design verification, detailed engineering ...kmrc.in/admin/uploads/ecs_vol_6_20170717.docx · web...

Download DESIGN VERIFICATION, DETAILED ENGINEERING ...kmrc.in/admin/uploads/ECS_Vol_6_20170717.docx · Web view2017/07/17  · 250 mm dia pipes Nos. 1 A1.1-16 Drain Piping A1.1-16.1 GI drain

If you can't read please download the document

Upload: others

Post on 10-Nov-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

CONTRACT – UG-ECS

DESIGN VERIFICATION, DETAILED ENGINEERING, MANUFACTURE, SUPPLY, DELIVERY AND STORAGE AT SITE, LAYING, INSTALLATION, TESTING AND COMMISSIONING (INCLUDING INTEGRATED TESTING & COMMISSIONING), TRAINING OF PERSONNEL, DEMONSTRATION OF PERFORMANCE OF SYSTEM / EQUIPMENT & ANNUAL MAINTENANCE CONTRACT OF ENVIRONMENT CONTROL SYSTEM (ECS) & INTEGRATED STATION MAINTENANCE SYSTEM (ISMS) OF KOLKATA METRO EAST-WEST LINE PROJECT- PHASE I

TENDER DOCUMENTS

VOLUME - 6

PRICING DOCUMENT

Kolkata Metro Rail Corporation Limited

KMRCL Bhawan (2nd & 3rd Floor),

HRBC Complex, Munshi Premchand Sarani,

Kolkata 700 021

India

Date of issue: 17th July 2017

Contract UG2, Design and Construction of underground section from the west end of Central UG Station (CH 2,500m) to the end of underground alignment at Subhas Sarobar (CH 7,763m)

SUMMARY OF TENDER DOCUMENTS

· Volume 1

· Notice of Invitation to Tender

· Instructions to Tenderers (including Annexure)

· Form of Tender (including Appendices)

· Volume 2

· Eligibility Criteria

· General Conditions of Contract

· Special Conditions of Contract (including Schedules)

· Volume 3

· Employer’s Requirements Specifications (Part-I)

· General Specification (Part – II)

· Volume 4

· KMRCL Conditions of contract on safety, Health and

Environment (CD)

· Safety, Health and Environment (SHE) Manual (CD)

· Volume 5

· Tender Drawings (In CD ROM)

· Volume 6

· Bills of Quantities

· Spare Provision

· AMC Schedule

· Payment Schedule

Design Verification, Detailed Engineering, Manufacture, Supply, Delivery and Storage at Site, Installation, Testing And Commissioning (including integrated testing & commissioning), Training of Personnel, Demonstration of Performance of System/ Equipment & Annual Maintenance Contract of Environment Control System & Integrated Station Management System for Underground Section of Kolkata Metro East-West Line Project (Phase I)

CONTENTS

INSTRUCTIONS FOR COMPLETING THE PRICING DOCUMENTIPD/2

A.General RequirementsIPD/2

B.NOT USEDIPD/4

C.Statutory ClearanceIPD/4

D.NOT USEDIPD/4

E.Payment Schedule (PS)IPD/4

F.Tender TotalIPD/4

G.CurrencyIPD/5

H.Mode of PaymentIPD/5

I.Measurement and PaymentIPD/5

APPENDIX AA/1

Appendix BB/1

APPENDIX CC/1

APPENDIX GG/1

Appendix-G1G/7

Appendix-G2G/10

Appendix G3G/13

Appendix G4G/15

Appendix G5G/22

Appendix G6G/24

Appendix G7G/26

APPENDIX D1D/1

APPENDIX E PAYMENT SCHEDULEE/1

APPENDIX F SHOWING MONTHLY CASH FLOWS FOR THE CONTRACTF/1

APPENDIX H LIST OF SPARES: CONFIRMATION STATEMENTH/1

APPENDIX I PRICING OF UNQUALIFIED WITHDRAWALI/1

Volume 6 – Price ScheduleIPD/117th July 2017

INSTRUCTIONS FOR COMPLETING THE PRICING DOCUMENT

A.General Requirements

0. Financial Evaluation:

The evaluation of Tender is to be done based on total cost inclusive of all taxes and duties in “SUMMARY OF COSTS”.

1. The Tenderers shall quote their rates for individual items included in Appendix A (under Schedule-X), Appendix-B (under Schedule-Y). Appendix-G1, Appendix-G2, Appendix-G3, (under Schedule-X) & and Appendix-D1 AMC (Under Schedule-Y) which shall be inclusive of all statutory Taxes and Duties at prevailing rates. For the purpose of comparative evaluation of Tenders, the Total quoted Price in Appendix A, Appendix-B, Appendix-D1, Appendix-G1, Appendix-G2, Appendix-G3, for Environmental Control System & Integrated Station Management System (ECS & ISMS) of Underground Stations & Associated Tunnels, INCLUSIVE of all Taxes and Duties shall be used to determine the rank of the Tenderers.

This is an item rate (BOQ) Contract for Design verification , Detail Engineering, Manufacture, Supply, Delivery and Storage at Site, Laying, Installation, Testing And Commissioning (including System Acceptance Testing, Integrated Testing & Commissioning and Operational Acceptance), Demonstration of Performance of System and Equipment, Annual Maintenance Contract for ECS & ISMS system for Underground Stations and associated tunnel portion along with the provision of Operation and Maintenance Manuals, Training of Operation and Maintenance Personnel, Technical support for a complete integrated ECS and ISMS System, Supply of Spares, Special Tools and Maintenance Tools and AMC for Phase - I of the Kolkata Metro Rail East West Line Project as indicated in the Appendix-1 to Form of Tender. The Tenderer shall quote his item-wise rate(s) inclusive of all taxes, CST/VAT, levies, duties, insurances and other charges levy able and payable to the authorities as in this Pricing Document.

The scope and extent of the Works are to be ascertained by reference to the Contract documents as a whole and shall not be limited in any manner whatsoever by the descriptions of the items of works, as given in the Appendices to the Pricing document.

The Tenderer shall be required to give the detailed breakdown of his item-wise rates in Appendix-C, mentioning the elements of the following Taxes/Duties/Levies etc included in the item-wise rates

a) Basic Custom duty on assemblies/components that go in the manufacture of ECS and ISMS equipment, if any along with rate.

b) All other Custom related duties on assemblies/Components that go in the manufacture of ECS and ISMS equipment if any, along with rates.

c) Excise duty on completely assembled / manufactured ECS and ISMS equipment, if any along with rate of Excise duty.

d) Custom duty on imported spares, jigs, fixtures, special tools and diagnostic equipments, etc. along with rate of Custom duty.

e) Excise duties on spares, jigs, fixtures, special tools and diagnostic equipments, etc. along with rate of Excise duty.

f) CST/VAT on the assembled/manufactured ECS and ISMS equipment as applicable.

g) CST/VAT on the indigenous finished Spares, Jigs, Fixtures, Special tools and Testing and Diagnostic equipments, etc along with rate.

h) Insurance

i) Octroi / Entry Tax (if any) and

j) Other levies/Cess, etc. as applicable

The successful Tenderer shall maintain complete records of duties, taxes, CST/VAT, and levies, etc. payable to various authorities in respect of completely assembled/ manufactured equipment appearing in Appendix-A and, spares appearing in Appendix G and submit the receipts/records as and when demanded in writing by the Employer for verification.

1.3 Price Variation

Refer to SCC Clause 48

1.4 Supply of Spares, Special Tools and Testing Equipment

The Tenderer shall quote the item-wise rates for spares, special tools and testing equipment in accordance with Appendix G of this Pricing Document.

1.4.1The Tenderer shall indicate the annual percentage that shall be applicable for increase or decrease of the unit rate of each item/spare listed in Pricing Document Appendix G5 to G7 for procurement by Employer for a period of up to ten years after the completion of Defect Liability Period for Contract UG – ECS.

1.5Training Requirements

The Tenderer shall include and price with rates in his tender submission a Training proposal to meet the following requirements as per Employer’s Requirements – General Specification.

1. Training of Employer’s maintenance personnel (4 man months for ECS and ISMS equipment) in operation and maintenance of off–shore ECS and ISMS.

1. Training of Employer’s maintenance personnel (15 man months for ECS and ISMS equipment) in Contractor’s / sub-contractor’s Works.

1. Provision of Original Equipment Manufacturer (OEM) Experts / Instructors (40-man months for ECS and ISMS equipment) for Training of Employer’s maintenance personnel in India.

1. Submission of Training Manuals (Original plus five hard copies) and in Electronic format for the complete ECS and ISMS systems.

The Tenderer shall include the cost for each component module of the Training in Financial Package under “Schedule Y”. The travel, boarding and lodging expenses for the Employer’s trainees shall be borne by the Employer. The Employer may at its absolute discretion delete any or all of the training modules while accepting the tender.

1.6Remark, Comment, Condition or Deviation (Appendix-I of this Tender Document)

1.6.1 In this Appendix I, the Tenderer shall indicate every key date that shall be affected by each remark, comment, condition, qualification or deviation, etc. that has been specified in Appendix -11 and prices for unqualified withdrawal of which has been quoted in this Appendix I. Prices for unqualified withdrawal in Appendix I shall be added to the price quoted for the purpose evaluation.

1.6.2In case price for unqualified withdrawal of any remark, comment, condition, qualification or deviation, etc. indicated in Appendix -11 is not quoted in this “Appendix I” it shall be considered that the remark, comment, condition, qualification or deviation is unconditionally withdrawn without any financial implication.

B. NOT USED C. Statutory Clearance

The Contractor shall be solely responsible for all the statutory clearances including levies, Octroi, transportation etc required for the successful execution of this contract.

D. NOT USEDE. Payment Schedule (PS)

The Tenderer shall note Sub-Clause 11.5 of the GCC and SCC Clause 54 that describes the method of determining interim payments.

The Tenderer shall note the Payment Schedule given in Appendix E of this Pricing Document.

Terms of payment during AMC Period have been defined in Clause 47 of the SCC and Appendix-D1 of Volume -6.

F. Tender Total

1. Tenderers shall be deemed to have read the Tender Documents and reviewed the Drawings to ascertain the full scope of the requirements included in each item prior to filling in the rates and prices. The entered rates and prices to include the full scope of the Contract, including overheads and profits and shall bear a proper relationship to the cost of carrying out the work described. Notwithstanding any limits that may be implied by the wording of the individual items and/or the explanations in the Preamble, the rates and sums, which the Tenderer enters in the Bill of Quantities, shall be for the work finished complete in every respect. The Tenderer shall be deemed to have taken full account of all requirements, liabilities, obligations and risks, whether expressed or implied, and to have priced the items accordingly. The Items in the Bills of Quantities are the only items against which payment will be made. The cost of any item of work not specifically described or measured in the Bills of Quantities but required for the execution of the Contract shall be considered included in the unit rates for the measured items in the Bills of Quantities. The rates and sums shall therefore include all incidental and contingent expenses and risks of every kind necessary to supply, install, test and commission (including Integrated Testing and Commissioning) complete, and remedying any defects in the whole of the Works in accordance with the Contract.

1. The Tender Total submitted by the Tenderer shall be in the format shown in ”Summary of Cost” of this Pricing Document. Individual total value of Appendix A (under Schedule-X), Appendix-G1, Appendix-G2, Appendix-G3, (under Schedule-X) & Appendix-B, and Appendix-D1 AMC (under Schedule-Y) inclusive of all statutory Taxes and Duties at prevailing rates shall constitute the total value of the tender.

1. The Pricing Document contains Schedule X, Schedule Y. Each Schedule covers activities, obligations and requirements constituting the rates for individual items of works in the Bill of Quantities. The Tenderer shall prepare and complete documents, in this format, as being his Tender and submit as part of the Financial Package.

1. The Tenderer shall divide pricing of item-wise rates into Columns A and B, if payments in foreign currency are to be sought. Items of works that apply in one currency only shall be given a NIL price in the other column

1. The Pricing Document shall be completed and submitted by the Tenderer, as part of his Tender. The Tenderer shall use an indexing and page numbering system such that its extent and completeness is clearly evident.

G.Currency

Rates for the items of works in the Bills of Quantities shall be indicated in Indian Rupees and maximum number of currencies of payment shall not be more than three including local currency (INR). The two foreign currencies can be either from Japanese Yen, Euro or US Dollar.

H.Mode of Payment

In case of JV/consortium payments shall be made in the name of the same JV/consortium.

I.Measurement and Payment

1) This Contract is primarily a re-measure contract with items that are described herein. The quantities indicated in the Bills of Quantities are as estimated. For the re-measure items the total price paid for a work item will be varied by the quantities actually performed & measured. The contract may contain some lot items for which special payment terms are described.

2) The measurement and payment described is for the purpose of making a valuation of the work acceptable to the Engineer, and Interim Payments to the Contractor, as work proceeds. The works as executed will be measured for assessment of progress for interim payments in accordance with the method adopted in the Specification, the Bills of Quantities and under the items as set forth notwithstanding any custom to the contrary.

3) For the purposes of making interim payment for lot items and those items are not subject to re-measure, such as described as “Lot”, the Contractor shall submit with his tender a breakdown of the rates making up the total for those items for which the Contractor may wish to receive interim payments. These breakdowns shall be subject to the approval of the Engineer, and no interim payment shall be made on such items until the breakdown has been approved, with the approval of Engineer. The items described as ‘set’ may also be broken down in a maximum of two lots for the purpose of interim payment under exceptional circumstances when it is established that the contractor is not able to complete the ‘set’ for reasons not attributable to him.

4) Notwithstanding anything stated herein the Engineer retains the right to withhold payment on any item due for payment when the service to be performed is not performed, or is not carried out to the Engineer’s satisfaction.

5) Prices for documents, drawings, design calculations including validation/verification, test procedures, interface co-ordination documents, operation and maintenance manuals and the like, for review by the Engineer shall be the full compensation for documents and the like in accordance with the specifications. Compensation shall include for the preparation, submission, and all subsequent revisions, changes required and re-submittals as necessary and required by the specifications until accepted by the Engineer.

6) Prices for Supply shall be full compensation for Manufacture, Factory Testing, Inspection, Test Running, Dispatch, Delivery at Site, Marine Insurance if applicable, Shipping to Port in India and Transit Insurance from Port in India to Site, if applicable, Inland Transportation/Delivery to Project Site and Storage at Site as necessary and required by the specifications until accepted by the Engineer.

7) Prices for Integrated Testing and Commissioning shall be full compensation for the integrated testing and commissioning of plant and equipment supplied under the Contract in accordance with the drawings and specifications. Compensation shall include preparation, submittal, and revisions as required by the Engineer of testing plans and procedures; co-ordination with other Designated Contractors; conduct of approved tests as directed by the Engineer on equipment, sub-systems, and systems; revisions, re-testing, fault finding, adjustments and reworking as necessary; submittal of all test reports and other documents all to the approval of the Engineer. The Contractor will make payment for each Section after certification and acceptance of the Employer’s representatives that the sub-systems and systems, including all equipment have successfully completed the test procedures, and have been set-to-work and all test results and other documentation, as described in the specifications.

8) Payment will be made for the items delivered and stored in a place and manner approved by the Engineer. Payment on delivery will be made against the following documents:

- provision of Indemnity bond for Interim Payment;

- proof of insurance;

- Packing list;

- Type Test Certificates; and

- FAT Report

9) Prices for installation/erection of items of plant and equipment shall be for the full compensation for the installation/erection of plant and equipment in accordance with the drawings and specifications. Compensation shall include all costs incurred for transporting to location, off-loading and moving to point of installation/erection; provision of specified foundations; preparing for installation/erection and mounting on foundations; supply of left out items, aligning, fastenings and securing devices; adjusting as necessary, making good and clearing the location on completion, all to the approval of the Engineer. Payment will be made for each item of installed plant and equipment completed and accepted by the Engineer.

10) Testing and commissioning shall be full compensation for the testing and commissioning of Plant and equipment forming the Works in accordance with the specifications. Compensation shall include all testing and putting-to-work of all equipment, sub-systems, and systems; re-testing, fault finding, adjustments and reworking as necessary; submittal of all test reports and other documents all to the approval of the Engineer. Payment will be made after certification by the Contractor and acceptance by the Engineer that the sub-systems and systems, including all equipment have successfully completed the test procedures, and have been set-to-work and that all test results and other documentation, as described in the specifications, have been approved by the Engineer.

CONTRACT – UG-ECS

DESIGN VERIFICATION, DETAILED ENGINEERING, MANUFACTURE, SUPPLY, DELIVERY AND STORAGE AT SITE, LAYING, INSTALLATION, TESTING AND COMMISSIONING (INCLUDING INTEGRATED TESTING & COMMISSIONING), TRAINING OF PERSONNEL, DEMONSTRATION OF PERFORMANCE OF SYSTEM / EQUIPMENT & ANNUAL MAINTENANCE CONTRACT OF ENVIRONMENT CONTROL SYSTEM (ECS) & INTEGRATED STATION MANAGEMENT SYSTEM (ISMS) OF KOLKATA METRO EAST-WEST LINE PROJECT (PHASE I)

TENDER DOCUMENTS

VOLUME - 6

BILLS OF QUANTITIES

Kolkata Metro Rail Corporation Limited

KMRCL BHAWAN (2nd & 3rd Floor),

HRBC Complex, Munshi Premchand Sarani,

Kolkata 700 021

India

Date of issue: 03rd April 2017

Volume 6 – Price Schedule17th July 2017

SUMMARY OF COSTS

This is to be completed and submitted by the Tenderer as part of Appendix-2 to the Form of Tender. The Total Price (inclusive of levies, tax, Cess and insurance, etc. payable) of this Contract for Environmental Control System & Integrated Station Management System is the total of Schedule ‘X’ plus Schedule ‘Y’

Indian Rupees (in words): ____________________________________________________

_________________________________________________________________________

Foreign Currency (in words): __________________________________________________

_________________________________________________________________________

Schedule

Description of Appendixes under schedule

Cost in Foreign Currency

(A)

Cost in Indian Rupees

(A1)

(A2)

(B)

X

Total of Appendix A= A1.1+A1.2+A2.1+A2.2+A3.1+A3.2+A10.2+A11.2+A12.2+A13.2+A14.2+A15.2

Total of Appendix G1+G2+G3

Total of Schedule X

Y

Total of Appendix B= B1.1+B1.2+B2.1+B2.2+B3.1+B3.2+B10.2+B11.2+B12.2+B13.2+B14.2+B15.2

Appendix D1 (AMC)

Total of Schedule Y

Grand Total

Schedule X + Schedule Y

Volume 6 – Price ScheduleS/117th July 2017

DETAILED BILLS OF QUANTITIES UNDER

SCHEDULE-X AND SCHEDULE-Y

schedule-x:

Appendix

BOQ for

Station/Location

A1.1

Environmental Control System (ECS)

Phool Bagan U/G Station

A1.2

Integrated Station Management System

(ISMS)

A2.1

Environmental Control System (ECS)

Sealdah cross over Intermediate

Vent shaft Building

A2.2

Integrated Station Management System

(ISMS)

A3.1

Environmental Control System (ECS)

Sealdah U/G Station

A3.2

Integrated Station Management System

(ISMS)

A10.2

Integrated Station Management System

(ISMS)

Salt Lake Sector V Elevated Station

A11.2

Integrated Station Management System

(ISMS)

Karunamoyee Elevated Station

A12.2

Integrated Station Management System

(ISMS)

Central Park Elevated Station

Appendix

BOQ for

Station/Location

A13.2

Integrated Station Management System

(ISMS)

City Center Elevated Station

A14.2

Integrated Station Management System

(ISMS)

Bengal Chemical Elevated Station

A15.2

Integrated Station Management System

(ISMS)

Salt Lake Stadium Elevated Station

G1

Consumable Spares

G2

Unit Exchange Spares

G3

Mandatory Spares

G4

Commissioning & DLP Spares

G5

Recommended Spares & Consumables for Three Years after DLP

G6

Recommended Spares & Consumables for Ten Years after DLP

G7

Special Tolls & Maintenance Tools

Contract UG2, Design and Construction of underground section from the west end of Central UG Station (CH 2,500m) to the end of underground alignment at Subhas Sarobar (CH 7,763m)

Contract-UG-ECS– Design Verification, Detailed Engineering, Manufacture, Supply, Delivery and Storage at Site, Installation, Testing And Commissioning (including integrated testing & commissioning), Training of Personnel, Demonstration of Performance of System/ Equipment & Annual Maintenance Contract of Environment Control System & Integrated Station Management System for Underground Section of Kolkata Metro East-West Line Project (Phase I)

Volume 6 – Price ScheduleSchedule X/217th July 2017

schedule-Y:

Appendix

BOQ for

Station/Location

B1.1

Environmental Control System (ECS)

Phool Bagan U/G Station

B1.2

Integrated Station Management System

(ISMS)

B2.1

Environmental Control System (ECS)

Sealdah cross over Intermediate Vent shaft

Building

B2.2

Integrated Station Management System

(ISMS)

B3.1

Environmental Control System (ECS)

Sealdah U/G Station

B3.2

Integrated Station Management System

(ISMS)

B10.2

Integrated Station Management System

(ISMS)

Salt Lake Sector V Elevated Station

B11.2

Integrated Station Management System

(ISMS)

Karunamoyee Elevated Station

B12.2

Integrated Station Management System

(ISMS)

Central Park Elevated Station

B13.2

Integrated Station Management System

(ISMS)

City Center Elevated Station

B14.2

Integrated Station Management System

(ISMS)

Bengal Chemical Elevated Station

B15.2

Integrated Station Management System

(ISMS)

Salt Lake Stadium Elevated Station

Appendix-D1

Comprehensive Annual Maintenance Contract (AMC) for a period of

three years after DLP

D 1.1

Comprehensive Annual Maintenance Contract (AMC) of ECS Equipment and ISMS installed in Stations and other locations between Subhash Sarobar and Sealdah Station of East West Metro Corridor for a period of three years after DLP.

Volume 6 – Price ScheduleSchedule Y/217th July 2017

SCHEDULE-X

APPENDIX A1.1 to A3.1, A1.2 to A3.2 & A10.2 to A15.2 AND APPENDIX G

Cost for various Items of Works in Appendixes under Schedule-X comprise all those obligations and ongoing activities throughout the Contract not associated directly with any other Schedule and Appendix. To be entitled for payment, the contractor is required to obtain the "Notice of No Objection" or “Notice of No Objection subject to______” from the Engineer for:

The ECS and ISMS equipment and materials including all accessories

· Design verification of the complete Environmental Control System and design of Integrated Station Management System with a reference to the tender drawings and items of works and their quantities included in the Bills of Quantities,

· Detailed Engineering,

· Selection of suppliers for major system and sub-systems,

· Manufacture,

· Completion of all routine and type testing of equipment and accessories at works,

· Completion of all Factory Acceptance Tests, Endurance Test on Proto type and Issue of Inspection Certificate on satisfactory completion of all Factory Tests/running,

· Completion of test running in factory,

· Completion of manufacture, testing, running, etc. and inspection/clearance of ECS (including ISMS) Equipment by the Engineer;

· Completion of the shipment to port in India (if required)

· Supply, Delivery to site

· Provision of Marine Insurance (if required) from off-shore Factory to Port in India

· Provision of Transit Insurance from Port in India to site

· Inland transportation/delivery of manufactured items within India including handling charges at port of India and/or at Site, and all other incidental costs, receipt of equipment at Site, storage & handling at site

· Any additional modifications as determined during the testing of the ECS (including ISMS) Equipment.

· Training of Employer’s Personnel,

· Preparation and Submission of Operation & Maintenance Manuals,

· Any other item(s) considered necessary to comply with Scope of Work.

1. Design verification of the complete Environmental Control System and design of Integrated Station Management System with a reference to the tender drawings and items of works and their quantities included in the Bills of Quantities,

1. Detailed Engineering,

1. Selection of suppliers for major system and sub-systems,

1. Manufacture,

1. Completion of all routine and type testing of equipment and accessories at works,

1. Completion of all Factory Acceptance Tests, Endurance Test on Proto type and Issue of Inspection Certificate on satisfactory completion of all Factory Tests/running,

1. Completion of test running in factory,

1. Completion of manufacture, testing, running, etc. and inspection/clearance of ECS (including ISMS) Equipment by the Engineer;

1. Dispatch of the shipment to port in India (if required)

1. Provision of Marine Insurance (if required) from off-shore Factory to Port in India & transit insurance from port in India to site (as applicable).

1. Any additional modifications as determined during the testing of the ECS (including ISMS) Equipment.

1. Training of Employer’s Personnel,

1. Preparation and Submission of Operation & Maintenance Manuals,

1. Any other item(s) considered necessary to comply with Scope of Work.

Volume 6 – Price Schedule17th July 2017

Appendix-A

Sr No.

Description

Unit

Qty.

Rate

Amount

Foreign Currencies (Column A)

Indian Currencies (Column B)

Foreign Currencies (Column A)

Indian Currencies (Column B)

APPENDIX A1.1

Breakdown of Price under Schedule X

 

Environment Control System (ECS)

 

 

 

 

 

 

 

 

 

Phase-I - Underground System from Portal at Subash Sarovar to Sealdah Stations

 

 

 

 

 

 

 

 

 

Phool Bagan Underground Station and corresponding Tunnel portion between Portal and Phool Bagan Station

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-1 

Chilling Units with Screw Compressor

 

 

 

 

 

 

 

 

 

Water cooled packaged Screw Water chillers actual capacity at below mentioned operating conditions with R-134a refrigerant, hermetically sealed compressor, driven by suitable kW. Sq. Cage induction motor complete with water cooled shell and tube condenser with Anti Fouling Device on inlet connection, insulated shell and tube chiller, refrigerant piping, Refrigerant and oil (First Charge), Microprocessor based control panel and accessories etc. as per specifications, all mounted on M.S. frame. Motor shall be suitable for 415 volts + 10%, 50 Hz + 3%, three phase AC supply.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Minimum COP at ARI conditions : 6.1

 

 

 

 

 

 

 

 

 

Water in condenser : 33 °C

 

 

 

 

 

 

 

 

 

Water out condenser : 38 °C

 

 

 

 

 

 

 

 

 

Chilled water 'In' : 12.2 °C

 

 

 

 

 

 

 

 

 

Chilled water 'Out' : 6.7 °C

 

 

 

 

 

 

 

 

 

Chiller FF (MKS) : 0.000088 m² oC/W

 

 

 

 

 

 

 

 

 

Condenser FF (MKS): 0.000176 m² oC/W

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a)

Capacity : 545KW

Nos.

3

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-2

Pumps

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-2.1

Chilled Water Pumps

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-2.1.1

Primary Horizontal split case centrifugal pump set with bronze impeller, TEFC IP-55 motor (IE2) with class 'F' insulation and EN-8 shaft complete with base plate foundation and all necessary civil works, complete as per specification and data sheet as per the site requirement. The system shall be complete in all respects and suitable for following ratings.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a)

Capacity : 23.71 LPS, Operating Head 120 90 Kpa

Nos.

3

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-2.1.2

Secondary variable speed pumping system with Horizontal/Vertical split case/end suction centrifugal pump set with bronze impeller, TEFC IP-55 motor (IE2) with class 'F' insulation and complete with base plate, inertia base foundation and all necessary civil works, consisting of adjustable frequency drive (AFD) for each pump, 1 no. Microprocessor based pump controller housed within the enclosure of one of the AFD with parallel pumping software duly downloaded, Min 2 nos. differential pressure sensor / transmitter compatible with ISMS system, energy optimization sequencing system complete as per specification and data sheet as per the site requirement. Entire AFD panel shall be provided with digital display showing electrical parameters like Voltage, Current and Power consumption (both kW and kW.hr.) as well as % speed indication and /or % frequency indication. The system shall be complete in all respects and suitable for following ratings.

 

 

 

 

 

 

 

 

 

The AFD's shall be mounted in a factory built panel.

 

 

 

 

 

 

 

 

 

(The entire system along with primary pumps must be sourced from single manufacturer only for unit responsibility.)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a)

Capacity : 23.71 LPS , Operating Head 180 Kpa

Nos.

3

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-2.2

Condenser Water Pumps

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Horizontal split casing condenser water circulating centrifugal pump sets with bronze impeller, for condenser water recirculation complete with TEFC IP-55 motor (IE2) with class 'F' insulation and EN-8 shaft (suitable for 415 V + 10%, 50Hz + 3% 3 phase AC) with base plate, inertia base foundation etc. including foundation and all necessary civil work confirming to technical specification and as per following parameters, complete with motor, base plate etc. as per specifications and data sheet.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a)

Capacity : 32.89 LPS , Operating Head 170 180 Kpa

Nos.

3

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-3

Cooling Towers

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

FRP Vertical induced draft Cross Flow/Counter Flow type CTI Certified Cooling Towers, each complete with FRP basin, FRP body, Fan and Motor (IE2), necessary drive mechanism, sprinkler, fill media, distribution basin pipe connections, Ladder etc. as per specifications including all necessary civil work and adjustable frequency drive (AFD) for each motor with, multiple digital and analog outputs with communication software compatible with ISMS as required. Isolators at cooling tower enclosed in weather proof panel shall also be included.

 

 

 

 

 

 

 

 

 

Hot Water Temperature: 38 °C

 

 

 

 

 

 

 

 

 

Cold Water Temperature: 33 °C

 

 

 

 

 

 

 

 

a)

Capacity : 685KW

Nos.

3

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-4

Air handling Units(Double Skin)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-4.1

Sectional Air Handling Unit double skin type (AHRI / Euro Vent Certified), Compartmentation complete with twin blowers, fan section, twin cooling coils, coil section, V filter section with 50mm thick panel type filters, fan motor, isolator for motor (IE2) (mounted outside AHU ) belt drive , with UVC emitter fitted etc. including all necessary civil work as per specification and data sheet. AHU shall be with cooling coil minimum 6 Row Deep and fin spacing shall be min 12 FPI. Sound attenuators in supply & return air streams shall be provided to meet the specified sound level in both supply & return air ducts as per specification under Noise control.

 

 

 

 

 

 

 

 

 

Replacement of filters of all air handling units and fan coil units after flushing-out period as mentioned in specification. The filtration media and specification of replacement filters shall be identical to those supplied with each AHU and FCU.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a)

59500 CMH Capacity; 342.5 kW, 1600Pascal (total pressure, bidders to optimize the size as per final detailed design without any additional cost)

Nos.

1

 

 

 

 

 

 

 

 

 

 

 

 

b)

45650 CMH Capacity; 277 kW, 1250Pascal (total pressure, bidders to optimize the size as per final detailed design without any additional cost)

Nos.

1

 

 

 

 

 

 

 

 

 

 

 

 

c)

38500 CMH; Capacity 213kW, 2600Pascal (total pressure, bidders to optimize the size as per final detailed design without any additional cost)

Nos.

1

 

 

 

 

 

 

 

 

 

 

 

 

d)

26000 CMH; Capacity 178kW, 2050Pascal (total pressure, bidders to optimize the size as per final detailed design without any additional cost)

Nos.

1

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-5

Fan Coil Units

 

 

 

 

 

 

 

 

 

Fan Coil unit complete with fan section, cooling coil (AHRI Certified), filter section with standard filters, fan motor, drive belt, return air plenum etc. as per specifications, and drawings including all necessary civil work. Including drip tray over whole unit and valve assembly.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a)

9360 CMH

Nos.

1

 

 

 

 

 

 

 

 

b)

3960 CMH

Nos.

1

 

 

 

 

 

 

 

 

A1.1-5.1

VARIABLE REFRIGERATNT FLOW (VRF) SYSTEM

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Modulating type outdoor units, with multi scroll compressors (minimum two compressors) with one capacity controlling compressor and other constant speed type compressor, suitable for 415 ± 10% or 230 ± 5% volts, 50 cycles, special pre-coated fins, panel, corrosion resistant (suitable for seaside installation) coated condenser, inverter based condenser fan M.S. hot dip galvanised stands / supports, electrical & microprocessor panel, isolating valves and all the necessary accessories for proper functioning of the units. The unit shall consist of complete in all respects, inclusive of insulated copper refrigerant piping with refrigerant R- 410a, with accessories, wiring, control cabling and earthing, M.S. Stand for mounting outdoor units as per the drawing having following approximate capacities.

 

 

 

 

 

 

 

 

 

Note: Fins and copper tubes of Air Cooled Condenser along with copper tubing / piping with all joints and U-Bends exposed to coastal areas corrosive atmosphere / aggressive ambient shall be painted with special corrosion prevention coating either in factory or at site.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Capacity as listed below

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

26 HP

Nos.

2

 

 

 

 

 

 

 

 

b

28 HP

Nos.

2

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-5.2

VRF indoor units complete in all respects, inclusive of insulated copper refrigerant piping from indoor to outdoor unit with refrigerant, with accessories, wiring, control cabling and earthing, condensate drain. VRF based indoor units complete with all accessories, Vibration isolators & supports etc.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Ceiling concealed ductable type (with High Static) having following approximate capacities.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

14.0 kW evaporator unit

Nos.

4

 

 

 

 

 

 

 

 

b

16.0 kW evaporator unit

Nos.

12

 

 

 

 

 

 

 

 

c

22.4 kW evaporator unit

Nos.

4

 

 

 

 

 

 

 

 

5.3

All refrigerant Y-joints.

Lot

1

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-6

Chilled Water Piping

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MS C class Chilled water piping, Y-Strainer, Valves, Expansion Tank etc. complete with companion flanges, nuts, bolts, gas kits fittings supports etc. as required and as per specifications and drawings including all necessary civil work Duly Insulated with sections/ board/roll of rockwool/fibre glass of thickness as per specifications.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-6.1

Over Ground Piping Insulation Thickness(mm)

 

 

 

 

a

250MM 75

RM

80

 

 

b

200MM 75

RM

260

 

 

c

150MM 50

RM

400

 

 

d

125MM 50

RM

20 40

 

 

e

100MM 50

RM

60

 

 

f

80MM 50

RM

30

 

 

g

50MM 50

RM

120

 

 

h

40MM 50

RM

50

 

 

i

32MM 50

RM

100

 

 

 

 

 

 

A1.1-7

Butterfly Valves/Gate Valves

 

 

 

 

 

 

 

 

 

 

A1.1-7.1

Butterfly valves Insulation Thickness(mm)

 

 

 

 

 

 

 

 

 

 

a

150MM 50

Nos.

18

 

 

b

100 125MM 50

Nos.

6 2

 

 

c

80 100MM 50

No.

2 6

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-7.2

Balancing Valve Insulation Thickness(mm)(Double regulating)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

150MM 50

Nos.

3

 

 

 

Computerised flow meter for balancing valve

Nos.

1

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-7.3

Non-Return Valve

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

150MM 50

Nos.

6

 

 

 

 

 

 

 

 

A1.1-7.4

Y-Strainer

 

 

 

 

 

 

 

 

 

 

a

150MM 50

Nos.

6

 

 

b

100 125MM 50

Nos.

3 1

 

 

c

80 100MM 50

Nos.

1 3

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-7.5

G.M. Ball Valves set for FCU

 

 

 

 

 

 

 

 

 

(with strainer at inlet and without strainer at outlet connections)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

40MM 50

Set

2

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-7.6

Motorised Butterfly Valves

 

 

 

 

 

 

 

 

 

Motorised butterfly valves complete with actuator (Should be ISMS compatible) as per specifications & drawings.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

150MM 50

Nos.

3

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-7.7

2 Way Modulating pressure Independent Balancing & Flow Control Valve

 

 

 

 

 

 

 

 

 

Electronic Self Balancing Valve pressure independent with independent type dynamic balancing valve with integrated 2 way modulating control valves in a single body. The actuator shall be capable of withstanding 4 bar shut off pressure. The valves & actuators for AHU’s shall be compatible with Integrated Station Management System. The actuator shall be capable of accepting 2-10 VDC / 4-20 mA electric signal and shall provide similar transduced feedback output signal to control system for flow measurement. The minimum close off pressure of actuator must be 1.5 times shut off head of pump or 5 bars whichever is maximum. The valves shall be suitable for following pipe sizes: complete with actuators, temperature controllers ISMS compatible control accessories, companion flanges and connectors with bolts, gaskets, insulation, support etc.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-7.7.1

AHU Control Valves Insulation Thickness(mm)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

For following pipe sizes

 

 

 

 

 

 

 

 

a

80 100MM 50

Nos.

1 2

 

 

b

100 125MM 50

Nos.

3 2

 

 

 

 

 

 

 

 

A1.1-7.7.2

FCUs Control Valves

 

 

 

 

 

 

 

 

 

 

 

For following pipe size

 

 

 

 

a

40MM 50

Set

1

 

 

b

32MM 50

Set

1

 

 

 

 

 

 

 

 

A1.1-7.7.3

Pressure Gauges with nipple, elbow and ball valve including of syphon & lock.

Nos.

26

 

 

7.7.4

Thermometers

Nos.

14

 

 

7.7.5

Flow Switches

Nos.

5

 

 

7.7.6

Automatic Air Vents

Nos.

20

 

 

A1.1-7.7.7

Differential Pressure Switch

Nos.

3

 

 

 

 

 

 

 

 

A1.1-7.7.8

Water level switch for expansion tank

No.

1

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-7.8

Air & dirt Separators & Vacuum Degasser complete with necessary connection for piping, valve and vent, as per specifications.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-7.8.1

For Main Plant

Set

1

 

 

 

 

 

 

 

 

A1.1-8

Expansion Tank

 

 

 

 

 

 

 

 

 

 

A1.1-8.1

Closed type Expansion Tank of size for operating pressure up to 10 bars as per specifications.

 

 

 

 

 

1000 Ltrs. Capacity

No.

1

 

 

 

 

 

 

 

 

A1.1-9

Flexible Couplings:

 

 

 

 

 

 

 

 

 

 

a

150mm

Nos.

18

 

 

b

100mm

Nos.

8

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-10

Condenser Water Piping

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

MS C class Condenser water piping, Y-Strainer, Valves, Expansion Tank etc. complete with companion flanges, nuts, bolts, gas kits fittings supports etc. as required and as per specifications and drawings including all necessary civil work.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-10.1

Over ground Piping as per specification

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

300 MM

RM

100

 

 

b

250 MM

RM

110

 

 

c

200 MM

RM

40

 

 

d

50 MM

RM

90

 

 

 

 

 

 

 

 

A1.1-10.2

Butterfly Valves

 

 

 

 

 

 

 

 

 

 

a

250 MM

Nos.

3

 

 

b

200 MM

Nos.

15

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-10.3

Motorized Butterfly Valves

 

 

 

 

 

 

 

 

a

200 mm

Nos.

9

 

 

 

 

 

 

 

 

A1.1-10.4

Balancing Valves

 

 

 

 

 

 

 

 

 

 

a

200 MM

Nos.

6

 

 

 

 

 

 

 

 

A1.1-10.5

Non-Return Valves

 

 

 

 

 

 

 

 

 

 

a

200 MM

Nos.

3

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-10.6

Y-Strainer

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

250 MM

Nos.

3

 

 

 

 

 

 

 

 

A1.1-11

Pressure Gauges with nipple, elbow and ball valve instead of syphon & lock.

Nos.

12

 

 

 

 

 

 

 

 

A1.1-12

Thermometers

Nos.

6

 

 

 

 

 

 

 

 

A1.1-13

Flow Switches

Nos.

6

 

 

 

 

 

 

 

 

A1.1-14

Air Vent

Nos.

10

 

 

 

 

 

 

 

 

A1.1-15

Flexible Couplings

 

 

 

 

 

 

 

 

 

 

a

200mm

Nos.

12

 

 

 

 

 

 

 

 

 

 

 

 

16

Pot strainers

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

250 mm dia pipes

Nos.

1

 

 

 

 

 

 

 

 

A1.1-16

Drain Piping

 

 

 

 

 

 

 

 

 

 

A1.1-16.1

GI drain piping complete with fittings, supports and insulations per specifications and drawings including all necessary civil work. Duly Insulated with sections/ board/roll of rockwool/fibre glass of thickness as per specifications.

 

 

 

 

 

 

 

 

 

 

a

50 MM

RM

30

 

 

b

32 MM

RM

60

 

 

c

25 MM

RM

40

 

 

 

 

 

 

 

 

A1.1-16.2

Drain Valve

 

 

 

 

A1.1-16.2.1

Gate Valve

 

 

 

 

a

25mm

Nos.

14

 

 

c

40mm

Nos.

14

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-17

Water Treatment System

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-17.1

Water Treatment system consisting of dosing tank pumps, chemical formulation to (a) keep water circulating system clean and free form corrosion and b) to control organic and algae growth in the circulating water (board spectrum biocide), piping from dosing pumps to return header, necessary valves and accessories, pump mounting arrangement on tanks, tank covers, and piping insulation wherever necessary. the system shall consist of, but not limited to, the following:-

 

 

 

 

 

 

 

 

 

Dosing tank of 100 liters capacity, Electronic Positive Displacement Dosing pump made form polypropylene capable of withstanding a back-pressure of 3.5 Kg/Sq.cm complete with 1 phase motor, low-level switch and anti-syphon valve assembly, UPVC piping from dosing pumps to header, Valve and accessories as per specification.

Lot

1

 

 

 

Water Treatment system consisting of dosing tank pumps, chemical formulation to (a) keep water circulating system clean and free form corrosion and b) to control organic and algae growth in the circulating water (board spectrum biocide), piping from dosing pumps to condenser water return header, necessary valves and accessories, pump mounting arrangement on tanks, tank covers, and piping insulation wherever necessary. the system shall consist of, but not limited to, the following:-

 

 

 

 

 

 

 

 

Dosing tank of 100 liters capacity

Nos.

4

Electronic Positive Displacement Dosing pump made form polypropylene capable of withstanding a back-pressure of 3.5 Kg/Sq.cm complete with 1 phase motor, low-level switch and anti-syphon valve assembly

Nos.

4

UPVC piping from dosing pumps to header

Lot

1

Valve and accessories as per specification

Lot

1

A1.1-17.2

TESTING EQUIPMENT AND KITS:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a) Corrosion test rack

 

 

 

 

 

 

 

 

 

b) pH reagents

 

 

 

 

 

 

 

 

 

c) T.D.S. meter

 

 

 

 

 

 

 

 

 

d) Hardness testing reagent

 

 

 

 

 

 

 

 

 

e) Nitrite test kit (5547/5137)

 

 

 

 

 

 

 

 

 

f) Chemical for 1 year

Lot

1

 

 

 

 

 

 

 

 

A1.1-17.3

Non-chemical water treatment system for Condenser water system as per the specification.

Lot

1

 

 

 

 

 

 

 

 

A1.1-17.4

Automatic motorised Condenser water bleed off 25 mm valve complete with sensing device

No.

3

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-18

Ducting

 

 

 

 

 

 

 

 

 

Sheet metal ducting complete with supports, dampers, vanes etc. as per specifications and drawings including all necessary civil work.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-18.1

GI Sheet Metal Ducting

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

0.63 mm thick (24 Gauge)

Sqm

1200

 

 

 

 

 

 

 

 

b

0.83 mm thick (22 Gauge)

Sqm

5000

 

 

 

 

 

 

 

 

c

1.00 mm thick (20 Gauge)

Sqm

1400

 

 

 

 

 

 

 

 

d

1.20 mm thick (18 Gauge)

Sqm

800

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-18.2

Fire Rated Ducting

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Fire rated Sheet metal ducting complete with supports, dampers, vanes, insulation etc. as per manufacturer's recommendations complying with relevant standards such as BS 476 part 24 s including all necessary civil work.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-18.2.1

Sheet Metal Duct painted with fire-resistant paint and 100 mm thick, 120 kg density Rock wool insulation ( Price shall include cost of paint and Rock wool insulation)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

a

0.83 mm thick (22 Gauge)

Sqm.

200

b

1.00 mm thick (20 Gauge)

Sqm.

200

a c

1.20 mm thick (18 Gauge)

Sqm.

3600

 

 

 

 

 

 

 

 

A1.1-19

Duct Insulation

 

 

 

 

 

 

 

 

 

A1.1-19.1

Insulation on ducts complete as per specifications and drawings.

 

 

 

 

a

25 mm thick fiber glass /Rock wool as per data sheet

Sqm.

3500

 

 

b

50 mm thick fiber glass/Rock wool as per data sheet

Sqm.

4800

 

 

c

100 mm thick Rock wool (This item will be paid if instructed by employer on any duct required to be insulated with Rockwool )

Sqm.

200

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-19.2

Acoustic lining of walls of mechanical plant room covered with fix resin bonded glass wool and perforated aluminium sheet as per specification.

 

 

 

 

 

 

 

 

 

50 mm thick acoustic lining

Sqm.

1000

 

 

 

 

 

 

 

 

A1.1-19.3

Flexible connections constructed of fire resistance flexible double canvas sleeve with sandwiched 25 mm thick fibreglass insulation as per the approved shop drawings.

Sqm.

200

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-20

Grilles/Diffusers/Louvers Aluminium powder coated

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Grilles/ diffusers/Louvers complete as per specifications and drawings.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-20.1

Supply air Linear grilles with VCD. (In various sizes like or to suite site) in accordance with drawings and specification.

Sqm

5

 

 

 

 

 

 

 

 

A1.1-20.2

Square S.A diffusers with VCDS (In various sizes like or to suite site) in accordance with drawings and specification.

Sqm

15

 

 

a

600 x 600 mm

 

 

 

 

 

 

 

 

b

450x450 mm

 

 

 

 

 

 

 

 

c

375x375 mm

 

 

 

 

 

 

 

 

d

300x300 mm

 

 

 

 

 

 

 

 

e

200x200 mm

 

 

 

 

 

 

 

 

f

150x150 mm

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-20.3

S.A grills with VCDS (In various sizes like or to suite site) in accordance with the drawings and specification

Sq.m

5

 

 

a

600x600 mm

 

 

 

 

b

450 X 450 mm

 

 

 

 

c

300x300 mm

 

 

 

 

d

200x200 mm

 

 

 

 

f

150x150 mm

 

 

 

 

 

 

 

 

 

 

A1.1-20.4

Square Return air Diffuser without dampers( In various sizes like or to suite site)

Sqm

5

 

 

a

600x600 mm

 

 

 

 

b

450x450 mm

 

 

 

 

c

300x300 mm

 

 

 

 

d

200x200 mm

 

 

 

 

f

150x150 mm

 

 

 

 

 

 

 

 

 

 

A1.1-20.5

Light Troffer Supply Diffuser in accordance with the drawings and specification

Sqm

30

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-20.6

Fire Rated RA grilles in accordance with the drawings and specifications

Sqm

30

 

 

 

 

 

 

 

 

A1.1-20.7

Powder Coated Extruded Aluminium Linear supply Air Multi Slot Diffuser complete with air pattern controllers & Hit & Miss volume control damper with acoustically line 22 G G.I plenum as per specifications and approved drawings.

Sqm

20

 

 

 

 

 

 

 

 

A1.1-20.8

Exhaust air grilles without VCD( In various sizes like or to suite site)

Sq.m

10

 

 

 

 

 

 

 

 

 

 

 

 

a

1200x1000 mm

 

 

 

 

 

 

 

 

b

800x600

 

 

 

 

 

 

 

 

c

600x600

 

 

 

 

 

 

 

 

d

500x500

 

 

 

 

 

 

 

 

e

400x400

 

 

 

 

 

 

 

 

f

300x300

 

 

 

 

 

 

 

 

g

200x200

 

 

 

 

 

 

 

 

h

100x100

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-20.9

Fire rated Exhaust air grills ( In various sizes like or to suite site)

Sq.m

20

 

 

 

 

 

 

 

 

a

600x600

 

 

 

 

b

500x500

 

 

 

 

c

400x400

 

 

 

 

 

 

 

 

 

 

A1.1-20.10

Exhaust air grilles with VCD

Sq.m

5

 

 

 

 

 

 

 

 

A1.1-20.11

Fresh air grilles with VCD(In various sizes like in case of sizes not matching these it will be paid@ lowest per Sq.M quoted for this item)

Sq.m

40

 

 

a

3000x1500

 

 

 

 

 

 

 

 

b

1300x1200

 

 

 

 

 

 

 

 

c

1200x1000

 

 

 

 

 

 

 

 

d

800x800

 

 

 

 

 

 

 

 

e

600x600

 

 

 

 

 

 

 

 

f

500x500

 

 

 

 

 

 

 

 

g

400x400

 

 

 

 

 

 

 

 

h

300x300

 

 

 

 

 

 

 

 

i

200x200

 

 

 

 

 

 

 

 

j

100x100

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-20.12

Air transfer Grilles (In various sizes (sizes will be paid@ lowest per Sq.M quoted for this item).

Sq.m

5

 

 

 

 

 

 

 

 

A1.1-20.13

0.8mm Aluminium Cladding

Sqm

1250

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-20.14

Exhaust /Fresh air Louvers with bird screen for as per specifications and approved drawings.

Sqm

30

 

 

 

 

 

 

 

 

A1.1-20.15

Circular pre-insulated spiral flexible duct made of 26 SWG aluminium insulated using 25mm thick foil backed fibre glass of 24kg/cum density for Supply air grilles/Diffuser connection with spigot for inlet & outlet of Insulated flexible Duct of following size as per specification and approved drawing.

 

 

 

 

 

 

 

 

 

 

a

200 mm dia (internal)

M

900

 

 

 

 

 

 

 

 

 

 

 

 

b

250 mm dia (internal)

M

600

 

 

 

 

 

 

 

 

A1.1-21

Dampers

 

 

 

 

 

 

 

 

 

 

 

Dampers complete as per specifications & drawings

 

 

 

 

 

 

 

 

 

 

A1.1-21.1

Manual dampers (In various sizes like or to suite site) in accordance with the drawings and specification

Sqm

20

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-21.2

Fire Rated Manual Damper (FMD)( In various sizes like or to suite site) in accordance with the drawings and specification

Sqm

15

 

 

 

 

 

 

 

 

A1.1-21.3

Motor Operated dampers( In various sizes like or to suite site) in accordance with the drawings and specification

Sqm

30

 

 

 

 

 

 

 

 

A1.1-21.4

Motor operated smoke & fire dampers( In various sizes like or to suite site) in accordance with the drawings and specification

Sqm

25

 

 

 

 

 

 

 

 

A1.1-21.5

Duct volume control dampers in accordance with the drawings and specification

Sqm

60

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-21.6

Fire Damper with Spring and Fusible Link in accordance with the drawings and specification

Sqm

60

 

 

 

 

 

 

 

 

A1.1-21.7

Automatic pressure relief damper to be installed in fire escape stairwells.

Sqm

5

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-21.8

Non Return Damper in accordance with the drawings and specification

Sqm

15

A1.1-22

Axial Flow Fans & Attenuators

 

 

 

 

 

 

 

 

A1.1-22.1

Axial flow fans including motors, anti-vibration mounts, up and downstream metallic diffusers with their supports and flexible sleeves. Fans, motors, sound attenuators, and all accessories shall be as per Specifications and Schedule of equipment. Fan pressure has been indicated in data sheet bidders are required to optimize the pressure rating to achieve the performance.

 

 

 

 

 

 

 

 

 

The fans for normal operation shall be vane axial type and shall have low sound power level not exceeding the required level at one meter distance at both ends. To achieve these DB levels, sound attenuators of suitable length, at inlet & outlet of the fans must be included in the cost as per the note mentioned in the drawing.

 

 

 

 

 

 

 

 

 

INF/EXF Fans

 

 

 

 

 

 

 

 

 

FAN FLOW PRESSURE

 

 

 

 

 

 

 

 

 

(m3/s) (Pa)

 

 

 

 

 

 

 

 

a

INF-01 4.34 700

Nos.

1

 

 

b

EXF-01 5.24 750

Nos.

1

 

 

c

INF-02 0.07 100

Nos.

1

 

 

d

EXF-05 0.61 270

Nos.

1

 

 

e

INF-06&07 4.49 1350

Nos.

2

 

 

f

EXF-06&07 4.49 1000

Nos.

2

 

 

g

INF-09 3.5 450

Nos.

1

 

 

h

INF-10 3.5 510

Nos.

1

 

 

i

INF-13 1.81 250

Nos.

1

 

 

j

INF-15 2.26 520

Nos.

1

 

 

 

 

 

k

EXF-15 4.38 700

Nos.

1

 

 

 

 

 

l

INF-16&17 1.84 720

Nos.

2

 

 

 

 

 

m

EXF-16&17 1.84 560

Nos.

2

 

 

 

 

 

n

INF-19&20 6.55 550

Nos.

2

 

 

 

 

 

o

EXF-19&20 6.55 810

Nos.

2

 

 

 

 

 

p

EXF-22 2.94 870

Nos.

1

 

 

 

 

 

q

EXF-23A&23B 4.8 270

Nos.

2

 

 

 

 

 

r

INF-26&27 0.59 100

Nos.

2

 

 

 

 

 

s

EXF-26&27 0.59 170

Nos.

2

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

*AHU fresh air fan shall be with VFD.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-22.2

Fire rated fans as per specifications. Fan shall be with direct driven axial type. Fan and casing shall be suitable for normal & smoke exhaust application & for 250 Deg C for 2 hour. Motors shall be suitable for 415±10% volts, 50 cycles, 3 phase AC supply and high efficiency. The fan shall be equipped with mounting bracket & outlet cone required at discharge. Fan shall be with fire proof flexible connection at inlet and outlet. Cost of spring isolators for the installation of the fans needs to be included. Fan pressure has been indicated in data sheet bidders are required to optimize the pressure rating to achieve the performance.

 

 

 

 

 

 

 

 

 

The fans for normal operation shall be vane axial type and shall have low sound power level not exceeding the required level at one meter distance at both ends. To achieve these DB levels, sound attenuators of suitable length, at inlet & outlet of the fans must be included in the cost as per the note mentioned in the drawing.

 

 

 

 

 

 

 

 

 

INF/EXF Fans

 

 

 

 

 

 

 

 

 

FAN FLOW PRESSURE

 

 

 

 

 

 

 

 

 

(m3/s) (Pa)

 

 

 

 

 

 

 

 

a

INF-03&04 1.58 500

Nos.

2

 

 

b

EXF-03&04 1.58 420

Nos.

2

 

 

c

INF-08A&08B 1.79 550(Two Speed)

Nos.

2

 

 

d

EXF-08A&08B 1.79 500

Nos.

2

 

 

e

INF-11&12 1.18 350

Nos.

2

 

 

f

EXF-11&12 1.14 350

Nos.

2

 

 

 

 

 

g

INF-14 0.55 260

Nos.

1

 

 

 

 

 

h

EXF-14 0.55 250

Nos.

1

 

 

 

 

 

i

INF-21A&21B 0.61 650

Nos.

2

 

 

 

 

 

j

EXF-21A&21B 0.61 550

Nos.

2

 

 

 

 

 

k

INF-28 0.51 100

Nos.

1

 

 

 

 

 

l

EXF-28 0.51 200

Nos.

1

 

 

 

 

 

m

SFF-01 1.23 150

Nos.

1

 

 

 

 

 

n

SPF-01 6.60 1250(Two Speed)

Nos.

1

 

 

 

 

 

o

SPF-02 6.60 1260(Two Speed)

Nos.

1

 

 

 

 

 

p

SPF-03 6.60 750(Two Speed)

Nos.

1

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-23

INLINE FANS suitable for installing in any position in vertical or horizontal ducts. The casing shall be double skin, internally acoustically lined and constructed of galvanised steel. The fan shall be DIDW with forward curve impeller fitted with maintenance free external rotor motor. The motor shall be suitable for 220±10% volt single phase 50 cycles AC supply. All units shall be complete with duct flexible connector and volume control damper.

 

 

 

 

 

 

 

 

 

FAN FLOW PRESSURE

 

 

 

 

 

 

 

 

 

(m3/s) (Pa)

 

 

 

 

 

 

 

 

 

INF-25 0.27 260

Nos.

1

 

 

 

 

 

 

EXF-25 0.27 259

Nos.

1

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-24

EU3 Panel type Filters, complete with filter fixing frame, holding frame gaskets etc. complete filter shall have arrestence efficiency of 80% as per drawings and specifications.

Sqm

7

 

 

 

 

 

 

 

 

A1.1-25

Gas leakage detection system

Nos.

1

 

 

 

 

 

 

 

 

A1.1-26

CO2 & Air quality monitor sensors with controller with all the mounting accessories included. The sensor shall be Infra Red Type with 4 to 20 mA transmitter. The measurement shall be 0 to 2000 ppm. To control the operation of AHU fresh air fan through VFD.

Lot

1

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-27

Chiller Plant Manager

 

 

 

 

 

 

 

 

 

32 bit, UL Listed BACnet (BTL certified) Supervisory Controller for management level interface in MS Enclosure powder coated SIEMENS grey for SUPERVISORY CONTROLLER, IO CARDS (with accessories like Transformer, MCB, internal wiring and Relays with bases) (A) The Network supervisory Controller shall have imbedded graphic capability for generating web based user graphics and support Multi user with simultaneous minimum 4 user login facility (B) Unlimited user without additional licence (C) Shall be browsed by Microsoft Internet Explorer and Netscape Navigator(D) BTL certified (E) Web engine should be 32bit configuration (F) Should have inbuilt display and keys to operate in absence of PC (G) Should have inbuilt IO points (H)Functionally able to act as a DDC controller also apart from Supervisory controller function (I) Web engine should support AHARAE standard BACnet MS/TP protocol , Proprietary Protocol shall not be accepted( (J) Web engine should support integration of third party protocol ( eg MODbus-RTU) seamlessly without adding additional hardware (K) Web engine should support DHCP function for IP addressing.

 

 

 

 

 

 

 

 

 

DDC / IOM CONTROLLERS for equipment control

 

 

 

 

 

 

 

 

 

SITC of Programmable and Application specific 32 bit, UL Listed BACnet (BTL certified) controllers, field mounted configured as per Data Point Summary for respective building services and as per below distributions. The controller shall be housed in vandal proof lockable MS cabinets. The Expansion controller connected with Controller shall also be 32 Bit, UL Listed BACnet( BTL) controller and communication with Expansion units to Main Controller shall be on BACnet MS/TP. Proprietary Protocol shall not be accepted.

 

 

 

 

 

 

 

 

 

Chiller / Pump / Cooling Tower / Isolation valve DDC/IOM

 

 

 

 

 

 

 

 

 

Field Devices ( In scope of Contractor)

 

 

 

 

 

 

 

 

 

Immersion type temperature sensors with all accessories for measuring temperature of Chilled and Condenser Header Temperature

 

 

 

 

 

 

 

 

 

Outside air & temperature sensor

 

 

 

 

 

 

 

 

 

Peripheral Systems

 

 

 

 

 

 

 

 

 

Interface for software integration on Chiller on N2/BACnet MS/TP protocol

 

 

 

 

 

 

 

 

 

2 core, ATC, multistrand, 1.0 sqmm, twisted, shielded, PVC sheathed cable (BAS Signal)

 

 

 

 

 

 

 

 

 

25 mm PVC Conduit.

 

 

 

 

 

 

 

 

 

Equipment as described above.

Lot

1

 

 

 

 

 

 

 

 

A1.1-28

Temperature & Humidity display at stations

 

 

 

 

 

Temperature & Humidity display at Platform & Concourses for inside and outside ambient conditions with digital display of size approx. 800mmx300mm along with sensors and necessary cabling and accessories complete.

Set

1

 

 

 

 

 

 

 

 

 

 

 

 

A1.1-29

Motor Control Center/Switch Boards/panels

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Front operated, front / back access, cubicle type, indoor duty, floor / wall / recess / surface mounted (as specified), totally enclosed dust and vermin proof switchboards / panels with minimum Ingress protection classification of IP 54, fabricated from 2 mm thick CRCA sheets with dip coat priming and epoxy powder coated finish. The panels must be suitable for 415 volts 3 phase, 4 wire, 50 Hz, system , must be able to withstand symmetrical fault level of 65 or 50 KA (as specified for various panels) for 1 sec at 415 V and must include all interconnections, earthing and bonding requirements etc. The panels must conform to drawings & standards specified in relevant specifications, as required and as given below.

 

 

 

 

 

 

 

 

a

MCC/ Switchboards must conform to ECS specifications

 

 

 

 

 

 

 

 

b

All the items mentioned in relevant Sections / Clauses of the ECS specifications and not specifically mentioned in BOQ shall be deemed to be included in the quoted rates

 

 

 

 

 

 

 

 

c

In case of any contradiction between BOQ / ECS Specifications and Drawings, the most stringent conditions of the above will apply.

 

 

 

 

 

 

 

 

d

The Switchboards shall be provided with detachable gland plates for entry of cables from the top / bottom as required.

 

 

 

 

 

 

 

 

e

All live accessible parts shall be shrouded and all equipment shall be finger touch proof. SMC / DMC shrouds and busbar supports suitably spaced shall be used. Hinged doors with padlocking facility shall be provided on all outgoing feeders with switch handles lockable in OFF position.

 

 

 

 

 

 

 

 

f

The panel shall have copper busbars as specified in ECS Specifications with bar type feeder connections, spacers etc. with full sized neutral.

 

 

 

 

 

 

 

 

g

Earthing all components, frames etc. to a common internal earth bar of size 50 x 4 mm Cu. or higher, as required by the fault withstand level specified for the board.

 

 

 

 

 

 

 

 

h

All accessories & supporting structures such as channels, ISMC-100 base frame, mounting brackets, lifting lugs, panel heaters, ventilation arrangement etc shall be provided as required.

 

 

 

 

 

 

 

 

i

Each incomer and outgoing feeder shall be provided with LE