provided. Only approved materials to be used.

xiv) RCC cable trenches shall include complete civil works alongwith providing inserts,conduits (GI, PVC or HDPE etc.) and Fibre glass moulded Trench cover grating ofKEMROCK or eqiv. complete as per requirement. Inserts shall be provided to suitthe technological requirements.

xv) All exposed flat roofs shall be treated with “CICO Shield” of CICO or equivalentapproved makes.

xvi) Grade slab in flooring shall be of PCC of M-15 grade in 150mm thickness over acompacted sand layer of 250mm on well-prepared sub base. (In case the filling inplot is in excess of 1.0m the grade slab shall be provided with reinforcement of8mm dia. @150 c/c both ways).

xvii) Flooring & skirting in electrical/ SCADA room office/ control room/ UPS / Batteryroom 8mm to 10 mm thick vitrified matt finish joint less tiles (600 mm x 600 mm(Kajaria/Johnson / Somani / Equivalent of approved make) on a bed of 20mm thickcement mortar of 1:4 proportion be provided. Skirting height shall be 150mm.

xviii) A backlit signage hoarding in approved design including GAIL logo of 5.0m x 1.0mprepared in aluminum framework with flexible substrate and approved colouredtranslucent vinyl to be provided on rooftop.

Page 24: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-B

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Ann-B - Scope of Work - Civil & Structural.doc Page 8 of 10

xix) All finishes, painting, turfing / plantations, locking arrangement, etc. any otherworks not specifically mentioned but required for completion and handing over ofpremises, complete in all respects.

xx) False ceiling of “Armstrong” or equivalent make of approved pattern.

xxi) MS cat ladder of 600mm wide for access to roof

xxii) Plumbing, Sanitation and Sewerage including CI rain water disposal from roof tothe nearest manhole, manholes, CI piping, all including fittings, traps, SS gratings,gratings, painting of pipes, jointing, works as per requirement.

xxiii) White vitreous china sanitary fittings EWC, Washbasin, urinals etc of HSW orequivalent make, beveled edge mirror of Atul / Modiglass.

xxiv) Toilet to have first quality chromium plated plumbing fittings, liquid soap dispenser,towel rail, deodorant holder, coat hook, automatic photoelectric cell operatedflushing system in urinal, china recessed toilet paper holder, anti cockroach chillytrap, in addition to above, P.T.M.T. fittings in toilet shall be provided.

xxv) Water supply piping with GI pipe (medium class) complete with all fittings andjointing, pipe work, bronze ball valves, with an overhead water tank (PVC 1000 Lcapacity each ISI mark) with high pressure ball cock, level indicator, level control,and all its connections and platform, anti-mosquito over flow grating etc. (Scope iswithin Gail’s battery limit).

xxvi) Apron 0.75M wide of PCC M-10 grade and PCC peripheral Storm water drainsplastered and smooth finished with neat cement punning around building (as perrequirements).

xxvii) Electrical work including lighting inside the building and outside shall be under thescope of this contract. The quantity of fixture etc. shall be covered under ElectricalSOR for the terminal.

xxviii) Marking as-built details on one set of construction drawings and return to Owner.

xxix) Any other item not covered above but required for proper functioning of thebuilding.

Note:1) The construction of the building shall be done as per detailed

construction drawings to be issued to the successful tenderer. Offer canbe prepared by the tenderers based on the enclosed architectural andstandard drawings and on lump sum unit rate (per sqm) for completebuilding work.

2) The payment for completed works shall be made as follows :a. For superstructure all items as listed above from point nos. (i) to

(xxv) shall be payable under Building Structure Item..b. For substructure e.g. foundations, plinth beam etc. and other items

such as apron, peripheral drains, steps etc. shall be payable as perrespective SOR items.

3) For electrical wiring, illumination and fixtures refer relevant parts ofspecification for Electrical Works. All Electrical works shall be paid underrepective Electrical Items. However, all civil works required for executingfor electrical, instrumentation/ are in contractors Civil scope of work.

Page 25: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-B

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Ann-B - Scope of Work - Civil & Structural.doc Page 9 of 10

7.0 Boundary Wall

Complete civil works for the following buildings is included in the scope.

Brief description of major civil items under the Item of Boundary Wall shall be as follows:

a) DPC 40 mm with cement concrete 1:2:4 if required.b) Brick work (bricks as per SOR) in super structure at all height and levels, in cement

mortar 1:4 in Boundary wall & in Pillars at approx. 2.5 m intervalsc) RCC 1:2:4. Including steel reinforcement for coping.d) Cement plaster 1:6, 15 mm on both surfaces.e) Drip course 25 mm wide x 15 mm deep over coping.f) Grooves 12X12 mm in plaster as per design.g) Painting of Internal & External wall surface with three coats of Acrylic emulsion

paint (of ICI, Asian Paints, Berger) as per SOR or approved by Engineer-in-charge,applied by brush followed by roller.

h) Expansion joints shall be provided at not more than 25 M and as per drawings.i) Height of wall shall be 2100 mm from finished Ground Level/ NGL whichever is

higherj) Providing and Fixing Y angle with barbed wire fencing protection on top as per

drawings.

The construction of the Boundary wall shall be done as per approved detailed constructiondrawings to be issued to the successful tenderer. Offer to be prepared by the tendererbased on the enclosed architectural drawings and on lump sum unit rate (per RM) forcomplete compound wall work in superstructure.

Note:1. Only net length of completed compound wall shall be measured for

payment purpose in RM.2. The Foundation of Boundary wall upto the DPC level/ FGL shall be

payable in the Brickwork Item

8.0 Brick Work

Complete works in brick masonry foundations, steps and walls in superstructure other thanmasonry works covered in Building structure item is included in the scope. Brickwork in FlatBrick Soling is also included in the Scope of works

Brief description of major civil and architectural under the item is as follows:

a) Earth Work in Excavation including back filling.b) Brick work with M-5.0 grade bricks in 1:4 cement mortar.c) Plastering of exposed surfaces/ with neat cement finish in drains/Steps or as

specified in drawings.d) Bitumen painting of surfaces in contact with soil.e) Applying Lime wash / Cement based paint / Weather proof paint / oil bound

distemper on plastered faces as specified.

Page 26: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-B

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Ann-B - Scope of Work - Civil & Structural.doc Page 10 of 10

f) Sand bedding for Brick flat soling with Cement Mortar filling in Joints and finishedwith pointing

Note:

1. The construction of brick foundation work shall be done as per detailedconstruction drawings to be issued to the successful tenderer. Offer to be preparedby the tenderer based on work described above and payment will be made on CuMrate of brickwork done.

2. Brick walls in superstructure (other than building superstructure) & Boundary wallor at other locations will be considered for payment under this item.

3. Brickwork in Flat Brick Soling / Brick Pitching shall also be considered in this itemand payment will be made on CuM rate of brickwork done.

9.0 Supply, fabrication and erection of miscellaneous steel structural worksincluding MS gate

Brief description of major works under the item is as follows:

a) Supply, fabrication and erection of crossovers, platforms, supports, canopies etc.with standard rolled/built-up sections as per IS: 2062.

b) Supply, Fabrication and erection of MS Gate consisting of mild steel sections vizchannels, sq. bars, plates, hold fast, bottom wheel, tee section for movement ofwheels, pivot including fixing in position with concrete/masonry column/wall.

c) Painting on steel structure for corrosive environment as per specification anddrawings.

Note:

1. All works shall be considered for payment on MT basis.2. Painting on all type of steel structures shall be done as per respective clause no. of SCC

enclosed with the tender.

Enclosure – Annexure-I (List of Drawings & Specifications)

Page 27: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-ITo

Tender No. 05/51/23J8(Part-C-RIL)/GAIL/001A

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Cover Annexure.doc

ANNEXURE – C(Pertaining to PJS of Electrical Works)

Page 28: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-C

TECHNICAL DATA SHEET FOR 20 MTR HIGH MAST WITH INTEGRAL POWERTOOL AND COMPONENTS SUITABLE FOR UPTO 12 LUMINAIRES

1. HIGH MAST SYSTEM

a) Height of mast : 20 mb) Make : Bajaj or equivalentc) No. of Sections : Three sectionsd) Material construction : BS‐EN10 025, grade S‐355e) Thickness : Top: 3 mm, Middle: 4 mm, Bottom : 5 mmf) No. of longitudinal welds /section : Oneg) No. of circumferential welds/ section : Noneh) Length of individual sections (approx.) : Top : 4240 mm , Bottom & Middle : 10980 mmi) Cross section of Mast : 20 sided polygonj) Base dia. and top diameter (A/F) : Top diameter       :

Bottom diameter :

k) Type of joints : Stress fit at sitel) Length of overlap : Top : 500 mm, Bottom : 700 mmm) Metal protection treatment for Mast

Section: Hot Dipped Galvanised

n) Method of hot dipping : Single Dippingo) Average thickness of galvanisation

(As per BS EN ISO 1461): Bottom :  85 Micron

Top & Middle. : 70 Micron

p) Size of opening and door at base : 1200 x 250 mmq) Type of locking arrangement : Vandal resistant with pad lockingr) Details of slack board inside the base

compartment  (approx.): PVC Board – 305mm x 500mm x 10mm

s) Provision for cable termination : MCB Isolator

t) Diameter of base plate : 730 mmu) Thickness of base plate : 25 mmv) Size of anchor plate and thickness : 650 PCD, 730 dia, 8 mmw) Details of template : 730 x 730 x 2 mmx) Weight of 30 M Mast (c/w accessories) : 1100 kgs. (approx.)y) Lightning protection finial : G.I single spike of length 1200 mm2. DYNAMIC LOADING AS PREVAILING AT SITE

Page 29: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-C

 

a) Max. wind speed : As per IS 875 part 3b) Max. gust speed time : 3 seconds.c) Height above ground level these two

factors are measured: 10 Mt.

d) Factor of safety for wind load : 1.25e) Factor of safety for other load : 1.153. FOUNDATION DETAILS

a) Type of foundation : Open raft shallow footingb) Size of foundation : As per Designc) Soil bearing capacity at site :  As per site conditions

d) Design safety factor : As per IS‐456e) Considered wind pressure (Kg/Mt2) : As per IS‐875‐1987f) Depth of foundation : Min. 1.5 m below FGLg) Number of foundation bolts : 12 nos.h) PCD of foundation bolts : 650 mmi) Type of foundation bolts : 6.8 Gradej) Bolt diameter : 30 mm4. LANTERN CARRIAGE

a) Material of construction : 50 NB ERW Class B ‐ M. S. Pipeb) Diameter of carriage ring (mm) : 710 mm (ID) / 2200 mm (OD)c) Construction : 6 Armd) Number of joints : 2e) Buffer between carriage & mast : PVC sleeve on carriagef) Load carrying capacity : 750Kgs. (including Carriage)g) Total weight of assembly with fittings : As per qty. of luminairesh) Number of fittings : Suitable for up to 12 nos.i) Type of fittings/fixture : BGENF 22 R /BJEF21S5. CABLE

a) Type : Trailing Cableb) Material : Copper conductor, EPR insulated & PCP

sheathed

c) Current carrying capacity : 21  Amp

Page 30: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-C

d) Conductor size : 2.5  sq. mme) No. of cores : 5 nos.f) No. of circuits : One6. WINCH

a) Make of winch : Bajajb) Number of drums/winch : Double drum typec) Gear Ratio : 53 : 1

Capacity : 750 kgsMethod of operation : Manual/ ElectricalLubrication arrangement : Permanent oil bathType of lubricant : SAE 90 /SAE 140

7. STAINLESS STEEL WIRE ROPE

a) Make : B.W.LTD/SAFELIFT ENGG.b) Grade : AISI 316 (non corrosive marine grade)c) Number of ropes : 2 continuous ropesd) Construction : 7/19e) Centre core material : Stainless steel coref) Diameter (mm) : 6 mmg) Thimbles & Talurit : SS Thimbleh) Braking load capacity : Minimum. 2400kgs. X 2i) Factor of safety : >5 for system at full load8. POWER TOOL

a) Model : Integral

b) Input supply : 3 PH 415V ACc) Wattage/HP : 1100 watts / 1.5 H.Pd) Number of speeds : Single speede) Operating speed.(Average) : 2 M/minute9. TORQUE LIMITER

a) Lifting capacity : Up to 750 kgs.b) Adjustable/ Non‐adjustable : Adjustablec) Tripping device : Mechanical

Page 31: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-C

ANNEXURE - IPURCHASER'S DATA FOR RECTIFIER SYSTEM

1.0 INPUT POWER SUPPLY

1.1 Voltage/freq./ phase: 230 V (±) 10 %, 50 Hz ± 5%

1.2 System fault level 10 kA

2.0 SITE CONDITION

2.1 Design Ambient/ Minimum ambient Max. 50°C / Min. 2°C

2.2 Max. Relative humidity 98%

3.0 SYSTEM REQUIREMENTS

3.1 Input Power Supply to System 230 V (±) 10 %, 50 Hz ± 5%

3.2 Type of Rectifier SCR or Latest proven technology

3.3 Rating 1250 W, -48V DC and 500 W, 24V DC

3.4 Overload capacity 125% for 15 minutes

3.5 Mode of operation Dual Redundant rectifier

3.6 Type of enclosure Minimum IP-31

3.7 Cable entry From bottom

4.0 Distribution Board Details (1) DCDB: - 48 V DC (1 No)

Incomer : DP MCB

Outgoings: 6 Nos. DP MCB

(2) DCDB: 24 V DC (1 No)

Incomer : DP MCB

Outgoings: 6 Nos. DP MCB

Page 32: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-C

ANNEXURE- IITECHNICAL DATA FROM MANUFACTURER

1.0 2x100% RECTIFIER UNITS (DUAL REDUNDANT)

1.1 Mains Input

a) Voltage & Frequency 230 V + 10%, 1 phase, 50 HZ+ 3% (Rectifier may be fed fromUPS output. However it shall also besuitable for these variations ifoperated independent of UPS).

b) Input harmonics (max.) at full load. 5% RMS (Voltage)

1.2 Out put details

1.2.1 Rectifiera) Voltage / Wattage -48 V DC + 1%, 1250 W

24 V DC + 1%, 500 Wb) Method of Voltage / Current Control Static

1.2.2 Load Bus

a) Voltage Regulation from Full load tono load (for mains variation of +10%)

+ 1%

b) Ripple Content (<30 mV)c) Rating of Double pole MCB and

fuses for DCDBDP MCB’s with semiconductorfuses and DC bus.

1.3 Efficiency of Rectifier (at 50%, 75%, 100%load)

1.4 Power Factor of Rectifier (at all load) 0.6 to 0.7 (lag)

1.5 Annunciator detailsa) Audio – Visual DC over voltage

Rectifier FailureLoad C.B. Trip

b) Push buttons Acknowledge, resetc) Remote One number potential free common

alarm annunciation contact.

1.6 Indication Lamps As per spec.

Page 33: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-C

1.7 MTBF (Hrs.) 60,000 Hrs.

1.8 MTFR (Hrs.) 4 Hrs. (Approx.)

1.9 PTRV (Peak Transient reverse voltage) 600 V on AC side200 V on DC side

1.11 Construction Details

a) Type of Cooling Naturalb) Cable entry From Bottom

c) Access Front and Backd) Painting SIEMENS GREY RAL 7032 OR

EQUIVALENTe) Degree of Protection IP-31

1.12 Safety Factor 22.0 Spare potential free contracts (for

duplicating of fault status in remote panel) tobe provided.

3.0 Fault status shall be compatible to hook-upwith Owner’s PC through RS 485 interface.

Page 34: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-C

Annexure- III

LIST OF SUPPLIERS

RECTIFIER1. APLAB2. STATCON POWER CONTROLS LTD.3. HBLNIFE POWER SYSTEM LTD.4. AMARAJA

Page 35: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-C

ANNEXURE - IV

CHECK LIST (To be filled up by tenderer)

Sl. No Description REMARKS

1 Deviation from specification Offer may be rejected if there isany deviation

2 Rectifier sizing calculation enclosed

5 Rectifier Panel Catalogue enclosed

6 Confirm compliance to Block diagram

7 Inspection for Rectifier Panel as perspecification.

8 Dimension for Rectifier Panel enclosed.

9 Un-priced schedule enclosed

10 Break up for two years operation &maintenance spares enclosed for RectifierSystem

Page 36: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-ITo

Tender No. 05/51/23J8(Part-C-RIL)/GAIL/001A

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Cover Annexure.doc

ANNEXURE – D(Pertaining to Revised SOR for Part-I & II)

Page 37: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

PART – F

SCHEDULE OF RATES

FOR

LAYING & CONSTRUCTION OF 18" DIA.PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR

ODJP-KCJP & ODJP-KJP LOOP LINE AND RIL CONNECTIVITYALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Page 38: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

SCHEDULE OF RATESFOR

LAYING & CONSTRUCTION OF 18" DIA.PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND RIL

CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

C O N T E N T SFOR PART-I

SOR Item Description No. of PagesNo.1. SOR FOR MAINLINE WORKS 202. SOR FOR CATHODIC PROTECTION WORKS 043. SOR FOR TERMINALS WORKS

I) PIPING & MECHANICAL WORKS 16II) CIVIL WORKS 03III) STRUCTURAL WORKS 01IV) ELECTRICAL WORKS 07V) INSTRUMENTATION WORKS 05VI) TELECOMMUNICATION WORKS 07

FOR PART-II4. SOR FOR TERMINALS WORKS

I) PIPING & MECHANICAL WORKS 11II) CIVIL WORKS 03III) STRUCTURAL WORKS 02IV) INSTRUMENTATION WORKS 03V) ELECTRICAL WORKS 06

5. SUMMARY OF PRICES 026. STATEMENT OF TAXES & DUTIES 017. PROFORMA FOR EXTENDED STAY COMPENSATION 01

Page 39: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

SCHEDULE OF RATESFOR

1) MAINLINE WORKS[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)]

Page 40: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words1.0 PIPELINE LAYING/ INSTALLATION

"Receiving and taking-over" as defined in the specification, handling, loading, transportation andunloading of Owner supplied externally corrosion coated and bare line pipes and other Ownersupplied materials from Owner's designated place(s) of issue/ dump site(s) to Contractor's own stock-yard(s)/ Work Shop(s)/ work-site(s) including stringing on the pipeline Right-of-Use, laying/ installationof coated line pipe, associated fittings and accessories, etc. of following sizes given below, includingexecuting all works; arrangement of all additional land required for Contractor's storage, fabrication,access for construction; supply of all materials (except Owner supplied materials), consumables,labour and other incidental works; taking custody and management with maintenance of coatingContractor's stock/ dumpyard at sites after last consignment of line pipe unloaded at coatingContractors stock/ dump yard at site or at region nearby site including providing security guard etc.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 pipeline ready for pre-commissioning as per drawings, specifications, scope of work indicated in SCCand other provisions of Contract document and instructions of Engineer-in-charge, including but notlimited to carrying out the following works:

- Stacking and installation of construction markers, clearing, fencing, grubbing, grading of right of use(ROU), locating the existing pipelines within ROU (as required) with the help of pipe locatorinstruments and making of trial pits at interdistance of minimum 100 mtrs. and at each turning point toascertain exact location of existing pipeline in presence of EIC or other methodology as decided byEIC.

- All safety precaution as per recommended practice of construction of proposed underground pipelineparallel to existing underground pipeline within same ROU shall be followed strictly for the entiresatisfaction of Engineer-in-charge, before carrying out any type of job for laying of undergroundproposed pipeline till completion of the complete work.

- Trenching to all depths by excavation in all types of soils including soft/ hard rock, including blasting,chiselling or otherwise cutting etc. providing required depth of padding in trench bed & above andaround the pipeline & OFC/ HDPE Duct with sand/ graded earth approved by Engineer-in-charge to awidth to accommodate the pipeline and optical fiber cable (OFC)/ HDPE Conduit during lowering &backfilling as per the relevant standards, specifications etc.

- Carrying out repairs of pipe defects/ replacement in case of irreparable defects and repairs of defectsof pipe coating not attributable to Owner including defects/ damages occurring during transportation/handling after taking over from Owner by Contractor including management of their own dump site, ifrequired.

- Stringing of line pipes along ROU including providing straw/ sand/ soft soil bags, soft padding/ sandpadding.

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 41: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

- Aligning, bending, cutting and bevelling (as required) of pipes for welding and field adjustments,welding, carrying out destructive/ non-destructive testing of welds as required including 100%radiography and providng all requisite equipment, labour, supervision, materials, films, consumablesall facilities and personnel to process, develop, examine and interpret radiographs and other tests, asrequired, carrying out repairs of weld joints found defective by Engineer-in-charge, carrying out re-radiography and other tests such as ultrasonic etc. as required on repaired joints etc. as mentioned inSCC & particular job specification.

- Installation of carrier line pipe at all crossings viz road, cartrack, pathway, drain, nallah, canal & minorwater crossings etc. at designated depth by open cut/ mechanised boring (except at crossings byHDD Method, open cut with conventional method, cased crossing which is covered separatelyelsewhere in this SOR).

- Supply and installation of saddle weight/ any other suitable means as per specification and drawingsor as per instruction of Engineer-in-charge to counter the bouancy effect on pipeline, whereverrequired. Payment for supply & installation of saddle weight shall be made separately mentionedelsewhere in the SOR.

- Supply of coating materials for all field joints, Long Radius Bends, Burried Fittings, Valves, etc.including heat shrinkable sleeves and high build liquid epoxy etc. as per specifications compatible with3-Layer PE Coating as per tender specifications with prior approval of Engineer-in-charge.

- Coating of all field weld joints, long radius bends, (R=6D bends), burried fittings, valves etc.

- Lowering the pipelines in trench, as per specification and standard drawing, providing around thepipeline, OFC & HDPE Duct and backfilling.

- Supply and installation of slope breaker as per specification and drawings in steep slope areas,wherever required.

- Installation of Long Radius Bends (R=6D bends) as per specification wherever required depending onsite condition.

- Training and diversions of streams in steep slope areas, wherever required.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 42: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 3 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

- Carrying out cleaning, pigging and hydrostatic testing of complete pipeline in various test sectionsincluding `pretesting' of designated sections as approved by Engineer-in-charge to specifiedpressures; providing all equipment, pumps, test headers, fittings, instruments, dead weight tester,pressure recorder, etc., and services, supervision, labour, consumables, water including supply ofcorrosion inhibitor, air, etc. as required; detection of leaks, if any occurred during hydrotesting,attributable to Contractor, either by further sectionalising or any other suitable standard recommendedpractice with due approval of Engineer-in-charge and rectification of defects, re-testing afterrectification, successful completion of hydrotesting of pipeline to acceptance criteria defined in thespecifications; complete dewatering of the pipeline. (Note : Leak detection, its rectification and successfully re-hydrotesting shall be carried out byContractor with a view that completion of all activity for successful hydrotesting is not inordinatelyextended, which will hamper the overall project schedule. Further, no extra payment claim shall beentertained 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 cuttingof test header, rebevelling as required, radiography and other NDT examination, joint coating as perspecification.

- Final clean-up and restoration of right of use/ corridor including obtaining NOC from respective landowners & statutory authorities if required, and disposal of debris and returning surplus material toOwner's designated disposal area(s)/ stockyard(s) as directed by Engineer-in-charge.

- Obtaining work permits/ NOC from various statutory authorities having jurisdiction before execution ofthe work and complying with all stipulations/ conditions/ recommendations of the said authorities.

- Preparation of As-built drawings, pipe-book and other records as specified in the specifications

Line pipe laying and installation with radiography by X-ray

- Line pipe details Size Thk. Material Coating Type Length of each Pipe

mm(NB) (mm)1.1 450 6.4 API 5L PSL-2 Gr. X-70 3 Layer PE Double random (approx. Mtr. 22400

Coating 11.5 to 12.5 mtr.) & Bevel End

1.2 450 8.7 API 5L PSL-2 Gr. X-70 3 Layer PE Double random (approx. Mtr. 5700 Coating 11.5 to 12.5 mtr.) & Bevel End

1.3 450 10.3 API 5L PSL-2 Gr. X-70 3 Layer PE Double random (approx. Mtr. 2200 Coating 11.5 to 12.5 mtr.) & Bevel End

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 43: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 4 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

1.4 400 7.9 / 8.7 API 5L Gr. X-60 3 Layer PE Double random (approx. Mtr. 100 Coating 11.5 to 12.5 mtr.) & Bevel End

1.5 350 7.9 / 8.7 API 5L Gr. X-60 3 Layer PE Double random (approx. Mtr. 100 Coating 11.5 to 12.5 mtr.) & Bevel End

1.6 300 7.1 / 7.9 API 5L Gr. X-60 3 Layer PE Double random (approx. Mtr. 100 Coating 11.5 to 12.5 mtr.) & Bevel End

Note : This item rate is applicable for complete work of laying the underground pipeline 1) For 18" Pipeline - Section - I from Insulating Joint after SL/R of Despatch Terminal at ODJP toKJP (18" x 19.3 km) & - Section - II from Insulating Joint after SL/R of Despatch Terminal at ODJP toKCJP (18" x 10.3 km) including installation of aboveground insulating joint and station approachpipeline.2) For 16" / 14" Pipeline from Hot-tapping point (on 14” existing underground MP pipeline) toexisting receiving terminal at Tatipaka. 3) For 12" Pipeline from Hot-tapping point (on 18” existing underground pipeline) to receivingterminal at ODJP.

2.0 SELECT SOIL FOR BACKFILLINGExtra over and above item 1.0 if required for supply of specified and approved quality of backfillmaterial as per specification including supply of graded sand/ rock/ other types of soil in place ofavailable excavated material and/ or other suitable soil, including transportation of such special backfillmaterial over all distances, complete.

M3 50

3.0 CONCRETE SADDLE WEIGHTS

Unit rate for additional works over and above item no. 1.0 for supply of all consumables and materialsincluding supply of 3mm, HDPE sheets, fabrication and installation of concrete saddle weights onpipeline and performing all works as per specifications, drawings, and instructions of Engineer-in-charge and other provisions of the Contract document.- Size of Pipe 450mm OD Nos. 25

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 44: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 5 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

4.0 BANK & BED STABILIZATIONUnit rate for additional works over and above item no. 1.0 for supply, fabrication and installation forprotection and stabilisation of banks by using gravels, boulders encased in gabion boxes as perspecification,standard details[refer standards drg nos.MEC/05/11/Std-015 & 016] including excavationof overburden, backfilled earth, removal/ strengthening of temporary anti-scouring/ buoyancymeasures,removal of shuttering/ strutting water crossings including supply of all materials, equipment,consumables, manpower and performing all works as per drawings, specifications & instructions ofEngineer-in-charge and provisions of Contract document.

m2 of bank

stabilised

50

5.0 WATERBODY CROSSING (by HDD Method)Complete work of the water crossings (between the limits as defined in approved drawing) byHorizontal Directional Drilling (HDD) method including "Receiving and taking over" owner suppliedthree layer PE coated line pipes from owner's designated places of issue/ dump site(s) andtransportation to Contractor's stock yard/ work shop/ worksite including all handling, loading,unloading, aligning etc. supply of all Contractor supplied material including required length of CSconduit of size 150mm NB, 6.4mm thick. of API - 5L Gr. B or equivalent ERW Pipe duly coaltar epoxycoated of minimum 300 micron for OFC laying works site(s), manpower, equipments, other resourcesand acquiring the required land for storage, fabrication, access for Contractor etc. and execution of,but not limited to, following works in accordance with specifications scope of work and instructions ofEngineer-in-charge and as per all provision of Contract Document.

- In-situ pre-construction survey including auger bore(s) of minimum 150 dia. x 6 M depth [in the middlethird of waterway; at least 1 in each waterbody and at interval of 50M centres and 2 Nos. of bore holesupto 150 dia. x 4 m depth out side bank of each side of water bodies] to establish bed strata,its borelog by soil testing; obtaining historical data/ scour depth from concerned authority from partical sizeanalysis by ascertaining under neath soil & strata, necessary cover required over the carrier pipelinefrom lowest bed level of the stipulated water crossing including design & calculation and detailengineering 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 the execution of work.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 45: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 6 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

- Drilling to the required depth on the banks and bed including maintenance of drill hole in all types ofstrata, all depth to accommodate the pipeline and CS conduit for OFC laying at all conditions of thewater crossings by HDD methods for providing with minimum cover either(i) 1.5m below the scour profile/ duly approved/ accepted by concerned authority.or (ii) 2.5m to 5.0m from the lowest bed as required by concerned authority or site & technicalrequirement.and(iii) In addition to point (i) & (ii), In case of multiple combined X-ing i.e. canal alongwith road/ drain,minimum cover requirement as per specification/ concerned authority for each type of x-ing has alsoto fulfilled.

- Laying of the pipeline by the approved HDD method across the water crossing including, stringspreparation of pipes, welding, testing, radiography, welding repair and retest, coating of field joints withspecial type Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating with special PERP-80 repair patch or equivalent material as per specification, pre-hydrotest of complete strings made forcrossing etc.

- Backfilling of the ditch/ trench including restoration and clean-up of area etc. to the satisfaction ofEngineer-in-charge/ Concerned Authority.

- Post installation hydrotest dewatering and tie-in with pipeline at either banks etc.- All other works including pigging, cleaning, final hydrotesting etc. alongwith mainline works (as

mentioned in clause no. 1.0 above) required as per specifications, codes, approved drawings,calculations, methods and as directed by Engineer-in-charge.

5.1 Detail of Coringa Canal Crossing alongwith Road at minimum cover mentioned as above at chainage49.520 km of existing pipeline (Ref. As-Built, Alignment Sheet & X-ing Detail Drawing No.GAIL/VEC/KCP-KKP.JnPoint/CD/07)

5.2.1 Crossing of Coringa Channel alongwith Road for carrier pipeline of size 450 NB x 10.3mm thk. of API5L Grade X-70 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERWPipe for HDPE ducts for OFC

Lumpsum 1

5.2 Detail of Tolyabaga Drain Crossing at minimum cover mentioned as above at chainage 55.6 km ofexisting pipeline (Ref. As-Built, Alignment Sheet & X-ing Detail Drawing No. GAIL/VEC/KCP-KKP.JnPoint/CD/12)

5.2.1 Crossing of Tolyabaga Drain Crossing for carrier pipeline of size 450 NB x 10.3mm thk. of API 5LGrade X-70 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW Pipefor HDPE ducts for OFC

Lumpsum 1

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 46: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 7 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

5.3 Detail of Adadani River Crossing at minimum cover mentioned as above at chainage 62.8 km ofexisting pipeline (Ref. As-Built, Alignment Sheet & X-ing Detail Drawing No. GAIL/VEC/KCP-KKP.JnPoint/CD/09)

5.3.1 Crossing of Canal Crossing alongwith Road for carrier pipeline of size 450 NB x 10.3mm thk. of API5L Grade X-70 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERWPipe for HDPE ducts for OFC

Lumpsum 1

5.4 Detail of Kakinada - Samalkot Drain alongwith road Crossing at minimum cover mentioned as aboveat chainage 67.47 km of existing pipeline (Ref. As-Built, Alignment Sheet & X-ing Detail Drawing No.GAIL/VEC/KCP-KKP.JnPoint/CD/19)

5.4.1 Crossing of Andrangi Drain for carrier pipeline of size 450 NB x 10.3mm thk. of API 5L Grade X-70and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. B or equivalent ERW Pipe for HDPEducts for OFC

Lumpsum 1

5.5 Detail of Samalkot Canal Crossing alongwith Kakinada - Samalkot Highway Road at minimum covermentioned as above at chainage 74.260 km of existing pipeline (Ref. As-Built, Alignment Sheet & X-ing Detail Drawing No. GAIL/VEC/KCP-KKP.JnPoint/CD/16)

5.5.1 Crossing of Samalkot Canal Crossing alongwith Kakinada - Samalkot Road Crossing for carrierpipeline of size 450 NB x 10.3mm thk. of API 5L Grade X-70 and CS conduit of size 150 NB X 6.4 mmthick. of API - 5L Gr. B or equivalent ERW Pipe for HDPE ducts for OFC

Lumpsum 1

Note: (i) Crossings indicated in As-built alignment sheet and crossing detail drawing enclosed with thetender document are tentative. Crossing width may vary as per site condition. Tenderer are advisedto visit the site for actual assessment of extent of crossing and to access the maximum extent ofcover which may have to be provided. Actual string length for HDD shall be as per design calculationsso that pipe is not under stress as permitted by codes/ specifications. Final length of string shall bedecided after decision of minimum cover requirement by concerned Authority/ Engineer-in-charge.

(ii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit laid byHDD method are inclusive in the above item rate and no separate payment shall be made under otherclause mentioned elsewhere. (iii) The Contractor has to quote lumpsump for each X-ing alongwith 6" CS conduit. No any extrapayment shall be made against this item. It is sole descretion of the Contractor to do HDD crossing ofmainline 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 OFClaying at minimum 4m distance apart from centreline of HDD of mainline either side. No separatepayment for HDD for 6" CS conduit shall be paid.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 47: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 8 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

(iv) Crossing methodology for above mentioned canals may change during execution stage dependingupon site condition & requirements. It shall be sole-discretion of Engineer-in-charge to decide thecrossing methodology either by HDD or open cut by conventional method as described in SCC,particular job specification and other respective technical specification. Final decision of Engineer-in-charge shall be binding to the Bidder.(v) In case of change in crossing methodology from HDD to open cut by conventional method usingcontinuous concrete weight coating application on carrier pipeline, then general description for thestipulated crossing shall be followed as per SOR Sl.No. 6.0. The payment shall be made on runningmeter basis of as per SOR Item No. 6.0.

6.0 WATER CROSSING NALLAH/ DRAIN/ IRRIGATION CHANNEL (BY OPEN CUT CONVENTIONALMETHOD)Complete work of the water crossings (between the limits as defined in approved drawing) including"Receiving and taking over" owner supplied corrosion coated line pipes from owner's designatedplaces of issue/ dump site(s) and transportation to Contractor's stock yard/ work shop/ worksiteincluding all handling, loading, unloading, etc. supply of all Contractor supplied material to worksite(s),manpower, other resources and acquiring the required land for storage, fabrication, access forContractor etc. and execution of, but not limited to, following works in accordance with specificationsand instructions of Engineer-in-charge and as per all provision of Contract Document.

- In-situ pre-construction survey including auger bore(s) minimum 6.0 depth [in the middle third ofwaterway; at least 1 in each waterbody and at interval of 50M centres] to establish bed strata,its borelog by soil testing; obtaining either scour depth from concerned authority, necessary cover requiredover the carrier pipeline from lowest bed level of the stipulated water crossing to be obtained fromconcerned authority including design & detail engineering and making of crossing drawing for gettingtheir approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC for watercrossings as well as utility crossings (if any) encountered during water crossing prior to start theexecution 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.

- Trenching to the required depth on the banks and bed including maintenance of trench in all types ofstrata, all depth to a width to accommodate the pipeline at all conditions of the water crossings byvarious methods for providing with minimum cover over top of the pipe at all point across themaximum possible width of water bed (as per drawing) either 1.5 mtrs. below the predicted scourprofile expected during the life time of the pipeline or 2.5 mtrs. below the available lowest firm bed (ifscour profile/ depth not available) of the water crossing by ascertaining bed level upto 50 mtrs. boththe side from crossing location or the actual depth as decided by concerned Authority/ Engineer-in-charge whichever is more.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 48: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 9 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

- Strings preparation of pipes, welding, testing, radiography, welding repair and retest, coating of fieldjoints with Heat Shrink Sleeve or equivalent and repair of pipeline coating with repair patch orequivalent material as per specification, pre-hydrotest of complete strings made for crossing etc.

- Final strings preparation of pipes with 80mm thick continuous concrete weight coating upto approvedlength as per approved drawing & specification [only with guniting concrete in lowered position]or asdecided by Engineer-in-charge depending on site condition, repair of coating damages, concretecoating of field joints, etc. as per respective technical specification.

- Laying of the pipeline by the approved crossing method across the water crossing in the approvedtrench.

- Backfilling of the trench including supply and padding by select backfill as required: stabilisation ofexcavated banks using embankment mattresses as per drawings/ specifications including supply ofnecessary materials getting NOC from concerned authority after bank protection, restoration ofdisturbed area and clean-up etc.

- Post 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.

6.1 Canal/ Drain/ Nallah/ Irrigation Channel wherever required at minimum cover mentioned as above.

6.1.1 Crossing of Canal/ Drain/ Nallah/ Irrigation Channel for carrier pipeline of size 450 NB x 8.7mm/10.3mm thk. of API 5L Grade X-70 and CS conduit of size 150 NB X 6.4 mm thick. of API - 5L Gr. Bor equivalent ERW Pipe for HDPE duct and OFC

Meter 140

Note: (i) The width indicated is not for any single crossings. This shall be as per requirement at sitefor crossing at different locations.(i) Final length of string & cover from top of pipe for each crossing shall be decided by concernedAuthority/ Engineer-in-charge.(iii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit stringmade for crossing laid by open cut conventional method are inclusive in the above item rate and noseparate 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 forBed & Bank Stabilisation as per standards MEC/05/11/Std-015 & 016 shall be executed at no extracost.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 49: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 10 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

7.0 ROAD CROSSING BY HDD

Complete work of the road crossing (between the limits are defined as approved drawings) by HDDmethod including "Receiving and taking over" owner supplied three layer PE coated line pipes fromOwner's designated place to issue/ dump site(s) and transportation to Contractor's stock yard/ workshop/ work site including all handling loading, unloading, aligning etc. supply of all Contractor suppliedmaterial including required length of CS conduit for OFC laying of size 150mm NB; 6.4mm thk. of API5L Gr. B or equivalent ERW pipe to work site(s), manpower, equipment, other resources and aquiringthe required land for storage, fabrication inclduing string preparation of pipes, welding, welding repair,radiography, coating of field joints with special type Heat Shrink Sleeve and repair of pipeline coatingwith special repair patch materials as per Specification, pre-testing etc. of complete string made forcrossing access for Contractor etc. and execution of, but not limited to, following works in accordancewith specifications and instruction of Engineer-in-charge and as per all provision of ContractDocument.

Pre-construction survey based on site visit, collection of data (if required) from concerned Authorityincluding design and detail engineering and making of crossing drawings for getting their approvalfrom concerned Authority/ Engineer-in-charge, getting work permit/ NOC for road crossing as well asutility crossings (if any) encountered during road crossing prior to start the execution of work.

Drilling to required depth from top of road including maintenance of drill hole in all types of strata, alldepth to accommodate the pipeline and CS conduit for OFC laying at all conditions encounteredduring rail/ 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.

Backfilling of the ditch/ trench including restoration and cleanup of area and all other works includingpigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in clause no. 1.0above) required as per specification, approved drawings, calculations, methods and to the satisfactionof Engineer-in-charge and/ or as directed by concerned Authority.

7.1 Details of Road Crossing7.1.1 Type of Crossing At Approx. Chainage of 44.6 km (as per As-Built

Alignment Sheet & X-ing Detail Drawing No. GAIL/VEC/KCP-KKP.JnPoint/CD/01)Road (Draksharam - Yanam) Lumpsum 1(Size of carrier line pipe - 450mm NB & wall thk. - 10.3mm) &(Size of CS conduit - 150mm NB & wall thk. - 6.4mm)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 50: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 11 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

7.1.2 Type of Crossing At Approx. Chainage of 47.5 km (as per As-Built Alignment Sheet & X-ing Detail Drawing No. GAIL/VEC/KCP-KKP.JnPoint/CD/05)Road (Kakinada - Budalacheruru alongwith Channel Lumpsum 1(Size of carrier line pipe - 450mm NB & wall thk. - 10.3mm) &(Size of CS conduit - 150mm NB & wall thk. - 6.4mm)

Note: (i) Width of above crossings indicated are tentative. Crossing width may vary as per sitecondition. Tenderer are advised to visit site for actual assessment of extent of crossing. Actual stringlength for HDD shall be as per design calculations so that pipe is not under stress as permitted bycodes/ specifications. However final length of string & cover from top of pipe shall be decided byconcerned Authority/ Engineer-in-charge.(ii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit made forcrossing laid by HDD method are inclusive in the above item rate and no separate payment shall bemade under other clause mentioned elsewhere. (iii) The Contractor has to quote lumpsump for each X-ing alongwith 6" CS conduit. No any extrapayment shall be made against this item. It is sole descretion of the Contractor to do HDD crossing ofmainline 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 OFClaying at minimum 4m distance apart from centreline of HDD of mainline either side. No separatepayment for HDD for 6" CS conduit shall be paid.

8.0 MAJOR RAIL (CASED) / ROAD CROSSING (CASED)

8.1 Crossing with Casing Pipe by Boring

8.1.1 Road Crossing with Casing Pipe by BoringComplete work of the road crossing (between the limits as defined in approved drawings) excludingsupply of casing pipe bare/ coated of size 610mm OD x min. 7.92mm thk. (for 18" NB Pipeline) &150mm x 6.4mm thk. (for HDPE Duct/ OFC) confirming to API 5L Gr. B or equivalent pipe includinghandling, loading, transportation, unloading to Contractor's own stock yard/ work site.

Pre-construction survey and making of crossing drawing based on site visit and getting their approvalfrom concerned Authority/ Engineer-in-charge prior to start the execution of work.

Installation of casing pipe by jacking/ boring/ for road crossings including open cut for adjacent serviceroad, canal, minor nature of water channel, utility line crossing etc. (if any) wherever required for alldepth in all type of soils and terrrain for carrier pipe insertion and for OFC/ HDPE duct. All otherContractor supplied materials like casing insulators, Zinc Ribbon Anodes and casing end seals as perenclosed specification/ drawings materials for casing vents and drain assembly etc. including supplyof all other materials, equipments, consumables, manpower, welding including visual inspection of allweld joints.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 51: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 12 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Preparation of required length of carrier pipeline welded string including all other works as mentionedin clause no. 1.0 above and as per specification/ drawings. Pulling of OFC/ HDPE duct through CSconduit & insertion of carrier pipe in casing pipe after above ground pretesting at specified testpressure including installation of casing insulators and Zn ribbon anode as per approved designcalculation, specification/ drawings. Insatllation of vent and drain assembly, fixing of end seals,backfilling and restoration as original of the facilities crossed and performing all other works includingpigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in clause no. 1.0above) and 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 facilitiescrossed.

I) Type of Crossing - Road

a) By Pipe Jacking with auger Boring of Casing Pipe - 610mm OD, 7.92mm wall thk. (for 18" NBpipeline)

M 36

b) By Open Cut of Casing Pipe - 610mm OD, 7.92mm wall thk. (for 18" NB pipeline) M 12

c) By Pipe Jacking with auger Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & theirconduit)

M 36

d) By Open Cut of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 12

e) Supply of Casing Pipe - 610mm OD, 7.92mm wall thk. API 5L Gr. B or equivalent (for 18" NB pipeline) M 48

f) Supply of CS Conduit 150mm NB, 6.4mm wall thk. API 5L Gr. B or equivalent (for OFC & theirconduit)

M 48

Note: (i) Width of the above crossings indicated are tentative and is total for both crossing. Actuallength & cover from top of casing pipe string may vary depending upon site conditions, crossingmethods, approved drawings etc. and/ or decided by concerned Authority/ Engineer-in-charge.(ii) Exact centreline location of boring of 6" NB CS conduit for HDPE Ducts / OFC as a casing pipeshall be minimum 4.0m either side based on as installed centreline dimension of carrier pipe insidecasing pipe at all cased crossing. The cover to top of casing pipe for HDPE Ducts / OFC shall besame as cover to top of the pipeline/ casing pipe as applicable.(iii) Payment for the length of final tied-in carrier pipeline string with mainline laid by insertion in casingpipe and length of CS conduit string made for crossing are inclusive in this above item rate. Noseparate payment shall be made under other clause mentioned elsewere.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 52: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 13 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

8.1.2 Rail Crossing with Casing Pipe by BoringComplete work of the rail crossing (between the limits as defined in approved drawings) excludingsupply of casing pipe bare/ coated of size 610mm OD x min. 7.92mm thk. (for 18" NB Pipeline) &150mm x 6.4mm thk. (for OFC/ HDPE duct) confirming to API 5L Gr. B or equivalent pipe includinghandling, loading, transportation, unloading to Contractor's own stock yard/ work site. Pre-construction survey and making of crossing drawing based on site visit and getting their approvalfrom concerned Authority/ Engineer-in-charge prior to start the execution of work. Installation of casing pipe by jacking/ boring/ for road crossings including open cut for adjacent serviceroad, canal, minor nature of water channel, utility line crossing etc. (if any) wherever required for alldepth in all type of soils and terrrain for carrier pipe insertion and for OFC/ HDPE duct. All otherContractor supplied materials like casing insulators, Zinc Ribbon Anodes and casing end seals as perenclosed specification/ drawings materials for casing vents and drain assembly etc. including supplyof all other materials, equipments, consumables, manpower, welding including visual inspection of allweld joints.Preparation of required length of carrier pipeline welded string including all other works as mentionedin clause no. 1.0 above and as per specification/ drawings. Pulling of OFC/ HDPE duct through CSconduit & insertion of carrier pipe in casing pipe after above ground pretesting at specified testpressure including installation of casing insulators and Zn ribbon anode as per approved designcalculation, specification/ drawings. Insatllation of vent and drain assembly, fixing of end seals,backfilling and restoration as original of the facilities crossed and performing all other works includingpigging, cleaning, final hydrotesting etc. alongwith mainline works (as mentioned in clause no. 1.0above) and 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 facilitiescrossed.

I) Type of Crossing - Railway alongwith Road/ Canal at Chainage of existing Pipeline at - 54980Mtrs (approx.)

a) By Pipe Jacking with auger Boring of Casing Pipe - 610mm OD, 7.92mm wall thk. (for 18" NBpipeline)

M 36

b) By Open Cut of Casing Pipe - 610mm OD, 7.92mm wall thk. (for 18" NB pipeline) M 12

c) By Pipe Jacking with auger Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & theirconduit)

M 36

d) By Open Cut of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 12

e) Supply of Casing Pipe - 610mm OD, 7.92mm wall thk. API 5L Gr. B or equivalent (for 18" NB pipeline) M 48

f) Supply of CS Conduit 150mm NB, 6.4mm wall thk. API 5L Gr. B or equivalent (for OFC & theirconduit)

M 48

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 53: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 14 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

II) Type of Crossing - Railway alongwith Road/ Canal at Chainage of existing Pipeline 74530 Mtrs.(approx.)

a) By Pipe Jacking with auger Boring of Casing Pipe - 610mm OD, 7.92mm wall thk. (for 18" NBpipeline)

M 36

b) By Open Cut of Casing Pipe - 610mm OD, 7.92mm wall thk. (for 18" NB pipeline) M 12

c) By Pipe Jacking with auger Boring of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & theirconduit)

M 36

d) By Open Cut of CS Conduit 150mm NB, 6.4mm wall thk. (for OFC & their conduit) M 12

e) Supply of Casing Pipe - 610mm OD, 7.92mm wall thk. API 5L Gr. B or equivalent (for 18" NB pipeline) M 48

f) Supply of CS Conduit 150mm NB, 6.4mm wall thk. API 5L Gr. B or equivalent (for OFC & theirconduit)

M 48

Note: (i) Width of the above crossings indicated are tentative and is total for both crossing. Actuallength & cover from top of casing pipe string may vary depending upon site conditions, crossingmethods, approved drawings etc. and/ or decided by concerned Authority/ Engineer-in-charge.(ii) Exact centreline location of boring of 6" NB CS conduit as a casing pipe shall be minimum 4.0meither side based on as installed centreline dimension of carrier pipe inside casing pipe at all casedcrossing. The cover to top of casing pipe for OFC & their conduit shall be same as cover to top of thepipeline/ casing pipe as applicable.(iii) Payment for the length of final tied-in carrier pipeline string with mainline laid by insertion in casingpipe and length of CS conduit string made for crossing are inclusive in this above item rate. Noseparate payment shall be made under other clause mentioned elsewere.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 54: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 15 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

9.0 ANY OTHER CROSSINGS BY HDD METHODComplete work of the water crossings (between the limits as defined in approved drawing) byHorizontal Directional Drilling (HDD) method including "Receiving and taking over" owner suppliedthree layer PE coated line pipes from owner's designated places of issue/ dump site(s) andtransportation to Contractor's stock yard/ work shop/ worksite including all handling, loading,unloading, aligning etc. supply of all Contractor supplied material including required length of CSconduit of size 150mm NB, 6.4mm thick. of API - 5L Gr. B or equivalent ERW Pipe duly coaltar epoxycoated of minimum 300 micron for OFC laying works site(s)manpower, equipments, other resourcesand acquiring the required land for storage, fabrication, access for Contractor etc. and execution of,but not limited to, following works in accordance with specifications scope of work and instructions ofEngineer-in-charge and as per all provision of Contract Document.

- Pre-construction surveys based on site visit, collection of historical data from irrigation/ concerneddepartment including design & calculation and detail engineering and making of crossing drawing forgetting their approval from concerned Authority/ Engineer-in-charge, getting work permit/ NOC forwater crossings/ road crossings as well as utility crossings (if any) encountered during crossing priorto start the execution of work.

- In case of water crossing, drilling to the required depth on the banks and bed including maintenanceof drill hole in all types of strata, all depth to accommodate the pipeline and CS conduit for OFC layingat all conditions of the water crossings by HDD methods for providing with minimum cover over top ofthe 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 theavailable lowest firm bed (if scour profile/ depth not available) of the water crossing by ascertainingbed level upto 50 mtrs. both the side from crossing location or the actual depth as decided byconcerned Authority/ Engineer-in-charge whichever is more.

- Laying of the pipeline by the approved HDD method across the crossing including, strings preparationof pipes, welding, testing, radiography, welding repair and retest, coating of field joints with specialtype Dirax Heat Shrink Sleeve or equivalent and repair of pipeline coating with special PERP-80 repairpatch or equivalent material as per specification, pre-hydrotest of complete strings made for crossingetc.

- Backfilling of the ditch/ trench including restoration and clean-up of area etc. to the satisfaction ofEngineer-in-charge/ Concerned Authority.

- Post installation hydrotest dewatering and tie-in with pipeline at either banks etc.

- All other works including pigging, cleaning, final hydrotesting etc. alongwith mainline works (asmentioned in clause no. 1.0 above) required as per specifications, codes, approved drawings,calculations, methods and as directed by Engineer-in-charge.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 55: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 16 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

9.1 Crossing of other water/ road/ canal/ nallah/ drain/ channel crossings by carrier pipeline of size 450NB x 10.3mm thk. of API 5L Grade X-70 and CS conduit of 6" NB x 6.4mm thick. of API 5L Gr. B orequivalent ERW Pipe for OFC

Mtrs. 100

Note: (i) Crossing width may vary as per site condition. Actual string length for HDD shall vary as perdesign calculations so that pipe is not under stress as permitted by codes/ specifications. Howeverfinal length of string & cover from top of pipe shall be decided by concerned Authority/ Engineer-in-charge.(ii) Payment for the length of final tied-in carrier pipeline string with mainline and CS conduit made forcrossing laid by HDD method are inclusive in the above item rate and no separate payment shall bemade under other clause mentioned elsewhere. (iii) Width of above crossings indicated are tentative. The width indicated are not for any singlecrossings. This shall be as per requirement at site for crossing at different locations.

10.0 PERMANENT MARKERSSupply, fabrication and installation of following types of permanent markers along the route includingall associated civil works such as excavation in all types of soil, construction of pedestals and groutingwith 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 andperforming all works as per drawings, specifications and instructions of Engineer-in-charge.

10.1 Pipeline Warning Signs No. 70

10.2 Right-of-way boundary markers No. 248

10.3 Kilometer Posts No. 30

10.4 Direction Markers No. 18

10.5 Aerial Markers No. 6

Note : Final quantities of Marker may vary. This may be confirmed by EIC before fabrication.

11.0 REPAIR OF DEFECTS IN LINE PIPE AND PIPE COATING (ATTRIBUTABLE TO OWNER)Repair of Owner supplied line pipe and external corrosion coating of all thicknesses noted at the timeof taking delivery by Contractor, including performing all works as per specifications and directions ofEngineer-in-charge.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 56: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 17 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

11.1 Repair of coating defects in 3-Layer PE Coating Line PipeRepair of Holiday in CoatingSupply of all coating repair materials as per specification to be compatible with line pipe coatingmaterial and as per the requirements of the relevant specifications, supply of all consumables, utilities,equipment, and all manpower required, pipe cleaning and surface preparation repairing of coatingdefects (resulting in holiday in coating) and testing including all handling, transportation, etc. for linepipes, performing all works necessary for the completion of the works strictly in accordance with therelevant specification and instructions of Engineer-in-charge. This rate shall be applicable per sq.cmof the exposed steel area.

cm2 1000

11.2 Repair of Defects in Pipesi) Cutting and rebevelling (dents / damage in bevels exceeding 3mm in depth) No. 20

ii) Jack out (dents in bevels ranging between 1mm and 3mm in depth) No. 20

12.0 LEAKS/ BURSTS (Attributable to Owner)12.1 Major Leak/ Bursts which can be located by visual observation. All works for locating & detection

of leak/ burst (occurred during hydrostatic testing) including necessary repairing/ replacing defectivepipe 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 weldedjoints, 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 perdrawings, specifications enclosed with the tender/ contract document and directions of Engineer-in-charge

i) For pipeline size 450mm NB Each 1

ii) For pipeline size 400mm NB Each 1

iii) For pipeline size 350mm NB Each 1

iii) For pipeline size 300mm NB Each 1

Note: (1) This rate is applicable for manufacturing defects in Owner supplied material only.(2) Leak detection, its rectification and successfully re-hydrotesting shall be carried out as perapproved procedure by Contractor with a view that completion of all activity for successfulhydrotesting is not inordinalely extended which will hamper the overall project schedule.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 57: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 18 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

13.0 PRE-COMMISSIONING, COMMISSIONING ASSISTANCE & CALIPER PIGGING (ELECTRONICGEO-METRY PIGGING) FOR ENTIRE UNDERGROUND PIPELINE LENGTH 18" X 30.1 KMAPPROX.

- Swabbing of the entire pipeline section from tap-off cum despatch terminal at ODJP to ReceivingTerminal at Kakinada Junction Point and K. Cheruvu Junction Point and the associated facilities beinginstalled to the specified acceptance criteria, carrying out pre-commissioning works, providingassistance during the complete duration of commissioning operations for entire pipeline and makingthe entire pipeline system ready for commissioning including supply of all equipment, man-power,consumables (including pigs and nitrogen required for maintaining nitrogen column of minimum 5% ofpipeline volume) materials for all temporary works and performing all associated works, complete asper the relevant specifications, other provisions of Contract document and instructions of Engineer-in-charge.

- Carrying out caliper pigging of entire pipeline from tap-off cum despatch terminal at ODJP toReceiving Terminal at Kakinada Junction Point including supply of all pigs, equipment, instruments,manpower, consumables calibration of magnetic & caliper tools at works and site, submission ofreports etc. as per specification and as per instruction of Engineer-in-charge.

13.1 Section I - Despatch terminal at Oduru Junction Point (ODJJ) to Kakinada Junction Point (KJP) (18" x 19.3 km approximately)

Lumpsum 1

13.2 Section II - Despatch terminal at Oduru Junction Point (ODJJ) to K-Cheruvu Junction Point (KCJP)(18" x 10.3 km approximately)

Lumpsum 1

14.0 LONG RADIUS BENDSSupply of Long Radius Bends (R = 6D) for 18" dia.pipe, thickness 10.3 mm as per T.S. (No.MEC/TS/05/62/015) & Data Sheet No. MEC/23J8Part/05/21/M/001/DS-015-01 enclosed in TenderDocument.

a) 90° Nos. 6

b) 45° Nos. 20

Note : The quantities of LR Bends may vary. For final quantity, approval shall be taken by EIC beforeorder.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 58: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 19 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

15.0 HOT TAPPING WORKS Arranging the approved specialised agency such as M/s TDW/ IPSCO alongwith hot tapping machinewith all its accessories, cuting tool etc. for hot tapping works, obtaining all permissions/ clearances/permits from Owner/ concerned authorities, submitting all procedures for approval & obtainingapproval thereon prior to start of works, carrying out hot tapping works including installation of split tee& full bore ball valve with support on existing pipeline of 18" & 14", supply of all materials (excluding only full bore ball valve which is being supplied as Free issue), split tees (Supply as per TS no.MEC/TS/05/62/011A,R1 and Data Sheets Nos. MEC/23J8(PART-C)/05/21/M/001/DS-011A-01 & DS-011A-02), consumables for welding & testing requirements, tools, tackles, skilled and unskilled manpower,safety and fire fighting system etc. hydrotesting the installed fitting, carryingout radiography & all NDT,providing valve pit at tap-off point as per drawing, carrying out all works as per the requirements ofspecification, other provisions of contract document and instructions of Engineer-in-charge. Finalrestoration of area to its original to the entire satisfaction of Engineer-in-charge.Note: All works associated with installation of valve pit and fencing including supply of all materials &manpower as detailed in piping drawings shall be paid as per rates covered elsewhere in the tenderdocument and shall not be included in the lumpsum price quoted herein.Run Pipe NB (Inches) x Branch Pipe NB (Inches)

15.1 18" x 12" (with Split Tee) No. 1

15.2 14" x 14" (with Split Tee) No. 1

16.0 FLOW TEESupply of Flow Tee as per T.S. (No. MEC/TS/05/62/011) & Data Sheet No.MEC/23JV/05/21/M/001/DS-01 enclosed in Tender Document.

16.1 18" x 18" x 18" Nos. 5

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 59: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 20 of 20

1 MAINLINE WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

17.0 VALVE PITSAll civil works including supply of all materials, excavation of pit, piping supports including all PCC,RCC and brick works for valves pits including pedestals with insert plates as required sealing of pipeat valve pits, providing cover,sand filling etc. and finishing , clean-up and restoration of site, filling andgrading of area around valve station for avoiding any local flooding of area, as per typical drawingenclosed and instructions of Engineer-in-charge.

a) Valve Pit of Size (3m x 2m x 2m) No. 1

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure : (ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes

& duties)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mainline SOR.No. 05/21/23J8(Part-C-RIL)/SOR-01, Rev-1 (Part-I)

Page 60: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

SCHEDULE OF RATESFOR

2) CATHODIC PROTECTION WORKS[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-02, Rev-1 (Part-I)]

Page 61: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 4

2 CP WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words1.0 CATHODIC PROTECTION SYSTEM

Design, detailed engineering, supply, installation, testing and commissioning of the complete TCP &PCP cathodic protection system to protect the external surface of 18” NB X 19.3 km (approx.) long &18”NB x 10.3 km (approx.) long, 3LPE Coated steel pipeline from Oduru Junction Point to Kakinada &KCJP against corrosion, 14" / 16" NB x 100 m (approx.) long & 12" NB x 100 m (approx.) 3LPECoated steel pipeline from Hot-tapping Point to Existing receiving terminal at Tatipaka & Hot-tappingpoint to ODJP Terminal against corrosion. Scope shall also include, but not limited to the following forcompletion of jobs:-

LumpSum LumpSum

- Measurement of soil resistivity along the right of way of the pipelines route as per specification fordesign & installation of anodes.

- Collection of additional data related to cathodic protection along the right of way of pipelines as perspecifications

- Supply, laying and testing of 600/1100V grade single core, stranded tinned copper conductor cables,XLPE insulated/ PVC sheathed, armoured as per IS of following sizes The work shall includeexcavation for cable trenching at min. 1.0 to 1.2m below GL in all types of soil including rock,backfilling of cable in trenches as per drawings & specification, termination of cables inside theexisting (if available) as well as new test station alongwith lug, ferrules, sealing of cable at entry spacein test station, supply of all tools, tackles, consumables etc. for completion of work, in all respect asper approved drawing, specification & direction of Engineer-in-charge.

- 35mm2

- 25mm2

- 10mm2

- 6mm2

- Making cable to new proposed pipe connections by thermit welding for following cables, includingexcavation for exposing pipe, removal of coating/ wrapping, thermit welding, recoating of the area ofweld by epoxy filling, holiday testing, backfilling, supply of all tool, tackles, consumables thermit weldkits & labour for satisfactory completion of work in all respect as per approved drawing, specification &direction of Engineer-in-charge.

- 6mm2 Cables

- 10mm2 Cables

- 25mm2 Cables

- 35mm2 Cables

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add CP SOR.No. 05/21/23J8(Part-C-RIL)/SOR-02, Rev-1 (Part-I)

Page 62: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 4

2 CP WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

- Making cable to existing charged pipe conductions by pin-brazing for following cables includingexcavation for exposing pipe, removal of coating/ wrapping, brazing, re-coating of the areas of weld byepoxy filling, holiday testing, backfilling, supply of all tool, tackles, consumables, brazing kits & labourfor satisfactory completion of work in all respect as per approved drawing, specification & direction ofEngineer-in-charge.

- 25mm2 Cables

- 35mm2 Cables

- Supply & installation of Test stations as per enclosed drawings, technical specification & approved CPschematic drawing. Work shall include all related civil works including foundation, supply of allmaterials, consumables, tools, tackles etc. for satisfactory completion of work and as per direction ofEngineer-in-charge.

- Supply, installation, testing and commissioning of sacrificial Mg/Zn pre-packaged anodes with backfillas per enclosed drawing at a depth of 1.5 - 2.0m in all the type of soil including rock at approvedlocation alongwith 10m tail cable of 6mm2 unarmoured, high conductivity, tinned, standard copperconductor 650/ 1100V grade, XLPE insulated/ PCV sheathed. The work shall include all earth workanode to tail cable connection, laying of anode & cable in position & termination of cable inside thetest station with lug, shunt & variable resistors.

- Supply, installation, testing and commissioning of polarisation cell (krick cell) alongwith zinc anodesincluding test stations at HT line crossing locations(66 KV & above), complete in all respects as perapproved CP schematic drawing, technical specifications and direction of Engineer-in-charge.Therating shall depend upon anticipated fault current & ground bed resistance at the location ofinstallation. However, the rating of polarisation cell (krick) shall not be less than 5 KA & number of 20kg net weight zinc anode shall not be less than two

- Supply, installation, testing and commissioning of spark-gap arrestors with 2 plate Zinc grounding cellof 20 kg net weight each across each insulating joint as per approved drawing & specification.

- Supply & installation of Zinc Ribbon Anodes at 4-8 O’Clock position in the interval of 2 metre (max.)on carrier pipes at all cased crossings i.e. railways/ roads etc

- Supply & installation of cathodic junction box as per enclosed drawing, specification & approved CPschematic drawing. Work shall include all related civil works including foundations supply of allmaterials, consumables, tools, tackles etc. for satisfactory completion of work & as per direction ofEngineer-in-charge.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add CP SOR.No. 05/21/23J8(Part-C-RIL)/SOR-02, Rev-1 (Part-I)

Page 63: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 3 of 4

2 CP WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

- Commissioning of PCP System and “ON/ “OFF” PSP continous survey over the entire length ofproposed pipeline with current interrupter. The work include interference study & it's mitigationmeasures as per approved procedure.

2.0 INSTALLATION OF NEW TEST STATION WITH ASSOCIATED WORK FOR 18" EXISTINGPIPELINE

2.1 Supply and installation of New Test stations in place of damaged the station on existing pipeline asper enclosed drawings, technical specification. Work shall include all related civil works includingfoundation, supply of all materials, consumables, tools, tackles, removal of damaged test stations etc.for satisfactory completion of work and as per direction of Engineer-in-charge.

Nos. 20

2.2 Supply, laying and testing of 600/1100V grade single core, stranded tinned copper conductor cables,XLPE insulated/ PVC sheathed, armoured as per IS of following sizes required for New Test Station.The work shall include excavation for cable trenching at min. 1.0 to 1.2m below GL in all types of soilincluding rock, backfilling of cable in trenches as per drawings & specification, termination of cablesinside the existing new test station alongwith lug, ferrules, sealing of cable at entry space in teststation, supply of all tools, tackles, consumables etc. for completion of work, in all respect as perapproved drawing, specification & direction of Engineer-in-charge.

a) 35mm2 Mtrs. 20

b) 25mm2 Mtrs. 100

c) 10mm2 Mtrs. 100

d) 6mm2 Mtrs. 100

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add CP SOR.No. 05/21/23J8(Part-C-RIL)/SOR-02, Rev-1 (Part-I)

Page 64: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 4 of 4

2 CP WORKSSl. Descriptoin of Item Unit Qty. Curr- AmountNo. ency Figures Words

Unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

2.3 Making cable to existing charged pipe conductions by pin-brazing, if required, for following cablesincluding excavation for exposing pipe, removal of coating/ wrapping, brazing, re-coating of the areasof weld by epoxy filling, holiday testing, backfilling, supply of all tool, tackles, consumables, brazingkits & labour for satisfactory completion of work in all respect as per approved drawing, specification &direction of Engineer-in-charge.

a) 35mm2 Nos. 2

b) 25mm2 Nos. 25

c) 10mm2 Nos. 25

d) 6mm2 Nos. 25

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure : (ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive ofall applicable taxes & duties)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add CP SOR.No. 05/21/23J8(Part-C-RIL)/SOR-02, Rev-1 (Part-I)

Page 65: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

SCHEDULE OF RATESFOR

3 - (I) TERMINAL WORKS (PIPING AND MECHANICAL) [SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)]

Page 66: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 1 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

1.0 PLANT PIPING (above ground)

Transportation of all piping items from Owner's and/ or Contractor's storage point towork 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 allconsumables, equipment, manpower and other resources and execution of, but notlimited to, the following works in accordance with relevant specifications indicated inrelevant clause of SCC & scope of work indicated in SCC, drawings, specificationand instructions of Engineer-in-charge and as per all provisions of the CONTRACTDOCUMENT.

- Fabrication including cutting, edge preparation, inclusive of grinding the edges ofpipes, fittings, flanges etc. to match with the matching edges of uneven/differentthickness wherever required, welding, attachment of all pipe fittings like elbows,tees, reducers. Supply of nipples, coupling etc. as required for completion of job.

- Weldolets, sockolets, flanges, vent and drain point connection etc., includingproviding stub-in connections, fabricated fittings and reinforcement pads etc., asrequired.

- Erection including prior cleaning, lifting, placing on pipe sleepers and supports,overhead on racks, skids and at all elevations including installation and carrying outconnected activities for all types of valves including supply and fixing of gaskets,studs/ bolts, nuts wherever required for all sizes, levelling, aligning, joining offlanges, blind flanges, connecting with equipment, nozzles, strainers, tie-in withexisting piping/facilities, etc. tapping for inline instruments like pressure gauges,thermowells, sample connection, etc.

- Preparation of final bill of material based on piping GADs.

- Preparation of isometric and fabrication drawings.

- Carrying out Non-destructive testing as required except items mentioned in Sl. No.9.0 of SOR.

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 67: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 2 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

- Surface preparation before application of primer by means of sand blasting includingsupply of approved quality of sand, manpower, machineries, tools & tackles toachieve required roughness as per specification and as per instruction of Engineer-in-charge.

- Painting of entire system (including aboveground all pipes fittings, flanges andaccessories) as per specification MEC/S/05/62/07A suitable for highly corrosivearea environment including supply of approved paints and primers, application ofprimer and paints, indentification lettering/ numbering, colour coding, etc. asspecified including rub down & touch up of shop primer or scrapping of shop primerwherever required by COMPANY and providing scaffolding for all heights etc.

- Cleaning and flushing by water/ compressed air, testing of the systems includinghydrostatic, pneumatic and any other type of testing as specified, draining, drying bycompressed air/other methods approved by COMPANY.

- Precommissioning & making operational all piping system and equipments.

- Commissioning Contractor scope shall provide all necessary assistance in term ofsupply of man-power, equipment, tools and tackles required amount of nitrogen forpurging of entire terminal piping system including equipments etc. to the companyduring commissioning activities.

- Completion of all such work in all respects as per scope of work and as perdrawings, specifications and instructions of the COMPANY and keeping the systemready in all respects for further commissioning and start up.

- Hook-up works (with client/ consumer piping at battery limits):

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 68: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 3 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

1.1 Complete Carbon Steel Piping Work with painting including all fittings, flanges andsupply of all required gaskets, studs bolts & nuts etc. as described under item 1.0above API 5L, Gr. X-52 PSL-1, SAW, BE m 18" NB S40 160

API 5L, Gr. X-52 PSL-1, Seamless, BE m 14" NB XS 36

m 12" NB XS 60

m 10" NB S40 12

API 5L, Gr. B, Seamless / A106, Gr. B Seamless BE m 8" NB S60 12

m 6" NB S40 118

m 4" NB S40 12

m 3" NB S40 6

m 2" NB S80 56

A106, Gr. B Seamless PE m 1½" NB S80 18

m 1" NB S80 6

m ¾" NB S80 12

m ½" NB S80 6

Note: 1) 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 wallthickness. However, in case of misalignment, Contractor shall have to do endpreparation without any extra cost. 3) All coupling, nipples etc. as required shall be suplied by contractor but noseparate payments shall be made as it is covered under erection rate.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 69: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 4 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

2.0 SUPPLY OF ASSORTED PIPE, FITTINGS AND FLANGESComplete work of supply of pipes, flanges and fittings including all taxes, duties,transportation and inspection charges but not limited to, the following items inaccordance with relevant specifications indicated in clause 5.10 of SCC & scope ofwork indicated in SCC, drawings, specification and instructions of Engineer-in-charge and as per all provisions of the CONTRACT DOCUMENT.

- Handling including lifting, transportation from Contractor Stores to CONTRACTOR'sworkshop for fabrication and/ or to work site for field fabrication and erection for allpiping items supplied by Contractor.

2.1 CARBON STEEL PIPES API 5L, Gr. X-52 PSL-1, SAW, BE m 18" NB S40 160

API 5L, Gr. X-52 PSL-1, Seamless, BE m 14" NB XS 36

m 12" NB XS 60

m 10" NB S40 12

API 5L, Gr. B, Seamless / A106, Gr. B Seamless BE m 8" NB S60 12

m 6" NB S40 118

m 4" NB S40 12

m 3" NB S40 6

m 2" NB S80 56

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 70: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 5 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

A106, Gr. B Seamless PE m 1½" NB S80 18

m 1" NB S80 6

m ¾" NB S80 12

m ½" NB S80 6

2.2 FLANGESa) Weld Neck (B-16.5, A694 GR.F-52, 125 AARH) Nos. 18" RF 600# 26

Nos. 14" RF 600# 14

Nos. 12" RF 600# 34

Nos. 10" RF 600# 4

Nos. 10" RF 300# 2

Nos. 10" RF 150# 2

b) Weld Neck (B-16.5, A105, 125 AARH) Nos. 8"RF 600# 24

Nos. 8" RF 300# 2

Nos. 8" RF 150# 2

Nos. 6"RF 600# 40

Nos. 4" RF 600# 32

Nos. 2" RF 600# 68

Nos. 2" RF 150# 6

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 71: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 6 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

c) Socket Welded (B-16.5, A105, 125 AARH) Nos. 1½" RF 600# 23

Nos. 1" RF 600# 6

Nos. ½" RF 600# 14

d) Blind Flanges (B-16.5, A105, 125 AARH) Nos. 18" RF 600# 2

Nos. 12" RF 600# 1

Nos. 2" RF 600# 1

Nos. 1½" RF 600# 6

Nos. 1" RF 600# 4

Nos. ½" RF 600# 14

e) Spectacle Blind (API 590, A105) Nos. 18" RF 600# 12

Nos. 14" RF 600# 5

Nos. 12" RF 600# 12

Nos. 6"RF 600# 8

Nos. 4" RF 600# 8

Nos. 2" RF 600# 26

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 72: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 7 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

2.3 ELBOWa) 90° Elbow (MSS SP-75 Gr. WPHY-52,1.5D) Nos. 18" BW S40 4

Nos. 14" BW XS 4

Nos. 12" BW XS 4

Nos. 10" BW S40 6

b) 90° Elbow (A234, Gr. WPB, B-16.9, 1.5D) Nos. 6" BW S40 22

Nos. 4" BW S40 10

Nos. 2" BW S80 44

c) 90° Elbow (A105, B-16.11, SW,3000#) Nos. ¾" BW S80 48

Nos. 1½" BW S80 2

d) 45° Elbow (MSS SP-75 Gr. WPHY-52,1.5D) Nos. 18" BW XS 10

2.4 TEEa) Equal Tee ( (MSS SP-75 Gr. WPHY-52) Nos. 18" BW S40 8

Nos. 14" BW XS 2

Nos. 12" BW XS 6

Nos. 10" BW S40 1

b) Equal Tee (A234 Gr. WPB, B-16.9) Nos. 6" BW S40 6

c) Equal Tee (A105, B-16.11,SW,6000#) Nos. ¾" BW S80 4

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 73: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 8 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

d) Unequal Tees ( (MSS SP-75 Gr. WPHY-52) Nos. 18"x12" S40 x XS 5

Nos. 14"x6" XS x S40 1

Nos. 12"x10" XS x S40 1

Nos. 12"x6" XS x S40 1

e) Unequal Tees (A105, B-16.11,SW,3000#) Nos. 1"x½" S80 x S80 4

2.5 WELDOLET (A105, MSS-SP97) Nos. 18" x 2" BW S80 23

Nos. 18" x 6" BW S40 8

Nos. 14" x 2" BW S80 4

Nos. 12" x 2" BW S80 10

Nos. 6" x 2" BW S80 8

2.6 SOCKOLET (A105, MSS-SP97) Nos. 18"x¾" SW 6000# 30

Nos. 18"x1½" SW 3000# 10

Nos. 14"x1" SW 3000# 4

Nos. 14"x¾" SW 6000# 9

Nos. 12"x1½" SW 3000# 8

Nos. 12"x¾" SW 6000# 15

Nos. 12"x1" SW 6000# 5

Nos. 10"x½" SW 3000# 2

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 74: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 9 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

Nos. 8"x1" SW 3000# 4

Nos. 8"x¾" SW 6000# 4

Nos. 6"x½" SW 6000# 10

2.7 REDUCER (MSS-SP75 GR.WPHY-52) Nos. 24"x18" S40 x S40 1

Nos. 18" x 14" S40 x XS 1

Nos. 18" x 12" S40 x XS 4

Nos. 14"x 8" XS x S60 4

Nos. 14"x 6" XS x S40 4

Nos. 12" x 8" XS x S60 8

Nos. 12" x 6" XS x S40 8

Nos. 10" x 8" S40 x S60 2

Nos. 10" x 6" S40 x S40 2

2.8 REDUCER (A234, Gr. WPB, B16.9) Nos. 8" x 6" S60 x S40 4

Nos. 2" x 1" S80 x S80 6

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 75: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 10 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

3.0 VALVES & OTHER ITEMSHandling including lifting and transportation from COMPANY's warehouse toCONTRACTOR'S Stores and/or work site and installation of all types of valves,insulating joint, flow tee including assembly of valve accessories, (if any) by bolting,threading or welding, supply and insertion of gaskets, nuts & bolts, nipples, etc. at allelevations of pipe sleepers, supports or overhead on racks, equipments nozzle, skid& painting etc. supply of all consumables, manpower, equipment, etc. for completionof all works as per scope of work and as per drawings, specifications andinstructions of Engineer-in-charge including servicing/ cleaning of valve whereverrequried.

3.1 Flanged / Welded Valves (Full Bore/ Reduced Bore/AV)i) Ball/ Plug/ Globe Valve Nos. 18" 600# 12

Nos. 14" 600# 5

Nos. 12" 600# 16

Nos. 10" 600# 2

Nos. 6" 600# 24

Nos. 4" 600# 16

Nos. 2" 600# 46

3.2 Socket Welded Valves Ball/ Plug/ Globe Valve Nos. 1½" 800# 7

Nos. 1" 800# 22

Nos. ¾" 800# 59

Nos. ½" 800# 14

3.3 Check Valve Nos. 14" 600# 1

Nos. 12" 600# 1

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 76: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 11 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

3.4 QOEC Nos. 6" 600# 3

4 Supply of ValvesComplete work of supply of valves including all taxes,duties,transportation andinspection charges but not limited to ,the following items in accordance with relevantSpecifications & Data Sheets indicated in scope of work indicated in SCC,drawings, specification and instructions of EIC and as perall provisionsof theCONTRACT DOCUMENT.

4.1 Globe Valves Nos. 8" 600# 8

Nos. 4" 600# 4

4.2 Check Valves Nos. 14" 600# 1

Nos. 12" 600# 4

5.0 SAFETY RELIEF VALVES Supply, installation of safety relief valve alongwith companion flanges and allaccessories including but not limited to gaskets, nuts, bolts, fixtures, clamps etc.required and providing high vent for discharge. Installation shall as per API RP 520final coat of painting, set pressure testing & commissioning and as per scope ofworkTechnical Specification No. MEC/TS/05/62/056 and Data Sheet (No.MEC/23J8/05/21/DS/PSV-001/PSV-002/PSV-003/PSV-004/PSV-005) enclosed withTender Document.Size to be decided by vendor based on datasheet

i) PSV 0101A/0101B/0405A/0405B Nos. As per DS As per DS 4

ii) PSV 0102/0103 Nos. As per DS As per DS 2

iii) PSV 0201/0301 Nos. As per DS As per DS 2

iv) PSV 0601/0701 Nos. As per DS As per DS 2

v) PSV 0501A/0501B Nos. As per DS As per DS 2

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 77: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 12 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

8.0 PIPE SUPPORTS & OTHER STRUCTURES

8.1 Supply, fabrication and erection of all types of pipe supports like clamps, saddle,guide stops, cradles, turn buckles, anchors, T-posts; stockade/ trestle and pipebridge for overhead piping; frames for canopy, approach ladders and platforms,crossover, cable tray supports, etc. including painting suitable for highly corrosivearea as per specification labour and supervision & complete work as per drawings,specifications and instruction of Engineer-in-charge. (Bolts, nuts, washers, U-clampsetc. for supporting shall be supplied by the Contractor within the rates quoted.These items will not be measured and paid seperately). The work is to becompleted in all respect as per scope of work and specification.

M.Ton. - - 10

9.0 RADIOGRAPHY

Nos. of Joint

24" 10

18" 200

14" 40

12" 250

10" 25

8" 30

6" 60

4" 40

3" 10

2" 150

Performance of radiographic inspection by gamma radiation as per scope of workand as per specifications in piping of all types and thickness includingproviding/hiring of all necessary equipments, supply of all consumables, andwhatever else even though not expressely mentioned but required to perform thework as per specifications and instructions of Engineer-in-Charge (full circle re-radiography of the repaired joint and additional radiography necessitated due topoor performance of contractor's welder shall be carried out by the Contractor at hisown cost and shall not be paid extra by Company). Radiographs shall be submittedto the Engineer-in-Charge for acceptance, whose decision shall be final and binding.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 78: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 13 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

10.0 VESSELS & EQUIPMENTS

10.1 Handling, including lifting, transportation from Company's stores to Contractor'swork-shop for fabrication or/ and to worksite for field fabrication, assembly of parts/sub-assemblies erection for all vessels, equipments supplied by company aboveground/ underground at all elevation/ depth, fixing of foundation bolts weldingwherever required, alinging, grouting, hooking-up, cleaning and flushing by waterdraining, drying by compressed air providing all mountings, ancilliary, enablingworks as required and completing in all respect as per drawings, specification andinstruction of Engineer-in-charge. Contractor's scope shall include supply of allmaterial and accessories including but not limited to any fixtures, clamps, gasket,nut bolts, finish coat of painting including rub down & touch up of shop primer/ paintscrapping of shop primer/ paint and further their painting after application of primeras per specification, wherever required by Company.

10.1.1 Approx. erection weight and Details of major equipments are as under(Refer P&ID included with Tender).

MT 18

Details of Equipment Nos.a) Bidirectional Scraper Launcher/Receiver 4

and Pig handling devices.

b) Cartridge Filter 2

Note : The rates quoted shall be applicable for all the terminals (Tap-off-cum-Despatch at ODJP, Receiving Terminal at KCJP, Receiving Terminal at KJP & Existing Terminal (Interconnection with Narsapur Pipeline) at Tatipaka.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 79: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 14 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

11.0 COLD INSULATIONProviding cold insulation using Polyurethane foam 50 mm thick, including anticorrosive paint on all pipes laid on sleepers, portals, racks and at all elevationsincluding supply of Polyurethane insulating material and other ancillary materials,protective coverings, consumables, other necessary materials as required, all toolsand tackles, equipment, apparatus etc., labour and supervision, transportation ofmaterials to work site, preparation of mattress to prescribed thickness and densities,applying on surfaces as specified, including all preparatory works there on, providing vapour barriers, joint sealers, filler material, vapour seal, adhesives and Aluminiumbond wire netting, all binding, tieing, lacing, stitching and / or otherwise securingfinishing with Aluminium 24 SWG sheet, providing bolts, rivers and self tappingscrews wherever specified, providing inspection windows, end seals for valves,flanges etc., providing all necessary scaffolding and completing teh work as perdrawings, specifications, standards, otehr provisions of Contract and instruction of

11.1 PIPING Carbon Steel Pipes (API 5L Grade B / X-52 / A106 Gr. B Seamless) Meter 12" XS 24

Meter 8" S60 18

Meter 6" S40 12

Meter 4" S40 6

Meter 2" S80 6

Meter 1½" S80 3

Meter 1" S80 3

Meter ¾" S80 3

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 80: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 15 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

11.2 VALVES Reduced Bore Ball Valve API 6D (Piping Material Specification D1A / D4A). Nos. 12" 600# 4

Nos. 8" 600# 2

Nos. 6" 600# 2

Nos. 4" 600# 1

Nos. 2" 600# 2

Note : For valve sizes 1.5 inches and below, the rate for providing cold insulation willbe considered as a apart of providing cold insulation on piping. No extra amount forthe same shall be paid.

12.0 SUPPLY AND INSTALLATION OF SIGN / SAFETY BOARDS

The sign / safety boards shall be fabricated with 2 mm thick MS plate with structuralsteel frame (40 x 40 x 5 mm angle) and stiffness as required and painted for highlycorrosive environment. The board shall be completed in all respects i.e. backgroundcolours, art work, lettering text matter as per instructions of Engineer-in-charge.

Sq. m 20

Note : (1) The rate is inclusive of all supply of materials, manpower, consumers forthe supply and installation of sign boards. (2) Structural works for stands if required. The payment shall be made as per theSOR item no. 8.

13.0 FIRE FIGHTING (Portable Extinguishers)

13.1 Fire Fighting EquipmentSupply, installation and commissioning of the following fire fighting equipment :

a) 10 kg capacity DCP type (trolley mounted) Nos. 7

b) 4.5 kg capacity CO2 fire extinguisher (portable) as per IS:2878 Nos. 2

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 81: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DSheet 16 of 16

3-(I) PIPING & MECHANICAL WORKS (Despatch & Receiving Terminal)Sl. No. Description of Item Unit Size Rating/ Thk./ Qty. Curr- Amount

for Sch. encyQty. Figures Words

PART-I SCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

c) 2.0 kg capacity CO2 fire extinguisher (portable) as per IS:2878 Nos. 1

d) 2 Nos. Sand Buckets with stand & canopy Set 2

14.0 SUPPLY AND INSTALLATION OF CORROSION COUPON AND ER CORROSIONPROBE ON 18" DIA, API 5L, GR. X-52 PIPE OF 600 # RATING

14.1 Design, Engineering, Supply and installation of complete corrosion couponassembly including all necessary fittings, coupons and components, etc. at all theterminal locations.

Set 3

14.2 Design, Engineering, Supply and installation of complete ER corrosion proberetrievable assembly including all necessary fittings, ER corrosion probe andcomponents, etc. at all the terminal locations.

Set 3

14.3 Supply of complete online retriever kit for Corrosion Coupon suitable for CorrosionCoupon assembly as detailed in above item no. 14.1.

Nos. 1

14.4 Supply of complete Services Valve Kit, 3600 psi. Nos. 1

14.5 Supply of hand held programmable measuring instruments, digital data recorderalongwith rechargeable battery and charger, interconnecting cables includingcalibration test probe suitable for ER Corrosion Probe as detailed in above item14.2.

Nos. 1

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

PlaceDate : _____________ Signature of Authorised Signatory

: _____________ Name :Tender No.: _____________________________________________________ Designation :Offer No. & Date : ________________________________________________ Seal :

Total Amount of quoted price (inclusive of all applicable taxes &

duties)

In Figure :

In Word :

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(I), Rev-1 (Part-I)

Page 82: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

SCHEDULE OF RATESFOR

3-(II) TERMINAL WORKS (CIVIL)[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(II), Rev-1 (Part-I)]

Page 83: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 3

3-(II) CIVIL WORKSSl. Description of Items Unit Qty. Curr- AmountNo. ency Figures Words

CIV-1 Dismantaling of RCC pavements Dismantaling of RCC pavements and exposed the reinforcement in existing terminal,disposal of broken chips and making good complete as per directions of Engineer-in-charge.

M3 5

CIV-2 Steel Fencing DismantlingDismantling steel fencing by opening nut bolts and/or by flame cutting including dismembering, site clearance & stacking of serviceable material in the store, as per technical specifications and direction of Engineer-in-charge.

Rm 50

CIV-3 SITE GRADING / CUTTING & FILLING OF EARTHWORK Earthwork in excavation and / or filling to the grades and levels shown in theapproved drawings �n all kinds of conditions using approved quality good earthfrom designated borrow area, for all heights and depths including clearing andstripping (min. 150mm) of the area marked for filling, taking spot levels,consolidating the exposed natural soil surface, excavating the earth from borrowarea loading, transporting & unloading, spreading in layers not exceeding 150mmthickness, breaking clods, watering (if reqd.), ramming and compacting bymanual/mechanical means to give minimum 92% of modified Proctor’s density ofearth, testing & dressing including disposal of all unserviceable material surplusearth etc. all complete as per specifications and directions of Engineer-in-charge.

M3 8000

CIV-4 PLAIN CEMENT CONCRETESupplying and laying plain cement concrete of grade M 10C with stone aggregate40mm down grade (including shuttering if required) in all types of concrete worksincluding levelling courses below foundations, mass concrete works, chambers,cable trench, under floors and any other locations, at all levels and locations as perdrawings, specifications and directions of the Engineer-in-charge.

M3 140

CIV-5 REINFORCED CEMENT CONCRETE IN SUB STRUCTURE WORKSProviding and laying reinforced cement concrete of grade M-20 with 20mm anddown grade crushed stone aggregate in all types of sub-structures likefoundations, pedestals, pedestal bases, pipe supports, sleepers cable trench, RCCretaining wall foundation for boundary wall including construction joints, bitumenpainting on surfaces in contact with soil, providing and fixing reinforcing steel (@70 kg/cum), shuttering, supplying and fixing MS inserts, finishes etc. at all depthsand levels complete as per drawings , specifications and directions of the Engineerin-charge.

M3 50

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Civil SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(II), Rev-1 (Part-I)

Page 84: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 3

3-(II) CIVIL WORKSSl. Description of Items Unit Qty. Curr- AmountNo. ency Figures Words

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

CIV-6 REINFORCED CEMENT CONCRETE IN SUPER STRUCTURE WORKSProviding and laying reinforced cement concrete of grade M-20 with 20 mm anddown grade crushed stone aggregate in all types of super-structures like columns,beams, except building superstructure if not covered elsewhere, pedestals, pipesupports, RCC retaining wall, boundary wall including construction joints, providingand fixing reinforcing steel (@ 90 kg/cum ), shuttering, supplying & fixing MSinserts, finishes etc. at all heights and levels complete as per drawings ,specifications and directions of the Engineer-in-charge.

M3 15

CIV-7 BUILDING WORKS Construction & handing over of control room building complete in all respect as per

drg. (to be supplied by Owner) and as per technical specification and directions ofEngineer-in-charge. Scope of work shall be as per attached Standard Drawing

M2 250

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supplyof all materials such as minimum 43 grade cement, bricks, R/F steel, inserts, bolts,conduits, finishes, bitumen, other minor construction materials, shuttering, staging,earthwork in excavation and backfilling using serviceable earth in all conditions,shoring/ strutting, bailing and pumping out water, masonry work, plastering,painting, false ceiling, flooring, water proof treatment on roof, plumbing, sanitation,electrics etc. with all bye works and sundry works).

PAYMENT SCHEDULE : The payment schedule for this item shall be as follows:

1. 40% on casting of roof and completion of brickwork upto roof level.2. 50% on completion of all plumbing, sanitation, electrical, false ceiling, flooring,water proof treatment on roof, sewerage & finishing works inside and outside of thebuilding.3. 10% on handing over of the completed building to the owner.

CIV-8 BOUNDARY WALLConstruction of 3.0 m High (above FGL) Brick Masonry boundary wall withIntermediate pillars of 460x460 mm @ spacing of 2300 c/c including 100 mm thickPCC Coping, with 500 mm MS Y Angle Posts and 14 rows of Barbed wire fencingas per attached Standard Drawing

RM 280

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Civil SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(II), Rev-1 (Part-I)

Page 85: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 3 of 3

3-(II) CIVIL WORKSSl. Description of Items Unit Qty. Curr- AmountNo. ency Figures Words

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

CIV-9 CONCRETE PAVEMENT Providing and laying reinforced cement concrete pavement 100 / 150 mm thick inM-20 grade with 20 mm and down grade crushed stone aggregate in pavement,including preparation of base (i.e. compacted subgrade, 200 thk sand and 50 thkPCC M-10 grade), leaving pockets if necessary, making recess, projections, fixinginserts conduit pipes (GI, PVC, HDPE, etc.) laying in alternate panels, filling thegaps 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 modificationworks etc. as specified in any shape, thickness, position and finishing the topsurface smooth as per requirement etc. all complete as per drawings,specifications and directions of the Engineer-in-charge. (Refer attached StandardDrawing )

a) - 100mm thick in Pavements of Process Area (Type - 1) M2 1425b) - 150mm thick in Approach Roads (Type -2) M2 1800

CIV-10 BRICK WORKa) Providing brick work with brick class designation M-5.0 of IS:1077 in cm1:4

(1cement : 4 sand) in steps, load bearing structures, drains, or any shape with alllead, depths & height including finishes, curing, scaffolding, etc., as perspecifications and drawings with all bye-works and direction of the Engineer-in-charge.

M3 650

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR.(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes

& duties)

In Figure :

In Word :

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Civil SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(II), Rev-1 (Part-I)

Page 86: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

SCHEDULE OF RATESFOR

3-(III) TERMINAL WORKS (STRUCTURAL)[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(III), Rev-1 (Part-I)]

Page 87: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 1

3-(III) STRUCTURAL WORKS Sl. Description of Items Unit Qty. Curr- AmountNo. ency Figures WordsST1 Fabrication & Erection of MS Gate

Providing and fixing in position steel entrance gate (as per the design shown in thedrawing) consisting of MC-75 frame work for shutters, 20 mm sq.ms vertical barswelded through the frame work @ 100 mm C/C, 2 mm thick M.I.S. sheet boxing,locking arrangement, 25 mm thick 75 mm dia M.S. wheel with ball bearingincluding fixing of the gate to RCC/masonary with 75 mm x 75 mm x 6 mm M.S. oldfast, M.S. pivot, 50 mm x 50 mm x 6 mm M.S.Tee bend to shape and embedded inthe road surface for gate opening track, gate stopper, painting the gate with twocoats of anti corrosive paint and two coats of approved aluminium/ syntheticenamel paint etc., lettering, complete as per drawings, specifications anddirections of Engineer-in-Charge.

a) 4.0m clear opening width of gate in two panels. No. 1Note: (i) The bidder must indicate currency(ies) against each quoted item of the

SOR.(ii) The total amount shall also be given by the bidder in the quoted currency(ies).

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes

& duties)

In Figure :

In Word :

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Strl SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(III), Rev-1 (Part-I) Page 1 of 1

Page 88: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

SCHEDULE OF RATESFOR

3 - (IV) TERMINAL WORKS (ELECTRICAL)[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(IV), Rev-1 (Part-I)]

Page 89: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 7

3-(IV) ELECTRICAL (DispatchTerminal at Oduru & Receiving Terminals at Kakinad & KCJP)

Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amount

1 Supply, installation, testing, commissioning of flood/ street lighting poles withaluminium paint complete with mounting bracket, flame proof control gear box,internal cable from fitting to junction box, flame proof fittings and mercury vapourlamps etc. including civil foundation with pipe inserts for cables and connectingwork, with all material and labour as per specifications, drawings and instruction ofEngineer-in-charge. Work to be completed in all respects.

a) Street lighting, non integral type well glass fixture (for 150W Metal Halide lamp) on apole (Pole : 410 SP -13, 8m, Lighting fixture : Type : FLPW-1245 of M/s Baligamake or equivalent).

Set 21

b) Bracket mounted well glass fixture (for 150 W Metal Halide lamp) on building(lighting fixture : Type same as at 1.0a above).

Set 7

c) Bracket mounted single flood lighting fixutre (for 400W mercury vapour lamp) onbuilding/ structure , lighting fixture type : FL PW 3690 of M/s Baliga make orequivalent

Set 6

d) High Mast lighting on a 20 m high pole suitable with 8 Nos. lighting fixtures (400W High pressure sodium vapour lamp) (As per attachede data sheet, Make -M/s Bajaj or equivalent).

Set 3

2 Supply, installation, testing, commissioning of power distribution board (PDB) andLighting Distribution Board (LDB) :

a) Floor mounted PDB consisting of bus bar chamber, cable alley, 2 nos. 250 Ampincomer FSUs & 6 nos. 63 Amp, 6 Nos 32 Amp outgoing FSUs.(as perSpecification No. : MEC/S/05/26/26), 02 Nos Feeder of 10KVAR 3 Phase,Selfhealing type metallized Poly - Propylene Power Capacitor bank with fuses anddischarge resistance complete with Fuse Switch units, contactors, Push Buttons,Indicating Lamps etc.

No. 1

b) Recess mounted LDB-1(For Building Lighting Points) Consisting of 1 no. 32 Amps.(300mA sensitivity) 4 Pole RCCB (ELCB + MCB) as incomer and 10 nos. 6A SPMCBs & 2 nos. 10A SP MCBs & as out goings with ammeter, selector switch ,indicating lamp etc.

No. 3

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

unit Rate inclusive of all applicable taxes & duties

unit Rate inclusive of all applicable taxes & duties

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Elect SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(IV), Rev-1 (Part-I)

Page 90: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 7

3-(IV) ELECTRICAL (DispatchTerminal at Oduru & Receiving Terminals at Kakinad & KCJP)

Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amount

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

unit Rate inclusive of all applicable taxes & duties

unit Rate inclusive of all applicable taxes & duties

c) Recess/Surface mounted LDB-2 (For Building Power Points) consisting of 63A(300mA sensitivity) 4 Pole RCCB (ELCB + MCB) as incomer and 10 Nos. 20A SPMCBs and 10 nos. 20 A SP MCB as out goings with ammeter, selector switch ,indicating lamp etc.

No. 3

d) Recess mounted LDB-3 (For Outdoor Lighting) consisting of 63A (300mA sensitivity) 4 Pole RCCB as incomer, Contactor, timer, A/M switch, PB, indication Lamp, ammeter, selector switch etc. Outgoing Through Timer : i)3 Nos 32 Amp TPN MCB ii)6 nos. 32Amp DPMCB Outgoing without timer : 4 Nos. 32A DPMCB

No. 3

3 Supply, installation, testing, commissioning of the complete earthing and lightningprotection system, earth electrodes/ pit, earth main ring, earthing of electricalequipments, instrument panels, field instruments, process equipments and pipes/flanges including all associated civil work with all material and labour as perspecification and drawings approved by the company.

a) Earth Pits- GI PIPE Electrode with 6 mm thick chequered plate cover Nos. 42

b) Earth Pits- Copper plate Electrode with 6 mm thick chequered plate cover Nos. 6

c) GI Strip (40X5) mm Mtr. 1000

d) GI Strip (25X5) mm Mtr 1500

e) GI Strip (50X6) mm Mtr 1000

f) Copper Strip (25X5) mm Mtr 90

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Elect SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(IV), Rev-1 (Part-I)

Page 91: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 3 of 7

3-(IV) ELECTRICAL (DispatchTerminal at Oduru & Receiving Terminals at Kakinad & KCJP)

Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amount

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

unit Rate inclusive of all applicable taxes & duties

unit Rate inclusive of all applicable taxes & duties

g) GI Wire, Copper wire, wire rope and all balance earthing material including copperstrip (50 mm x 2 mm thick) jumper for flanges etc. as required.

Lot 1

h) Copper lightning rod 25 mm dia. 1800 mm long including supply of all hardwarelabour etc. complete as per approved drawings, specifications and directions ofEngineer-In-Charge.

Set 3

4 Supply, laying, installation, termination, testing, commissioning of 1100 Volt PVCinsulated, PVC sheathed and armoured/ unarmoured cables in trenches, excavatedunder ground trench / trays, pulling through pipes and its proper sealing includingunderground trench and supply of hume pipes for road crossing etc. as requied asper specifications and drawings approved by company.

a) 3.5X95mm2 AYFY Mtr. 350

b) 3.5 x 50 mm2 YWY Mtr. 60

c) 4x 16 mm2 YWY Mtr. 550

d) 4x10 mm2 YWY Mtr 550

e) 4x2.5 mm2 YWY Mtr. 10

f) 3x2.5 mm2 YWY Mtr. 500

g) 3x4 mm2 YWY Mtr. 150

h) 5x2.5 mm2 YWY Mtr. 500

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Elect SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(IV), Rev-1 (Part-I)

Page 92: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 4 of 7

3-(IV) ELECTRICAL (DispatchTerminal at Oduru & Receiving Terminals at Kakinad & KCJP)

Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amount

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

unit Rate inclusive of all applicable taxes & duties

unit Rate inclusive of all applicable taxes & duties

5 Supply, installation, testing & commissioning of point wiring as per details inconstruction drawing & specification (supply also includes luminaries, sockets,lamps, industrial type heavy duty exhaust fans, ceiling fans, electronic speedregulator, switch boxes & switches(ANCHOR ROMA make or equivalent), Multistrand Flexible HR PVC insulated copper conductor wires/cables etc. as required)

a)i) Surface/ recess mounted mirror type CFL fixture (type TLLE211 of CG make or

equivalent).No. 67

ii) Surface/ recess mounted mirror type CFL fixture (type TLS 9 of CG make orequivalent).

No. 5

iii) Industrial type (1x28W) (T-5 Type Energy Efficient ). No. 2

b) Fan point ( Energy Efficient, 50 W, 1200mm sweep) No. 9

c) Exhaust fan point (Industrial type 300 mm) with louvers No. 7

d) Socket outlet (5/15 Amp combination) of ANCHOR ROMA make or equivalent No. 16

e) 20 Amp sheet steel enclosed industrial type socket with 20A SP MCB Nos. 10

f) Dual jack type Telephone sockets in control room building as per requirementalong with 4 pair PVC insulated annealed tinned copper conductor of 0.6 mm diaPVC sheathed telephone cable for the above sockets from Telephone JB to thesocket.

Nos. 12

6 Supply, installation and connection of portable type emergency lighting unit( 7 WCFL Lamp) fed by a self- contained SMF battery 12V, 7 Ah and charger operatingon 240 V AC supply, including all labour and materials complete as per directions ofEngineer-In-Charge.

Nos. 3

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Elect SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(IV), Rev-1 (Part-I)

Page 93: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 5 of 7

3-(IV) ELECTRICAL (DispatchTerminal at Oduru & Receiving Terminals at Kakinad & KCJP)

Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amount

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

unit Rate inclusive of all applicable taxes & duties

unit Rate inclusive of all applicable taxes & duties

7 Supply and laying of following sizes of class 'B' G.I.Pipe in required length fixed onsteel, concrete or similar sructure, laid in trenches, ready to be buried in concreteincluding cutting, threading, bending and similar works, supply of clamps, small ironstructures, spacers and installation of seats, plugs, bushings etc. small civil works,including all labour and materials complete as per approved drawings anddirections of Engineer-In-Charge.

a) 40 mm NB M 30

b) 50 mm NB M 30

c) 100 mm NB M 30

8( i ) Supply and installation of the following including the supply of necessary clamp,bolts, rawl plugs etc. breaking and making good of walls, if required , and includingall labour and materials complete as per directions of Engineer-In-Charge,applicable standards and Indian Electricity rules.

a) Shock hazard charts complete with frame and glass Nos. 3

b) First Aid Boxes Nos. 3

c) 10 litre capacity CO2 type fire extinguishers Nos. 3

d) Caution boards including supply of necessary clamps, bolts and other hardware. Nos. 3

8( ii) Supply and laying of 900mm wide, of following grade rubber floor mats required formaintenance of electrical equipment in substation as required including cutting torequired shape in running length and including all labour and materials etc.complete and as per directions of Engineer-In-Charge as per applicable Indian orInternational standards and Indian Electricity Rules.

a) 11 KV grade M 16

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Elect SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(IV), Rev-1 (Part-I)

Page 94: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 6 of 7

3-(IV) ELECTRICAL (DispatchTerminal at Oduru & Receiving Terminals at Kakinad & KCJP)

Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amount

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

unit Rate inclusive of all applicable taxes & duties

unit Rate inclusive of all applicable taxes & duties

9 Supply, installation of erection accessories including perforated type GI cable traysin trenches in electrical/ UPS room, brackets, cable tags, cable marker, lugs, doublecompression cable glands, for mechanical protection of cable etc. as required / asper specification.

Lot 1

10( i) Design, manufacture, shop testing,inspection, packing,forwarding, delivery,installation, testing and commissioning at site of UPS systems as per specificationand following rating :

Set 1

(a) 10 kVA, 230 V Single Phase, 50HZ, dual redundant industrial type, UPSsystem suitable for input Power supply voltage of 415 V, TPN, +/-10%, output 230 V+/-1% , AC with solid state voltage stabilizer for bypass supply, ACDB and 12 hrs.Battery back-up (Ni-Cd 1.2 V)(b) Dual redundant Rectifier system and DCDB as per specification and followingrating : (i) -48 V DC( 1250 W)(ii) 24 V DC (500 W)

(c) All interconnecting cables among UPS, Rectifier, battery stand, ACDB/DCDBetc.

10 (ii) Recommended spares for 2 years operation & maintenance of UPS & Rectifiersystem

Set 1

11 Supply, installation, testing, commissioning of latest model, BEE Certified (Min. 4Stars) Split type air conditioner (2T) with remote.(Make: Voltas, Bluestar & Carrier)

No. 9

12 63 A welding socket with 125 A Switch Fuse Unit in Flameproof Enclosure. No. 1

13 32 A welding socket with 80 A Switch Fuse Unit in Flameproof Enclosure. No. 1

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Elect SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(IV), Rev-1 (Part-I)

Page 95: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 7 of 7

3-(IV) ELECTRICAL (DispatchTerminal at Oduru & Receiving Terminals at Kakinad & KCJP)

Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amount

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

unit Rate inclusive of all applicable taxes & duties

unit Rate inclusive of all applicable taxes & duties

14 Supply installation & testing of Telephone JB for 30 connections. Set 1

Note1) Quantities given above are only estimated quantities. Procurement shall be done as

per actual site condition, instruction of engineer incharge and approved construction drawings.

2) The Rate quoted shall be applicable for Tap -Off & receiving Terminal.

3)Procurement for Air Conditioners shall be after approval of model/make from Engineer In-charge/GAIL site incharge

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure : (ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Tender No.: _____________________________________________________ Seal :

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Elect SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(IV), Rev-1 (Part-I)

Page 96: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

SCHEDULE OF RATESFOR

3 - (V) TERMINAL WORKS (INSTRUMENTATION)[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(V), Rev-1 (Part-I)]

Page 97: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 5

3-(V) INSTRUMENTATION Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amount

1.0 FIELD INSTRUMENTS 1.01 Supply . Installation of Pressure Gauges inclusive of supply of necessary piping

materials/tubings alongwith all necessary valves & fittings, fabrication and installation of impulselines/manifolds & hydraulic testing but exclusive of supply of instruments and calibration as perinstallation standard no. MEC/05/SD/26/011

Nos. 20

1.02 Supply , Installation, Calibration / Testing & Commissioning of D.P. Transmitters includingmounting of Instrument on yoke, supply of yoke, supply and erection of supports for impulse lineswherever required, supply, fabrication & installation of SS manifolds/ SS impulse lines and SSvalves & fittings with supports, hydraulic testing and painting of supports as per installation std.no .MEC/05/SD/26/012

Nos. 2

1.03 Supply , Installation, Calibration / Testing & Commissioning of D.P. Gauge including mounting ofInstrument on yoke, supply of yoke, supply and erection of supports for impulse lines whereverrequired, supply, fabrication & installation of SS manifolds/ SS impulse lines and SS valves &fittings with supports, hydraulic testing and painting of supports as per installation std. no.MEC/05/SD/26/012

Nos. 2

1.04 Supply , Installation, Calibration / Testing & Commissioning of Pressure Transmitters includingmounting of Instrument on yoke, supply of yoke, supply and erection of supports for impulse lineswherever required, supply, fabrication & installation of SS manifolds/ SS impulse lines & SSvalves & fittings with supports, hydraulic testing and painting of supports as per installation std.no. MEC/05/SD/26/001

Nos. 4

1.05 Supply , Installation, Calibration / Testing & Commissioning of Temperature Gauges with flanged thermowells inclusive of installation of thermowell on the nozzle and installation of instruments asper installation standard no. MEC/05/26/TG/SK/02 & MEC/05/SD/26/014

Nos 10

1.06

Supply , Installation, Calibration / Testing & Commissioning of RTD with flanged thermowellinclusive of installation of thermowell on the nozzle and installation of instruments but exclusive ofsupply of instruments, thermowells and calibration as per installation standard no.MEC/05/26/RTD/SK/01

4

2 Design, Engineering, Supply, Installation , Testing & Commissioning of LEL Detection System including Control unit on Control Panel as per Data Sheet attached in the Bid Document (Data Sheet No: MEC/23JV/05/E5/DS/LEL/001).

Set 1

3 Design, Engineering, Supply , Installation , Testing & Commissioning Flow Control Valve along with all accessories as per Data Sheet attached in the Bid Document (Data Sheet No: MEC/23JV/05/E5/I/001 - /DS – 062A).

Nos. 3

unit Rate inclusive of all applicable taxes & duties

unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Instru SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(V), Rev-1 (Part-I)

Page 98: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 5

3-(V) INSTRUMENTATION Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amountunit Rate inclusive of all applicable

taxes & duties unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

4 Contol Panel & Panel Mounted Instruments

4.1 Design, engineering, Procurement, Manufacture, Testing, Inspection, Supply , Erection & Commissioning of Cabinet type Control Panel along with all accessories and Panel mounted Instruments including supply of Commissioning spares with special tools and tackles as required as per specification in the Bid document (DS No. MEC/23JV/05/E5/DS/CP/001) but exclusive of supply of Items 4.2 to 4.7.

Sets 1

4.2 Indicators (Data Sheet No. MEC/23JV/05/E5/DS/IND/001) Nos. 44.3 Recorders (Data Sheet No. MEC/23JV/05/E5/DS/REC/001) Nos. 34.4 Controller ( DS NO. MEC/23JV/05/E5/DS/CTR/001) Nos. 34.5 Signal Distribution Card (Data Sht No.-MEC/23JV/05/E5/I/001/DS-054H) Nos. 104.6 Barriers(DS No. MEC/23JV/05/E5/I/001/DS-054 I) Nos. 864.7 Annunciator Nos. 1

5 Wall Mounted Control Panel & Panel Mounted InstrumentsDesign, engineering, Procurement, Manufacture, Testing, Inspection, Supply , Erection & Commissioning of Wall Mounted type Control Panel along with all accessories and Panel mounted Instruments including supply of Commissioning spares with special tools and tackles as required as per specification in the Bid document (DS No. MEC/23JV/05/E5/DS/CP/001) but exclusive of supply of Item 5.1

Nos. 2

5.1 Digital Indicators Nos. 46 FREE ISSUE ITEMS

6.01 Handling, transportation, loading , unloading, storage, Installation, Testing & Commissioning ofUltrasonic Flowmeter & Flow Computer with all accessories including mounting of instruments onPipeline.

Sets 3

6.02 Handling, transportation, loading , unloading, storage, Installation, Testing & Commissioning ofGas Chromatograph system consisting of sampling unit in the field and Control Unit in controlroom along with all accessories and also including tubing, cabling, structural work etc. required toinstall the system complete in all respect as per Installation Manual of Gas Cromatograph.

Sets 1

6.03 Handling, transportation, installation, removal and remounting, electrical termination, testing/calibration of regulators ,shutdown valves, actuator for gas actuated ball valves alongwithmounting of valves and their respective accessories, supply and erection of supports for impulselines where required, supply, fabrication & installation of manifolds/ impulse lines & fittings withsupports, hydraulic testing, painting of supports as per std., but exclusive of supply of valves.

a PCV Sets 4b SDV Sets 4c Actuator for Gas Actuated Ball Valve Sets 4d Pig Signallers Nos. 6

N.A

N.A

N.A

N.A

N.AN.A

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Instru SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(V), Rev-1 (Part-I)

Page 99: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 3 of 5

3-(V) INSTRUMENTATION Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amountunit Rate inclusive of all applicable

taxes & duties unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

7 Installation of Junction Boxes including supply of Junction Boxes with plugs for unused entries,supply, fabrication and installation of supports, plugging of unused entries and painting.

a) Explosionproof electrical junction boxes for 6 pair/ 6 triad cable entry Nos. 5

8 Supply of canopies fabricated out of Powder coated MS for electronic transmitters includingsupply, fabrication of support and installation of canopy with support and reflective painting.

Nos. 15

9.0 CABLING

9.01 Supply and laying of control, signal, Triad cables on main cable trays, perforated trays, trenchesincluding supply of all required cable glands(Explosion proof double compression type) andconsumables like ferrules, clamps, PVC tubes, aluminium/SS tag plates etc., clamping , ferruling,glanding of the cables, termination at both ends, including shield/drain/ communication wire,providing/fixing of identifying tags and megger testing and loop testing but exclusive of supply &erection of GI Perforated tray.

i) Signal Cables- 1 P x 1.5 mm² (Type I) Mtr. 400- 6 P x 0.5 mm² (Type II) Mtr. 300

ii) RTD Cables- 4C x 1.5 mm² - Quad Cable (Type-I) Mtr. 200- 6 TRIAD x 1.5 mm² (Type II) Mtr. 300

iii) Control Cables- 12C x 1.5 mm² Mtr. 400- 3C x 1.5 mm² Mtr. 250

iv) RS-232/485 Digital Communication Cable Mtr. 400

v) 2C x 4 mm² Power Cable (copper conductor) Mtr. 300

10.0 STRUCTURAL (Complete in all respect as per Scope of Work) (related to instrumentation)

10.01 Supply and erection of prefabricated perforated GI trays of thickness 2.5mm including tees, bendsand elbows, supply, fabrication and erection of required supports and painting of supports withone coat of primer as per IS:2074 and 2 coats of finished paint including supply of paint as perstd. and direction of Engineer-In-Charge.Sizes :a) 60 mm wide X 30 mm high Mtr. 200b) 100 mm wide X 30 mm high Mtr. 200c) 200 mm wide X 30 mm high Mtr. 150c) 300 mm wide X 30 mm high Mtr. 50

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Instru SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(V), Rev-1 (Part-I)

Page 100: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 4 of 5

3-(V) INSTRUMENTATION Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amountunit Rate inclusive of all applicable

taxes & duties unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

11 CALIBRATION

11.01 Calibration and testing of the instruments listed below including removal of instruments from pre-installed locations like panels, enclosure racks, fields etc. and refixing them back in respective/required places, providing equipments, necessary test jigs, instrument air and all consumables.Calibration reports shall be prepared and to be submitted to the Purchaser/Consultant

a) Pressure gauges Nos. 20b) Temperature gauge Nos. 10c) Pressure Transmitters (smart type) Nos. 7d) Differential pressure transmitter (smart type) Nos. 2e) Differential pressure Gauge Nos. 2f) RTDs Nos. 7g) Pressure Safety Valves Nos. 10h) Electronic Receiving Instruments

i) Recorders Nos. 2ii) Indicators Nos. 16iv) Temperature transmitters Nos. 8Alarm annunciators Nos. 2

i) Gas Chromatograph set 1j) LEL Detectors set 1k) Panel Mounted Flow Computers Nos. 3

12.0 Idetification of instrument items wherever requird including supply of approved color ofpaint(fluorescent),painting of tag number(approx. 25-50 mm high) on instruments item likejunction boxes,panels,valves,etc as specified by engineer in charge.

Lumpsum 1

13.0 Excavation of trenches for burying the cables, preparation of same for laying of cable, filling withriver sand, laying of brick, back filling and compacting of the excavated earth as per specificationsincluding supply of sand and bricks and removal of surplus earth as per instructions of Engineer-in-Charge.

Size of Trench:600 mm (Width) X 675 mm ( Depth) Mtrs. 250

14.0 Supply and installation of PVC pipes and sleeves for crossing of electrical cables as requiredincluding supply of sealing compound.

a) 100 mm Mtrs. 20b) 150 mm Mtrs. 20C) 50 mm Mtrs. 20

N.A

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Instru SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(V), Rev-1 (Part-I)

Page 101: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 5 of 5

3-(V) INSTRUMENTATION Sl. Description of Items Unit Qty. Curr- Supply Erection Total No. ency Amountunit Rate inclusive of all applicable

taxes & duties unit Rate inclusive of all applicable taxes & duties

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

15.0 EARTHING15.01 Supply, laying and termination of both ends from earth grid to Field instruments/JBs/Control Panel

by 8 SWG G.I. Wire in tray and conduits as required excluding earth-pit preparation.Mtrs. 250

15.02 Supply, Laying and Termination of both ends of 4 sq. mm. PVC insulated armoured copper cable Mtrs. 5016.0 Start up & commissioning of complete terminal instruments, including all labour, test equipments

and other auxiliaries as required, etc., complete in all respects as per specifications/ drawings/directions of Engineer-in-Charge. All necessary Testing and commissioning reports, as-builtdrawings etc., shall also be prepared and to be submitted to the purchaser/consultant

Lumpsum -

Note: 1) The quantities given above against individual items are indicative and shall not be consideredto be binding. The quantities may be increased, decreased or deleted at site at the time of actualexecution and as per discretion of owner/engineer-in-charge. The unit rate shall be operated towork out the final payment due to contractor.

2) All the items required to complete the work shall be the scope of supply of contractor only.

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure : (ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Instru SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(V), Rev-1 (Part-I)

Page 102: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

SCHEDULE OF RATESFOR

3- (VI) TELECOMMUNICATION WORKS[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(VI), Rev-1 (Part-I)]

Page 103: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 7

3-(VI) SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Curr- AmountNo. ency

Figures WordsSCADA & Telecommunication Work as define in respective Scope of Work in thistender documents and it includes followings as minimum:-

A SCADA WORK : Project management, system design, detailed engineering,manufacture/procurement and supply of all related goods including installation of anyfree issue SCADA equipments with transportation from client's store, installation ofnew hardware in existing equipments, necessary cabling, and providing all relatedservices including interfacing with Flow computer and Gas Chromatograph etc,interconnection with the existing networks, testing, integrations with master station,facilitating GAIL for commissioning, warranty etc. complete in all respects, includingthe related civil works, Cabling, Terminations, preparation of the related drawings,documents, etc. for implementation of the SCADA system as per requirements.

SCADA Supply work:A.1 (At Kakinada Junction Point) :

Supply Input output (I/O's) Modules/cards for RTU of Allen Bradely make, Model No.SLC 5/03 along with Termination Board and firmware suitable for mounting in existingRTU cabinet & interfacing with existing SCADA system SLC 500 DF1 system.

A.1.1 Supply of 32(I/f)- channel Analog Input card of SLC 5/03 Allen Bradely RTU fullyconfigured as per requirements.

Nos. 3

A.1.2 Supply of 32(I/f)- channel Digital Input card of SLC 5/03 Allen Bradely RTU fullyconfigured as per requirements.

Nos. 3

A.1.3 Supply of 8(I/f)- channel Digital Output card of SLC 5/03 Allen Bradely fully configuredas per requirements.

Nos. 3

A.1.4 Supply of Micro bus(1:4) 4 RS232 input & one RS232 output (DTE & DCE) working on24 Volts DC

Nos. 1

A.1.5 Supply of 24 V DC power supply with 100 W capacity for Allen Bradely RTU withmounting arrangements.

No. 1

A.2 (At K CHERUVU Junction Point)A.2.1 Supply of 32(I/f)- channel Analog Input card of SLC 5/03 Allen Bradely RTU fully

configured as per requirements.Nos. 3

A.2.2 Supply of 32(I/f)- channel Digital Input card of SLC 5/03 Allen Bradely RTU fullyconfigured as per requirements.

Nos. 3

A.2.3 Supply of 8(I/f)- channel Digital Output card of SLC 5/03 Allen Bradely fully configuredas per requirements.

Nos. 3

A.2.4 Supply of Micro bus(1:4) 4 RS232 input & one RS232 output (DTE & DCE) working on24 Volts DC

Nos. 1

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Telecom SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(VI), Rev-1 (Part-I)

Page 104: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 7

3-(VI) SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Curr- AmountNo. ency

Figures Words

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

A.3 (ODURU DESPATCH STATION)A.3.1 Supply of SLC 5/03 Allen Bradley make RTU panel fully wired similar to existing RTU

with 32 slots, supporting hot redudndant CPU, power supply cards,analog input card,digital input card, digital output card, analog out put card, serial communicationhardware and software. Also support with Allen Bradley DF1 protocol and multidropchannel(300 - 19.2 kbps serial communication).with PIC module & RTU programmesoftware (RSlogic) supporting WIN2000,ME,WIN-xp & Vista.All the necessary power,signal & communication cables Glands, connectors etc.as per requiremnts and shallbe with minimum following I/O's modules

Set 1

32(I/f)- channel Analog Input card of SLC 5/03 Allen Bradely RTU fully configured asper requirements.(including 1 no spare)

Nos. 3

32 (I/f)- channel Digital Input card of SLC 5/03 Allen Bradely RTU fully configured asper requirements.(including 1 no spare)

Nos. 3

8(I/f)- channel Digital Output card of SLC 5/03 Allen Bradely fully configured as perrequirements.(including 2 nos spare)

Nos. 4

Supply of Micro bus(1:4) 4 RS232 input & one RS232 output (DTE & DCE) working on24 Volts DC

Nos. 2

CISCO make terminal server with 16 serial ports supporting 300 bps - 19.2 kbps with necessary I/f cables(DB25 connectors) & Ethernet port(10/100 BaseT) for connecting ethernet switch.

No. 1

24 V DC power supply with 200 W capacity for Allen Bradely RTU with mountingarrangements in side the RTU panel

No. 1

A.4 SCADA sit work :A.4.1 All work related to Installation of additional I/o's card as per A.1 above in to existing

RTU panel, internal wiring upto terminal (including supply) , testing ,interfacing with FC, GC , Telecom Eqpt and commissioning & hookup with master station in consultationwith GAIL for K.J.Point.

Lumpsum 1

A.4.2 All work related to Installation of additional I/o's card as per A.2 above in to existingRTU panel, internal wiring upto terminal (including supply) , testing ,interfacing with FC, GC , Telecom Eqpt and commissioning & hookup with master station in consultationwith GAIL for K Cheruvu.

Lumpsum 1

A.4.3 All work related to Installation of SLC- 5/03 Allen Bradley RTU in designatedSCADA Control Room including Cabling, Glanding, Termination including loopchecking, Interfacing with FC & GC, Interfacing with telecom eqpt, Supply ofCommunication and Power Cable and accessories as and commisioning & hookupwith master station inconsultation with GAIL.

Lumpsum 1

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Telecom SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(VI), Rev-1 (Part-I)

Page 105: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 3 of 7

3-(VI) SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Curr- AmountNo. ency

Figures Words

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

B TELECOMMUNICATION WORK :Project management, system design, detailedengineering, manufacture/procurement and supply of all related goods includinginstallation of any free issue telecom equipments with transportation from client's store,installation of new hardware in existing equipments, necessary cabling, and providingall related services including installation, interconnection with the existing networks,testing, integrations, trial run, commissioning, warranty, training etc. complete in allrespects, including the related civil works, Cabling, Terminations, preparation of therelated drawings, documents, etc. for implementation of the telecom system, whichshall comprise of an optical fibre based Synchronous Digital Hierarchy (SDH) &Primary Multiplexer systems as per requirements.

B.1 AT Kakinada Junction PointB.1.1 Supply, erection and interfacing of (-) 48 volts DC SMPS power supply 400 W with

battery back - up of 24 hrs.minimum along with necessary hardwares &accessories.Make-Eltek,Amararaja, Dyna

No 1

B.1.2 Supply ,testing and interfacing of Media converter 10 BaseT to E1- one pair for NMSalong with necessary hardwares & accessories working on 48 V DC

Set 1

B.1.3 Supply testing and interfacing 10/100 BaseT to optical media converter supportingTx/Rx in single fibre-one pair for NMS along with necessary hardwares & accessoriessupporting 60 Km & above.

Set 1

B.1.4 Supply & laying of Multi-pair armoured 0.5 mm 5 pair telephone cable for extendingtelephones to security cabins/ with the crone connector JB in telecom room (approx.90m – material & works) & 5 pair unarmoured telecom cable to instrument panel room.

Lumpsum 1

B.2 AT KCHERUVU Junction PointB.2.1 Supply,testing and interfacing of Media converter 10 BaseT to E1- one pair for NMS

along with necessary hardwares & accessories working on 48 V DCSet 1

B.2.2 Supply, testing and interfacing 10/100 BaseT to optical media converter supportingTx/Rx in single fibre-one pair for NMS along with necessary hardwares & accessoriessupporting 60 KM & above

Set 1

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Telecom SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(VI), Rev-1 (Part-I)

Page 106: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 4 of 7

3-(VI) SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Curr- AmountNo. ency

Figures Words

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

B.3 AT ODURU JUNCTION POINT

B.3.1 Supply (on turnkey basis), Installation, Testing, commissioning and Integration ofNetwork with existing NMS system shall include but not be limited to (New telecomequipment similar to existing equipment ) : ECI make micro STM-1 ADM with 21 E1s,pre-wired in DDF options to increase upto 63E1s, Bayly make P-Mux type DI withFXO/FXS (one pair), LSDCM card (4 i/f – 2 Nos.) NX64 K HSDCM (2 i/f-1 no) MDMcard (4 i/f - 2 nos.)with ringe generator., (- ) 48 volts DC SMPS power supply of 400Watts with battery back up up to 24 Hrs. shall be provided by the contractor. Anycommunication cable with D type connector and all the termination and cabling workfrom FTC to telecom equipment. (If power not provided by client as required) TheScope of work as per MECON's Job Specification for Telecommunication system ( JSNo.: MEC / JS / 05 / E5 / T / 23J8 / TC-01) shall be following but not limited to

B.3.1.1 Supply, installation, integration, testing, commissioning etc. of SDH STM-1 equipmentat Oduru compatible to operate with ITU-T G-652 fiber, fully wired, configured &equipped in the 19” Rack with all specified interfaces and capable of supportinginterfaces as specified in the Tender .

Set 1

B.3.1.2 Supply, installation, testing, commissioning etc. of SDH STM-1 equipment (ADM) atOduru compatible to operate with ITU-T G-652 fiber, fully wired, configured (also forsupporting Interfaces as specified in the tender) & equipped with all required interfacesas indicated in the tender.

Set 1

B.3.1.3 Supply, installation, testing, commissioning etc of Primary Multiplexer (with necessarycards and interfaces for voice and data as per the requirement, mentioned in thetender).

Set 1

B.3.1.4 Supply and Installation of Weather proof telephones as indicated in the Tender. Set 1

B.3.1.5 Shifting/Supply and Installation of AC-DC converters Nos 2

B.3.2 Supply testing & interfacing of Media converter 10 BaseT to E1- one pair for NMSalong with necessary hardwares & accessories working on 48 Volts DC

Set 1

B.3.3 Supply, installation and interfacing 10/100 BaseT to optical media converter supportingTx/Rx in single fibre-one pair for NMS along with necessary hardwares & accessoriessupporting 60 Km & above

Sets 2

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Telecom SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(VI), Rev-1 (Part-I)

Page 107: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 5 of 7

3-(VI) SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Curr- AmountNo. ency

Figures Words

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

B.3.4 Installation Material including accessories/other associated items at all locations,earthing including electods and pit etc. as required

Lot 1

B.3.5 Supply & laying of Multi-pair armoured 0.5 mm 5 pair telephone cable for extendingtelephones to security cabins/ with the crone connector JB in telecom room &supply,laying of unarmoured 5 pair cable to control room

Lumpsum 1

C TELECOMMUNICATION WORK : SUPPLY AND LAYING OF OPTICAL FIBRECABLE AND HDPE DUCTS AND ASSOCIATED WORKS: Supply of materials/equipments, storage,erection and services (as per specification, drawings etc.provided in this Bid Document).

C.1 SUPPLY OF OFC AND ACCESSORIES (as per MECON Technical Specification No.MEC/TS/05/E5/T/096 Rev 1). Design, Manufacturing,factory testing, inspection,packaging, forwarding, transportation, insurance,receipt and storage at site etc.

C.1.1 Supply of 24 fibre composite Optical fibre cable (G-655 & G-652 ) of 4 KM +/- 5 %cable drums length as per spec.

Meter 30000

C.1.2 Supply of Jointing Closures including all accessories (3 M, SIEMENS, REYCHEMmake only.) as per spec. (8 nos. planned joints and 4 spares)

Nos. 12

C.2 Supply of 40 mm OD permanently lubricated HDPE telecom duct as per MECON Technical Specification No. MEC/TS/05/E5/T/037 Rev 1. It include Manufacturing,factory testing, inspection, packaging, forwarding, transportation, insurance,receipt and storage at site etc.

Meter 60000

D TELECOMMUNICATION SITE WORK (as per scope of work, StandardSpecification no. MEC/S/05/E5/T/001 Rev 0 & ../002 Rev 0 of Bid documents)

1.0 Submission of optical fiber cable & HDPE alignment sheets (CAS) based on theexisting pipe line survey (No separate survey reqd.),estimation of OFC & HDPEduct including all accessories in accordance with the alignment sheet andspecifications.Laying work can not be started without approval of thesedocuments from Client / Consultant / EIC.

Lumpsum Lumpsum

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Telecom SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(VI), Rev-1 (Part-I)

Page 108: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 6 of 7

3-(VI) SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Curr- AmountNo. ency

Figures Words

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

2.0 Blowing of Optical Fiber Cable

All activities pertaining to Blowing of optical fiber cable in same pipeline trench directly(after testing of drum at site) ,through CS/ HDPE conduits at crossing, cable sealingusing all materials required, including Supply and Laying of Warning Mats, etc. allcomplete as per specifications and drawing provided in the bid document & as perdirection of consultant.

Per Meter of Trench Length

30000

3.0 Laying of HDPE Telecom Duct as per specification

Laying of 40mm OD permanently lubricated HDPE ducts( PLE HDPE Duct), in samepipeline trench direct buried or cased crossing through CS/ HDPE conduit in all type ofsoil & terrain, excavation as required, padding, backfilling etc. including supply ofHDPE Duct Accessories required including Plastic Couplers, End Plugs, Cable SealingPlugs, End Caps, etc suitable & sufficient for above supplied Duct, cleaning andsealing of ducts at the end of laid drum lengths,preparation & Supply of CableBlowing Pit at each KM including sand, jointing of HDPE conduit, Testing of HDPEDuct and accessories after laying,preparation of report and final drawing & documentsas per specification, joint location marking , erection accessories (suitable for min 8kg/cm2 pressure rating) ,all complete as per specifications provided in the biddocument & as per direction of consultant. (Two duct with different color 30000 mtreach are for blowing of present 24 F OFC & future requirement for total length ofpipeline as per spec. and drawing )

Per Meter Length

60000

4.0 Splicing, Jointing of optical fiber cable (including supply and installation ofjointing pits including sand, etc & joint markers) all complete as per spec., drawingprovided in the bid document and the direction of consultant.(6 planned joints to befinalised in CAS)

Nos. 8

5.0 Supply & installation of 300 dia cable markers at all pipeline marker locations onsame pipeline marker post as per specifications & drawing provided in the biddocument and direction of consultant.

Nos. 30

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Telecom SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(VI), Rev-1 (Part-I)

Page 109: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 7 of 7

3-(VI) SCADA & TELECOMMUNICATION WORKSl. Description of Items Unit Qty. Curr- AmountNo. ency

Figures Words

PART-ISCHEDULE OF RATES

FOR LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP & ODJP-KJP LOOP LINE AND

RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

6.0 Supply of set of FTC (Make 3 M / Reychem / Siemens /KRONE ) and otheraccessories for termination of OFC - 24 fibre in the Telecom Room .( Wiremeshsupply by GAIL )

Set. 2

7.0 Supply and Installation & Commissioning of Electronic Marker System as perspecification , test certificate and documents etc. consisting of :a) Electronic Markers (To be buried underground along with OFC Joints at alljointing location)

Set 8

(The marker shall be of same make and specification of existing laid marker and shallbe procured in consultation with GAILTEL Rajahmundry)

8.0 Termination of OFC on FTC/DDF inside the Telecom Room, splicing with steet fibre,test of the fibre for the smooth operation system on wavelength. Power Testing of laidOFC, Identification of the fault,Rectification, Earthing, final testing & commissioning(end to end for Oduru to Kakinada & Oduru to Kcheruvu section), preparation ofreports etc. work complete in all respect with all necessary accessories for all locationtill the final Handing over & taking over by Owner of the laid Optical Fiber Cablealongwith HDPE Telecom Duct complete as per specification,Drawings andDocumentation as per specification & contract agreement and as per the direction ofEngineers in charge.

Lumpsum Lumpsum

Note : The quantites of individual item can varied as per site requirement.The payment will be made as per actual certified measurement at site.For the Payment purpose the actual pipeline length will be considered for the payments of laid OFC and HDPE Duct along the pipeline and length upto control room inside terminal will be considered separately.

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure :

(ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR - Part-C-RIL-Part-I-Add Telecom SOR.No. 05/21/23J8(Part-C-RIL)/SOR-03(VI), Rev-1 (Part-I)

Page 110: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Separator -Part-II-Add-I.doc

SCHEDULE OF RATESFOR

4 - (I) TERMINAL WORKS (PIPING AND MECHANICAL) [SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)]

Page 111: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

1.0 PLANT PIPING (above ground)

Transportation of all piping items from Owner's and/ orContractor'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 includingsupply of all consumables, equipment, manpower and otherresources and execution of, but not limited to, the following worksin accordance with relevant specifications indicated in relevantclause of SCC & scope of work indicated in SCC, drawings,specification and instructions of Engineer-in-charge and as per allprovisions of the CONTRACT DOCUMENT.

- Fabrication including cutting, edge preparation, inclusive ofgrinding the edges of pipes, fittings, flanges etc. to match with thematching edges of uneven/different thickness wherever required,welding, attachment of all pipe fittings like elbows, tees, reducers.Supply of nipples, coupling etc. as required for completion of job.

- Fixing/ Installation of weldolets, sockolets, flanges, vent and drainpoint connection etc., including providing stub-in connections,fabricated fittings and reinforcement pads etc., as required.

- Erection including prior cleaning, lifting, placing on pipe sleepersand supports, overhead on racks, skids and at all elevationsincluding installation and carrying out connected activities for alltypes 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. tappingfor inline instruments like pressure gauges, thermowells, sampleconnection, etc.

- Preparation of final bill of material based on piping GADs.

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 112: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

- Preparation of isometric and fabrication drawings.

- Carrying out Non-destructive testing as required except itemsmentioned in sl. no. 6.0 of SOR.

- Surface preparation before application of primer by means ofsand blasting including supply of approved quality of sand,manpower, machineries, tools & tackles to achieve requiredroughness as per specification and as per instruction of Engineer-in-charge.

- Painting of entire system (including aboveground all pipes fittings,flanges and accessories) as per specification MEC/S/05/62/07Asuitable for highly corrosive area environment including supply ofapproved paints and primers, application of primer and paints,indentification lettering/ numbering, colour coding, etc. asspecified including rub down & touch up of shop primer orscrapping of shop primer wherever required by COMPANY andproviding scaffolding for all heights etc.

- Cleaning and flushing by water/ compressed air, testing of thesystems including hydrostatic, pneumatic and any other type oftesting as specified, draining, drying by compressed air/othermethods approved by COMPANY.

- Precommissioning & making operational all piping system andequipments.

- Commissioning Contractor scope shall provide all necessaryassistance in term of supply of man-power, equipment, tools andtackles required amount of nitrogen for purging of entire terminalpiping system including equipments etc. to the company duringcommissioning activities.

- Completion of all such work in all respects as per scope of workand as per drawings, specifications and instructions of theCOMPANY and keeping the system ready in all respects forfurther commissioning and start up.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 113: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 3 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

- Hook-up works (with client/ consumer piping at battery limits or asper P & ID):

1.1 Complete Carbon Steel Piping Work with painting including allfittings, flanges and supply of all required gaskets, studs bolts &nuts etc. as described under item 1.0 above API 5L, Gr. B, Seamless, BE / A 106 Gr. B & m 14" NB BE XS 2 2 Nil Nil 4API 5L Gr. X-52, LSAW, BE or equivalent

m 12" NB BE XS 12 12 6 Nil 30

m 8"NB S60 Nil 3 Nil 12 15

m 3" NB BE S40 3 3 3 Nil 9

m 2" NB BE S80 40 12 18 18 88

API 5L, Gr. B, Seamless, PE m 1½" NB PE S80 2 2 2 2 8

m 1" NB PE S80 3 3 3 6 15

m 3/4" NB PE S80 1 1 1 1 4

m ½" NB PE S80 0.5 0.5 0.5 0.5 2

Note:

1) Pipe Specification and thickness may vary depending uponavailability of pipe. No extra payment shall be made for this.2) All butt welded fittings end shall generally match withconnecting pipe wall thickness. However, in case of misalignment,Contractor shall have to do end preparation without any extracost. 3) All coupling, nipples etc. as required shall be suplied bycontractor but no separate payments shall be made as it iscovered under erection rate.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 114: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 4 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

2.0 SUPPLY OF ASSORTED PIPE, FITTINGS AND FLANGESComplete work of supply of pipes, flanges and fittings including alltaxes, duties, transportation and inspection charges but notlimited to, the following items in accordance with relevantspecifications indicated in clause 5.10 of SCC & scope of workindicated in SCC, drawings, specification and instructions ofEngineer-in-charge and as per all provisions of the CONTRACTDOCUMENT.

- Handling including lifting, transportation from Contractor Stores toCONTRACTOR's workshop for fabrication and/ or to work site forfield fabrication and erection for all piping items supplied byContractor.

2.1 CARBON STEEL PIPES API 5L Grade B/ ASTM A106, Gr. B, BE, Seamless / API 5L, Gr.X - 52, SAW

m 14" NB BE XS 2 2 Nil Nil 4

m 12" NB BE XS 18 18 6 Nil 42

m 8" NB BE S60 Nil 3 Nil 12 15

m 3" NB BE S40 3 3 3 Nil 9

m 2" NB BE S80 42 12 18 18 90

API 5L, Gr. B, Seamless, PE m 1½" NB PE S80 2 2 2 2 8

m 1" NB PE S80 3 3 3 6 15

m 3/4" NB PE S80 1 1 1 1 4

m ½" NB PE S80 0.5 0.5 0.5 0.5 2

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 115: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 5 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

2.2 FLANGESa) Weld Neck B-16.5, A105, 125 AARH Nos. 8" RF 600# Nil 2 Nil 6 8

Nos. 4" RF 600# Nil 2 Nil Nil 2

Nos. 2" RF 600# 12 10 10 8 40

Nos. 3" RF 150# 1 1 1 Nil 3

Nos. 2" RF 150# 4 12 4 4 24

b) Socket Welded (B-16.5, A105, 125 AARH) Nos. 1½" RF 600# 1 1 1 Nil 3

Nos. 1" RF 600# 4 4 2 4 14

Nos. ½" RF 600# 2 1 1 1 5

c) Blind Flanges (B-16.5, A105, 125 AARH) Nos. 2" RF 600# 2 1 1 1 5

Nos. 1" RF 150# 1 1 1 2 5

Nos. ½" RF 600# 1 1 1 1 4

d) WNRF B-16.5, ASTM A694, Gr. F-52 Nos. 12" RF 600# 6 8 2 Nil 16

2.3 ELBOWa) 90° Elbow (A234, Gr. WPB, B-16.9, 1.5D) Nos. 8" BW S60 Nil Nil Nil 2 2

Nos. 2" BW S80 10 8 6 6 30

Nos. 3"BW S40 1 1 1 Nil 3

Nos. 1" BW S80 Nil 2 2 4 8

b) 45° Elbow (A234, Gr. WPB, B-16.9, 1.5D) Nos. 8" BW S60 Nil Nil Nil 2 2

c) 90° Elbow (A105, B-16.11, SW) Nos. 1" SW S80 2 Nil 2 Nil 4

d) 45° Elbow (MSS SP-75 Gr. WPHY-52) Nos. 12" BW XS 2 2 2 Nil 6

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 116: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 6 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

e) 90° Elbow (MSS SP-75 Gr. WPHY-52) Nos. 12" BW XS 2 4 Nil Nil 6

2.4 TEEa) Equal Tee (B-16.9, 1.5D) [A234 Gr. WPB) Nos. 2" BW S80 3 2 2 2 9

b) Equal Tee (B-16.9, 1.5D) [MSS SP-75 Gr. WPHY-52] Nos. 12" BW XS 1 2 Nil Nil 3

c) Unequal Tee (B-16.9, 1.5D) [A234 Gr. WPB) Nos. 2" x 1" S80xS80 2 2 2 1 7

Nos. 12"x8" XS x S60 Nil Nil Nil 2 2

Nos. 8"x4" S60 x S40 Nil 1 Nil Nil 1

2.5 Concentric Reducer (MSS-SP-75) Nos. 14" x 12" S60 x XS Nil 4 4 Nil 8

Nos. 12"x8" XSxS60 2 2 Nil 2 6

Nos. 12"x6" XSxS40 Nil 2 Nil Nil 2

2.6 SOCKOLET (A105, B-16.11) Nos. 12"x3/4" 6000# 4 2 2 Nil 8

Nos. 2"x3/4" 6000# Nil Nil Nil 1 1

Nos. 8"x¾" 3000# Nil Nil Nil 2 2

Nos. 4"x½" 3000# Nil Nil Nil Nil 0

3.0 VALVES & OTHER ITEMSHandling including lifting and transportation from COMPANY's warehouse toCONTRACTOR'S Stores and/or work site and installation of all types of valves,insulating joint, flow tee including assembly of valve accessories, (if any) bybolting, threading or welding, supply and insertion of gaskets, nuts & bolts, nipples,etc. at all elevations of pipe sleepers, supports or overhead on racks, equipmentsnozzle, 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/ cleaningof valve wherever requried.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 117: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 7 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

3.1 Flanged/ Welded Valves (Full Bore/ Reduced Bore)i) Ball Valve Nos. 14" 600# 1 1 1 Nil 3

Nos. 12" 600# 2 3 2 1 8

Nos. 8" 600# Nil 1 Nil 2 3

Nos. 4" 600# Nil 1 Nil Nil 1

Nos. 2" 600# 8 6 6 6 26

Nos. 2" 150# 1 1 1 1 4

ii) Plug valve Nos. 2" 600# 1 1 1 1 4

iii) Check Valve Nos. 2" 150# 1 1 1 1 4

3.2 Socket Welded Valves (Ball / Plug) Nos. 1½" 800# 1 1 1 1 4i )Ball valve

Nos. 1" 800# 2 2 2 2 8

Nos. 3/4" 800# 4 4 4 4 16

Nos. ½" 800# 1 1 1 1 4

ii )Plug valve Nos. 1" NB 800# 1 1 1 1 4

4.0 SAFETY RELIEF VALVES

Handling including lifting and transportation from company's warehouse, installation, final coat of painting, testing andCommissioning of safety relief valves. Vendor scope will includesupply of all accessories including but not limited to gaskets, nuts,bolts, fixtures, clamps etc. required and providing high vent fordischarge. Installation shall as per API RP 520 and as per scopeof work.(Size of Safety Valve is tentative) Nos. 1½" x 3" 600# 1 1 1 1 4

Nos. 1" x 2" 600# Nil Nil Nil 1 1

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 118: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 8 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

5.0 PIPE SUPPORTS & OTHER STRUCTURES

5.1 Supply, fabrication and erection of all types of pipe supports likeclamps, 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 highlycorrosive area as per specification labour and supervision &complete work as per drawings, specifications and instruction ofEngineer-in-charge. (Bolts, nuts, washers, U-clamps etc. forsupporting shall be supplied by the Contractor within the ratesquoted. These items will not be measured and paid seperately).The work is to be completed in all respect as per scope of workand specification.

Kg - - 300 300 300 200 1100

6.0 RADIOGRAPHY

Performance of radiographic inspection by gamma radiation asper scope of work and as per specifications in piping of all typesand thickness including providing/hiring of all necessaryequipments, supply of all consumables, and whatever else eventhough not expressely mentioned but required to perform the workas per specifications and instructions of Engineer-in-Charge (fullcircle re-radiography of the repaired joint and additionalradiography necessitated due to poor performance of contractor'swelder shall be carried out by the Contractor at his own cost andshall not be paid extra by Company). Radiographs shall besubmitted to the Engineer-in-Charge for acceptance, whosedecision shall be final and binding.

Nos. of

Joint

14" 4 4 2 Nil 10

12" 45 70 25 15 155

10" Nil 5 Nil Nil 5

8" 10 10 10 25 55

6" 10 10 Nil Nil 20

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 119: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 9 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

4" 10 10 10 5 35

3" 5 5 5 5 20

2" 40 30 25 20 115

7.0 VESSELS & EQUIPMENTS

7.1 Handling, including lifting, transportation from Company's storesto Contractor's work-shop for fabrication or/ and to worksite forfield fabrication, assembly of parts/ sub-assemblies erection for allvessels, equipments supplied by company above ground/underground at all elevation/ depth, fixing of foundation boltswelding wherever required, alinging, grouting, hooking-up,hydrotesting alongwith the piping, cleaning and flushing bywater draining, drying by compressed air providing all mountings,ancilliary, enabling works as required and completing in all respectas per drawings, specification and instruction of Engineer-in-charge. Contractor's scope shall include supply of all material andaccessories including but not limited to any fixtures, clamps,gasket, nut bolts, finish coat of painting including rub down &touch up of shop primer/ paint scrapping of shop primer/ paint andfurther their painting after application of primer as perspecification, wherever required by Company.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 120: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 10 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

7.1.1 Approx. erection weight and Details of major equipments are asunder (Refer P&ID included with Tender).

MT 12 3 3 2 20

Details of Equipment Nos.a) Condensate Tank(2m dia x 6m length) 1b) Scrubber (1.018m dia x 3m length) 1

Note : 1) The rates quoted shall be applicable for both tap-off-cum-despatch & receiving terminal.2) The quantities given above against individual items areindicative and shall not be considered to be binding. Thequantities may be increased or decreased at site at the time ofactual execution and as per discretion of Owner/ Engineer-in-charge. The unit rate shall be operated to work out the finalpayment due to Contractor.3) All supply items shall be procured after due approval from EIC.

8.0 Supply of ValvesComplete work of supply of valves including all taxes, duties,transportation and inspection charges but not limited to thefollowing items in accordance with relevant specificationsindicated in scope of work indicated in SCC, drawings,specification and instructions of EIC and as perall provisions ofthe CONTRACT DOCUMENT.

a) Check Valves, RF Nos. 2" 150# 1 1 1 1 4

9.0 Supply of Restricted Orifice a) Supply and installation of 2" Restricted ORIFICE Plate (for

Condensate / Drain Line) of SS make for 600# piping inclusive ofsupply of gaskets(2 nos for each RO) and fastners as perspecification

Nos. 2" 600# 1 1 1 1 4

b) Supply and installation of 2" Restricted ORIFICE Plate (forCondensate / Drain Line) of SS make for 300# piping inclusive ofsupply of gaskets(2 nos for each RO) and fastners as perspecification

Nos. 2" 300# 1 1 1 1 4

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 121: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 11 of 11

4 (I) PIPING & MECHANICAL WORKS Sl. No.

Description of Item Unit Size Rating/ Thk./

Qty. Qty. Qty. Qty. Total Qty.

Curr-ency

Amount

Sch. Gautami GVK Konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

10.0 SUPPLY OF CARTRIDGE FILTERSupply of Cartridge Filter alongwith pressure safety valve,companion flanges and all accessories including but not limited togaskets, nuts, bolts, fixtures, clamps etc. required and providinghigh vent for discharge. Final coat of painting, set pressuretesting of PSV & commissioning and as per scope of work T.S.(No. MEC/TS/05/62/017, Rev-2) & Data Sheet No.MEC/23J8/05/21/DS/CF/01 for Catridge Filter enclosed in TenderDocument.

Nos. - 600# Nil Nil Nil 1 1

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure : (ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place: _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Mech SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(I), Rev-1 (Part-II)

Page 122: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Separator -Part-II-Add-I.doc

SCHEDULE OF RATESFOR

4-(II) TERMINAL WORKS (CIVIL)[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(II), Rev-1 (Part-II)]

Page 123: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 3

4 (II) (TERMINAL WORKS ) CIVIL & STRUCTURALSl. Description of Items Unit Qty. Qty. Qty. Qty. Total

Qty. Curr-ency

Amount

No. Gautami GVK Konaseema Vemagiri Figures Words (Rs.)CIV-1 Dismantaling of RCC pavements and supports including cutting & removal of

reinforcement, disposal of broken chips & steel and finishing, wherevernecessary to the satisfication of Engineer Incharge.

M3 1.5 3 1.5 Nil 6

CIV-2 Sand filling in layers watered rolled and consolidating the surface includingsupplying of sand (zone-II/Zone-III sand only) complete in all respect as perscope of work, detailedconstruction drawings as per technical specifications anddirections of the Engineer-in-charge

M3 4 2 4 Nil 10

CIV-3 PLAIN CEMENT CONCRETESupplying and laying plain cement concrete of grade M 10C with stone aggregate40mm down grade (including shuttering if required) in all types of concrete worksincluding levelling courses below foundations, mass concrete works, chambers,cable trench, under floors and any other locations, at all levels as per drawings,specifications and directions of the Engineer-in-charge.

M3 10 1 1.5 Nil 12.5

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supplyof all materials, shuttering, earthwork in excavationand backfilling using approvedearth in all conditions etc. with all bye works and sundry works.)

CIV-4 REINFORCED CEMENT CONCRETEProviding and laying reinforced cement concrete of grade M-20 with 20mm anddown grade crushed stone aggregate in all types of structures like foundations,pedestals, pedestal bases, pipe supports, sleepers cable trench includingconstruction joints, bitumen painting on surfaces in contact with soil, providingand fixing reinforcing steel, shuttering, inserts, finishes etc. at all depths andheights complete as per drawings , specifications and directions of the Engineer-in-charge. Above includes (a) Earth work in excavation including backfilling(including using borrow earth and disposal of surplus earth. (b) PCC 1:4:8modmat if required. (c) Grouting of all base plates/ frames of equipmentfoundations and structural bases as per requirement.

M3 6 10 1 Nil 17

(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supplyof all materials such as minimum 43 grade cement including sulphate resistantcement for sub-structures, R/F steel,inserts, bolts, conduits, bitumen, otherminor construction materials, shuttering , staging, earthwork in excavation andbackfilling using serviceable earth in all conditions, shoring, bailing and pumpingout water, testing of concrete, curing etc. with all bye works and sundry works).

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Civil SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(II), Rev-1 (Part-II)

Page 124: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 3

4 (II) (TERMINAL WORKS ) CIVIL & STRUCTURALSl. Description of Items Unit Qty. Qty. Qty. Qty. Total

Qty. Curr-ency

Amount

No. Gautami GVK Konaseema Vemagiri Figures Words (Rs.)

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

CIV-5 CONCRETE PAVEMENT Providing and laying reinforced cement concrete of (M-20 grade) with 20mm anddown grade crushed stone aggregate in pavement, including preparation of base(i.e. compacted subgrade, 200 thk sand and 50 thk PCC M-10 grade), leavingpockets if necessary, making recess, projections, fixing inserts conduit pipes (GI,PVC, HDPE, etc.) laying in alternate panels, filling the gaps between the panelswith bitumen etc., making slopes, finishing edges, leaving bars for pedestals &sleepers including providing sand fill isolation , shuttering, providing and fixingreinforcing steel, curing, chipping and modification works etc. as specified in anyshape, thickness, position and finishing the top surface smooth as perrequirementetc. all complete as per drawings, specifications and directions of theEngineer-in-charge. i)150mm thick (Type-I) M2 105 225 710 Nil 1040(Rate to include cost of all labour, tools, tackles, equipment, hire charges, supplyof all materials, providing and fixing reinforcement steel, shuttering, earthwork inexcavationand backfilling using serviceableearth in all conditions etc. with all byeworks and sundry works. Cost of works towards pipe supports & sleepers beingraised from pavement is covered under respective items.)

CIV-6 BRICK WORKProviding brick work with brick class designation M-7.5 of IS:1077 in cm1:4(1cement : 4 sand) in steps, walls, retaining walls and load bearing structuresdrains, or any shape with all lead, depths & height including curing, scaffolding,etc., as per specifications and drawings with all bye-works and direction of theEngineer-in-charge. Above includes -

M3 3 1.5 3 Nil 7.5

a) Earth work in excavation including backfilling.b) Plastering on exposed brick surfaces.c) Lime wash on plaster.

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Civil SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(II), Rev-1 (Part-II)

Page 125: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 3 of 3

4 (II) (TERMINAL WORKS ) CIVIL & STRUCTURALSl. Description of Items Unit Qty. Qty. Qty. Qty. Total

Qty. Curr-ency

Amount

No. Gautami GVK Konaseema Vemagiri Figures Words (Rs.)

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

CIV-7 CIVIL WORK FOR CONDENSATE TANKSupply of all material and construction of foundation for condensate tank as perthe drawing enclosed with tender document. Scope is inclusive of all worksrequired for this construction like excavation upto the depth indicated in thedrawing, PCC as specified under CIV-3, RCC as specified under CIV-4 withpockets for foundationbolts, Boulder packing, filling of coarse sand after erectionof the condensate tank, laying of brick kerb all aroiund as per specifications anddirections of the Engineer-in-charge.

Lum-sum

1 Nil Nil Nil 1

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure : (ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusiveof all applicable taxes & duties)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Civil SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(II), Rev-1 (Part-II)

Page 126: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Separator -Part-II-Add-I.doc

SCHEDULE OF RATESFOR

4-(III) TERMINAL WORKS (STRUCTURAL)[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(III), Rev-1 (Part-II)]

Page 127: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 2

4 (III) (TERMINAL WORKS ) STRUCTURALSl.No.

Description of Items Unit Qty. Qty. Qty. Qty. Total Curr-ency

Amount

Gautami GVK konaseema Vemagiri Qty. Figures Words (Rs.)STEEL STRUCTURE FABRICATION

ST1 Supply, 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, approachladders and platforms, crossover, cable tray supports, etc. includingpainting suitable for highly corrosive area as per specification labourand supervision & complete work as per drawings, specifications andinstruction of Engineer-in-charge. (Bolts, nuts, washers, U-clamps etc.for supporting shall be supplied by the Contractor within the ratesquoted. These items will not be measured and paid seperately). Thework is to be completed in all respect as per scope of work andspecification.

M.Ton. 2 1 3 3 9

ST2 Supply and erection of mild steel gate 2.5m high with mesh upto 2mheight and 0.5m barbed wire fencing complete in all respects includingpainting as per TS for highly corrosive environment on all ms items, allwork as per Specification and drawings (excluding foundations and RCCbeams).

a) 4m wide No Nil 1 Nil Nil 1

b) 3m wide No Nil 1 Nil Nil 1

ST3 Fixing of around 20 m (RM) chainlink on preerected supports, Supply ofGI, fasteners, U-bolts,clamps and any other required item for tighteningthe preerected fencing of 276 RM, fixing on the preerected fencing andtightening of the same. The thicness of wire and the number of rows ofwire rope for the tightening shall be as per specifications and drawingfor the fencing.

lot 1 Nil Nil Nil 1

ST4 Supply of paint and painting as per TS for highly corrosive environmenton all MS items of preerected chainlink fencing

m2 200 Nil Nil Nil 200

ST5 Supply of paint and painting for the preerected chainlink for fencing m2 600 Nil Nil Nil 600ST6 Supply and fixing of Barbed wire on the preerected angle posts as per

the drawing and specifications for chainlink fencing.RM 1200 Nil Nil Nil 1200

ST7 Fabrication & Erection of MS GateProviding and fixing in position steel entrance gate (as per the designshown in the drawing) consisting of MC-75 frame work for shutters, 20mm sq.ms vertical bars welded through the frame work @ 100 mm C/C,2 mm thick M.I.S. sheet boxing, locking arrangement, 25 mm thick 75mm dia M.S. wheel with ball bearing including fixing of the gate toRCC/masonary/Fencing Post with 75 mm x 75 mm x 6 mm M.S. oldfast/Hinge, M.S. pivot, 50 mm x 50 mm x 6 mm M.S.Tee bend to shapeand embedded in the road surface for gate opening track, gate stopper,wicket gate of size 750mm x 1800mm high, painting the gate with twocoats of anti corrosive paint and two coats of approved aluminium/synthetic enamel paint etc., lettering, complete as per drawings,specifications and directions of Engineer-in-Charge.

4.0m clear opening width of gate in two panels. No. 1 Nil Nil Nil 1

Unit Rate inclusive of all applicable taxes & duties

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Str SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(III), Rev-1 (Part-II)

Page 128: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 2

4 (III) (TERMINAL WORKS ) STRUCTURALSl.No.

Description of Items Unit Qty. Qty. Qty. Qty. Total Curr-ency

Amount

Gautami GVK konaseema Vemagiri Qty. Figures Words (Rs.)

Unit Rate inclusive of all applicable taxes & duties

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

ST 8 Supply, fabrication and erection of powder coated corrugated steelsheets as roofing on the existing support strucure for canopy ofmetering shed inclusive of supply of required bolts, washers and anyother fastioners require.

M2 Nil Nil Nil 24 24

ST 9 Supply, fabrication and installation of latch with 12 mm steel rod for theexisting steel gate at the main entrance. The rate is inclusive of supplyof all the steel involved in the fabrication and welding of the latch on tothe main gate.

Nos. Nil Nil Nil 2 2

ST10 Supply of all materials, fabrication and erection of chain link fencing 2.5m high with 2.0 m mesh and 0.5 m barbed wire, complete in all respectsincluding painting as per TS for highly corrosive environment as perpainting specificationon all MS items, all work as per Specification anddrawings (excluding foundations and RCC beams). Refer StandardSketch No. MEC/VD33/05/12/C/011

RM 20 110 Nil Nil 130

ST11 Steel Fencing DismantlingDismantling existing chainlink / steel fencing by opening nut bolts and/or by flame cutting including dismembering, site clearance & stacking of serviceable material in the store, as per technical specifications and direction of Engineer-in-charge.

RM 90 Nil Nil Nil 90

Notes:- 1. The quantities indicated are estimated values and hence are

approximate. Final payment will be made based on actual quantities tobe certified by the Purchaser.

2. The cost of MS bolts (permanent and service), washers, electrodes,putty, gases, cost of straightening the raw materials, cutting of flats fromplates and providing splices, paints, tools, plants, etc., as required forthe work shall be deemed to be included in the quoted rates.

3. All handling and transport charges of raw materials and fabricatedstructures including double handling, as required, for completion of workin accordance with time schedule, are deemed be included in the quotedrates.

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure : (ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of all applicable taxes & duties)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Str SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(III), Rev-1 (Part-II)

Page 129: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Separator -Part-II-Add-I.doc

SCHEDULE OF RATESFOR

4 - (IV) TERMINAL WORKS (INSTRUMENTATION)[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(IV), Rev-1 (Part-II)]

Page 130: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 3

4 (IV) INSTRUMENTATION WORKS: Sl. Description of Items Unit Qty. Qty. Qty. Qty. Total Curr-

ency Amount

No. Gautami GVK konaseema Vemagiri Figures Words (Rs.)1.0 PRESSURE INSTRUMENTS

1.1 Installation of pressure Gagues and their accessories inclusiveof supply of necessary piping materials and tubings alongwithall necessary valves & fittings, fabrication and installation ofimpulse lines/ manifolds & hydraulic testing but exclusive ofsupply and calibration of instruments as per installationstandard no. MEC/05/E5/SD/PG/004

Nos. 2 1 2 1 6

1.2 Installation of DP Transmitter including mounting ofInstrument on yoke, supply of yoke, supply and erection ofsupports for impulse lines wherever required, supply,fabrication & installation of SS manifolds/ SS impulse lines &SS valves & fittings with supports, hydraulic testing andpainting of supports as per std.but exclusive of supply andcalibration of instruments as per installation std. no.MEC/05/E5/SD/DPT/003

Nos. 1 1 1 1 4

1.3 Installation of Pressure transmitters including mounting ofInstrument on yoke, supply of yoke, supply and erection ofsupports for impulse lines wherever required, supply,fabrication & installation of SS manifolds/ SS impulse lines &SS valves & fittings with supports, hydraulic testing andpainting of supports as per std. but exclusive of supply ofinstrument and calibration as per installation std. no.MEC/05/E5/SD/PT/001

Nos. 1 1 1 Nil 3

2.0 TEMPERATURE INSTRUMENTS 2.1 Installation of temperature gauges with flanged thermowells

inclusive of installation of thermowell on the nozzle andinstallation of instruments but exclusive of supply ofinstruments, thermowells and calibration as per std.MEC/05/E5/SD/TG/008

Nos. 1 Nil Nil Nil 1

2.2 Installation of RTD with flanged thermowell inclusive ofinstallation of thermowell on the nozzle and installation ofinstruments but exclusive of supply of instruments,thermowells and calibration as per installation std.no.MEC/05/E5/SD/RTD/002

Nos. 1 Nil 1 Nil 2

2.3 Installation of Temperature transmitters including mounting ofInstrument on yoke, supply of yoke, and painting of supportsas per std. but exclusive of supply of instrument andcalibration

Nos. 1 1 1 Nil 3

Unit Rate inclusive of all applicable taxes & duties

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Instr SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(IV), Rev-1 (Part-II)

Page 131: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 3

4 (IV) INSTRUMENTATION WORKS: Sl. Description of Items Unit Qty. Qty. Qty. Qty. Total Curr-

ency Amount

No. Gautami GVK konaseema Vemagiri Figures Words (Rs.)

Unit Rate inclusive of all applicable taxes & duties

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

3.0 LEVEL INSTRUMENTS 3.1 Installation of level gauges & level switches alongwith

respective accessories on vessels and equipments or on standpipes including supply of supports for impulse lines whereverrequired, supply, fabrication and installation of manifolds/impulse lines and fittings with supports wherever required asper standards but excluding supply of instruments andcalibration.

a) Level Gauges as per Std. MEC/05/E5/SD/LG/005 Nos. 1 1 1 Nil 3b) Level Switches as per Std. Nos. 4 4 4 Nil 12c) Installation of float/ displacer type Level Transmitter along

with all accessories for condensate tank and scrubber.Nos. 2 1 2 1 6

d) Installation of float/ displacer type Level Switch along with allaccessories in the condensate tank.

Nos. 1 Nil 1 1 3

4.0 FLOW INSTRUMENTS 4.1 Installation of FLOW Transmitter including mounting of

Instrument on Existing yoke, supply and erection of supportsfor impulse lines wherever required, supply, fabrication &installation of SS manifolds/ SS impulse lines & SS valves &fittings with supports, hydraulic testing and painting ofsupports as per std.but exclusive of supply and calibration ofinstruments.

Nos. Nil Nil Nil 1 1

5.0 CABLING 5.1 Supply and laying of control, signal, RTD cables on main cable

trays, perforated trays, trenches including supply of allrequired cable glands and consumables like ferrules, clamps,PVC tubes, aluminium/SS tag plates etc., clamping , ferruling,glanding the cables, termination at both ends, includingshield/drain/ communication wire, providing/fixing ofidentifying tags and megger testing and loop testing butexclusive of erection of ducts, main tray, perforated tray.

i) Signal Cables- 1 P x 1.5 mm² Mtr. 200 150 200 30 580- 6 P x 1.5 mm² Mtr. 150 100 150 Nil 400

ii) RTD Cables- 1 TRIAD x 1.5 mm² Mtr. 5 5 5 5 20

6.0 Termination of cables laid already and not covered under itemno. 4.0 inclusive of supply of Lugs,Ferrules,Glands etc.,

(i) for all type of Field instruments Nos. Nil Nil Nil 10 10(ii) for flow control valve Nos. Nil Nil Nil 1 1

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Instr SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(IV), Rev-1 (Part-II)

Page 132: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 3 of 3

4 (IV) INSTRUMENTATION WORKS: Sl. Description of Items Unit Qty. Qty. Qty. Qty. Total Curr-

ency Amount

No. Gautami GVK konaseema Vemagiri Figures Words (Rs.)

Unit Rate inclusive of all applicable taxes & duties

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

7 STRUCTURAL (Complete in all respect as per Scope ofWork) (related to instrumentation)

7.1 Supply and erection of prefabricated perforated GI trays ofthickness 2.5mm including tees, bends and elbows, supply,fabrication and erection of required supports and painting ofsupports with one coat of primer as per IS:2074 and 2 coats offinished paint including supply of paint as per std. anddirection of Engineer-In-Charge.Sizes :a) 60 mm wide X 30 mm high Mtr. 70 70 70 30 240b) 200 mm wide X 30 mm high Mtr. 50 20 50 Nil 120

8.0 Installation of Junction Boxes including supply of JunctionBoxes with plugs for unused entries, supply, fabrication andinstallation of supports, plugging of unused entries andpainting.

a) Explosionproof electrical junction boxes for 12 pair cable entry Nos. 2 1 2 Nil 5

9.0 Supply of canopies fabricated out of 2 mm thick Fibre GlassBoxes / Aluminium sheet for electronic transmitters includingsupply, fabrication of support and installation of canopy withsupport and reflective painting.

Nos. 4 2 4 Nil 10

Note : 1) The quantities given above against individual items areindicative and shall not be considered to be binding. Thequantities may be increased, decreased or deleted at site atthe time of actual execution and as per discretion of Owner/Engineer-in-charge. The unit rate shall be operated to workout the final payment due to Contractor.

TOTAL AMOUNT Note: (i) The bidder must indicate currency(ies) against each quoted

item of the SOR. In Figure : (ii) The total amount shall also be given by the bidder in the quoted currency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of allapplicable taxes & duties)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Instr SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(IV), Rev-1 (Part-II)

Page 133: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Separator -Part-II-Add-I.doc

SCHEDULE OF RATESFOR

4 - (V) TERMINAL WORKS (ELECTRICAL)[SOR.No. 05/21/23J8(Part-C-RIL)/SOR-04(V), Rev-1 (Part-II)]

Page 134: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 1 of 6

4 (V) ELECTRICAL WORKS: Sl. Description of Item Unit Qty. Qty. Qty. Qty. Total Qty Curr-

ency Amount

No. Gautami GVK konaseema Vemagiri Figures Words1.0(a) Installation, testing & commissioning of UPS system (upto 5

kVA)complete with battery charger/rectifier, inverter, static switch, bypasstabiliser, battery bank and ACDB including transportation fromdesignated company's stores to site, aligning, levelling, installation onfoundation with all materials complete as per equipment drawings,specs., manuals and instructions of Engineer-in-charge.Supply of allinterconnecting cables among UPS, ACDB, batttery bank etc for theUPS system. If any material other than those supplied by the Owner isrequired, the same is involved in the scope of work of Contractor and tobe completed as per the scope of work.

Set Nil Nil 1 Nil 1

1.0(b) Installation, testing & commissioning of UPS system (upto 5kVA)complete with battery charger, inverter, static switch, bypassstabiliser and battery bank including(i)Dismantling & transportation of UPS system from the PonnamandaTerminal (Approx 100 km from Rajahmundry) to the site of work(ii)Transportation of the Battery bank from Rajahmundry Stores to the siof work. (iii)Aligning,levelling, installation on foundation with all materials complete as perequipment drgs., specs., manuals and instructions of Engineer-in-charge.Supply of all interconnecting cables among UPS, ACDB, batttery banketc for the UPS system. If any material other than those supplied by theOwner is required, the same is involved in the scope of work ofContractor and to be completed as per the scope of work.

Set 1 Nil Nil Nil 1

1.0(c) Design, manufacture, shop testing, inspection, packing, forwarding,delivery, installation, testing and commissioning at site of Dual Rectifiersystems with DCDB as per specification, Data sheet and following loadrequirement :

Set 1 Nil Nil Nil 1

(i) 0.5 KW, 24 V DC with DCDB (ii) All interconnecting cables among Rectifier and DCDB etc for the

rectifier system(iii) Recommended spares for 2 years operation & maintenance for the

Rectifier system

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Elec SOR.No. 05/21/23J8(Part-C-RIL)/SOR-05(V), Rev-1 (Part-II)

Page 135: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 2 of 6

4 (V) ELECTRICAL WORKS: Sl. Description of Item Unit Qty. Qty. Qty. Qty. Total Qty Curr-

ency Amount

No. Gautami GVK konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

1.0(d) Design, manufacture, shop testing, inspection, packing, forwarding,delivery, installation, testing and commissioning at site of Dual Rectifiersystems with DCDB as per specification, Data sheet and following loadrequirement :

Set Nil Nil 1 Nil 1

(i) 0.5 KW, 24 V DC with DCDB (ii) 1.25 KW, -48 V DC with DCDB (iii) All interconnecting cables among Rectifier and DCDB etc for the

rectifier system(iv) Recommended spares for 2 years operation & maintenance for the

Rectifier system

2.0 Supply, installation, testing, commissioning of flood/ street lighting poles /High Mast Poles with aluminium paint complete with mounting bracket,flame proof control gear box, internal cable from fitting to junction box,flame proof fittings and mercury vapour lamps etc. including civilfoundation with pipe inserts for cables and connecting work, with allmaterial and labour as per specifications, drawings and instruction ofEngineer-in-charge. Nominal height of pole shall be 10M for item 2(a)and 8M for item 2(c). Work to be completed in all respects.

a) Twin Flood lighting fixtures (for 400W mercury vapour lamp) on apole.(Pole : 410 SP- 46, Lighting fixture : Type : FL PW 3690 of M/sBaliga make of equivalent

Set Nil Nil 2 Nil 2

b) Bracket mounted single flood lighting fixture (for 400W mercury vapourlamp) on building/ structure.Lighting fixture: FL PW 3690 of M/s Baliga

Set 1 1 2 Nil 4

c) Street lighting, non integral type well glass fixture (for 125W mercuryvapour lamp) on a pole (Pole : 410 SP -13, Lighting fixture : Type :FLPW-1245 of M/s Baliga make or equivalent).

Set 4 Nil Nil Nil 4

d) Bracket mounted well glass fixture (for 125 W mercury vapour lamp) onbuilding (lighting fixture : Type : FL PW 1245 of M/s Baliga

Set 1 Nil Nil Nil 1

e) High Mast lighting on a 20 m high pole suitable with 8 Nos. lightingfixtures ( 400W High pressure sodium vapour lamp) (As per attachededata sheet, Make - M/s Bajaj or equivalent).

Set 1 Nil Nil Nil 1

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Elec SOR.No. 05/21/23J8(Part-C-RIL)/SOR-05(V), Rev-1 (Part-II)

Page 136: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 3 of 6

4 (V) ELECTRICAL WORKS: Sl. Description of Item Unit Qty. Qty. Qty. Qty. Total Qty Curr-

ency Amount

No. Gautami GVK konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

3.0 Supply, installation, testing, commissioning of power distribution board(PDB) and Lighting Distribution Board (LDB) :

a) Floor mounted PDB consisting of bus bar chamber, cable alley, 2 nos.200 Amp incomer SFU , 5 nos. 63 Amp, 5 nos. 32 Amp outgoing SFUs,and one no. DOL starter feeder for condensate pump (as perSpecification No. : MEC/S/05/26/26).

No. 1 Nil 1 Nil 2

b) Recess mounted LDB Consisting of one no. 40 Amp 4 pole RCCB asincomer and 12 nos. 6A SP MCBs, 3 nos. 10 A DP MCBs as out goings.

No. 1 Nil Nil Nil 1

c) Recess mounted LDB consisting of one no. 63A TPN MCB as incomerand 10 Nos. 20A SP MCBs as out goings.

No. 1 Nil Nil Nil 1

d) 2 No., 32A, TPN MCB (G Series) in sheet steel enclosure. No. 2 Nil Nil Nil 2

e) Recess mounted LDB consisting of 63A TPN MCB as incomer and 10Nos. 20A SP MCBs as out goings.

No. Nil Nil 1 Nil 1

f) Recess mounted LDB Consisting of 80 Amp 4 pole RCCB as incomerand 8 nos. 32A SP MCBs - G series 6 nos.. 20 A SP MCBs and 2 nos.20 A TPN MCBs as out goings.

No. Nil Nil 1 Nil 1

4.0 Supply, installation, testing, commissioning of the complete earthing andlightning 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 workwith all material and labour as per specification and drawings approvedby the company.

a) Earth Pits / Electrode Nos. 6 2 2 5 15

b) GI Strip (50X6) mm Mtrs 250 50 50 50 400

c) Supply installation of copper strip ( 50x6 )mm across valve Lot Nil 1 Nil 1 2

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Elec SOR.No. 05/21/23J8(Part-C-RIL)/SOR-05(V), Rev-1 (Part-II)

Page 137: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 4 of 6

4 (V) ELECTRICAL WORKS: Sl. Description of Item Unit Qty. Qty. Qty. Qty. Total Qty Curr-

ency Amount

No. Gautami GVK konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

d) Lightning arrestor on the roof of control room complete with earth pit (asper 4a) and GI Strip (as per 4-b)

Set 2 Nil 1 1 4

e) GI Wire, wire rope and all balance earthing material including copperstrip (50 mm x 2 mm Thick) jumper for flanges as per the specification.

Lot 1 Nil 1 Nil 1

5.0 Supply, laying, installation, termination, testing, commissioning of 1100Volt PVC insulated, PVC sheathed and armoured/ unarmoured cables intrenches, excavated under ground/ trays, pulling through pipes and itsproper sealing including under ground trench and supply of hume pipesfor road crossing etc. as requied as per specifications and drawingsapproved by company.

a) 3.5 x 50 mm2 YFY Mtr. 300 Nil 80 Nil 380

b) 4 x 16 mm2 YFY Mtr. 200 Nil 10 Nil 210

c) 5x2.5 mm2 YWY Mtr. 100 Nil Nil Nil 100

d) 3cx 2.5 mm2 YWY Mtr. 150 200 50 Nil 400

e) 4x2.5 mm2 YWY Mtr. Nil Nil Nil 150 150

f) 4x10 mm2 YWY Mtr. Nil Nil Nil 150 150

6( i ) Installation, testing & commissioning of 1 no. condensate(verticalsubmersible) pump with motor, including supply, Installation, testing &commissioning of flameproof local push button station (LCS)etc. (Starterincluded under PDB at sl. No. 2(a) above)

Set 1 Nil Nil Nil 1

6(ii) Installation, testing & commissioning of 1 no. Vertical SubmersiblePumpwith 3.7 kw/5hp motor for condensate tank, including supply, Installation,testing & commissioning of flameproof local push button station(LCS),DOL starter in the control room etc.

Set Nil Nil Nil 1 1

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Elec SOR.No. 05/21/23J8(Part-C-RIL)/SOR-05(V), Rev-1 (Part-II)

Page 138: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 5 of 6

4 (V) ELECTRICAL WORKS: Sl. Description of Item Unit Qty. Qty. Qty. Qty. Total Qty Curr-

ency Amount

No. Gautami GVK konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

7 (i) Supply and installation of the following including the supply of necessaryclamp, bolts, rawl plugs etc breaking and making good of walls, ifrequired and including all labour and materials completeas per directionsof Engineer - in - charge applicable standards and Indian Electricity rule

a) Shock hazard charts complete with frame and glass No. 1 Nil 1 Nil 2

b) First Aid Boxes No. 1 Nil 1 Nil 2

c) 6.8 litre capacity CO2 type fire extinguishers No. 1 Nil 1 Nil 2

d) Caution boards including supply of necessary clamps, bolts and otherhardware

No. 1 Nil 1 Nil 2

7 (ii) Supply and laying of 900 mm wide of following grade rubber matsrequired for maintenance of Electrical equipment in substation asrequired including cutting to required shape in runnig length andincluding all labour and materials etc. complete and as per directions ofEngineer - In - Charge as per applicable Indian or Internationalstandardsand Indian Electricity rules.

a) 11 KV grade Mtr. 9 Nil 9 Nil 18

8 Installation/ erection accessories including GI cable trays in trenches inelectrical/ UPS room, brackets, cable tags, cable marker, lugs, doublecompression cable glands, GI pipes for mechanical protection of cableetc. as required as per specification.

Lot 1 1 1 1 1

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Elec SOR.No. 05/21/23J8(Part-C-RIL)/SOR-05(V), Rev-1 (Part-II)

Page 139: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure - DPage 6 of 6

4 (V) ELECTRICAL WORKS: Sl. Description of Item Unit Qty. Qty. Qty. Qty. Total Qty Curr-

ency Amount

No. Gautami GVK konaseema Vemagiri Figures Words

PART- II SCHEDULE OF RATES

ADDITIONAL / RESIDUAL WORK AT EXISTING RECEIVING TERMINALS IN KG BASIN

Unit Rate inclusive of all applicable taxes & duties

9 Supply, installation,testing, commissioning of latest model, BEE Certified(Min. 4 Stars) Split type air conditioner (2T) with remote.(Make:Voltas,Bluestar & Carrier)

No. 1 Nil 1 Nil 2

Note Sub-Total 1) Quantities given above are only estimated quantities. Procurement shall

be done as per actual site condition and construction drawings.

Note: (i) The bidder must indicate currency(ies) against each quoted item of the SOR. In Figure : (ii) The total amount shall also be given by the bidder in the quotedcurrency(ies). In Word :

Place : _____________ Signature of Authorised SignatoryDate : _____________ Name :

Designation :Seal :

Tender No.: _____________________________________________________

Offer No. & Date : ________________________________________________

Total Amount of quoted price (inclusive of allapplicable taxes & duties)

D:\Vijyant\Ipps-kg basin\Tender\Part-C-RIL\Add\SOR final-23JB-Part-II-Add Elec SOR.No. 05/21/23J8(Part-C-RIL)/SOR-05(V), Rev-1 (Part-II)

Page 140: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

5) SUMMARY OF PRICES (To be submitted with priced part of the offer)[LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP& ODJP-KJP LOOP LINE AND RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN]TENDER NO.: 05/51/23J8(Part-C-RIL)/GAIL/001A

Sl.No.

(In Figures) (In Words)

PART- I

1. Total amount of quoted price for Mainline Works SOR

2. Total amount of quoted price for Cathodic Protection Works SOR

3. Terminal Works

I) Total amount of quoted price for Piping & Mechanical Works SOR

II) Total amount of quoted price for Civil Works SOR

III) Total amount of quoted price for Structural Works SOR

IV) Total amount of quoted price for Electrical Works SOR

V) Total amount of quoted price for Instrumentation Works SOR

VI. Total amount of quoted price for Telecommunication Works SOR

4. Gross Total Amount (inclusive of all applicable taxes & duties)[1+2+(3-I)+(3-II)+(3-III)+(3-IV)+(3-V)+(3-VI)]

PART- II5. Terminal Works

I. Total amount of quoted price for Piping & Mechanical Works SOR

II. Total amount of quoted price for Civil Works SOR

III. Total amount of quoted price for Structural Works SOR

IV. Total amount of quoted price for Electrical Works SOR

Page 141: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

Sl.No.

(In Figures) (In Words)

V. Total amount of quoted price for Instrumentation Works SOR

6. Gross Total Amount (inclusive of all applicable taxes & duties)[5-I)+(5-II)+(5-III)+(5-IV)+(5-V)]

7. Gross Total Amount for Part-I & II (Sl. No. 4 & 6)8. Rebate (if any) offered on gross total amount (Sl.No. 7) above.

(which will be applicable on each item of Schedule of Rate)________________ % ofquoted rate

____________________ Percent of quoted rates

9. Amount of Rebate as per Sl.No. 8 above

10. Net total amount {7-9} (after considering rebate indicated at Sl.No.9)

Note: The total amount shall also be given by the bidder in the quoted currency(ies).

Place : _________________ Signature of Authorised SignatoryDate : _________________ Name :

Designation :Seal :

Tender No.: ________________________________________________

Offer No. & Date : ___________________________________________

Page 142: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

6) STATEMENT OF TAXES & DUTIES (To be submitted with priced part of the offer)[LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP& ODJP-KJP LOOP LINE AND RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN]TENDER NO.: 05/51/23J8(Part-C-RIL)/GAIL/001A

Base ceiling price on whichtaxes & duties shall apply

% rate of taxes & duties Total amount of taxes & dutiesDescription

In Figure In Word In Figure In Word In Figure In Word

Total Service Tax

Note: Any amount/ price filled-up by the Bidder shall also be suffixed/ prefixed by currency(ies) in above format.

Place : _________________ Signature of Authorised SignatoryDate : _________________ Name :

Designation :Seal :

Tender No.: ________________________________________________

Offer No. & Date : ___________________________________________

Page 143: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-D

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\SOR\Summary of Prices-Add-I.doc

7) PROFORMA FOR EXTENDED STAY COMPENSATION (To be submitted with priced part of the offer)[LAYING & CONSTRUCTION OF 18" DIA. PIPELINE, TERMINAL AND ASSOCIATED FACILITIES FOR ODJP-KCJP& ODJP-KJP LOOP LINE AND RIL CONNECTIVITY ALONG WITH ADDITIONAL/ RESIDUAL JOBS IN KG BASIN]TENDER NO.: 05/51/23J8(Part-C-RIL)/GAIL/001A

1.0 Rate of extended stay compensation beyond the schedule completionperiod and grace period for reasons solely attributable to Owner.

In Figure : ________________________________________________ (per week)

In Word : _________________________________________________ (per week)

Note:1) Extended stay compensation shall be loaded on the quoted prices as per relevant clauses in Instructions to bidder &

Special Conditions of Contract.2) Bidder shall submit this format in Un-priced part duly stamped and signed without indicating the price. The price shall

be submitted in the price party only.

Signature of Authorised SignatoryPlace : _________________ Name :Date : _________________ Designation :

Seal :

Tender No.: ________________________________________________

Offer No. & Date : ___________________________________________

Page 144: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-ITo

Tender No. 05/51/23J8(Part-C-RIL)/GAIL/001A

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Cover Annexure.doc

ANNEXURE – E(Pertaining to Technical Specification & Data Sheets)

Page 145: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

ELECTRICAL &INSTRUMENTATION SECTION

JOB SPECIFICATION

KG BASIN PIPELINE PROJECTTELECOMMUNICATION SYSTEM

JS No.: MEC / JS / 05 / E5 / T / 23J8 / TC-01

MECON LIMITEDDELHI - 110 092

Page 146: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 2 of 33

TABLE OF CONTENTS

1.0 INTRODUCTION

2.0 SCOPE OF WORK

3.0 QUALITY ASSURANCE PROGRAMME AND IMPLEMENTATION METHODOLOGY

4.0 WARRANTY

5.0 SUPPLY OF MANPOWER AND MATERIAL

6.0 FINAL COMMISSIONING

7.0 UTILITIES POWER SUPPLY AVAILABILITY

8.0 NETWORK CONFIGURATION

9.0 INTEGRATION WITH EXISTING GAIL NETWORK

10.0 DESIGN GUIDELINES

11.0 ENVIRONMENTAL SPECIFICATIONS

12.0 TECHNICAL SPECIFICATION

13.0 NETWORK MANAGEMENT SYSTEM

14.0 PACKING

15.0 TEST CATEGORIES

16.0 INSTALLATION, TESTING AND COMMISSIONING

17.0 TRAIL RUN PROCEDURE

18.0 DRAWINGS AND DOCUMENTS

19.0 ANNEXURES

Page 147: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 3 of 33

1.0 INTRODUCTION

To facilitate the operation, monitoring, control and maintenance of the pipeline, dedicated telecommunicationsystem / network is proposed to be installed along the new Natural Gas Pipeline and to integrate with the GAIL’sexisting telecom network.

GAIL (India) Limited is in the process of laying a new pipeline from Oduru-K.Cheruvu-KJ Point of approx. 30Kms. length as an extension of existing pipeline network of GAIL.

To facilitate the operation, monitoring, control and maintenance of the pipeline, dedicated telecommunicationsystem / network is proposed to be installed along the above mentioned new pipeline, integrated with the GAIL’sexisting telecom network. The details of GAIL’s existing Telecommunication network are given at Annexure- 3.Additional details as may be relevant of the GAIL’s existing Telecommunication network shall be provided to thesuccessful vendor.

2.0 SCOPE OF WORK

The scope of work would be on turnkey supply and commissioning of network and would be as covered in thefollowing paragraphs.

The Vendor’s scope of work for the Telecommunication system defined in this document shall be on turnkeybasis, and shall include but not be limited to the following:

2.1 TURNKEY SUPPLY AND COMMISSIONING OF NETWORK

The Vendors scope of work for the Telecommunication system defined in this document shall be on turnkey basis,and shall include but not be limited to the following:

Survey, project management, system design, detailed engineering, manufacture/procurement and supply of allrelated goods and providing all related services including installation, interconnecting with the existing networks,testing, integration, trial run, commissioning, warranty, training etc. complete in all respect, including the relatedcivil works, cabling, preparation of the related drawings, documents, etc. for implementation of the telecomsystem , which shall comprise of an optical fiber based Synchronous Digital Hierarchy (SDH) & PrimaryMultiplexer systems, NMS for SDH and P-Mux as per requirements in tender specification and as mentionedunder “ TELECOMMUNICATION NETWORK REQUIREMENTS”.

2.2 TELECOMMUNICATION NETWORK REQUIREMENT

The proposed telecommunication system / network for KGB shall comprise of the following:

i) Optical Fibre based SDH System (STM-1), shall be of ECI telecom make where STM-1 as tier 2 withthe Network Manageability from Noida (NMC) and Mumbai (NMC)

ii) Primary Multiplexer (P-Mux) Equipment for facilitating the voice & data communication facilityamongst respective pipeline locations and SCADA Master Control Centre with the NetworkManageability from Rajahmundry

iii) Network Management Provision for SDH & P-Mux:For SDH and P – MUX equipments.

• NMS of SDH ( STM-1) systems:

In case the qualifying vendor is the vendor whose NMS is already Installed and running in GAIL ,

• NMS of P-Mux Equipment:

Page 148: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 4 of 33

The P – MUX shall be of M/s Bayly. The Multiplexers along KG BASIN are required to be managed andconfigurable with the existing P-Mux NMS Rajahmundry

iv) Integration with existing network

The SDH network of new stations shall be integrated with the existing GAILTEL network at k.Cheruvu-Tatipaka-Rajahmundry.

The new network would be synchronized with the existing network and the clock would be drawn fromthe existing network.

Required Telecom Network Setup & Telecom Facilities for KG BASIN:

The proposed telecommunication system / network for new KG basin locations shall comprise of the following.

i) Optical Fibre based SDH Systems shall be installed at new KG Basin locations as the backboneTransmission system.

For the same, STM-1 (ADM) Equipment each shall be installed at Oduru and

Primary Multiplexer (P-Mux) Equipment one each shall be installed at Oduru to facilitate the followingVoice & SCADA communication facilities for new Terminal / Pipeline locations.

2.3 TELECOMMUNICATIONS FACILITIES REQUIRED

The proposed telecommunication system shall provide the following facilities for KJ Point-K.Cheruvu-Oduru andKG Basin pipeline:

i) Voice Communication:

The following voice communication facilities shall be provided through P-Mux channels:

• Pipeline Maintenance Telephone Facility:

The Subscriber dialing facility for pipeline maintenance of the KG BASIN shall be provided in thefollowing manner:

Each stations shall be provided with Wall-mounted Analog Push-button Telephone, which shall beconnected to SIC (Subscriber Interface Card) of P-Mux. The telephone shall be supplied as a free issueitem by GAIL. The cabling shall be done by vendor along with the work of installing these telephones.For the same, the vendor is required to lay approx. min of 50-60 meter extension telephone cord. Thesetelephones shall be installed by the vendor inside the pipeline control building in the electrical roomadjacent to the Telecom room. These telephones are for use of pipeline maintenance group to talk withall the other locations on the pipeline.

• Security Weather-proof Telephone Facility:

The Subscriber dialing facility for Watchman of each location of the pipeline shall be provided in thefollowing manner:

Each stations shall be provided with rugged type weatherproof telephones by the vendor in the watchmancabin, which shall be connected to SIC (Subscriber Interface Card) of P-Mux. The specification of theWeatherproof Telephone is given elsewhere in the document.

For connecting to the Weather Proof phone and the vendor shall supply, lay & terminate 5 (five) pairarmored jelly filled 0.5 mm telephone cable of estimated length of about 80 meter at each station for eachphone, from the telecom room to Watchman cabin

Page 149: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 5 of 33

To provide voice communication for Control room, Pipeline maintenance and Watchman weather prooftelephone at all new KG basin location, Analog telephone Subscriber lines from existing Alcatel-4400EPABX at Tatipaka & Rajahmundry to new KG basin locations.

ii) Data Communication:

The following data communication facilities shall be provided through P-Mux channels:

• Omnibus digital data channel for SCADA applications:

The SCADA RTU polling of GAIL’s SCADA Master Control Centre shall be done in the followingmanner:

• The digital Omnibus SCADA channel shall be extended from Rajahmundry in case of KG BASIN.

2.4 The SDH system / equipment offered by the bidder shall meet the proveness criteria and the requisitesupport , as laid out in the System proveness Proforma , as placed at Annexure - 1 along with AppendixA / Appendix B . The bidder is required to fill the proforma which shall form a part of his offer.

2.5 The bidder shall include the information on source of supply of different equipments /accessories as perthe SOS form placed at Annexure - 2, which shall form a part of his offer.

2.6 DESIGN OF NETWORK:

Design of network would include the following:• Study of existing GAILTEL and pipeline Telecom Network Topology.• Gathering information for complete system design & detailed engineering to meet the overall system

availability objectives.• Detailed Design & Link Engineering based on the hop lengths and Network diagram

• Seamless Integration of the vendor supplied Telecom system/network with GAIL’s existing Telecomsystem/network with regard to Network management of SDH & P-Mux elements and Network Synchronization ofthe telecom network.

• Co-ordination with SCADA vendor during engineering phase and also during installation and commissioningphase of the project.

The vendor shall be fully responsible for detailed engineering and design of the proposed system.The vendorshall provide full details of the network design & engineering (all parameters) in the bid proposal with regard tofollowing in line with Specifications, requirements & Design guidelines, given elsewhere in this document:

• Optical Link Engineering Hop-wise

• Network Management of SDH & PDH elements

• SCADA polling over omnibus Digital channel.

• Network Synchronization

Immediately after the issue of the order, the vendor shall submit detailed engineering calculations and thecomplete system design including system performance to meet the technical requirements.

The network shall be configured, equipped & integrated with the GAIL’s existing System following thephilosophy as mentioned in this specification elsewhere. The details mentioned are indicative. Hence, thevendor shall take all necessary actions & shall supply all required material for fulfilling the overall requirementof the tender.

Page 150: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 6 of 33

3.0 QUALITY ASSURANCE PROGRAMME AND IMPLEMENTATION METHODOLOGY

This shall include but not limited to preparation of detailed quality assurance programme, quality controlparameters for equipment manufacturing and implementation of the network, preparation of implementationmethodology covering schedule of supply, installation, testing and commissioning. The Network design has to beapproved by GAIL before actual manufacturing of the equipment.

The system and sub system shall be accepted and taken over upon successful completion of Site Acceptance Tests(SAT) the link is required to give guaranteed performance of 10 E-12 for a period of 48hours followed by Trialrun (30 days). SAT plan shall be proposed by vendor and approved by Engineer-in-charge.

Trial run shall be conducted immediately after SAT. This shall comprise the link stability test for 30 days by wayof monitoring of link alarm status through NMS. The performance has to meet the ITU recommendations G.826and G.821

Details and methodology to be followed during FAT, SAT and Trial Runs have been indicated elsewhere in thetender document.

4.0 SUPPLY AND STORAGE OF EQUIPMENT

This shall include but not limited to supply and storage of equipment and all other items required for installationand commissioning of the network including the following:

• Transportation of equipment and all other components from locations of manufacturing to the locations ofinstallation.

• Storage during transit & storage/ warehousing as required till the readiness of owner’s sites.• Statutory clearances including clearances of customs, excise, octroi and others, as required for all the supplieditems.

5.0 SITE PREPARATION

This includes all electrical and civil works and site preparation activities at the equipment nodes for installationand commissioning of the equipments including but not limited to:

• Preparation of earthing Pit and providing Earthing for the equipments at the Equipment nodes.

• Preparation of Earthing pit and connecting the grounding arrangement of FTC to the earthing pit; Earthing ofOFC armoring at the grounding arrangement in FTC. The Earthing resistance in this regard shall be less than2 ohms.

• Termination of OFC cable at FTC of the equipment room.

• Upon completion of OFC laying activities by the OFC laying Contractor, the vendor shall takeover the OFClink after testing jointly with the laying contractor or GAIL’s nominated agency, witnessed by GAIL/Engineer in line with the approved OFC Hop Test procedure.

All testing arrangements such as OTDR, Talk-set, Optical Laser Source and Optical Power Meter for this testingand acceptance shall be made by the vendor. For this the vendor shall make arrangements and come forward foracceptance of OFC links on notice from GAIL.

6.0 ACCESSORIES/ OTHER ASSOCIATED ITEMS

Procurement, supply and installation of FTCs, Wire mesh, patch cords, pigtails including splicing of pigtails tooptical fibers at Fiber Termination Closures (FTC) and routing the fibers from FTC to FDF/Equipments,

Page 151: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 7 of 33

Procurement, supply and installation of DDF’s and cabling between the Equipments and DDF’s and all otheritems not indicated here but required for completion of the system shall be in the scope of the vendor. Thequantities of the FTCs, Wire Mesh have been indicated in the Bill of Material.

Supply & Installation of necessary equipment, cables & accessories to meet the overall system requirements,extension of telephone cables at respective sites, separate earthing & lighting protection of indoor telecomequipment at respective telecom locations etc. Furniture as required for various systems, sub-systems, equipmentetc shall be supplied by the Contractor.

System integration including providing requisite interfaces and accessories to realize the complete system, whichshall include but not limited to the following:

Integration of the optical transmission system with other subsystems and existing network/ system and the opticalfibre cable (laid by others) including termination, providing connectors, pigtails etc. to realize the complete opticalfibre communication system.

Supply of the technical literature, drawings and documentation for the complete system.

Supply & installation of DC power Distribution Box (DCDB) with (1+1) spare capacity of 48 VDC power feed /terminations for future use and complete wiring from the distribution box to the respective telecom equipments ateach telecom station as per specifications.The vendor shall extend the power from GAIL provided power point to the DCDB, to be installed in theequipment room using the armored DC cable. For the same, the DCDB and armored cable shall be supplied andinstalled by the vendor.

Any item of goods/services not specifically mentioned, but considered essential for completion of the work in allrespects shall be deemed to be included in the scope of work of the successful Vendor.

Restoration of Optical Fibre Cable (OFC) faults observed after the taking over of Fiber by the Vendor till thecompletion of trial run shall be the responsibility of the vendor. GAIL shall provide OFC for restoration of faultswhereas, other material like joint closures etc. shall be provided by the vendor. Locating Fault, excavation,jointing/splicing, protection of joints, back-filling etc. shall be completed by the vendor. For the restoration(labour, material etc. all inclusive) of each cut, the vendor to provide a concrete chamberThe vendor is required torepair the cut within 48 Hrs of receiving the intimation about the cut.

7.0 SPARES , TOOLS AND TEST EQUIPMENTS:

Supply of Spares of all supplied SDH & P-Mux equipment shall be provided as per the following:

For maintenance, patch cords etc. of the SDH & P-Mux equipment, data cables etc. shall be provided as spares.

100 % spares shall be provided for consumables e.g. fuses, lamps, plugs, clamps etc.

Vendor shall provide the address, contact person, fax, and telephone numbers of the manufacturer of the spareparts. The vendor shall warrant that spare part for the system would be available for minimum of 10 years afterwarranty period after system commissioning (taking over). After this period if the vendor discontinues theproduction of the spare parts, then he shall give at least 12 months notice prior to such discontinuation so thatOwner may order the requirements of spares in one lot.

In the bid, the Vendor shall provide unit price of each Spare module/card, which shall be valid for theprocurement of the spares for operation and maintenance in subsequent years.

Page 152: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 8 of 33

8.0 WARRANTY

DETAILS OF WARRANTY SUPPORT

The details of services to be provided under warranty shall include but not limited to the following :

1. TECHNICAL SUPPORT SERVICE

Technical Support Services that extends coverage for GAIL after handover of the system. This includes 24 x 7 (24hours x 7 days a week) on line support. GAIL shall utilize this service by intimating the bidder of its uniquecustomer ID in case of any contingency and Bidder in turn provide telephonic support. Depending upon theseverity of the issue, engineer shall be sent by bidder to the site.

2. ADVANCE REPLACEMENT SERVICE

The “Advance Shipment” service provides for the replacement of a defective Fields Replacement Unit (FRU) byan equivalent FRU upon request of replacement from GAIL. Using this service bidder, from its warehouse/factory, will ship an equivalent unit (feature, function, fit compatible) in maximum 3 days without waiting forreceipt of the defective part and the defective parts will be sent to bidder immediately.

The Hardware shipment shall be made by directly to Rajahmundry in case of KG BASIN and all costs for this areto be borne by bidder.

3. DOCUMENTATION DELIVERY SERVICE

Under Documentation delivery service bidder is required to provide engineering practices and Technical Bulletinsfor updates at free of cost. All the latest software upgrades and updates for complete system are also required to beprovided under warranty.

4.0 SUPPLY OF MANPOWER AND MATERIALVendor to arrange sufficient manpower and material for installation and commissioning of the network4.1 TEMPORARY POWER SUPPLYVendor shall arrange for the temporary power supply during installation, testing and commissioning of thenetwork.4.2 FINAL COMMISIONINGThe Network shall be considered to be commissioned and taken over, only after successful integration withexisting GAILTEL network and successful completion of SAT and the trial run. However, the carrying out ofSAT and trial run and takeover by owner shall not be delayed for non completion of minor works and such jobswhich do not affect the normal operation of the network, and such works/ jobs shall be completed by the vendor inaccordance with the plan / schedule which has been approved by the Engineer – In – charge. The date ofsuccessful completion of Trial run shall be treated as the ‘Completion Date’ for such purpose as application ofcontractual provisions such as ‘Price reduction schedule for delayed completion’ etc.

5.0 UTILITIES AVAILABLE

Station wise power and maximum allowable load at each station is indicated. Power shall be provided at one pointinside the battery limit. Telecom vendor to generate all other voltage levels required. All necessary DC-DC andAC-DC converters and rectifiers shall be in the scope of vendor. Make shall be Eltek/ Ascom.

GAIL (owner) shall provide the room for installing the equipment. False flooring and false roofing is excludedfrom the scope of telecommunication vendor.

KG BASIN

48V DC Power Supply with at least 24 Hours battery back-up will be made available to new locations as per thepower supply table below:

Page 153: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 9 of 33

S.No. Location Type of Location Loadrequirement

Availability

1 Rajahmundry STM-16 N / A YES2 Tatipaka STM-16 N / A YES3 K chervu STM-16 N /A YES4 KJ Point STM-1 400 W Min NO5 Oduru STM-1 400 W min NO

9.0 NETWORK CONFIGURATION

STM-16 and STM-1 NETWORK CONFIGURATION

The SDH (STM-16/1) Equipments supplied for KG BASIN shall comply with the specifications stated elsewherein the tender. The Software & Hardware, required for the remote manageability of SDH equipment at central &remote locations shall also be provided to meet the overall requirement:

STM-1 Equipments shall be provided in ADM configuration at Oduru

For the SDH Equipment, the common modules of power supply, cross connects and controller cards in the SDHEquipment, failure of which shall affect the traffic & performance of the equipment, shall be provided in (1+ 1)hot-standby protection and in line with requirements as stated in tender elsewhere.

The Synchronization Input and Output Interfaces and Traffic interfaces for all SDH equipment to be provided asmentioned under the technical specifications.

The equipments at various locations shall be equipped & configured as per the following:

At Oduru of KG BASIN STM-1 equipment is to be provided.

All optical & electrical Interface Modules supplied at all locations of the pipeline shall be provided with all OEMmake Cable, Connectors & associated items in complete for the integration with external users’ equipment.

Any other interface required in SDH at any other locations of the pipeline to meet the overall requirement shall besupplied, installed & commissioned by the Contractor.

PRIMARY MULTIPLEXER (P-Mux)

Primary MUX, to be supplied for the pipeline shall be of Bayly and shall be of 2 Mbps terminal and Drop-Insertconfigurations.

The required Hardware configuration of Primary Multiplexer for various locations of the pipeline shall be as perthe following. The Software & Hardware, required for the remote manageability of P-Mux equipment at central &remote locations shall also be provided to meet the overall requirement:

Primary Multiplexer (P-Mux) in shall be provided at Oduru

Exchange-Interface-Cards (EIC) Interfaces:

For extending two subscribers at each station from Alcatel-4400 EPABX, installed at Rajahmundry & Tatipakarequired no. of EIC interfaces shall be provided in P-Mux of Oduru.

Digital Omni-bus Channel Interface:

For SCADA RTU polling over Omni-bus, minimum 4 (four) channels/interfaces to be provided at Oduru

Page 154: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 10 of 33

Low speed data channels shall support RS232C serial communication with RTUs at 19.2/2.4 Kbps (Siteselectable) in multi dropped omnibus configuration.

It shall be noted that the distance between RTU and Telecom panel across the building is approx. 120 mtrs, hence,line drivers etc, if required, shall be provided by the Telecom vendor.

Actual channeling plan shall be finalized during detailed engineering.

Telecom vendor shall also provide the channels with proper connectors mounted in a separate panel inside theSCADA server room.

Any other interface required in P-Mux at any other locations of KGB to meet the overall requirement shall besupplied, installed & commissioned by the Contractor.

To provide SCADA data connectivity for new KG basin locations, it shall require to extend Point-to-multipointLow speed (RS-232) Data channel (@ 1.2 Kbps – 19.2 Kbps) four ports between Rajahmundry & new KG basinlocations: Gudala, BGL, Konaseema, K Cheruvu, GVK, Vemagiri, REL, Gowthami & KJ Point.

SCADA System Network Requirements

SCADA system shall comprise of Regional Gas Management system at Rajahmundry and National GasManagement system(NGMC) Noida, Remote Work Stations (RWS’) and several Remote Telemetry Units (RTUs)multi-dropped on low speed data channels , Flow computers & Gas chromatograph . Rajahmundry will also haveterminal server for polling the RTUs and a SCADA server.The RTUs shall be multidropped on 19.2 Kbps to 2400 bps (configurable) low speed RS 232C data channels. Thehigh speed and low speed data channels shall be provided through OFC links. All the low speed data channelsshall be extended to Rajahmundry so that RTUs can be polled.

6.0 INTEGRATION OF NETWORK WITH EXISTING NETWOK

The integration of the new network with the existing GAILTEL network would be done in the following manner:

The Telecom Network of KGB shall be integrated with the existing GAILTEL network at K-Cheruvu-Rajahmundry/Tatipaka .

For the seamless integration of the new telecom network of KGB with the existing telecom network of GAIL withregard to SDH, PDH, NMS connectivity, and network synchronization the vendor shall supply & install allrequired OEM make cables, connectors, adaptors (like: 75 to 120 ohms, etc), optical attenuators & otherassociated items & accessories.

7.0 DESIGN GUIDELINES1. The system design shall be flexible enough to meet future expansion program up to the maximum capacity of

each system and sub-system without deteriorating the performance of the system.

2. In general, specifications provided throughout this document shall apply. In case of conflict more stringentspecifications shall override specifications given elsewhere and decision of the Owner/Engineer in all suchcases shall be final.

3. Equipments shall conform to the similar housing standards and shall preferably be integrated in one 19” orslim rack or ETSI rack.

Page 155: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 11 of 33

4. The optical and multiplexing equipment should be able to work continuously in non air-conditionedenvironment (guaranteed performance) under prevailing environmental conditions of the sites.

5. All venting, cooling shall be natural. However, in case of equipment internal forced cooling with suitabledust filters may be used, if required.

6. All equipments shall have sufficient number of alarms and supervisory indications and shall be provided withself-diagnostic facilities. All alarms and monitoring & diagnostic facilities shall be built-in & shall bedisplayed on the front panel of the equipments for ease of maintenance. It shall be possible to transmit theseindications, parameters to the control stations /NMS.

a. The point shall be available on the front panel for system monitoring and easy fault-location.b. The healthy condition of the units shall be displayed by green LEDs, unhealthy condition by red LEDs.c. All-important switches shall be provided with controls on the front panel with suitable safeguard to avoid

accidental operation. Manual changeover should be performed by more than one sequential operatingprocedure to avoid accidental operation.

7. The equipments shall be fully based on solid-state technology. The system hardware shall be modular to haveflexibility to meet any demand for expansion or modification with minimum changes.

8. All equipments shall be immune to EMI; RFI interferences generated by any nearby source & shall meet thelatest international standards in this regard.

9. The equipments shall be capable of functioning with minimum maintenance and shall be preferred to have norequirement of any preventive maintenance.

10. All PCBs used shall be glass epoxy type and shall not chip owing to repeated soldering/ desoldering. ThePCBs shall not warp on any account.

11. All wiring-including field interconnection wiring shall be cabled and clamped to the chassis. The wiring shallfollow standard color-code. All patch cords shall be provided with connectors matching to the cable used andshall have identification markings.

12. All sub-assemblies or modules, switches and controls and the circuit components shall be so mounted as topermit their replacement without appreciable disturbance to other components.

13. Vendor to specify the power requirement of the offered Telecom system at each telecom station.

14. If the vendor is not using distributed power supply system on individual module basis then the Power supplycards shall be duplicated (1+1). However, one standalone power supply card shall be able to run the systemfor its entire lifetime & there shall be sharing of load between the two power supply cards under normalconditions.

15. Racks for all the equipment of individual system, sub-system shall be provided from the reputedmanufacturers only and they shall adhere to all the quality norms.

16. The equipment construction should be such that it does not allow ingress or entry of rodents, insects, anddust. For this, equipment should be suitably sealed from all sides, top and bottom.

17. All the special tools and tackles, etc. shall be procured and supplied as a package with its carrying cases,accessories (interconnecting cables, connectors, lamps, batteries, fuses etc.) for their respective manufacturer.

18. Termination for all user interfaces shall be provided with 100% spares capacity.

19. All equipment racks, housings shall be provided with antistatic wristbands.

Page 156: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 12 of 33

20. The nodes (stations) should be hitless i.e. removing or inserting plug-in-units must not affect the existingtraffic on other units.

21. The configuration of the nodes should be easily expandable by adding plug-in-units and modifying softwaresettings.

22. It is required that the laser transmitter is automatically shut down when the incoming signal is missing.

23. Vendor shall be totally responsible for the completion of the project. Owner/Engineer reserves the right tomodify, revise, and alter the specifications of equipments and systems prior to acceptance of any offer.System requirements may be modified after selection of successful vendor to meet operational requirementsnot envisaged at the time of selection of Vendor.

24. Owner/Engineer-In-Charge reserves the right to modify the system requirements till such time the system isready for final acceptance. Vendor shall undertake to meet the revised requirements without any financialimplication to the Owner provided no additional equipments are required.

25. In case at the time of implementation there is any change in the network design & configuration to meet theowner’s operational requirements, the vendor shall undertake all the activities such as design, manufacture,supply, Installation, etc. of additional equipment hardware and software for which additional financialimplication, if any, shall be approved by the owner on the basis of sufficient details and justifications beingprovided by the vendor.

26. If during the course of execution of the work any discrepancy or inconsistency, error or omission in any of theprovisions of the contract is discovered, the same shall be referred to the Owner/Engineer who shall give hisdecision in the matter and issue instruction directing the manner in which the work is to be carried out. Thedecision of the Owner/Engineer shall be final and conclusive and the Vendor shall carry out the work inaccordance thereof.

27. The vendor to give full documentary proof of satisfactory working of the Quoted system along with the bid.

28. The supplier shall provide link engineering for the configuration offered, taking fiber distance 5% higher thanthe physical distances indicated in the network drawing. Following are the guidelines for the link engineeringcalculations.

a) Attenuation in fibre : 0.25 dB/Km for 1550 nm or 0.40 dB/Km for 1310 nm

b) Splice loss : 0.1 dB per splice and splices at every 4km in building the OFC linkin each span/ Hop

c) Connector Loss- : 1dB total connector loss per Span.d) Required Future Margin - : 2 dB margin

Vendor shall give complete link engineering calculations as part of offer.

10.0 ENVIRONMENTAL SPECIFICATIONS

All equipment, test instruments, special tools and tackles etc. shall be capable of maintaining the guaranteedperformance with operational lifetime of 20 years minimum when operating continuously under the followingenvironmental conditions:

1. Temperature Operate:For all supplies 00 to + 480 CGuaranteed and up to +550 C degraded.Storage: -100 C to +700 C

Page 157: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 13 of 33

2. Humidity At any relative humidity up to 95% withinthe temperature range of 0 0C to 400 C

3. Altitude At any altitude up to 600m above sea level.

4. Sand and Dust The housing to be supplied along with the equipment should be in such a way that

entry for dust, insect / rodent is totally prohibited.

5. Tropicalisation Shall be fully tropicalised with all cards &confirmally coated with lacquer.

6. Shock and vibration Shall withstand transportation andhandling by air, sea and road under packed conditions.

7. Salt, fog and mould Shall withstand continuous usages inMarine growth environment.

8. Electromagnetic Shall meet the requirements as per IECCompatibility-801.

11.0 TECHNICAL SPECIFICATIONS

11.1 DETAILED SPECIFICATIONS OF SDH (STM-1) EQUIPMENT

The proposed SDH transmission equipment shall have multiplexing structure in accordance with ITU-T G.707(includes G.708, G.709) and equipment block functionality in accordance with ITU-T G.781, G.782, G.783, G.784.

• Configuration flexibility

The equipment shall be able to work in all possible configurations i.e.

Terminal mode Add / Drop mode Regenerator mode

It shall be possible to configure the equipment in the field and also remotely from GAILTEL-NMC-Noida.1. The supplied SDH equipment shall be able to work in all possible configurations like Terminal (TM),

Regen and Add-Drop (ADM). It shall have a modular design & should be configurable in number ofoperational modes to perform complex & different network functions under various network topologieslike ring, mesh, point-to-point & combination thereof without need of any additional software.

2. The SDH equipment shall conform to general purpose optical fibre transmission system with line signalin accordance with ITU-T rec. G.707.

3. The STM-1 equipment shall have a complete non blocking cross connect capability of 3 x STM-1orhigher in a single shelf at both the HO and the LO i.e at all VC-n level (VC-12 ,VC -3 & VC- 4 level).

4. The SDH equipment shall support an integrated fully non-blocking cross connect capability on the sameplatform (in a single shelf) at all VC-n (VC12, VC-3 & VC-4) levels. It shall have the following features:

• Non-Blocking capability: The probability that a particular connection request cannot be met should bezero.

Page 158: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 14 of 33

5. For STM-1 equipment, the equipment should be able to Add-Drop 63 E1’s or VC-4 equivalent. It shouldalso support STM-1(O) and STM-1(E) tributaries.

6. The SDH (STM-1) equipment should provide SNCP for all VC-n levels (VC-12, VC-3 & VC-4).

7. All the Common and Control cards in the SDH (STM-1) Equipment, failure of which shall affect thetraffic & performance of the equipment, shall be provided in (1+ 1) hot-standby protection configuration.

• Traffic Protection:

The equipment shall facilitate SNCP protection to all add/drop traffic over aggregate interfaces.

• Tributary interfaces

The equipment shall be provided with 16 numbers of E-1 (120 ohms, balanced) interfaces pre wired in the DDF.The length of E-1 cable should be minimum 3.5 meter.

• Interface for management functionality

The equipment shall provide a standard interface in accordance with ITU-T recommendation for localmanagement and Q interface in accordance with ITU-T G.773 for remote management.

• Inter-operability:

The Contractor shall ensure and guarantee that the offered STM-1 equipment shall be able to seamlesslyintegrate and inter-operate with the Owner’s SDH equipment.

• Synchronization references:

The SDH requires the distribution of synchronization signals to reduce the occurrence of pointer adjustments andpossible data slip. The synchronization of the equipment shall be in accordance with ITU-T Rec. G.782 and G.783.

The equipment shall able to support the following synchronization sources:

External G.703, 2.048 MHz clock 2.048 Mbps or 155 Mbps tributary signal Aggregate / incoming STM-1 signal If all synchronization sources fail, the system switches to internal clock with free running /

holdover mode. Internal clock quality of the equipment shall be according to ITU-T G.813 or SETs.

The synchronization source order of precedence and configuration shall be programmable by the operator via localcraft terminal and NMS. Upon detection one of the timing signal failure condition, the next highest priority-timingsignal shall be selected automatically. An appropriate alarm shall be raised and signalled to the management system.

The equipment shall support the hitless switching between synchronization sources.

Following the restoration of a higher priority signal, the higher priority-timing signal shall be selected as the timingsignal and an acknowledgement sent to the management system.

• Jitter & Wander specifications:

STM-1 interface - in accordance with ITU-T Rec. G.958 for the Jitter & Wander generation and transfer functionfor optical interfaces. Jitter & Wander tolerance of input ports shall be in accordance with ITU-T Rec. G.825

Page 159: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 15 of 33

2Mbps interface – in accordance with ITU-T Rec. G.823 Error performance - Shall meet ITU-T Rec. G.821.

• Aggregate interfaces

The equipment shall provide STM-1 optical aggregates, operating for long haul at 1310 nm and 1550nm as perhop distances.

It shall conform to ITU-T recommendations G.707 (includes G.708 and G.709) The nominal bit rate in the synchronized mode shall be in accordance with ITU-T Rec. G.811. The specification for optical interface and digital line interface shall be in accordance with ITU-T Rec. G.957 and

G.958 respectively Contractor shall state the details of the parameters / characteristics (output power, receiver sensitivity etc.) of

aggregate interface for optical version The optical interface shall operate at 1310nm and 1550nm The equipment shall conform the error performance objectives in accordance with IUT-T Rec. G.826

• Electrical performance parameters:

The Contractor shall fully specify the electrical performance of the proposed equipment. Jitter and Wander shall be in accordance with ITU-T recommendation G.703, G.783, G.823, G.824, G.825 and

G.958. Frame alignment shall be in accordance with ITU-T rec. G.704, G.751 and G.783.

• Optical safety requirement

Automatic laser shutdown (ALS) shall be implemented in accordance with ITU-T Rec. G.958 Optical connection ports and optical source devices shall be marked with warning labels. A facility is required to

prevent hazard to personnel due to the escape laser radiation from a ruptured cable or uncoupled connector.

a. E1 interfaces:• Shall be as per ITU-T G.703, G.704 specifications.• Shall support 75 ohm unbalanced /120 ohm balanced interfaces.• 63 numbers of E-1 shall be supported with fully non-blocking cross-connect capability to any free

ports (aggregate / trib.) of the equipment.

b. STM-1E interfaces complying with ITU-T G.703, G.707 specifications shall be supported by STM-1.

8. SYNCRONIZATION:

All SDH equipments should be able to synchronize from the existing PRC installed at Loni. Vendor shallsynchronize the clock from the nearest SRC available at Mumbai and Ahmedabad. The coming networkshall be synchronized with the existing set up of clocks, the details of which shall be given to thesuccessful vendor. Other clocks as required shall be provided as per ITU – T recommendation.

The SDH (STM-1) equipment should have a minimum one Input & minimum one output SynchInterfaces. The SDH equipment should provide a 2MHz clock from the system.

The equipment should be capable to synchronize from:a) External clock b) Any STM-N c) Internal clock.

The synchronization shall be as per the following specifications:

Compliance with ITU-T G.813 standard for clock accuracy.

Page 160: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 16 of 33

Compliance with ITU-T G.811, G.812 and G.813 standards for minimum free-runaccuracy, SDH jitter and wander and holdover stability.

9 STANDARDS COMPLIANCE:

The SDH equipment must fulfill the latest version of ITU-T, ETSI & ISO standards and recommendationincluding the following minimum requirements:

Requirement Recommendation

a) Functional Characteristics:

Functional G-692, G-958,G.781, G-782, G-783, G-784b) Transmission interface characteristics:

b1) Optical Fibre Cable G-652

b2) Optical interface G-707, G-957b2.1) Output jitter (all optical interface) G-783, G-823, G-825, G-958b2.2) Jitter tolerance(all optical interface) G-823, G825, G-958b2.3) Jitter transfer function (all optical interface) G-783

b3) Electrical SDH interface G-707, G-703b3.1) Output jitter G-823b3.2) Jotter Tolerance G-823

b4) Mapping and de-mapping G-707b5) SOH insertion and extraction G-707, G-783b6) Pointer generation and interpretation G-707, G-783b7) Multiplexing G-707

b7.1) Synchronous frame structure G-704b8) Scrambling and De-scrambling G-707

c) Synchronization interface characteristics:

c1) Synchronization interfaces G-703, G-81sc2) Selections G-783, G-81sc3) Output jitter G-703, G-81s

D) Management interface characteristics:

d1) Synchronization digital Hierarchy G-784d2) Management M-3010d3) Interface Q3e) Other Engineering requirements:

e1) Equipment practice ETS 300 119e2) Electro-magnetic compatibility requirement ETS 300 386-1e3) Storage ETS 300 119-1-1,Class 1.2e4) Transportation ETS 300 119-1-2,Class 2.3e5) Stationary use at weather protected location ETS 300 119-1-3,Class 3.2 (with air

temperature of +50 deg-C)e6) Power supply ETS 300 132e7) Earthing ETS 300 253

Page 161: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 17 of 33

10.0 OTHER REQUIREMENTS

1. FUNCTIONAL REQUIREMENTS

The system hardware/software shall not pose any problem due to change in date and time caused by eventssuch as change over of millennium/century, leap year etc. in the normal functioning of the system.

The system shall be managed with a comprehensive integrated Network element Management system. Itshall be possible to manage distant terminal, ADM Regen & DXC on the same route. The NetworkManagement System shall be for the ultimate capacity of the equipment.

Addition of Multiple STM-16 should not impact the link budget of pre-configured STM-16 on the link.

The system should have smooth and non-disruptive up gradation in case of software up gradation.

2. Engineering requirementsThe equipment shall be fully solid state and adopt state of the art technology.

The equipment shall be compact and in composite construction and light weight. The actual dimensions andweight of the equipment shall be furnished by the manufacturer.

All connectors shall be reliable and of standard type to ensure failure free operation over long periods andunder specified environmental conditions.

All connectors and the cable used shall be of low loss type and suitably shielded.

The equipment shall be housed in standard 19” rack, or ETSI rack and with front access. The equipment shallhave natural cooling arrangement, use of forced cooling is allowed provided:

• The fan failure is reported to LCT/NMS.• Multiple fans are there in one tray with hot standby redundancy.• Fans are DC operated.• MTBF for fan is better than 60,000 hours.

The plug-in units shall be suitable type to allow their removal/insertion while the equipment is in energizedcondition.

The mechanical design and construction of each card/unit shall be inherently robust and rigid under allconditions of operation, adjustment, replacement and storage.

Each sub-assembly shall be clearly marked with schematic reference to show its function, so that it isidentifiable from the layout diagram in the handbook.

Each terminal block and individual tags shall be numbered suitably with clear identification code and shallcorrespond to the associated wiring drawings.

All controls, switches, indicators etc. shall be clearly marked to show their circuit diagrams and functions.

3. MAINTENANCE REQUIREMENTS

Maintenance philosophy is to replace faulty units/subsystems after quick online analysis through monitoringsockets and alarm indications. The actual repair will be undertaken at centralized repair centers. Thecorrective measures at site shall involve replacement of faulty units/subsystems.

The equipment shall have easy access for servicing and maintenance.

Page 162: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 18 of 33

Extension of degraded paths to test access points for diagnostic work after traffic is switched over to thehealthy path should be provided.

Suitable alarms shall be provided for identification of faults in the system and faulty units.

Suitable potential free contacts should be provided for extension of summary alarms.

As and when bugs found/determined in the software, the manufacturer will provide patches/firmwarereplacement if involved free of cost for three years. Modified documentation (hard copies and soft copies)wherever applicable shall also be supplied free of cost.

Ratings and types of fuses used are to be indicated by the supplier.

4. POWER SUPPLY

The equipment shall work on –48V DC supply (Nominal) and shall meet the following requirements :

Nominal power supply is –48 Volts DC with a variation over the range – 40V to – 60 V. The equipmentshall operate over this range without any degradation in performance.

The equipment shall be adequately protected in case of voltage variation beyond the range specified aboveand also against input reverse polarity.

The power consumption shall be minimal. However, station-wise allowable power consumption isindicated in Clause 5.0. The actual power consumption to be furnished by the manufacturer.

The derived DC voltages in the equipment shall have protection against over voltage, short circuit andoverload.

5. EQUIPMENT SAFETY AND PROTECTION REQUIREMENTS

The equipment shall have a terminal for grounding the rack.

Protection against short circuit/open circuit in the accessible points shall be provided.

All switches/controls on front panel shall have suitable safeguards against accidental operations.

The equipment shall be adequately safeguarded to prevent entry of dust, insects and lizards.

• OPTICAL SAFETY REQUIREMENTSAll optical interfaces should comply to Optical safety standards as mentioned elsewhere in the tenderspecifications. ALS should be supported in order to meet the specified safety requirements.

• OPERATING PERSONNEL SAFETY REQUIREMENTSThe operating personnel should be protected against shock hazards as per IS-8437 (1993) “Guide on theeffects of current passing through the human body” (equivalent to IEC publication 479-1–1984).

6. ELECTROMAGNETIC COMPATIBILITY (EMC)The equipment shall conform to the EMC requirements as per the following standards and limitsindicated therein:

Conducted and radiated emissions – To comply with class A [for low capacity (below 34 Mbps data rate)]of C ISPR 22 (1993) “Limits and methods of measurement of radio disturbance characteristics ofinformation Technology Equipment”.

Page 163: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 19 of 33

Electrostatic discharge – To comply with IEC 1000-4-2 “Testing and measurement techniques ofElectrostatic discharge immunity test” under following test levels :Contact discharge level 2 (+ 4 KV)Air Discharge level 3 (+ 8 KV)

Fast transients common mode burst – To comply with IEC 100-4-4 “Testing and measurement techniquesof electrical fast transient/burst immunity test” under level 2 (1 KV for DC power lines : 1 KV for signalcontrol lines)

Immunity - IEC 1000-4-3 “Radiated RF electromagnetic field immunity test” under Test level 2 (Testfield strength of 3 V/m).

Surges Common and differential mode – To comply with IEC-4-6 “Immunity to conducted disturbances”indicated by radio frequency field”.

7. PERFORMANCE REQUIREMENTS

The equipment shall be tested for error performance as follows :

In laboratory – BER performance over simulated section shall be tested for no errors for 48 hours oneach channel at reference receive level (nominal level).

In field – BER performance for 48 hours and Trial run shall be established conforming toG.821/G.921/G.826.

8. SAFETY AND EMISSIONS STANDARDS:

The High Capacity SDH System should conform to the following standards.

Optical, General Commercial & Regulatory Safety:

• CAN/CSA-C22.2 No 60950-00/ UL 60950• EN 60950:2000• Telcordia GR-1089-CORE• EN 60825-2:2000• IEC 60825-2:2000• FDA 21 CFR 1040.10

9. SYSTEM RELIABILITY / AVAILABILITY:

The system availability should be greater than 99.99% (including SDH & PDH equipments). SystemBER shall be better than 1 * 10-12.

10.1 FIBER TERMINATION CLOSURE

The FTC shall be wall-mounted type as suitable for the Optical Fiber cable used for this project (24 fibers). TheFTC shall have grounding arrangement for all the metallic layers of the cable. The cable shall be spliced topigtails on trays provided in the FTC. The connector side for the pigtails shall be secured with suitablecoupler/through adapter provided as integral part of the FTC itself.

The FTC shall be of 24/ 48-fibre termination type. The FTC shall have trays suitable for splicing maximum of 6fibers per tray. The arrangement inside the FTC should be simple and in straight line.

Page 164: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 20 of 33

FTC should have entry points for a minimum of 2 no. of Optical Fiber Cable (armoured /un-armoured) ofdiameter up to 20 mm with cable clamps to avoid entry of rodents/ dust in general. It should have a minimum of 2nos. of outlets for taking out 24 nos. of pigtail. The outlets should have cable clamps.

Grounding arrangement should be provided with the FTC. It should include as a minimum 2 nos. Groundingshield bonds with nut and bolts for fixing to the armour of the OFC and 2 nos. of grounding cable of suitablelength “& of green color eight lugs clamped to its end for connecting the armour of OFC with the groundingterminal of the FTC.

The FTC shall be of reputed make like: 3M, Corning, and Siemens & Raychem

Insertion loss of Coupler / Adaptor shall be maximum 0.25 dB per connector.

The FTCs shall be provided with Pigtails for all terminations

a) PIGTAIL & CONNECTORS TO BE USED IN THE FTC:

This specification provides requirements for single mode fibre pigtails and connectors. They should meetthe ITU- T recommendations G-652 & G 655 as required.

Both connectors and cables should be robust and should withstand wear and tear due to frequent use,connection and disconnection. Normal expected life should be 15 years or more.

b) OPTICAL PATCH CORDS

Make : Birla-3M/Cancam/Advanced Fiber System, Corning

OPTICAL PARAMETERS: (in line with the cable specifications provided in this bid document)

The patch chords provided shall be 20 Mtrs. in length

c) OPTICAL PARAMETERS OF CONNECTORS WITH PIGTAILS

Insertion loss : Maximum 0.3 dB Per connector plus fibre loss

Return loss : Better than 40 dB

Temperature Dependency : < 0.3 dB From – 20 to + 60

Change in connection lossWith passage of time at60 °C for 100 hrs : it should be < 0.3 dB

Change in connection lossDue to vibration : < 0.05 dB

Reproducibility ofConnection loss by repeatedConnections and : < 0.3 dBDisconnection for 500 times.

Change in Connection lossIn relation to Tensile strength : (1) Loaded : – 50 dB

(2) Unloaded : – 30 dB

Page 165: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 21 of 33

10.2 WIRE MESH

After entering the telecom room the cable shall be secured on ‘ Steel Mesh ’ or ‘ Wire Mesh’ by the help ties(-15 m cable being kept in turns in oval form). This mesh shall have suitable chemical coating/ painted toprevent corrosion. In case of painting , the color shall match the wall color. The dimensions of the wire mesh atall the locations shall be 3 feet X 4 feet / 3.5 feet X 3.5 feet.

10.3 EARTHING SYSTEM

1. Standard: I.S. IS 3043-1966 or equivalent BIS & IEC standard.2. The earthing material to be used shall be Electrolytic Copper having the material specifications

confirming to the IS standards.3. The dimension of the Earthing strip, which shall be connected between Earth pit & the equipment or

the earthing distributor, shall not be less than 25 mm x 5 mm.4. The earthing pit should have water pouring facility.5. Earthing resistance should be less than 2 ohms or should be suitable for the equipment to which the

earthing is extended.

10.4 SPECIFICATION FOR LOCAL CRAFT TERMINAL

The hardware shall be provided form proven sources (hand held service terminal equipment of manufacture/laptop computer from Compaq. IBM, HP, Digital make).

It shall be possible to use the local craft terminal both locally and remotely to manage SDH & PDH networkelements. A common LCT may be provided for SDH/PDH. Provision for local accessibility by LCT at eachequipment shall be provided along with all hardware /cable, etc available at each station.

SDH network element management interface shall be standardized Q3 interface and shall be via DCC and mustnot require any additional hardware, software.

Management level shall include configuration alarm and performance management of network elements andinterfaces.

Remote software download ( directly through the network) is required for easy up-grad ability without theneed to physically visit the NMC’s or hand carrying data ( floppies, etc) i.e. OSC and DCC support for softwaredownload software should be upgraded to the node plug-in units by loading it through the Q3 interface form anypoint in the network .

The LCT shall be provided as per the following Specifications:

Make : COMPAQ/ HP/ IBM / DELLProcessor : Intel P4- 1.6 GHz or higherChipset : Intel 845 MP Chipset IRAM : 256 MB, DDR SD RAM, 266 MHzKeyboard : 87 keys or higherDisplay : 14.1” TFT active screen corresponding to 1024 x

768 pixel resolutionMouse : Touch pad/ track pointPort : 2 USB/ 1 parallel/ S Video out/ Infrared port

External speaker/ External mic/ Line in/ Externalmonitor/ RJ-11/ RJ-45

Slots : one type II

Page 166: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 22 of 33

Display : AGP 4 x with min 16 MB RAMFDD (swappable with : 3.5” 1.44 MB Internal optical drive)HDD : 20 GB (4200 rpm)SMART LAN/ Modem : 10/100 Mbps Ethernet and 56.6 Kbps

modem, wireless LAN Cisco Make 802.11 b wirelessconnection

DVD-CDRW Drive (Swappable : 8x min with auto disc cleaner and lenswith FDD) cleaning cartridge

Weight : less than 2.9 KG with optical drive and batterycomplete with 16 bit speaker

Operating system : Windows XP professional with documentation &recovery mechanism, office XP CD with licenseand Media

Manageability Feature : DMI/ PC 2001, WI FI certified state of artmanagement features

Anti-virus : Norton AntivirusAccessories : Leather carrying case, AC adaptor 240 VAC 50 HzBattery : Battery back up for 3 hours

10.5 WEATHER PROOF TELEPHONES

This type of telephones shall be weather proof confirming to IP-66 Specifications. The make shall befrom Frensic Germany

Type : Rugged, Wall Mounted

11.0 NETWORK MANAGEMENT SYSTEM IN GAIL

The existing NMS system at Noida and Mumbai are supplied, installed and commissioned by Nortel , ECI &Fibcom Limited. NOIDA is acting as the master / Main NMS and Mumbai as the slave/ standby.

11.1 SYSTEM DESCRIPTION

Network Management System (NMS) to enable remote monitoring & control of telecom equipment. The NMS forSDH (STM-16 and STM-1) and other associated equipments to be installed between Oduru-K.Cheruvu separatelyshall be extended to Noida by using 2Mb channel from GAILTEL network. A redundant connectivity for DCN isto be provided on the existing network of GAILTEL. Noida shall act as the Main / Master and Mumbai (Bandra/Priyadarshini). Mumbai shall act as standby (slave) Network Management Centre (NMC) for all the systems. Allthe functionalities of master and slave should be the same, The slave should have the capability to take over thecomplete Link management as per requirement.

The Network management system shall be of open architecture & the NMS shall have built-in supervisoryfacilities for monitoring the health of various stations automatically. Data from various stations shall be availableat both the Network Management systems and shall monitor and control all stations.

In case of fiber break/station failure in any section, data pertaining to LOS for failure shall be available in theirrespective NMS at Noida through the alternate paths provided by GAIL. NMS Noida shall also control and

Page 167: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 23 of 33

monitor the various stations up to the fibre break/ stations failure on both sides of the DUPL network. Afterrestoration of system, all the active alarms shall be unloaded automatically in the two NMS or else both NMSshall update each other automatically.

Network management system should typically include automatic fault management (showing network alarminformation, etc), configuration (node installation, configuration, software download, dynamic end-to-end path,trail management, etc.) performance management (collecting performance data for , SDH (such as RS termination,MS termination & high low order path termination. etc.) and security management (assigning user rights , keepinglog records etc. )

All the databases should have disk mirroring/ standby configuration. External backup through tape cartridgeshould also be provided (this should have both options of manual & scheduled backup). The hardware should beprovided from proven sources. Hardware shall include work stations (HP, SUN etc.) with in –built NMS allcomplete. The work stations shall include 19” LCD screen.

Both STM-1 and STM-16 are manageable through a single application Platform. Collection and data base storagein the Network Management System should be fully automatic. Operation for NMS should be pre-emptive (i.e incase of any wrong operation the system software should not crash).

Should provide control and robustness for database backup and download by supporting database targetverification to prevent the use of a wrong database.

This management platform will provide topology view (graphical and textural) of all the elements including SDHequipment and alarm log.

Management data (Q3 interface) shall be carried between SDH nodes by the DCC (Data CommunicationChannel) bytes of STM SOH.

The management platform have graphical user interface and the graphical view of the network elements should

offer a quasi-photographic picture at the highest level, going down to block diagram views of the functional

blocks i.e. the network management system shall graphically depict the entire network in a single global view.

From this view the following should be accessible.

a) The topology level- shall display in the main window and shall be the background for all othermanagement views.

b) The NE shelf view –shall show the internal physical layout of the NE’s i.e. the various cards installed intheir slots.

All functional operation shall be mouse performable.

Throughout all presentation layers, continuous alarm information should propagate. For all views and tasks, acontext sensitive on line help should be provided. In addition, complete product documentation should beaccessible via the online help system.

The routing protocol shall be dynamic and in accordance to ISO (ES-IS) and IOS (IS-IS) protocols. Updates ofrouting tables should be automatic.

Any network element should be accessible from the other point of the network through remote Login in NMS. .

Vendor to provide details of the NMS provided including details of hardware and software utilized and also howthe network management can be expanded if the network grows (state addressing rules, action required limits ofnetwork (size, etc.)

Page 168: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 24 of 33

11.2 CONFIGURATION

It should be possible to read the configuration from the network elements into a file, make the desiredchanges in to the file and restore the configuration into the network element, thus providing a way of savingthe configuration of a network in the NMS for backup purposes.

11.3 USER ACCESS

It should be possible to connect two NMS or one NMS and one local craft terminal ( hand held serviceterminal /lap top computer ) to the network at the same time.

Each user should have a login to the NMS when starting it. The user name should define the access right for thesystem.

User privilege classes

The different user privileges available shall be as follow:

Allow Action Operator Experienced user NetworkAdministrator

SystemAdministrator

Display networkfile

Yes Yes Yes Yes

Enable profilemonitoring

No Yes Yes Yes

Create new profile No Yes Yes Yes

Create new networkmaps

No No Yes Yes

Create new networkfiles

No No Yes Yes

Purge historicalalarms

Yes Yes Yes Yes

Installcommunicationdrivers

No No No Yes

Configure drivers No No No Yes

11.4 INTERFACE TO HIGHER LEVEL MANAGEMENT SYSTEMVendor to provide details of such interfaces.

11.5 FEATURES / FACILITIES:1. Trail creation by pointing the start of the trail to the end point of the trail automatically.

2. Multiple views of layered topology.

3. Unified management of different transport layers.

4. Multilayer service provisioning.

Page 169: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 25 of 33

5. Evolving TMN functionalities including fault management, performance monitoring, equipment configurationand administration, transmission and connectivity management and system and authorization control features.

6. Open CORBA interfaces towards the TMN upwards.

7. Regular up-gradation of NMS software shall be provided for two years after the commissioning of the networkfree of cost.

8. Any new element should be automatically sensed & integrated with the Network.

The network management system have capable of managing both the optical platform and transport networksimultaneously through the versatile network manager. The comprehensive management system should providemaximum integration and full modularity.

The network management system have free flow of management information between the SDH and othercomplimentary access without regard to their source of manufacture it should support data communicationchannel (DCC) hardware transparency and allow the creation of DCC path for the transfer of third partymanagement information through the network element and sub networks. The NMS shall be provided withCORBA interface for Integration with the other vendor’s NMS on a common platform.

The network management system deliver end-to-end management.

The NMS hardware should be based on either UNIX or Windows NT platform with either Sun or HP Workstations. The software should be user friendly.

The Workstation should have 19” LCD screen and all furniture for the NMS has to be supplied by the vendor.

Number of manageable network elements should be at least 100% more than as required at present for the entirenetwork.

It should be possible to manage the maximum number of elements simultaneously by the NMS.

Standards:

It should be in compliance to ITU-T recommendation.

The hardware should be provided from proven sources.

Printer interface support in the NMS shall be provided for printing the following as a minimum:

i) Time, date and alarm

ii) Type of alarm

iii) Name of station

iv) Time, date of alarm reset

v) Severity, Status of alarm

Alarm reporting interfaces:

Real time screen display, both graphical & textual for alarm occurring at any station (without need for logginginto the particular station) i.e. in all the cases the alarms to be collected via the management interfaceautomatically.

In addition, nodes should have rack lamps and/or unit LEDs to show their alarm status.

The management system shall also provide audible alarms (with a provision to disable the same, as and whenrequired by Owner), whenever a new alarm or vent enters the management log. Reminder function sound visibleblinking shall be available whenever unacknowledged alarms are present in the system. Alarm export to a remote

Page 170: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 26 of 33

location should be possible in future (without any additional software). Suitable port for the same shall beprovided.

Alarm categories:

• Critical

• Major

• Minor

• Warning

• Cleared or Acknowledged

All details of the alarms shall be coming automatically and directly without any human intervention. All alarms(time, date of alarm, Type of alarm. Name of Station, Time, date of alarm reset etc.) shall come discretely at theNMSs, with all details, for each of the above categories ( no summed alarms).

The network management system shall provide fault reporting of data communication equipments, interfaces,cables connected in the network (routers, Ethernet. Etc.)

Fault message storage : To be stored in a database.

Maximum number of records to be stored: Vendor to provide the upper limit of storage of records.

House keeping of the database:

When the database gets near to the maximum number of records set at the installation, an alarm should beproduced for the user. In case database gets filled up, following should be available. A tool for selectivelydeleting records is to be provided with the NMS. For backups, tools should be provided. In case the user does notdelete/clear records, first In first out (FIFO) principle shall apply.

The user interface should have separate alarm lists for new, acknowledged and cleared alarms. A separatedialogue should be available for analyzing the historical alarms.

11.6 PERFORMANCE DATAThe performance data should be available for each network element.

Performance monitoring should be available according to ITU-T

Two separate records for last 15 minutes and 24 hour records shall be available. Performance monitoring shall bepossible to set on all above functional blocks, including history records.

11.7 BACKUPIn addition, backup mechanism should be available

• Fault data

• Performance data

• Configuration data

It should be possible to connect two NMSs or one NMS and one local craft terminal (hand held serviceterminal/lap top computer) to the network at the same time.

Each user should have a login to the NMS when starting it. The user name should define the access rights for thesystem.

12.0 VENDOR DATA REQUIREMENT AND DOCUMENTATION All documents shall be in English language only.

The following documents for the complete system shall be supplied for review, finalization and approved byOwner/Engineer in order to start Acceptance Testing:

Page 171: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 27 of 33

A)

• System description

• System configuration diagram

• Link Connectivity diagram and proposed channeling plan

• List of special tools and tackles

• List of mandatory spares

B) The following set of documents shall be supplied by the Vendor at all the manned stations and NMS centers(hard copy as well as soft copy).

• Details technical manual of each type of equipment containing circuit diagrams and description.

• Equipment schedule for various stations

• Equipment interconnection diagram including details of various interfaces, signaling protocols used ateach stage.

• Layout of equipment s and space requirements for each station.

• Cable layout drawings inside the buildings and requirement of all mounted cable trays for each site.

• Installation manual giving manpower requirement, material requirement overall dimensions and weightsof each equipment, installation procedure and commissioning.

• Power supply distribution, earthing arrangement and station wiring diagram.

• Tuning and field calibration procedure for each type of equipment.

• Supervisory configuration, alarm list, operator interface etc.

• Maintenance manual of each type of equipment and for the entire telecommunication system.

• Licenses of all software supplied.

The maintenance manual shall be divided into two sections as a minimum:

A) Preventive maintenance procedures

B) Trouble shooting procedures including failure analysis:

The section on repairs shall provide exhaustive information repairs including but not limited to removal,reinsertion of components and cards, repairs, adjustments, tuning, calibration, tools required for aparticular operation, test points, including turn around time for repair and the details of the maintenancesupport service centre to be furnished in the bid and all other maintenance related details..

• Quality Assurance program, Equipment & system test plans.

• Expansion possibilities of the system without causing deterioration in the system performance.

• Any other data, document not specifically mentioned, but required for the satisfactory completion,operation and maintenance of the system shall be provided.

• PRE-SAT test results

Documents to be supplied after trial runs but before System commissioning (Final Acceptance of the System byOwner/Engineer) :

STATION FOLDERS:

In addition to the sets mentioned material requisition, vendor shall supply 1 set of station folders at all telecomstations. The station folders shall include the following as a minimum :

Page 172: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 28 of 33

Final system diagram description modification made as compared to system offered at bid stage, final wiringdiagram system commissioning report, all the performance results of various equipments and for system as awhole for Test and Trial runs.

Details of the bandwidth available, details of hardware/software required to utilize the bandwidth available alongwith details of the various cards, part nos. location from which the same can be procured with details of thecontact person, fax, telephone nos. etc.

MAINTENANCE FOLDERS

In addition to the sets mentioned in material requisition, vendor shall supply 1 set of maintenance folders atNOIDA projects sections. The maintenance folders shall include the following as a minimum:

Final modified equipment detailed catalogues, maintenance manual, equipment tuning and calibration manual.

Circuit diagrams including component layout of all modules for each sub-system, equipment etc.

STATION INVENTORY FOLDERS

In addition to the six sets mentioned earlier, vendor shall supply 1 set of station inventory folder at each telecomstation. The station inventory folder shall include the following as a minimum ( the exact quantity shall bedocumented and signed by Vendor and countersigned by Owner/engineer.

• Station-wise list of all equipments, components etc.

• Spare part list if any

The spare part list shall include the following as a minimum:

• List of spares available per station basis

• Type of system (Optical, Microwave etc.)

• Name of equipment

• Description of Card

• Reference No.

• Name, Address & Contact Person of manufacturer & supplier

• Information regarding repair ability at factory/site.

Note: In addition to the hard copies, 4 sets of soft copies of the finalized document shall be provided in CD-ROMsfor records only, before system commissioning (final acceptance of the system by Owner/Engineer).

13.0 packing

All equipments shall be individually packed in suitable containers/crates designed to avoid damage to theequipments during transit and storage in accordance with best commercial practice and with the requirements ofapplicable specifications. The material used for packaging, wrapping, sealing, moisture resistant barriers,corrosion preventers, etc. shall be of recognized brands and shall conform to best standards in the areas in whichthe articles are packed. The packing shall protect the equipment from impact, vibration, rough handling, rain, dustdamp, insects, rodents etc. Each container/crate shall be subjected to impact, vibration and other mechanical tests.Each container shall be clearly marked with the following information at prominent places:.

CLIENT : GAIL (India) LIMITEDPROJECT : KGB___________________DESCRIPTION :SERIAL NO. OF :EQUIPMENTPO NO. :ADDRESS :

Page 173: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 29 of 33

All equipment shall be tested for damage after their receipt at respective sites. If any equipment, part, subsystem,component, accessory is found to be damaged during the transit, the same shall be replaced by the Vendor, free ofall costs to the Owner. The vendor shall replace such item as shall be indicated to him within 30 days of receipt ofinformation.

14.0 TEST CATEGORIESThe following tests (in the same sequence) shall be conducted for acceptance of the equipments and the systembefore final acceptance of the system.

1. Pre-commissioning test (after installation) for total integrated system.

2. Site Acceptance Testing (SAT)

3. Trial Run

a) These tests shall be carried out on all equipments supplied by Vendor including those supplied by sub-vendors, if any.

b) Vendor shall arrange all necessary test instruments, manpower, power supply, accessories etc duringabove testing activities.

c) All technical personnel assigned by Vendor shall be fully conversant with the system specifications andrequirements. They shall have the specific capability to make the system operative quickly andefficiently and shall not interfere or be interfered by other concurrent testing, construction andcommissioning activities in progress. They shall also have the capability to incorporate any minormodifications/suggestions put forward by Owner/Engineer.

d) The Vendor shall arrange power supply and any temporary commissioning facility includingcommunication system required for installation/testing/commissioning of the telecommunicationequipments.

e) Test Plan: Vendor shall submit to Owner and Engineer ‘Test Plans’ well in advance of commencement ofactual testing in each of the above mentioned test categories.

The plans shall include:

1) System, Equipment functional and performance description (in short) and Tests to be conducted andpurpose of test.

2) Test procedures (including time schedule for the tests) and identification of test inputs details and desiredtest results

3) Test Report :

The observations and test results obtained during various tests conducted shall be compiled anddocumented to produce Test Reports by Vendor. The Test Reports shall be given for eachequipment/item and system as a whole. The report shall contain the following information to aminimum:

1) Test results2) Comparison of test results and anticipated (as per specifications) test result as given in test plans

and reasons for deviations, if any.3) The data furnished shall prove convincingly true.a) The system meets the Guaranteed Performance objectivesb) Mechanical and Electrical limits were not exceeded.c) Failure profile of the equipments during the tests are well within the specified limits

Page 174: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 30 of 33

4) Failure of Components:

Till the Owner accepts the system, a log of each and every failure of components shall be maintained. Itshall give the date and time of failure, description of failed component, circuit, module, componentdescription, effect of failure of component on the system/equipment, cause of failure, data and time ofrepair, mean time to repair etc. Detailed documentation for the same shall be submitted to Owner forfuture reference.

If the malfunctions and/or failures of a unit/module/sub-system/equipment repeat during the test, the testshall be terminated and Vendor shall replace the necessary component or module to correct thedeficiency. Thereafter, the tests shall commence all over again from the start.

If after the replacement, the equipment still fails to meet the specification, Vendor shall replace theequipment with a new one and tests shall begin all over again. If a unit/sub-system/module has failedduring the test, the test shall be suspended and restarted all over again only after the Vendor has placedthe Equipment back into acceptable operation. Owner’s approval shall be obtained for any allowablelogistics time required to replace the failed component/unit/module/sub-system.

5) Readjustments

No adjustments shall be made to any equipment during the acceptance tests. If satisfactory test resultscannot be obtained unless readjustments are made, Vendor shall carry out only those readjustmentneeded to ready the equipment/system for continuance of tests. A log of all such adjustments shall bekept giving date and time, equipment, module, circuit, adjustments, reasons, test result before and afteradjustment etc. Fresh acceptance tests shall be conducted after the readjustments have been completed.

A) Equipment Testing:

1) Mechanical checks to the equipment for dimensions, inner and outer supports, finishing, welds, hinges,terminal boards, connectors, cables, painting etc.

2) Electrical checks including internal wiring, external connections to other equipment etc.3) Check for assuring compliance with standards mentioned in the specifications.4) Individual check on each/module/sub-assembly in accordance with the modes and diagnostics programs

to the vendor.5) Checks on power consumption and heat dissipation characteristics of various equipments6) Environment testing7) Functional testing8) Any other test not included in FAT document but relevant to the project as desired by the

Owner/Engineer at the time of factory acceptance testing.

B) System Integration Testing

Functional and performance test of the complete system concerning and connecting the SDH equipment and allmajor equipments constituting the system (including the equipment supplied by sub-vendors, as applicable) shallbe conducted. The system shall also include the total Network Management System. All the functions of NMSshall be demonstrated in totality (as per requirements/specifications of this document). All equipment shall beconnected using the same cables (interfaces/components) as will be used during final installation so that thesystem can be tested in its final configuration. This testing shall be conducted at the manufacturing facility of themain equipment.

The following test loops shall be provided as a minimum in the SDH Equipment and tested during the above set ofTest Procedures:

• For primary mux:64 Kbps : Equipment & interface loop

• For STM-1:

Page 175: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 31 of 33

2 Mbps: Equipment loop34 Mbps: Equipment & interface loop

The definitions of the loops are as below:

Interface loop : Test loop for the interface - the interface card shall enable looping back the incoming signaldirectly.

Equipment loop : Test loop for the card – the outgoing signal is looped back directly into the unit.

An alarm must be raised if a test loop or forced laser state is active.

15.0 INSTALLATION, TESTING AND COMMISSIONING

Installation

Prior to installation, all equipments shall be checked for completeness as per the specifications of equipmentrequired for a particular station. Installation shall be carried out in accordance with the installation manuals andapproved installation drawings in the best workmanship.

Vendor shall indicate the number of teams and the list of equipments for each teams to be deployed forinstallation of the total telecom system in order to complete the work within the stipulated time frame.

Vendor shall bring all installation tools, accessories, special tools, spars parts etc. at his own cost as required forthe successful completion of the job. If during installation and commissioning any repairs are undertaken, the maintenance spares supplied withequipments shall not be used for the repair. Vendor shall arrange his own spare parts for such activities till thesystem has been finally accepted by the Owner. A detailed report & log of all such repairs shall be madeavailable by the vendor to Owner/Engineer and shall include cause of faults and repair details, within 2 weeks offault occurrence.

A detailed time schedule for these activities shall be submitted by Vendor to Owner/Engineer to enable theirrepresentatives to be associated with the job.

Vendor shall include all installation materials required for proper installation of the equipments. These shallinclude but not be limited to, all connectors, inter-bay and inter equipment cables, power supply cables andconnectors, power distribution boxes, anchoring bolts, nuts, screws, washers, main distribution frames, audiodistribution frames, voice frequency cables, junction boxes etc.

The installation of equipments shall be done as to present neat and clean appearance in accordance with approvedinstallation document drawings. All inter bay, power supply and other cables shall be routed through wallmounted cable trays. No cable shall be visible. All through wall openings, trenches etc. shall be properly sealedto prevent the entry of rodents, insects and foreign materials.

Telecom room of one of the attended & unattended sites shall be made as model rooms and vendor shall takeapproval from Owner/engineer on various aspects spacing etc. After taking approval vendor shall take upinstallation at other sites in similar fashion.

Pre-Commissioning

On completion of installation of equipments, the correctness and completeness of the installation as perManufacturer’s manual and approved installation documents shall be checked by the vendor on his own.A list of Pre-Commissioning tests (same as approved by the Owner/Engineer for site acceptance testing) andactivities shall be prepared by vendor and the test shall be carried out by the vendor on his own. After the tests

Page 176: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 32 of 33

have been conducted to the Vendor’s own satisfaction, the vendor shall provide the test results for review byOwner/Engineer and then offer the system for Site Acceptance Testing.

During pre-commissioning, if any fault occurs to any equipment or system, vendor shall identify the same andprovide report/history of all faults to the Owner.

During installation and pre-commissioning of the telecom system, vendor shall have enough number ofcommissioning spares so that the installation is not held up because of non-availability of commissioning spares.Vendor shall ensure that the spares meant for operation and maintenance are not used during installation andcommissioning.

Site Acceptance Testing (SAT)

On completion of Pre-commissioning, site acceptance testing shall be conducted on the system as per approvedSAT procedures and its constituents by the vendor under the presence of Owner/Engineer.

The tests shall include, but not be limited the following:

a) Checks for proper installation as per the approved installation drawings for each equipment/item andsystem as a whole.

b) Guaranteed performance specifications of individual equipment/item.c) Self diagnostics test on individual equipment at line side and trib side.d) Tests on alarm panelse) Tests on remote alarm transmission and receptionf) System tests on per hop basis and END TO END for the system.

16.0 TRIAL RUN PROCEDURE

Upon completion of the site acceptance testing, Vendor shall keep the facilities commissioned for 30 days for‘TRIAL RUN’ to monitor the link for 30 days from NMS to meet G.826 and G.821. During this period, vendorshall provide all specialist Engineers & Technicians including experts at both the NMC’s so as to maintain thetotal log, incidents, failures & for assisting site engineer & for total co-ordination. However, the normal operationand maintenance of the system shall be performed by the personnel of the Owner trained for the purpose.

If during ‘Trial run’ any defect is noted in the system, the vendor shall rectify, replace the same to the satisfactionof Owner/Engineer. The decision to repeat the final test or restart the ‘Trial’ shall be of Owner/Engineerdepending upon the severity of the defect.

During trial run, if any fault occurs to any equipment of system, vendor shall identify and rectify the same andprovide report, history of all faults to the Owner.

Ideally, using the ‘Trial run, no shutdown of the system due to failure of equipment, power supply etc. shouldhappen. A record of all failures shall be kept for each manned/unmanned station and the availability of thesystem on per hop and end to end basis shall be calculated, accordingly and results submitted to Owner/engineer.

If the system fails to come up to the guaranteed performance, the Vendor, within a period of thirty (30) days shalltake any and all corrective measures and resubmit the system for another ‘Trial Run’. All modifications, changes,corrective measures, labour etc. shall be at the cost of the Vendor. In case the date of completion for the secondtrial run exceeds the time schedule for the project, he shall be liable to pay liquidated damages. If the system failsto reach the guaranteed performance even after the second trial run, the Owner shall be free to take any action ashe deems fit against the Vendor and to bring the system to the guaranteed performance with the help of third partyat the expense of the vendor.

19.0 ANNEXURESEnclosed as Annexure 1 & 2 .

Page 177: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-E

MECON LIMITEDDELHI

JOB SPECIFICATION FORTELECOMMUNICATION SYSTEM

SPECIFICATION No. : MEC / JS / 05 / E5 / T / 23J8 / TC-01ELECT. & INST.SECTION Rev. 0 Page 33 of 33

Annexure 1System Proveness

Annexure 2

Source of Supply(SOS) FormBidder shall provide data for offered equipments

Sl No.Item Description Make, Model no and Place ofManufacturing

1 STM 16 Equipment 2 STM 1 Equipment 3 Equipment Racks 4 NMS for SDH system

Hardware Software

5 DCN Equipment Hardware Software

6 Local Craft terminal Hardware (HP/ IBM/ Compaq/ Digital) Software

7 Special Tools and Tackles 8 P-MUX

(Nokia/ Bayly/ Newbridge / Loop) 9 NMS for Primary MUX

Hardware Software

10 Weather proof (Frensic, Germany) 11 Explosion proof (Frensic, Germany) 12 Acoustic booth 13 FTC (3M/ Corning/ Siemens/ Raychem) 14 Pigtails ( Birla-3M/Cancam/Advanced Fiber System, Corning ) 15 Patch Cords ( Birla-3M/Cancam/Advanced Fiber System, Corning ) 16 DC-DC Converter/AC-DC Converter (Eltek/Ascom)

The equipment (STM-16 and other SDH) being offered should have beenemployed in at least two networks. These networks, along with associatedNMS and protection systems, should be working successfully for at least lastsix months.

In order to enable the purchaser to assess the proven-ness of the above, thebidder shall provide relevant and necessary documentary evidence e.g. proofor certificates from users towards satisfactory performance of system, etc..GAIL reserves the right to verify, if so desired, the correctness ofdocumentary evidence furnished by the bidder, for which the bidder shallarrange necessary permissions etc.

Following documents areenclosed :

Page 178: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

STM-16 STM-16

STM-1 STM-1 STM-1 STM-1

STM-1 STM-1

STM-1

PM

S.yanam

Gudala Konaseema

K Cheruvu

GVK Vemagiri

REL Gowthami KJ point

PM PM PM PM

PM PM

PM

Kakinada City

KG Basin Telecom Network: Network Topology

14.2 Km 9.8 Km 45.8 Km 40 Km

35 Km

5.5 Km

2 Km 12 Km38 Km

30 Km

PM

PM

STM-4

Rajahmundri

PMPM

LANCO/VSPLTelecomNetwork

LANCO/VSPLTelecomNetwork

FXO*

(FXO+LSDCM)* (FXO + LSDCM)

Legends

User Channels: FXS / LSDCM

STM-16 STM-4/16

WRI Equipment

Fibcom Equipment

45 Km

STM-1 ECI Equipment

PM Bayly P-Mux

STM-1

PM

STM-1

PM

Oduru

New STM1 Equip

New P-Mux

Enclosure to Addendum-I Annexure-E

Page 179: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 1 of 22

TECHANICAL SPECIFICATION FORCOLD INSULATION OF VESSELS,

PIPING AND EQUIPMENT

SPECIFICATION NO. :MEC/23J8/05/21/CI-01

Enclosure to Addendum-I Annexure-E

Page 180: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 2 of 22

C O N T E N T S

1. SCOPE

2. GENERAL REQUIREMENTS

3. INSULATION MATERIALS

4. APPLICATION

5. APPLICATION OF INSULATION OF PIPING, VESSELS

& EQUPT. IN DUAL TEMPERATURE SERVICE.

6. COLD INSULATION OF PIPING SUBJECTED TO FOOT TRAFFIC.

7. SAFETY

8. GUARANTEE

ANNEXURE – I :INSULATION THICKNESS FOR COLD INSULATION FOR ANTI CONDENSATION – PIPING.

ANNEXURE– II :INSULATION THICKNESS FOR COLD INSULATION FOR ANTI CONDENSATION – VESSELS & EQUIPMENT.

Enclosure to Addendum-I Annexure-E

Page 181: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 3 of 22

COLD INSULATION

1. SCOPE

This specification covers technical requirements and procedure for the application ofself extinguishing type insulation (expanded Polystyrene, rigid Polyurethane loom)and Mineral Wool to Vessels, equipments, heat exchangers, pumps, piping andinstruments.

2. GENERAL REQUIREMENTS

2.1 Insulation shall be provided on all vessels, equipment, heat exchangers,piping and instruments etc. containing fluids or vapour, for which it isnecessary to:

a) Maintain low temperature for process control.b) Avoid surface condensation.

2.2 All applications of insulation shall be made in accordance with thisspecification. Contractor shall submit with his proposal, information onintended practices of insulation application, which are not covered in thisspecification, for approval of the Engineer-in-Charge. This information shallinclude all the details and sketches including those for the following:

a) Removals insulation housings;

b) Flashing details;

c) Additional insulation supports;

d) Vessel head insulation supports;

e) Expansion joints;

f) Vessel insulation details;

g) Exchanger removable housing;

h) Machinery removable housing etc;

2.3 Protection Of Materials During Storage

Insulation materials must be protected against any damage from delivery tofinish cladding; decking and covering with tarpaulines alone are notconsidered sufficient protection from weather for any length of time and shallnot be permitted. Insulation material slabs and sections shall be stored on aflat surface in a horizontal position. Insulation materials shall never be

Enclosure to Addendum-I Annexure-E

Page 182: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 4 of 22

stacked directly on the ground. The contractor shall provide covered storagefor insulation materials or directed by the engineer-in-charge.

2.4 Protection of Partially Completed Jobs

All precautions shall be taken to ensure that each day’s work is vapour sealedand cladded during erection and before being left over – night to preventseepage of water into the materials and getting trapped. The system shall beprotected by tarpaulin, water shed and other protective means.

2.5 Hydrostatic Test

Insulation shall be applied on vessels, heat exchangers, piping and otherequipment only after successful completion of hydrostatic test. In caseinsulation work starts before completion of hydrostatic test, all welded andmechanical joints shall be left exposed for testing and subsequently insulatedafter successful completion of the hydrostatic test.

2.6 Co – ordination with other Agencies

Contractor shall work in close co-ordination with the erection contractor.Wherever temporary supports are provided the contractor shall remove theseand provide the necessary insulating wood blocks.

2.7 EXTENT OF INSULATION

2.7.1 Items Requiring Insulation

2.7.1.1 Items requiring insulation are specified in the piping GADDrawing & P&ID.

2.7.1.2 All attachments and projections such as vessel supports,structural steel attached to vessels, piping hangersupports, instrument lead lines, branch lines like vents,drains and instrument connections connected directly tocold insulated piping, vessels and equipment, shall be coldinsulated upto a distance of 4 times the adjoininginsulation thickness.

2.7.1.3 All flanged joints, manhole covers, etc., shall be coldinsulated with removable box insulation.

2.7.2 Items Not Requiring Insulation

2.7.2.1 Bonnet of valves above the packing glands.

2.7.2.2 Nameplates, stampings and code inspection plates on vessels & equipments.

Enclosure to Addendum-I Annexure-E

Page 183: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 5 of 22

3. INSULATION MATERIAL

3.1 General

All materials used for insulation, fixing, sealing and protection shall be new.All insulating materials whether dry or wet shall be non – corrosive to thesurfaces insulated.

3.2 Insulation materials for insulating piping, vessels and equipment in cold anddual temperature (Cold/ Hot) service shall be as given below.

Operating Temperature Insulation Material

- 1950C to + 800C Polyurethane foam or Polystyrene

- 1950C to + 1200C Polyurethane foam. However an initial logging ofresin bonded or lightly resin bonded Mineral woolwith polystyrene can be used as an alternative.

3050C to + 800C Polyurethane foam or polystyrene (upto + 800Conly) or resin banded/ lightly resin bonded mineralwool slabs/ mattresses which are factory made,machine laid and machine stitched.

3.3 Insulation material for piping, likely to be subjected to Foot traffic shall bePolyurethane; in case of non-availability of Polyurethane, the followingmaterials shall be adopted.

Operating Temperature Insulation Material

- 1950C to + 800C Polystyrene

- 1950C to + 1200C A layer of resin bonded mineral wool claddedwith polystyrene.

3.4 Form of insulation shall be as follows:

Pipes upto 400 NB Preformed pipe sections

Pipes above 450 NB Preformed pipe sections/ radial logs

Vessel shells Radial logs

Vessel heads Preformed sections or slabs contoured to theprofile of vessel heads.

Enclosure to Addendum-I Annexure-E

Page 184: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 6 of 22

Equipment Radial logs or slabs as applicable to form.Contour of the surface to be insulated.

3.5 Dimensions of preformed sections for piping insulation shall be defined by theoutside diameter and insulation thickness. Tolerances for preformed sectionsshall be as under:

Outside diameter - 0%, + 5%

Concentricity + 3% O.D.

Bore + 2 mm

- 0 mm

Length, width and + 2 mmthickness of slabs

3.6 The material used shall not disintegrate, settle, change its form ofcomposition, in a detrimental way, at the service conditions.

3.7 The insulating material shall be chemically inert, moisture free, rot andvermin proof.

3.8 Preformed half sections and slabs shall be provided having their longitudinaland circumstantial faces flat and smooth so as to mote with the matingsections of the whole face area. Ends of the preformed half sections shall beflat and perpendicular to the centre line.

3.9 Expanded Polystyrene

3.9.1 The insulation material shall be self extinguishing, preformed,expanded polystyrene with closed cell structure, in accordance with IS– 4671, type SE.

3.9.2 Composition

The insulation material shall be expanded polystyrene foam preparedfrom styrene homopolymer or copolymer containing an expandingagent. The finished from in the form of slabs or half sections shall beof uniform closed cell structure free from non-reacted materials,shrinkage and distortion.

3.9.3 Density

The applied density of the expanded polystyrene shall be as under:

Preformed Pipe sections - 20 to 22 kg/m3

Slabs - 16 to 18 kg/m3

Enclosure to Addendum-I Annexure-E

Page 185: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 7 of 22

3.9.4 Thermal Conductivity

Thermal conductivity of insulation material of density 18 kg/m3 shallbe as given below:

Mean Temperature Thermal Conductivityk. cal./hr.m0c

00C 0.025100C 0.027200C 0.028

3.9.5 Water Vapour Permeance

Water vapour permeance of insulating material shall not be more than0.4 gm/m2 24 h mm Hg as per IS : 661 or 3 inch as per ASTM C355desiccant method.

3.9.6 Flammability

The insulating material shall be self extinguishing type when tested bythe method prescribed in Appendix – E of IS: 4671.

3.9.7 The Expanded polystyrene shall be free from reachable chlorides.

3.10 Polyurethane Foam

3.10.1 The insulation material shall be rigid preformed cellular urethanesfoam of self extinguishing type in accordance with ASTM C 591, typeII, Grade 2. The foam shall be formulated in such a way that it shallbe of a self extinguishing quality which under no circumstances shallcause fire to spread.

3.10.2 Composition

The insulation material shall be produced by reacting poly-isocyanateswith polyhydroxy compounds and expanded with a fluorocarbonblowing agent. The finished foam in the form of slabs or half sectionsshall be of uniform closed cell structure, free from unreactedmaterials, shrinkage and distortion.

3.10.3 Density

The density of finished foam shall be within 35.0 kg/m3 to 39.9 kg/m2

and shall be determined in accordance with ASTM C-302.

3.10.4 Thermal Conductivity

Enclosure to Addendum-I Annexure-E

Page 186: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 8 of 22

Thermal conductivity of the Polyurethane foam slabs and sectionsshall not exceed 0.019 k Cal/hr.m0C(0.16 BTU/ ft2 hr 0F/in) at 100Cmean temperature after ageing. The thermal. Conductivity shall betested by the method prescribed in ASTM C 335.

3.10.5 Closed Cell Content

The closed cell content shall be at least 95% volume.

4.0 APPLICATION

4.1 General

The following applies to all types of cold insulated equipment and piping:

4.1.1 Surface Preparation

The surfaces of tanks, vessels, piping and valves etc. on which coldinsulation is to be applied, shall be free of dust, loose paint or anyother foreign matter. The surface irregularities shall be filled up withthe approved filler. One coat of anticorrosive primer shall be appliedover the carbon / Alloy steel surfaces to be insulated and allowed todry before application of insulation.

4.1.2 Insulation thickness and limit

Insulation thickness shall be in accordance with the ANNEXURE I & IIis atteched. For piping/ vessels to be insulated for anti-condensation,the insulation thickness shall be as per ANNEXURE – I and II.Insulation thickness on item covered in clauses 2.7.1.2 & 2.7.1.3 shallbe equivalent to that on adjoining piping and equipment.

4.1.3 Vapour Barrier

4.1.3.1 Polyurethane Insulation

A 3.0 mm (wet) thick coating of vapour seal mastic shall beapplied to the surface of the insulation as soon as possibleafter erection, to reduce the time the insulation is exposed tothe weather to a minimum, whilst this coat is still wet, glasscloth shall be laid over the surface and embedded in themastic. Care shall be taken to ensure that the glass cloth shallis laid smooth and free from wrinkles, and that no pocket of airare trapped beneath the surface. At junctions in the glasscloth, the overlap shall not be less than 75mm. A second 3mmthick coat of mastic shall be applied after approximately twelvehours. When dry this coating shall be a minimum of 1.50mmthick. Core must be taken, however to ensure that theindividual coats are not greater than 3mm (especially in

Enclosure to Addendum-I Annexure-E

Page 187: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 9 of 22

corners), otherwise some cracking of dried coat may result.The total dry filed thickness of vapour seal shall not be lessthan 2.5 mm with a tolerance of – 0% to 50%. The masticshall not be applied over wet insulation or until the adhesive isdry. During this drying time the insulation shall be protectedfrom the weather by ‘Alkothene’ film, tarpaulin or similarmaterials approved by the engineer-in-charge.

Where joints have been left uninsulated, a complete vapour seat as specified above shall be applied to the exposed end of the insulation in accordance with the following steps .

4.1.3.2 Polystyrene and Mineral Wool Insulation

A vapour barrier meant to prevent moisture penetration intoPolystyrene and mineral wool insulation shall be applied overthe insulation in accordance with the following steps.

a) One coat of bitumen emulsion (2.5mm thick when dry)shall be applied on the insulation.

b) Glass cloth shall be applied, with minimum overlap of500 mm, over the first coat of bitumen emulsion whenthe later is not fully dried. Core shall be taken toensure that the glass cloth is laid smooth and free fromwrinkles and that no pockets of air are trapped beneaththe surface. At junctions in the glass cloth, the overlapshall not be less than 75mm.

c) Another coat of bitumen emulsion (1.5mm thick whendry) shall be applied over the glass fabric, to form asmooth and even finish.

4.1.4 Vapour barrier shall be protected by cladding with aluminum sheets. Joints inaluminum sheet shall be staggered and suitably sealed with an approvedsealer. Aluminum cladding shall not be applied untill the vapur barrier hascompletely dried and its solvents have dissipated. Self-tapping screws shallnot be used to secure aluminum cladding as they may puncture the vapurbarrier.

4.1.5 Expansion / Contraction Joints

When specified on a pipe line or vessel drawing or where deemed necessaryto allow movement and contraction of the pipe or vessel without producingrandom cracking of the insulation, contraction joints shall be provided in theinsulation. At contraction joint location, provision shall be made in aluminiumcladding to accommodate contraction of pipe or vessel.

The following steps shall be taken:

Enclosure to Addendum-I Annexure-E

Page 188: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 10 of 22

a) Both longitudinal and circumstantial joints in insulation shall bestaggered.

b) Contraction joints shall be provided of on interval depending on pipeor vessel material contraction/ expansion co-efficient andtemperature. Unless otherwise specified contraction joints shall beprovided of an interval of 6.0 m on straight run of pipes or vesselsoperating of temp. – 400C & below.

c) Contraction joints in horizontal vessel insulation shall be close tosupport points while on vertical pipes & vessels, the same shall beprovided of support ring location and of an interval of 4.0 m straight.

d) A contraction joint shall consist of 12 mm gap in the insulation,loosely packed with filler material, as applicable, described underclause 4.5 to a depth of 6 mm less than the adjacent insulationthickness. 6 mm gap thus left shall be filled up by approved non-setting compound (Faster foam seal 30 – 45 sealer or equivalent) andfinished smooth with the surface of insulation. Vapour barrier whichshall cover the joint shall be applied only after the compound hasdried. Expansion/ contractor joint .

4.1.6 Stainless Steel Piping Equipment

All pipes, vessels and equipment of stainless construction shall be wrappedwith 0.1 mm thick aluminum foil with an overlap of 50 mm having bariumchromate sealer interposed in the joint prior to application of insulation, FOILshall be secured in position by aluminum bands, taking every precaution toavoid formation of pin holes or cracking in the aluminum foil. Cladding shallbe done after the insulation and vapour barrier exactly the some way as forother pipes and equipment.

4.1.7 For all pipes, vessels, equipments etc lying in a corrosive environmentwhere Sulfur Dioxides or other corrosive media are likely to be present,stainless steel bands/ clips shall be used to secure aluminum cladding inposition.

4.1.8 Field Welding

Field welding of clips or other insulation supports on any vessel or piping,subjected to the pressure of operating fluid shall not be permitted. However,field welding on non pressure parts, to install insulation supports etc can bepermitted with prior approval of the engineer-in-charge, but extreme careshall be taken so the welding does not result in decrease of metal thicknessor excessive burning of metal.

4.2 Application Vessels & Equipment

Enclosure to Addendum-I Annexure-E

Page 189: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 11 of 22

4.2.1 General

Individual vessel and tank drawings indicate the location of insulationsupports furnished by the owner. However, additional supports,wherever required, to facilitate application of insulation and securingof insulation shall be provided by the contractor at his own cost.

All surface shall be prepared as described above before application ofinsulation.

4.2.2 Single Layer Insulation

Insulation radial lags/ preformed sections of handy sizes shall beinstalled on the surfaces of vessels adhering to each other withapplicable joint sealer and secured in position by G.I. wire netting andaluminum bonds at an interval of 225 mm. There shall be no throughjoints and the insulation shall not be bonded to the vessel.

4.2.3 Multi-layer Insulation

The inner layer of insulation shall be bonded to the vessel with theapplicable adhesive. Subsequent layers of insulation shall bonded tothe preceding layer, with the applicable adhesive. The joint sealershall be applied to the ends and edges of all sections, including thosein the inner most layer to seal all joints. Core shall be taken to ensurethat the adhesive is evenly spread over the entire surface ofapplication and the insulation is closely butted to each other. Bothlongitudinally and circumstantially.

All the layers except the final shall be secured in position by metallicbands of an interval of 225 mm while the final layer shall be firstsecured with G.I. wire net and then with metallic bands of an intervalof 225 mm. Bonds shall be staggered on successive layers. There shallbe no through joints in the insulation.

4.2.4 Filling

All the crocks and voids in the main insulation shall be filled up withapplicable filler material.

4.3 Vertical Vessels

4.3.1 Shell (Cylindrical)

Slabs in handy sizes or given below shall be applied resting onto thesupports with joints tightly butted, staggered & adhering to eachother with applicable adhesive and secured in position bycircumstantial metallic bands at a pitch of 225 mm.

Enclosure to Addendum-I Annexure-E

Page 190: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 12 of 22

For vessels upto 2.5 M O.D. – Radial lags of suitable width.For vessels over 2.5 M O.D. – Radial lags. However the procedure

given below can be used as on alternative.

Flat insulation slabs of width not more than 300 mm shall be cutlongitudinally to have notch (es) of suitable size spaced of suitablespacing, so as to form a radial segment suitable for the profile of thevessel shell. However extreme care shall be taken to ensure that noair packets are formed in the finished insulation. All insulation jointsshall be sealed with applicable joint sealer.

Where more than one layer is used, each layer shall be bondedseparately as given in clause 4.2.3. when mineral wool insulation isused, notches shall not be cut as the insulation itself is semi rigid andcan be pressed to form contour of the shell .

4.3.2 Top Heads

Shaped insulation sections shall be installed on top head, bonded andbutted tightly to each other. Insulation shall be held in position bymaking use of galvanized iron floating ring (25 mm x 0.6 mm) placedover the insulation and positioned in the centre of the head so as notto touch the nozzle of the vortex. The insulation shall be held inposition by use of radial metallic bands, one end of which shall befastened to the floating ring and the other end shall be anchored tothe band (s) around the cylindrical section close to the head. Radialbands shall be spaced on 300 mm centres measured around thecircumference of the vessel.

The final layer of insulation shall be held in position also by metallicwire net loced of the nozzle location by 2-3 loops of 10 SWGgalvanized wire and to the wire net over insulation on the shell of thecylindrical section close to the head.

When there exists no nozzle of the top of the vortex, the insulationshall be held in position by wire netting and metallic bands stretchedover the head and anchered on the cylindrical section close to thehead by cirumferential metallic band (s) on the shell and near thehead.

4.3.3 Bottom Heads

In all the skirt supported vessels, insulation supports are providedinside the skirt.

Floating ring and wire loops around the nozzle and bands shall beused to support downward facing of insulation. Such a floating ring

Enclosure to Addendum-I Annexure-E

Page 191: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 13 of 22

shall be positioned centrally around the nozzle but ever the insulationby radial bands anchored the lagging support angle ring fixed insidethe skirt of a pitch of 300mm measured over the support angle ring.

If nozzle is not existing, metallic bands shall be stretched across thebottom head and anchored with lagging support angel ring inside theskirt. All the wire ends of wire netting shall be cut short and tunedinto the insulation.

4.4 Horizontal Vessels

The insulation radial lags of handy sizes shall be installed in close contactwith the faces to be insulated and held in position by G.I. wire netting andmetallic bands at a pitch of 225 mm. Where more than one layer is required,each layer shall be banded separately. The bands for successive layers shallnot coincides with each other. Wire netting on the final layer shall be appliedand ends shall be laced together lacing wire before putting the metallic bandsas per clause 4.2.3.

Insulation sections on the vessel heads shall be secured in position by wirenetting and metallic bands attached across the heads and anchored tocircumferential metallic band (s) on the shell near the heads. Anchoring ofbands measured on the circumference of shell shall be at a pitch of 225 mmmax.

4.5 Tank Insulation

Material and method of application for tanks shall be the same as specifiedfor vessels. Flat aluminum sheets for weather proofing shall be used exactlyin the same manner as specified for other vessels.

4.6 Spherical Vessels

Before commencing the application of insulation, the contractor shall ensurethat exterior surfaces have been prepared in accordance with clause 5.1.1Shaped insulation to fit curvature of sphere shall be bonded to the vessel withapplicable adhesive. All insulation joints shall be sealed with applicable jointsealer. The inner layer of insulation shall be held in position by 20 mm x 20SWG aluminum bands of 300 mm max. centres at the equator. These bandsare tied up with the floating rings of 180 mm dia made of 15 mm dia S.S. rodof top and bottom of the sphere. The bands being staggered on successivelayers and the clips of the bands being recessed into the insulation.

4.7 Vapour Barrier

Vapour barrier shall be applied on all the vessels described above as per theprocedure outlined in clause 4.1.3.

4.8 Metal Sheet Finishing

Enclosure to Addendum-I Annexure-E

Page 192: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 14 of 22

4.8.1 Horizontal Vessels

The insulation shall be covered with aluminum sheeting with all thelongitudinal and circumferential joints having on overlap of minimum50mm. All longitudinal and circumferential. Joints shall be sealed withsuitable approved bitumenized mastic sealer. Aluminum sheeting shallbe secured in position by metallic bands on the shell at a max. pitch of425mm. All the longitudinal joints with overlap of 50mm in thealuminum sheet shall be kept below the horizontal plane passingthrough the axis of the vessel to prevent water or other spillage fromentering into the insulation.

Jacketting for dished heads shall be fabricated from radial segmentswith the radial overlap of minimum 50mm. The sheeting shall besecured in position by radial tensioned metallic bands stretched overthe heads. One end of each band is anchored to the circumferentialband (s) on the shell while the other is fastened (pop rivited) to 6mmdia. Floating rod ring which can be replacedby 6mm. thick strip (G.I.)rolled in the form of a ring. Radial metallic band, measured over thecircumference of shell, shall be at a pitch of 300mm. All the sheetmetal joints shall be properly sealed with approved sealing mastic.

4.8.2 Vertical Vessels

The aluminum sheeting shall be adequately rolled and installed overthe insulation such that all the longitudinal joints are staggered. Allthe longitudinal and circumferential joints shall have on overlap of50mm minimum and suitably sealed with approved mastic sealer.Aluminum sheeting shall be secured in position by tensioned metallicbands installed circumferentially at a max. pitch of 425mm.

4.8.2.1 Top Heads

Insulation shall be covered with flat aluminum jacketfabricated in segmental form with lapped joints properly sealedwith approved mastic sealer. Over – lapping of sheet metaljoints shall not be less than 50mm.

Aluminum jacket shall be secured in position by radialtensioned metallic bands anchored to the circumferential band(s) of vessel on one side and fastered to 6mm dia. Floating rodring, centralized of the vortex of head on the other side 6mmthick metallic. (G.I.) strip rolled into a ring can be thesubstitute for 6mm dia. Rod. Pitch of radial bands measuredover the circumferential bands of shell shall be max. 300m.

4.8.2.2 Bottom Heads

Enclosure to Addendum-I Annexure-E

Page 193: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 15 of 22

Aluminum sheeting shall be installed exactly in the samemanner as indicated for top heads.

4.8.3 Spherical Vessels

Cladding of each hemisphere of spherical vessel shall be donewith aluminum sheets placed horizontally and a thickcircumferential tensioned band (6mm thick) shall be used of theequator to hold the radial metallic bands.

4.8.4 Others

Openings in metal jackets for nozzle, manways, brackets etc.shall be cut as close as possible for a snug fit.

4.9 Flashing

All openings through insulation finish shall be flashed weather tightparticularly where connections are not insulated. Shirt supported vesselsshall have skirt insulated inside and outside for at least 600mm below thetangent line or such that temp of adjacent non insulated surfaces of theskirt shall not be below dew point. Proper flashing and sealing shall bedone on skirt where insulation and subsequent metal finish terminates.

4.10 Exchanger Insulation

Exchanger shells except for channels and channel covers shall be insulatedand weather proofed as specified for vessel.

Exchanger channels and channel covers including flange bolting shall beinsulated with removable aluminum covers lined with insulation slabs ofrequired thickness.

4.11 Machinery

In general, removable aluminum boxes lined with slab insulation ofrequired thickness shall be used for insulation of machinery after giving acoat of anticorrosive point. The contractor shall submit details of individualpieces of equipment depending on the nature of items to be insulated tothe engineer-in-charge at site for approval.

4.12 Application – Piping

4.12.1 GeneralInsulation shall be applied only after ensuring that piping to beinsulated is properly, supported and tested.

4.12.2 Horizontal Piping

Enclosure to Addendum-I Annexure-E

Page 194: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 16 of 22

4.12.2.1 Piping surface shall be cleaned of loose rust, mill scale,grease, dust or any other foreign contaminants. Surfacepreparation shall be done in accordance with clause 5.1.1.

4.12.2.2 The insulation shall be applied to pipes in half roundsections in reasonably handy sizes.

Where insulation thick ness required is greater than50mm or that the metal temp is below – 400 C,multilayer construction shall be followed with all thejoints staggered in successive layers.

4.12.2.3 The inner of insulation shall be banded to the piping withapplicable adhesive. Subsequent layers of insulation shallbe banded to the preceding layers with the aboveadhesive. Joint sealer shall be applied to the ends andedges of all sections for sealing all longitudinal andcircumferential joints. Adhesive shall be applied evenly andthe half sections shall be closely butted to each other bothlongitudinally and circumferntially.

4.12.2.4 All the insulation layers except the final shall be secured inposition by metallic bands of an interval of 225mm, whilethe final layer shall first be secured with G.I. wire nettingand then with metallic bands at an interval of 225mm.Bands shall be staggered an successive layers.

4.12.2.5 Insulation of piping shall be stepped short of flanges toallow for withdrawal of bolts. For fittings, the insulationshall be completed by applying cut segments of the sameinsulation sections used for pipes.

4.12.2.6 Any crocks or irregularities in the external surface ofinsulation sections shall be filled up by applicable fillermaterial .

4.12.2.7 For long run of pipes, the ends of insulation sections shallbe sealed off at 12m intervals and vapour barrier carrieddown upto the metal surface.

4.12.2.8 Contraction joints shall be provided of on interval of 6.0munless otherwise specified as per clause 4.1.5.

4.12.3 Vapour Barrier

Vapour barrier shall be applied over the insulation as outlinedin clause 4.1.3.

4.12.4 Metal Sheet Finishing

Enclosure to Addendum-I Annexure-E

Page 195: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 17 of 22

Vapour barrier (after it has dried) shall be protected bycladding it with specified Aluminum sheeting. All jointsbetween adjacent aluminum sheets shall be staggered andgrooved with approved sealer. The longitudinal joints shallhave single grooves while the circumferential joints shall havetwo grooves. Aluminum or G.I. bands/ clips at an interval of425mm shall be used to secure the aluminum cladding inposition. Self-tapping screws shall not be used.

For pipes, vessels and equipments lying in a corrosiveenvironment where sulphur dioxide is likely to be present,stainless steel bands / clips spaced at intervals of 425mm shallbe used to secure the aluminum cladding in position.

4.12.5 Vertical Piping

Insulation, vapour barrier and metal sheet finishing shall beperformed as specified for horizontal piping. Contraction jointsshall be provided in accordance with clause 4.1.5.

Insulation supports/ spacer rings shall be provided at aninterval of 4.0 m (if other insulation supports are not alreadyexisting on the pipe) .

4.12.6 Pipe Supports & Hangers

In all the supporting arrangements of both horizontal andvertical piping, dry hard wood pipe support bearing blockscoated with fire retardant paint/ mastic shall be used. Metalcradles, metal pipe supports and hangers shall be attached tooutside of the pipe support bearing blocks and not directly tobore pipe. Provision shall be made to prevent seepage ofwater into the insulation from pipe hangers.

4.12.7 Flanges & Valves

Removable covers shall be provided over all flanges andvalves. Insulation shall be performed and loose fill mineralwool backed up by slab insulation of thickness equal to that anadjacent pipe shall be applied. Aluminum covers over thevalves and flanges shall be fitted with quick release clips. Thisapplication shall be proposed for each case by the insulationcontractor and approved by the engineer-in-charge.

4.12.8 Refrigerant Traced Lines

Enclosure to Addendum-I Annexure-E

Page 196: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 18 of 22

a) The lines to be refrigerant traced shall be given in theline schedule and also shall be given in layout drawingsand isometrics.

b) When lines are traced with one or more tracers,insulation shall be of sufficient size to house theassembly without distortion or damage to theinsulation.

c) The refrigerant traced assemblies shall be first wrappedwith specified wire netting, thus ensuring trocer pipebearing tightly against the line refrigerant – traced.

d) Application of insulation shall be exactly the same asfor piping .

e) Application of vapour barrier and cladding withaluminum sheet shall also be same as for pipingdescribed earlier.

5.0 APPLICATION OF INSULATION ON PIPING, VESSELS & EQUIPMENTIN DUAL TEMPERATURE SERVICE (COLD/ HOT)

5.1 Insulation material for dual temperature service shall be selected inaccordance with clause 3.2. When, polyurethane or polystyrene or mineralwool is the material of insulation, application of the same shall be inaccordance with the procedure laid down in clause 4.0, for piping, vessel andequipment, as applicable.

5.2 When a combination of mineral wool and polystyrene is used, its applicationshall be carried out in accordance with the procedure laid down in thefollowing clauses.

5.2.1 All surfaces of piping / vessels to be insulated shall be prepared inaccordance with clause 4.1.1 After the anticorrosive point has dried,mineral wool pipe sections / mattresses with specified G.I. wirenetting and a thickness such that the maximum temperature on theoutside of insulation is 600C, shall be applied on the surfaces to beinsulated. The insulation shall be applied without any adhesive and allthe insulation joints shall be tightly butted against each other so thatinsulation fibres interlock both along longitudinal and circumferentialjoints. Mineral wool insulation along with G.I. wire netting shall beheld in position by metallic bands located at a pitch of 225mm.

5.2.2 A first layer of vapour barrier shall be applied over the mineral woolinsulation, in accordance with the procedure outlined in clause 4.1.3.2

Enclosure to Addendum-I Annexure-E

Page 197: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 19 of 22

5.2.3 After the vapour barrier has fully dried, the polystyrene pipe sections/radial lags, as applicable, shall be applied with all the longitudinal andcircumferential joints tightly butted and sealed with applicable jointsealer. The insulation shall be held in position by G.I. wire netting andmetallic bands spaced of 225mm intervals.

5.2.4 A second layer of vapour barrier shall be applied exactly the same wayas the first layer of vapour barrier.

5.2.5 Insulation and vapour barriers for vertical piping shall be applied inexactly the same way as for horizontal piping except that supportrings shall be provided to hold the insulation at an interval of 4.0m.

5.2.6 Aluminium sheeting shall be applied on the final layer of vapour barrier accordance with clause 4.8 or 4.12.4 , as applicable .

6.0 COLD INSULATION OF PIPING LOCATED AT OR BELOW GROUND LEVEL AND WHERE THERE IS A LIKELYHOOD OF FOOT TRAFFIC

6.1 Material of insulation shall be preformed sections of polyurethane, asindicated in clause 3.3. However polystyrene and a combination ofmineral wool and polystyrene, as applicable, may be used as onalternative as per provision of clause 3.3.

6.2 When Polyurethane or Polystyrene is the material of insulation,application of the same shall be carried out in accordance with theprocedure specified in clause 4.0 for piping, vessels and equipment, asapplicable, except that instead of providing aluminum cladding over thefinal layer of vapour barrier, the procedure laid down in clause 6.4 shallbe adopted.

6.3 When a combination of resin banded mineral wool pipe sections andpolystyrene is to be used, application procure shall be as specified inclause 5.2 with the only exception that instead of providing aluminumcladding over the final layer of vapour barrier, the procedure specifiedin clause 6.4 shall be adopted.

6.4 Bituminized self-finishing roofing felt shall wrapped over the final layerof vapour barrier after it has fully dried, with an overlap of minimum 50mm both on longitudinal and circumferential joints.

6.4.1 The roofing felt shall be secured with the specified galvanizediron wire netting, laced with 20 SWG galvanized iron wire.

6.4.2 A 3mm thick Bitumen Emulsion mastic shall be applied forwater and weather proofing.

6.4.3 When bitumen emulsion has completely dried, the surfacesshall be painted with two coats of bitumen based aluminum paint.

Enclosure to Addendum-I Annexure-E

Page 198: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 20 of 22

7. Safety

The insulation contractor shall provide adequate protective appliances like handgloves, masks, glasses etc. to the workmen carrying out the insulation work, toprotect them from inhaling and touching insulation dust and fibres.

8. Guarantee

8.1 The insulation contractor shall submit alongwith the tender, authentic testcertificates that the insulation materials offered conform to the requirementsof this specification and the standards mentioned therein. Any deviations shallbe clearly stated.

8.2 The insulation contractor shall guarantee the following:

8.2.1 The insulation and ancillary materials are new and unused andconform to the standards mentioned in the specification.

8.2.2 The operating thermal conductivity shall be as specified.

8.2.3 The workmanship in execution of the insulation works shall be inaccordance with sound engineering practice.

Enclosure to Addendum-I Annexure-E

Page 199: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 21 of 22

ANNEXURE – I

COLD INSULATION FOR ANTI CONDENSATION – PIPINGTABLE OF THICKNESSES FOR EXPANDED POLYSTYRENE/ POLYURETHANE

INSULATION.

NOM. PIPE DIAMETER IN MM THICKNESSES IN MM

20 ( ¾: ) & under 45

25 ( 1” ) 45

40 1 ½” ) 50

50 ( 2” ) 50

80 ( 3” ) 55

100 ( 4” ) 60

150 ( 6” ) 60

200 ( 8” ) 65

250 ( 10” ) 65

300 ( 12” ) 65

350 ( 14” ) 70

400 ( 16” ) 75

450 ( 18” ) 80

500 ( 20” ) 80

600 ( 24” ) & over 80

NOTES

1. Design Basis:

AMBIENT TEMP. 410CRELATIVE HUMIDITY 89%EMISSIVITY 0.9CONDUCTIVITY 0.257 MM/Cm. Deg. At– 550C

0.29 MM/Cm. Deg. At – 400C0.313 MM/Cm. Deg. At – 250C0.32 MM/Cm. Deg. At – 00C0.34 MM/Cm. Deg. At – 200C

2. THICKNESS DO NOT INCLUDE FINISH THICKNESS

3. MAXIMUM SINGLE LAYER INSULATION THICKNESS – 50MM. WHEREVERTHICKNESS EXCEEDS 50MM TWO LAYERS OF INSULATION SHALL BE USED. FORHIGHER THICKNESSES SEVERAL LAYERS SHALL BE USED.

Enclosure to Addendum-I Annexure-E

Page 200: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Page 22 of 22

ANNEXURE – II

COLD INSULATION FOR ANTI CONDENSATION – VESSELS & EQUIPMENTTABLE OF THICKNESSES FOR EXPANDED POLYSTYRENE/ POLYURETHANE

INSULATION.

VESSEL DIAMETER THICKNESS IN MMUpto 1 M1m to 1.5 M1.5 M to 2 M2 M to 3M3 M to 4.5 MOver 4.5 M& Flat

120

4. Design Basis:

AMBIENT TEMP. 400CRELATIVE HUMIDITY 89%EMISSIVITY 0.9CONDUCTIVITY 0.257 MM/Cm. Deg. At– 550C

0.29 MM/Cm. Deg. At – 400C0.313 MM/Cm. Deg. At – 250C0.32 MM/Cm. Deg. At – 00C0.34 MM/Cm. Deg. At – 200C

5. THICKNESS DO NOT INCLUDE FINISH THICKNESS

6. MAXIMUM SINGLE LAYER INSULATION THICKNESS – 50MM. FOR INSULATIONTHICKNESS EXCESS OF 100MM MINIMU THREE INSULATION LAYERS SHALL BEPROVIDED.

Enclosure to Addendum-I Annexure-E

Page 201: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

TECHNICAL SPECIFICATIONFOR

CARTRIDGE FILTER & ACCESSORIES

SPECIFICATION NO. : MEC/TS/05/62/017, Rev-1

MECON LIMITEDDELHI - 110 092

Enclosure to Addendum-I Annexure-E

Page 202: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

MECON LIMITEDREGD. OFF RANCHI

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATIONCARTRIDGE FILTER

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/017 REV-1 Page 1 of 10

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

C O N T E N T S

Sl. Description Page No.No.

1.0 GENERAL 2

2.0 SCOPE OF SUPPLY 2

3.0 SCOPE OF SERVICES 3

4.0 DESIGN 3

5.0 TECHNICAL REQUIREMENTS 4

6.0 INSPECTION AND TESTING 5

7.0 PROTECTION AND PAINTING 6

8.0 PACKAGING AND IDENTIFICATION 7

9.0 SPARE PARTS 8

10.0 INFORMATION/ DOCUMENTS/ DRAWINGS 8TO BE SUBMITTED WITH THE OFFER

11.0 INFORMATION/ DOCUMENTS/ DRAWINGS 9TO BE SUBMITTED BY SUCCESSFUL VENDOR

12.0 ORDER OF PRECEDENCE 10

PREPARED BY CHECKED BY APPROVED BY

Enclosure to Addendum-I Annexure-E

Page 203: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

MECON LIMITEDREGD. OFF RANCHI

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATIONCARTRIDGE FILTER

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/017 REV-1 Page 2 of 10

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

1.0 GENERAL

1.1 This specification outlines the minimum requirements under which themanufacturer shall design, manufacture, test and supply Cartridge Filter forseparating solid contaminants from the gas stream.

2.0 SCOPE OF SUPPLY

2.1 The vendor's scope of supply shall be Cartridge Filter alongwith accessoriescomplete in all respects as per data sheet enclosed. The detailed scope of workis as follows :

The filters shall comprise of the following :

• Filter vessel alongwith necessary filtering cartridge.

• Necessary nozzles, companion flanges, blind flanges (with nuts, bolts,gaskets etc.) on the filter vessel as specified in the data sheets.

• Cartridge supporting arrangement inside the vessel.

• Quick opening closure for maintenance and filter element replacement.

• Instruments, viz PSV as per Instrumentation inputs.

• Necessary supports for filter vessel.

• Cleats for platforms and ladders.

• Foundation bolts & base plate for embedding/ grouting into civilfoundation.

• Documents clause 10, 11 & elsewhere in spec.

• Spare parts for two years normal operation.

3.0 SCOPE OF SERVICES

• Engineering, design and manufacturing.

Enclosure to Addendum-I Annexure-E

Page 204: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

MECON LIMITEDREGD. OFF RANCHI

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATIONCARTRIDGE FILTER

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/017 REV-1 Page 3 of 10

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

• Procurement of raw materials etc. from sub-vendors.

• Preparation and submission of documentation for design approval bypurchaser/ consultant.

• Inspection and testing as per T.S.

• Surface preparation, protective coating and painting as per T.S.

• Packaging for transportation to site and supply.

4.0 DESIGN

4.1 Following codes & standards (latest edition) shall be followed for design,manufacture, testing etc. of the equipment.

ASME Sec-VIII Div-1 : Boiler and Pressure Vessel Code

ASME Sec-IX : Welding and Brazing Qualifications

ASME Sec-II & ASTM : Material Specifications

ANSI B16.5 : Pipe Flanges & Pipe Fittings

ANSI B16.1 : Forged Steel Fittings Socket Welded &Threaded

ASME B16.47 : Large Diameter Steel Flanges

ANSI B36.10 : Welding & Seamless Wrought Steel Pipe.

ASME B31.21 : Design of Non-Metallic Gasket.

4.2 For purpose of material selection national code of the country of origin shall alsobe acceptable provided the vendor specifically establishes, to the satisfaction ofthe purchaser, the equivalence or superiority of the proposed material withrespect to those specified.

Enclosure to Addendum-I Annexure-E

Page 205: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

MECON LIMITEDREGD. OFF RANCHI

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATIONCARTRIDGE FILTER

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/017 REV-1 Page 4 of 10

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

5.0 TECHNICAL REQUIREMENTS

5.1 The cartridge shall be of PECO/ PALL/ FILTERITE/ VELCON/ FACET/ BURGESSMANNING make. For porous metal cartridge, FUJI/ PALL/ PORAL/ MOTT areacceptable.

5.2 Filter elements must withstand a pressure of 1.0 kg/cm2(g) without breaking orfailure.

5.3 At least 300mm space from bottom tangent line to be provided.

5.4 Filtering efficiency shall be as per enclosed data sheet.

5.5 Particle size shall be as indicated in the data sheets.

5.6 The end closure to be high pressure quick release type interlock to open onlywhen vessel is completely depressurised. The Quick Opening Closure shall beone of the following makes only : a) Peerless, b) Grinell, c) Peco, d) Siirtec, e)Huber Yale, f) G.D. Engineering.

5.7 Filter element should be suitable for specified mole% of CO2.

5.8 Core of filter element shall be of SS material.

5.9 A davit/ hinged arrangement shall be provided for the closure for convenienthandling. The closure shall have perfect sealing arrangement to prevent leakage.

5.10 The equipment shall be of the type as mentioned in the data sheets and shallmeet the duty requirements and performance parameters as mentioned therein.

5.11 Vendor shall submit calculations for sizing of the equipment together with allsupporting documents/ catalogues/ nomographs etc. with the bid. The type,model and number of cartridge shall be selected based on allowable pressuredrop and supplier's recommendation. The total internal cross sectional area ofmounted cartridge shall not be less than inlet nozzle area for inlet size upto 150NB. The calculation for the selected number of cartridge shall be furnished,alongwith the bid.

Enclosure to Addendum-I Annexure-E

Page 206: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

MECON LIMITEDREGD. OFF RANCHI

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATIONCARTRIDGE FILTER

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/017 REV-1 Page 5 of 10

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

5.12 Suitable baffle plates shall be provided in the vessels for proper fluid flowdistribution. Vessel diameter shall be minimum twice the diameter of inlet nozzle.All internal nuts and bolts shall be of stainless steel irrespective of material ofconstruction of vessel.

5.13 All nozzles/ pipes on the vessel shall be of seamless construction. All nozzle lessthan or equal to 50 NB size shall be provided with 2 Nos., 6mm thick stiffeners at90 degress to each other. All nozzles above 80 NB size, shall be provided withreinforcement pads.

5.14 All flanges shall be WNRF except DPT connection which is to be socket welded.

5.15 Dimensions of flanges including shell flanges, blind head cover flanges, nozzleflanges and blind flanges shall be as per ANSI B16.5. Larger flanges shall be asper ANSI B16.47.

5.16 Pressure parts joined by butt welds shall be with full penetration welds. Whereboth sides welding is not accessible, root run by tungsten inert gas process orbacking strip, shall be used to ensure full penetration. Backing strip if used, shallbe removed after welding.

5.17 Vessels shall be post weld heat treated, whenever it is required due to servicerequirement or due to code requirements. Vessels shall be post weld heattreated as a complete unit and no welding shall be permitted after the post weldheat treatment is completed.

5.18 For vessels in stainless steel construction, lower allowable stress values shall beconsidered as per ASME Code for their design.

5.19 Filter vessel shall be provided with lifting and earthing lugs. Fire proofing andinsulation supports shall be provided if indicated in data sheet.

6.0 INSPECTION AND TESTING

6.1 Equipment shall be subjected to stagewise expediting, inspection and testing atvendor's/ sub-vendor's works by purchaser/ its authorised inspection agency.Vendor shall submit Quality Assurance (QA) procedures before commencementof fabrication. Approved QA procedures shall form the basis for equipmentinspection.

Enclosure to Addendum-I Annexure-E

Page 207: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

MECON LIMITEDREGD. OFF RANCHI

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATIONCARTRIDGE FILTER

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/017 REV-1 Page 6 of 10

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

6.2 Testing at vendor's works shall include but not limited to the following:

• Non destructive tests such as radiography, dye penetration tests.• Hydrostatic test at 150% of design pressure for the vessel.• Any other tests as per data sheets/ standards/ codes.

6.3 Any or all the tests, at purchaser's option, shall be witnessed by purchaser/ itsauthorised inspection agency. However, such inspection shall be regarded ascheck-up and in no way absolve the vendor of this responsibility.

6.4 Extent of radiography shall be 100%.

7.0 PROTECTION AND PAINTING

7.1 All exposed carbon steel parts to be painted shall be thoroughly cleaned frominside and outside to remove scale, rust, dirt and other foreign materials by wirebrushing and sand blasting as applicable. Minimum acceptable standard in caseof power tool cleaning shall be St. 3 and incase of blast cleaning shall be Sa 2½as per Swedish Standard SIS 0055900.

7.2 Non-ferrous materials, austenitic stainless steels, plastic or plastic coatedmaterials, insulated surfaces of equipment and pre-painted items shall not bepainted.

7.3 Stainless steel surfaces both inside and outside shall be pickled and passivated.

7.4 Machined and bearing surfaces shall be protected with varnish or thick coat ofgrease.

7.5 Depending on the environment, following primer and finish coats shall beapplied.

Environment Description

i) Normal Industrial Surface : Sa 2½Preparation

Primer : 2 coats of Redoxide zinc chromate each25 microns (min.) thick.

Enclosure to Addendum-I Annexure-E

Page 208: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

MECON LIMITEDREGD. OFF RANCHI

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATIONCARTRIDGE FILTER

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/017 REV-1 Page 7 of 10

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

Finish Coat : 2 coats of synthetic enamel, each 25microns (min.) thick.

ii) Corrosive Industrial Surface : Sa 2½Preparation

Primer : 2 coats of Epoxy zinc chromate each 35microns (min.) thick.

Finish Coat : 2 coats of Epoxy high build paint each 100microns (min.) thick.

iii) Coastal and Marine Surface : Sa 2½Preparation

Primer : 2 coats of high build Chlorinated Rubberzinc phosphate, each 50 microns (min.)thick.

Finish : 2 coats of chlorinated rubber paint, each35 microns (min.) thick.

iv) All Environment Surface : Sa 2½(temp. 80-400°C) Preparation

Finish : 2 coats of heat resistant aluminium paintsuitable for specified temp. each 20 µthick. (All values refer to dry filmthickness).

7.6 The colour of finish coat shall be intimated to vendor after placement of order.

8.0 PACKAGING AND IDENTIFICATION

8.1 All packaging shall be done in such a manner as to reduce the volume. Theequipment shall be dismantled into major components suitable for shipment andshall be properly packed to provide adequate protection during shipment. Allassemblies shall be properly match marked for site erection.

Enclosure to Addendum-I Annexure-E

Page 209: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

MECON LIMITEDREGD. OFF RANCHI

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATIONCARTRIDGE FILTER

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/017 REV-1 Page 8 of 10

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

8.2 Attachments, spares parts of the equipment and small items shall be packedseparately in wooden-cases. Each item shall be appropriately tagged withidentification of main equipment, its denomination and reference number of therespective assembly drawing.

8.3 Detailed packing list in water-proof envelope shall be inserted in the packagetogether with equipment.

8.4 Each equipment shall have an identification plate giving salient equipment data,make, year of manufacture, equipment number, name of manufacturer etc.

9.0 SPARE PARTS

9.1 Vendor shall submit his recommended list of spare parts with recommendedquantities and itemised prices for first two years of operation of the equipment.Proper coding and referencing of spare parts shall be done so that lateridentification with appropriate equipment will be facilitated.

9.2 Recommended spares and their quantities should take into account relatedfactors of equipment reliability, effect of equipment downtime upon productionor safety, cost of parts and availability of vendor's service facilities aroundproposed location of equipment.

9.3 Vendor shall also submit a list of recommended commissioning spares withquantities and the itemised prices.

10.0 INFORMATIONS/ DOCUMENTS/ DRAWINGS TO BE SUBMITTED WITHTHE OFFER

Contractor shall submit with the offer four copies each of the following:

10.1 Manufacturer's complete descriptive and illlustrative catalogue/ literature.

10.2 The completion schedule activity wise.

10.3 In case of failure to submit the documents listed above, the offer may berejected.

Enclosure to Addendum-I Annexure-E

Page 210: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

MECON LIMITEDREGD. OFF RANCHI

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATIONCARTRIDGE FILTER

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/017 REV-1 Page 9 of 10

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

11.0 INFORMATION/ DOCUMENTS/ DRAWINGS TO BE SUBMITTED BYSUCCESSFUL VENDOR

Successful vendor shall submit six copies unless noted otherwise, each of thefollowing :

11.1 Inspection & test reports for all mandatory tests as per the applicable code. Testreports for any supplementary tests, in nicely bound volumes.

11.2 Material test certificates (physical) property, chemical composition, make, heattreatment report etc.) as applicable for items in nicely bound volumes.

11.3 Statutory test certificates, as applicable.

11.4 Filled in QAP for Owner's/ Consultants approval. These QAP's shall be submittedin four copies.

11.5 WPS & PQR, as required.

11.6 Within two(2) weeks of placement of order, the detailed fabrication drawingsalongwith mechanical design calculations for Owner's/ Consultants approval.These drawings shall be submitted in four copies.

11.7 Detailed completion schedule activity wise, within one week of placement oforder.

11.8 Weekly & fortnightly progress reports for all activities including procurement.

11.9 Purchase orders of bought out items soon after placement of order.

11.10 Manufacturer's drawings for bought out items, in 4 copies, for Owner's/Consultant approval within 4 weeks.

11.11 Manufacturer related information for design of civil foundation & other matchingitems within 6 weeks of LOI.

Enclosure to Addendum-I Annexure-E

Page 211: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

MECON LIMITEDREGD. OFF RANCHI

PROCESS & PIPINGDESIGN SECTION

NEW DELHI

STANDARD SPECIFICATIONCARTRIDGE FILTER

TECHNICAL SPECIFICATION NO. : MEC/TS/05/62/017 REV-1 Page 10 of 10

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\017 - Cartridge Filter - TS.doc

11.12 All approved drawings/ documents as well as inspection and test reports forOwner's/ Consultants reference/ record in nicely category wise bound volumesseparately.

Note: All drawings, instructions, catalogues, etc. shall be in English languageand all dimensions shall be metric units.

12.0 ORDER OF PRECEDENCE

The following order of precedence shall govern in interpretation of variousrequirements and data :

• Data Sheets• This Specification• Codes & Standards• Vendors Standards

Enclosure to Addendum-I Annexure-E

Page 212: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

DATA SHEET FOR CARTRIDGE FILTER

1.0 PROJECT : NATURAL GAS PIPELINE PROJECT CLIENT : GAIL (India) Limited FOR IPP'S IN KG BASIN

2.0 JOB NO. : 23J8 ITEM NO. : F-01013.0 VENDOR : QUANTITY : 01 NO.4.0 OPERATING CONDITIONS :4.1 FILTER : CARTRIDGE TYPE : VERTICAL4.2 FLUID HANDLED : NATURAL GAS FLOW RATE, MMSCMD : Nor. : 1.0 ; Max. 1.34.3 MOLECULAR WEIGHT : 18.18 FLUID VISC, CENTI-POISE : 0.014 4.4 INLET SIZE : 8" OUTLET SIZE : 8"4.5 OPER. PR. KG/CM2G : 50 OPER. TEMP., °C : 5 - 454.6 PARTICLE/ MESH SIZE, MICRON > 2 MICRON FILTERATION EFF. % : 984.7 PR. DROP KG/CM2, CLEAN/ DIRTY : 0.1 Max. DUST CONC : 0 - 0.1 mg/SM3 OF GAS 4.8 CORROSION ALLOWANCE, MM : 2.0 CORROSIVE/ TOXIC COMPONENT : CO2 - NIL

5.0 MATERIAL OF CONSTRUCTION5.1 SHELL : SA-515/ SA-516 Gr. 60/ 70 SA 106 Gr. B SHELL FLANGE : SA - 1055.2 HEAD : HEAD FLANGE : SA -1055.3 BOTTOM : SA 515/ SA-516 Gr. 60/ 70SA 234 Gr. WPB PERFORATED SHEET : 5.4 NOZZLES : SA-106 GR. B NOZZLE FLANGES : SA - 1055.5 GASKET : SS-304, SPIRAL WOUND - CA FILLED FASTENER : SA-193 Gr. B7, SA-194 Gr. 2H

`O' RING : BUNA-N SUPPORT : A283 Gr. C/ IS:20625.6 VENT VALVE : AS PER P&ID DRAIN VALVE : AS PER P&ID5.7 FILTER ELEMENT : FIBER GLASS MEDIA / POLYESTER TO SUIT WET GAS 6.0 DESIGN AND CONSTRUCTION6.1 DESIGN CODE : ASME SEC-VIII DIV-1 (LATEST EDITION)6.2 DESIGN PR. KG/CM2G : 92 DESIGN TEMP., °C : 656.3 NO. OF CARTRIDGE : O.D. X LENGTH, : 6.4 MAKE : AS PER VENDOR LIST FILTER PR. DROP, KG/CM2 : 6.5 FIXING DETAIL : NUTS & BOLTS6.6 FLANGE RATING : 600# FLANGE FINISH : SMOOTH6.7 FLANGE TYPE : WNRF PSV SIZE : DPT SIZE : 6.8 VENT SIZE : 1" DRAIN SIZE : 1" UC SIZE : NR6.9 HEAD CONNECTION : BLIND FLANGE WITH BOLTS & NUTS7.0 OVERALL DIMENSION7.1 OVERALL LENGTH, CM : 7.2 OVERALL HEIGHT, CM : SHELL DIA, CM :7.3 EMPTY WEIGHT, KGS : OPERATING WT., KGS :8.0 ACCESSORIES 8.1 DAVIT DETAIL : YES 9.0 PAINTING : SUITABLE TO CORROSIVE INDUSTRIAL REMARKS : 1) GAS COMPOSITION (%)

ENVIRONMENT REF. T.S. C1 - 89.24, C2 - 6.41, C3 - 2.37, i-C4 - 0.432, n-C4 - 0.65,10.0 INSPECTION & TESTING : AS PER T.S. i-C5 - Nil, n-C5 - Nil, C6+ - 0.024, N2 - 0.869, CO2 - Nil

H2S - N.A.

2) GAS QUALITY : DRY NATURAL GASVENDOR TO SPECIFY/ CONFIRM

REV. NO DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL (India) Limited

NAME DATE CHKD DATE

DSGN PROJECT : NATURAL GAS PIPELINE PROJECTDRWN FOR IPP'S IN KG BASIN

CARTRIDGE FILTER FOR VEMAGIRI SCALE : REVAPPROVED A.K. JOHRI TAG NO. : F-0101 DATA SHEET NO. : MEC/23J8/05/21/DS/CF/01 0

This document and the design it covers are the property of MECON and issued for the specific project mentioned therein. This is not to be copiedor used for other projects unless expressly permitted by MECON

Maeka$Na ilim4eDMECON LIMITED

D:\Vijyant\IPP KG Basin\Tender\Part-C-RIL\Add\DS-CF-01-Part-C-RIL

Enclosure to Addendum-I Annexure-E

Page 213: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

1.0 Valve Manufacturer :

2.0 Valve Size (NB), mm (inch) : 50(2") ANSI Rating : 150# Design Standard : API 6D

3.0 MECON's Technical Specification No. : MEC/TS/05/62/004, Rev-2

4.0 Connecting Pipeline Design Pressure, kg/cm2(g) : 19 Design Temperature, °C : +65

5.0 Connecting Pipe Specification : N.A.5.1 Material : 5.2 Diameter (OD), mm (inch) : 5.3 Thickness, mm :

6.0 Valve Construction Design6.1. Port : Full Regular

6.2. End Connections : Flanged both ends Flanged (as per ASME B16.5): Butt Weld both ends Flanged one end, butt weld other end

6.3. Flanges (wherever applicable) : a) RF FF RTJ NA b) Serrated Smooth (125 to 200 microinches AARH) NA

7.0 Valve Material Specification

7.1 Body ASTM A 216 Gr. WCB7.2 Cover ASTM A 216 Gr. WCB7.3 Disc/ Plates (ASTM A 216 Gr. WCB + 13% Cr Steel Facing) /

13% Cr Steel7.4 Body Seat Rings (See Note-3) ASTM A 216 Gr. WCB + 13% Cr Steel Facing7.5 Disc Hinge ASTM A 216 Gr. WCB7.6 Hinge Pin 13% Cr Steel (No Casting)7.7 Cover Stud Bolts ASTM A 193 Gr. B77.8 Nuts ASTM A 194 Gr. 2H7.9 Cover Gasket SS 304 Spiral Wound with C.A. Filler

7.10 Spring Inconel X-750

8.0 Corrosion Allowance : 1.5 mm Service : Natural Gas

9.0 Location : Above Ground Buried

10.0 Stem Extension Requirement : N.A.

11.0 Gear Operator Requirement : N.A.

12.0 Gas Powered Actuator Requirement : N.A.

13.0 Fire Resistant Design Requirement : N.A.

14.0 Valve Testing Requirement Test Pressure (min.), kg/cm2(g)

14.1 Hydrostatic Test BodySeat

15.0 Valve Painting Specification 15.1 Suitable for Environment Type : Corrosive Industrial Environment 15.2 Manufacturer's Painting Spec. No. : Manufacturer to furnish

16.0 Lock Open/ Lock Close Requirement : N.A.

Notes:1. This Valve Data Sheet shall be read in conjunction with MECON's Technical Specification No. MEC/TS/05/62/004.2. Inspection and Testing shall be as per this Data Sheet, MECON's T.S., API 6D and other relevant standards.3. Seats shall be non-renewable integral type.

REV. NO. DATE ZONE DESCRIPTIONS BY APPRD REVISIONS REFERENCES DRG. NO.

SECTION PROCESS & PIPING CLIENT : GAIL (NDIA) LIMITED

NAME DATE CHKD DATE

DSGN BB GS PROJECT : Natural Gas Supply To IPP's KGDRWN Basin Through Reliance Connectivity

SCALE : REVAPPROVED A.K. JOHRI DATA SHEET FOR CHECK VALVES DATA SHEET NO. : MEC/23J8(Part C-RIL)/05/21/DS/CV002 0

(NB > 2")

MECON LIMITED

Minimum Duration, minutes

23API 6DAPI 6D

Part

32

Specified Material Material Offered (Equivalent or Superior

Enclosure to Addendum-I Annexure-E

Page 214: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-ITo

Tender No. 05/51/23J8(Part-C-RIL)/GAIL/001A

D:\old data\Vijyant\IPPS KG - Basin\Tender\Part-C-RIL\Addendum\Cover Annexure.doc

ANNEXURE – F[(Pertaining to Tender Drawing (Mechanical)]

Page 215: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …
Page 216: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …

Enclosure to Addendum-I Annexure-F

Page 217: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …
Page 218: ADDENDUM-I TO TENDER DOCUMENT ADDENDUM-I … · ADDENDUM-I TO TENDER DOCUMENT ... SOR FOR CATHODIC PROTECTION WORKS 04. D: ... and approval by the Engineer-in …