STP Works Schedule for Aakash Riviera
STP Works Schedule for Aakash Riviera
SCHEDULE OF QUANTITIES
AMOUNT
Item Description (NS)
(Rs.)
1 PRELIMINARY WORKS -
4 MAINTENANCE CONTRACT -
TOTAL SUMMARY -
SCHEDULE OF QUANTITIES
FOR STP WORKS OF AAKASH RIVIERA, JAMSHEDPUR
PREAMBLE
The proposed Sewage treatment plant shall consist of the following facilities
:
1 The Sewage, pantry, Kitchen waste(through the desired Grease traps) shall
be collected in a common Collection-cum-Equalisation tank (designed for
final capacity ). Diffused aeration system shall be provided in this collection
tank. The tank can be designed in 1 part or 2 parts as may be desired.
4 The transfer pumps for flushing, HVAC Make-up and Horticulture shall be
installed in the STP plant room only.
5 All items of work under this Contract shall be executed strictly to fulfill the
requirements laid down under “Basis of Design” in the specifications. Type
of equipment, material specification, methods of installation and testing and
type of control shall be in accordance with the specifications, approved
shop drawings and the relevant Indian Standards, however capacity of each
component and their quantities shall be such as to fulfill the above
mentioned requirement.
6 The unit rate for all equipment or materials shall include cost in Indian
Rupees (INR) for equipment and materials including all taxes and duties
and also including forwarding, freight, insurance and transport into
Contractor’s store at site, storage, installation, testing, balancing,
commissioning and other works required.
7 The rate for each item of work included in the Schedule of Quantities shall,
unless expressly stated otherwise, include cost of:
8 The Contractor shall procure and bring Materials/Equipment to the site only
on the basis of drawings approved for construction and shop drawings and
not on the basis of Bill of Quantities which are approximate only. This also
applies to the Contractor’s requisition for Owner supplied materials.
Indicated items are estimated quantity only. Vendor shall carry out the
actual measurement at site before procurement. The contractor should
quote rates based on the first approved make or specified quoted item
make of each item in the 'List of approved make' attached with the technical
specifications of this Tender.
9 The contractor shall include for making all the opening in slabs, beams,
walls etc. as required for his work. However, the contractor can coordinate
with civil work to provide necessary sleeves. All openings shall be closed
using water proofing compound or as specified by Project Manager.
10 The work shall be carried out in conformity with the plumbing drawings and
within the requirements of architectural, HVAC, electrical structural and
other specialized services drawings.
11 The contractor shall cooperate with all trades and agencies working on the
site. He shall make provision for hangers, sleeves, structural openings and
other requirements well in advance to prevent hold up of progress of the
construction schedule. All supports to the civil structure shall be provided
with anchor fastners.
13 On award of the work the contractor shall be issued two (2) sets of
consultant’s drawings. The drawings shall be the basis of contractor’s shop
drawings.
14 Shop drawings are detailed working drawings coordinated with other trading
work, which incorporate the contractor’s details for execution of the work
and incorporate equipment manufacturer’s details and dimensions to
ensure that the same can be installed in the space provided.
15 All shop drawings should detail pipe routing and levels, showing location of
other services at crossings etc., cable runs, route cable trays and all allied
works and must be fully coordinated with other services, before execution of
the works. Contractor shall furnish samples of pipe, fixtures, cable trays,
switches, sockets, [Link] for the project for Project Engineer's /
Architects's approval before procurement / installation
16 All shop drawings will be made on Autocad and coloured prints has to be
produced for site work.
17 All rates quoted are inclusive of cutting holes and chases in walls and floors
and making good the same with cement mortar / concrete / water proofing
of appropriate mix and strength as directed by the Project Manager.
Contractor shall provide holes, sleeves, recesses in the concrete and
masonry work as the work proceeds.
18 Any pipe crossing fire rated wall as per fire compartmentation will be
provide with higher size of GI sleeve. All floor crossing pipes will be
provided with higher size GI sleeve. G.I. pipe sleeve of suitable higher size
shall be provided wherever the pipes are crossing the walls/floors and
sealing the sleeves with glass wool in between & fire sealant compound at
either end all as per Project Manager’s / Consultants requirements including
cutting holes and chases in brick, R.C.C work and making good the same
to original conditions complete in all respects. All hangers, clamps, brackets
etc. shall be of galvanized iron unless specified otherwise and then supply,
installation of the same shall also be included for rates under this head.
19 The contractor shall, from time to time, clear away all debris and excess
materials accumulated at the site failing which the same shall be done by
Project Manager at contractor’s risk and cost and cost of clean up shall be
deducted from the contractors prorata bill. Safety and security norms to be
complied as per PM guideline
20 After the fixtures, equipment and appliances have been installed and
commissioned, contractor shall cleanup the same and remove all plaster,
paints, stains, stickers and other foreign matter or discoloration leaving the
same in a ready to use condition.
21 On completion of all works, contractor shall demolish all stores, remove all
surplus materials and leave the site in a broom clean condition, failing which
the same shall be done by the Project Manager at the Contractor'’ risk and
cost. Cost of the cleanup shall be deducted from the contractor’s bills on
pro-rata basis in proportion to his contact value.
NOTE : THE TENDER FOR THIS WORK IS ON THE BASIS OF LUM SUM
TURNKEY BASIS. CONTRACTOR MUST INCLUDE ALL ITEMS THAT
ARE NECESSARY AND ESSENNTIAL TO PROVIDE A COMPLETE
WORKING PLANT TO THE SATISFACTION OF ENGINEER IN CHARGE.
THE BOQ GIVEN HEREAFTER IS ONLY FOR THE PURPOSE
ASSESSING THE OVERALL COSTING OF THE PROJECT AND WILL BE
USED FOR ARRIVING AT THE PAYMENT SCHEDULE TO THE
CONTRACTOR.
1 PRELIMINARY WORKS
1.01 Shop Drawings.
i) Detailed flow diagram, equipment list, power load requirement Job 1
ii) Design, calculations of all elements of the plant, electrical and mechanical
work to satisfy adequacy of design Job 1
iii) Submission of detailed GA FOR CONSTRUCTION' electrical, mechanical
and piping drawing for approval. Job 1
MOC - SS 316
Size - 600 mm X 750 mm or as per Vendor
Main Frame - SS Flats, 25 wide x 5 thick min.
Bars - SS round bars 4 mm [Link] as per Vendor
Bar Spacing - 8 mm or as per Vendor
Welding Process - Argon Welding only
Accessories - Anchor Fasteners for fittings, matching comber with long
handle (SS) for removing floating solids. Nos. 2
MOC - SS 316
Size - Suitable
Type – Punched Hole Screen, fully automatic
Spacing - 2 mm
Welding Process - Argon Welding only Set 1
Type - Float Switch operated level controller incorporated into the main
electric control panel.
Note: These level controls are in addition to the level control provided for
the sewage lift pumps. Lot 1
2.04 Designing Grease Trap with Belt type oil skimmer of suitable size with
minimum of 1200 liquid depth in brick work of class 75 with cement mortar
(1:6), inside plastering 16 mm thick with cement mortar 1:3 with floating
coat of neat cement and rough plaster on outside. Including SS bucket as
per detail to collect the grease. RCC top slab with 500 mm dia medium duty
manhole covers with frame (weight of covers 58 Kg & weight of frame 58
Kg), necessary 150 mm thick foundation concrete ([Link]).
Nos. 1
Note: Supply and Installation of Oil & Grease Chamber shall be done by the
Civil contractor. However, all design drawings, specifications, technical data
and site supervision shall be done by the STP vendor
2.06 Supply of plastic manhole step / foot rest (@ 300 mm c/c) with
polypropelene compound injection molded around 16 mm dia (Fe-415) steel
reinforcing bar. Provision of the foot rest is envisaged in various tanks/
components of the STP for the purpose of accessability. The installation of
the foot rest shall be done by the civil contractor as per civil GA drawing
Lot 1
Note: Supply and Installation of Foot rests shall be done by the Civil
contractor. However, all design drawings, specifications, technical data and
site supervision shall be done by the STP vendor
2.07 Supply of vent pipes of 100 mm dia with mosquito proof grating suitable for
the ventilation purpose of the various tanks. Lot 1
Note: Supply of Vent Pipes shall be in scope of STP vendor. Installation
shall be done by the Civil contractor under the supervision of the STP
vendor
Complete inlet, outlet and header piping of suitable dia (velocity shall not
exceed 1.5m/s) -- 1 Lot
Butterfly valve and Dual Plate NRV of appropriate dia and rating - 1 Lot
Note :
Pumps shall be operated on cyclic timing
The entire system along with pumps & control panel must be sourced from
single manufacturer only for unit responsibility.
One set consist of 2 nos. of pumps - 1 working & 1 stand by (Complete
set as above no. pumps including cost for valves, piping, Control Panel,
Cabling, contactors, breakers, overload relay, Level Controllers, float
switch, level indicators, pressure gauges etc as required and as specified
and any other additional items to make the system complete)
Set 1
Complete inlet, outlet and header piping of suitable dia (velocity shall not
exceed 1.5m/s) -- 1 Lot
Butterfly valve and Dual Plate NRV of appropriate dia and rating - 1 Lot
Note :
Pumps shall be operated on cyclic timing
The entire system along with pumps & control panel must be sourced from
single manufacturer only for unit responsibility.
One set consist of 2 nos. of pumps - 1 working & 1 stand by (Complete
set as above no. pumps including cost for valves, piping, Control Panel,
Cabling, contactors, breakers, overload relay, Level Controllers, float
switch, level indicators, pressure gauges etc as required and as specified
and any other additional items to make the system complete)
Set 1
Providing and fixing centrifugal Sludge Return / Re-circulation pumps for the
transfer of sludge from tube settler with Cast Iron impeller and cast steel
shaft with mechanical seal, with TEFC induction motor of class "F"
insulation suitable for operation on 415 volts ±10%, 3 phase, 50 Hz, A.C.
supply, 2900 RPM complete in all respects and as per specification with the
following capacities:
Complete inlet, outlet and header piping of suitable dia (velocity shall not
exceed 1.5m/s) -- 1 Lot
Butterfly valve and Dual Plate NRV of appropriate dia and rating - 1 Lot
Note :
The cement concrete foundation shall be 200 mm high and 150 mm
projection on all sides of M.S. base frame shall be designed by the STP
Contractor and executed by the Main Civil Contractor. Set 1
Complete inlet, outlet and header piping of suitable dia (velocity shall not
exceed 1.5m/s) -- 1 Lot
Butterfly valve and Dual Plate NRV of appropriate dia and rating - 1 Lot
Electrical control panel having all necessary accessories & safety devices
of standard specifications and suitable for receiving incomer cable to
connect complete. (Panels with sump pumps near each sump as per site
conditions). -- 1 No.
Note :
Pumps shall be operated on cyclic timing
The entire system along with pumps & control panel must be sourced from
single manufacturer only for unit responsibility.
One set consist of 2 nos. of pumps - 1 working & 1 stand by (Complete
set as above no. pumps including cost for valves, piping, Control Panel,
Cabling, contactors, breakers, overload relay, Level Controllers, float
switch, level indicators, pressure gauges etc as required and as specified
and any other additional items to make the system complete)
Set 1
e) De-Nitrification Pump
Complete inlet, outlet and header piping of suitable dia (velocity shall not
exceed 1.5m/s) -- 1 Lot
Butterfly valve and Dual Plate NRV of appropriate dia and rating - 1 Lot
Note :
The cement concrete foundation shall be 200 mm high and 150 mm
projection on all sides of M.S. base frame shall be designed by the STP
Contractor and executed by the Main Civil Contractor. Set 1
Providing and fixing Air Blowers of twin-lobe type (air cooled) for
continuous service with construction in cast iron casing, for oil-free air
delivery with anti-friction bearings alloy steel toughended shafts, duly
coupled with suitable drive for operation on 415 volts ±10%, 3 phase, 50
Hz, A.C. supply complete with testing and commissioning [Link] specified
and as required with the following details:
Note :
The cement concrete foundation shall be 200 mm high and 150 mm
projection on all sides of M.S. base frame shall be designed by the STP
Contractor and executed by the Main Civil Contractor.
MOC - SS 304
All flanged for connections.
Sockets for fixing of diffusers
Supply, installation, testing and commissioning of disc type non clog high
efficiency coarse bubble diffusers in equalisation tank and sludge holding
tank to evenly and efficiently maintain the liquid therein in agitated condition
to prevent settling of suspended solids. Lot 1
a) S.S. Piping - with SS304 fittings for all submerged piping Lot 1
a. Flow Transmitter, half drum punched whole screen of self cleaning type.
The material used for the manufacturing of the membrane fibers shall be
Polyvinylidene Fluoride (PVDF) . Membrane Shall be Reinforced with outer
diameter of fiber 1.9mm & inner diameter 0.8 mm with a membrane module
surface area of 28sqm. The materials used to hold hollow membrane fibers
in place shall be chemically resistant to high concentrations of chlorine
(minimum 100 mg/L and maximum 5,000 mg/L) for up to 24 hours, and low
pH (range 2 to 3) and high pH wash solutions (range 10 to 11) for up to 24
hours, respectively. Membranes shall be capable of regular backwashing
with and without cleaning chemicals to minimize pore fouling.
h. Automation of complete plant from raw effluent pump to permeate pump out
put with proper flow control
i) Chain pulley arrangment for replacing the memberane including 5 years
replace ment gurantee against any type of malfunctioning.
j) MOC:- PVDF, Out to in fibre, shall be title - 22 validation and test certificate
Set 1
Providing and fixing vertical multistage centrifugal clear water pump set with
SS casing, SS impeller, SS-316 shaft, CI base with CED coating, complete
directly coupled with TEFC induction motor of class "F" insulation, 2900
RPM, suitable for operation on 415 volts ±10%, 3 phase, 50 Hz, A.C.
supply (with cartridge type mechanical seal), pressure gauges with
gunmetal isolation cocks, vibration elimination pads, etc. mounted on a MS
base frame bolted to cement concrete foundation complete in all respects
and as per specification with the following capacities:
Complete inlet, outlet and header piping of suitable dia (velocity shall not
exceed 1.5m/s) -- 1 Lot
Butterfly valve and Dual Plate NRV of appropriate dia and rating - 1 Lot
Note :
Operation of pump shall be based on level controller proposed to be
installed in tank as per site location.
The cement concrete foundation shall be 200 mm high and 150 mm
projection on all sides of M.S. base frame shall be designed by the STP
Contractor and executed by the Main Civil Contractor. Nos. 2
2.16 Providing and Fixing Water softening system comprising MS fabricated FRP
lined (3 mm) vertical softener (Dia and HOS as per manufacturer) with 8
mm shell thickness and 10 mm thickness at dished ends and internal
rubberized lining or epoxy coating with 50mm dia face piping and butterfly
valves, brine injection system complete with HDPE Brine Tank,
regeneration cycle of 8 hours at 7.5 cum/hr softening capacity. Working
pressure 3.5 Kg/sqcm. Test pressure 4.5 kg/cm2, Inlet water hardness 350
ppm Outlet hardness 120 ppm Resin depth should not be less than 800mm
and quantity should be as per Manufacturer. Vendor to submit details at the
time of quoting
Set 1
2.19 Providing & fixing on line pH meter digital type for Monitoring the online pH
after Ultrafiltration. Including electrical wiring from panel to flow meter.
Complete with all type of Plumbing & Electrical connections, accessories,
wiring, conduits & supports complete with all respect. Set 1
2.21 Providing support and manpower for approval from pollution board at initial
& various other stages of works including preparation of report / drawings
as per pollution board requirement, testing & commissioning. Contractor
shall include the cost of all chemicals (consumed during testing &
commissioning and the cost of such items of works which are not explicitly
mentioned above, but are mendatory to have pollution board approval.
Job 1
Note: Liasoning Process for approval shall not be in STP vendor scope
Notes:
1 All Switchgear selections shall be as per manufacturer's recommendation.
5 No BMS cable should be directly connected to VFD and hence these points
will have to brought on to the terminal blocks inside the panel.
6 All energy meters shall be dual source and communicable type.
7 Built-in RFI and EMC Filters (electromagnetic compatibility filters) for
restriction of conducted emissions to comply with IEC61800: 3 (unrestricted
distribution):2004 Category C 1 for 50 meters of cable length between
motor & VFD,
8 All VFD's shall be IP-20, if installed inside the panels and shall be IP56 if
installed without enclosure.
9 The power factor capacitors shall be of inert gas type and shall be suitable
for 525 volts operation.
IP Rating : IP54
Incomer:
• 1 No. 150A, 3P, MCCB, 25 KA of suitable rating as per load.
• MCCB shall be with inbuilt micro-processor based O/C & S/C releases.
Incomer Indications:
• R,Y,B phase indication lamps
Incomer Metering:
• 1 No. combined Digital VAF meter
• Meter shall be (110V) and communicable type.
Bus Bars:
• 200A, 3P, 25 KA, Aluminium Bus Bars of electrolytic grade with heat
shrinkable sleeves.
110V Control Transformer for Contactor Coils of Starters & out goings
Indication lamps:
• 1 No. 415V / 55-0-55 V, cast resin control transformer.
• Transformer to be of adequate burden.
• Transformer with primary taps at ± 2.5%, ±5%, 50HZ, centre tap earthed.
Outgoings
DOL Starter Feeders for:
• 2 Nos. for Sludge Recirculation Pumps (1W+1S)
• 2 Nos. for Permeate Suction Pumps (1W+1S)
• 2 Nos. for MBR Backwash Pumps (1W+1S)
• 2 Nos. 1.5 KW for Softener Feed Pumps (1W+1S)
• 2 Nos. for Screw Pump (1W+1S)
• 4 Nos. for Air Blower (2W+1S)
• 2 Nos. for De-Nitrification Pumps (1W+1S)
Feeder for Sewage Sump Pump Panel / Panels (within pump room) (without
starter): No. of feeders - 1
• 1 No. 3P, MCCB, 25 KA of uitable rating as per load of 4.5 kW.
• MCCB shall be with inbuilt adjustable thermal magnetic based O/C & S/C
releases.
• Both the releases shall be with adjustable trip settings.
• MCCB with 1NO + 1NC contacts and an auxiliary trip contact for BMS.
Feeder for STP Sump Pump Panel / Panels (within pump room) (without
starter): No. of feeders - 1
• 1 No. 3P, MCCB, 25 KA of uitable rating as per load of 4.5 kW.
• MCCB shall be with inbuilt adjustable thermal magnetic based O/C & S/C
releases.
• Both the releases shall be with adjustable trip settings.
Feeder for Soft Water Transfer Pump Panels (within pump room) (without
starter): No. of feeders - 1
• 1 No. 3P, MCCB, 25 KA of uitable rating as per load of 4.5 kW.
• MCCB shall be with inbuilt adjustable thermal magnetic based O/C & S/C
releases.
• Both the releases shall be with adjustable trip settings.
• MCCB with 1NO + 1NC contacts and an auxiliary trip contact for BMS.
Feeder for Flushing Water Transfer Pump Panels (within pump room)
(without starter): No. of feeders - 1
• 1 No. 3P, MCCB, 25 KA of uitable rating as per load of 11.2 kW.
• MCCB shall be with inbuilt adjustable thermal magnetic based O/C & S/C
releases.
• Both the releases shall be with adjustable trip settings.
• MCCB with 1NO + 1NC contacts and an auxiliary trip contact for BMS.
Feeder for Irrigation Water Transfer Pump Panels (within pump room)
(without starter): No. of feeders - 1
• 1 No. 3P, MCCB, 25 KA of uitable rating as per load of 4.5 kW.
• MCCB shall be with inbuilt adjustable thermal magnetic based O/C & S/C
releases.
• Both the releases shall be with adjustable trip settings.
• MCCB with 1NO + 1NC contacts and an auxiliary trip contact for BMS.
Notes: 1. All outgoing feeders & bus bars shall be of same fault with stand capacity
as of incomer switch.
4 MAINTENANCE CONTRACT
4 To operate the entire STP under available load conditions for further period
of 1 2 years on round the clock basis.
4.1 To provide services of contractors expert operating personal comprising of :