Professional Documents
Culture Documents
DNIT FOR
ABBREVIATIONS
The abbreviations used in the tender documents or any other correspondence will stand for the full forms given as
under
ACB
AG
Aluminum gate
BOE
Brick on Edge
CAD
CPHEEO
CC
Cement Concrete
CI
Cast Iron
CWR
DPR
DD
Dry Distemper
E&M
FD
Flush Doors
FSL
FRP
FRC
GA
General Arrangement
GSW
GL
Ground level
GP
Generator Panel
HDPE
HRT
HFL
IF
Industrial Flouring
KS
Kota Stone
KWH
KVA
LP
Lightning Panel
MEP
MLD
M.S.
Mild Steel
O&M
PFR
PM
P&I
PDB
PSCC Pipe
PVC
Polyvinyl Chloride
MCC
MCCB
MPS
RCC
RL
Reduced Level
RS
Rolling Shutter
SB
Stand By
SBC
SBR
SS
Stainless Steel
SS1
SS2
TSS
TOR
Terms of Reference
T&P
CETP
WW
White Wash
PRESS NOTICE
Dated:
SR. No.
of work
1.
Time Limit
12 Months
Earnest Money
Rs. 36,00,000/-
Rs. 20,000/-
1. Possession of Digital Signature Certificate (DSC) and registration of the contractors on the
portal i.e. http://haryanaphed.etenders.in is a prerequisite for e-tendering.
2. Last Dates of various activities by bidder:a.
b.
c.
Executive Engineer
PHE Division No. 1, Sirsa.
Sr.
No.
1
Name of Work
Augmentation/Improvement of
Sewerage Scheme for Dabwali
Town of District Sirsa Design,
construction, erection, testing &
commissioning of 16.50 MLD
capacity Sewage Treatment Plant
based on Sequential Batch Reactor
Technology complete in all respect
including , Boundary wall, Staff
Quarters, approach roads,
Landscaping, MCC Panel Room,
CCTV Cameras Transformer, DG Set
& all other contingent Electrical,
Mechanical, Piping &
Instrumentation works at Sewage
Treatment Plant, Renovation of
Existing IPS, Renovation
Augmentation & Up Gradation of
Existing Disposal Works (MPS),
laying of Rising Main on PLC &
SCADA Disposal of treated effluent,
including Operation & Maintenance
for 12 months during defect liability
period after trail run of 3 months
and five years thereafter at Dabwali
District Sirsa (Under State Plan).
Time Limit
:
Closing Date of Sale of Tender
:
Date of Opening of Pre-qualification Documents :
Estimated Cost
Rs.
1800.00 Lacs
Earnest
Money
Rs.
36.00 Lacs
Time of
Completion
12 months for
Completion,
Operation &
Maintenance for 12
months during
defect liability
period after trail run
of 3 months and five
years thereafter.
12 months
Sr. No.
Eligibility Criteria
Sr. No.
Eligibility Criteria
the DNIT Cost or 40% of the Capacity of
the Plant,
or
(b) Two similar completed works, costing
not less than the amount equal to 50% of
the DNIT Cost or 50% of the capacity of
the Plant,
or
(c) One similar completed work, costing not
less than the amount equal to 80% of the
DNIT Cost or 80% of the capacity of the
Plant.
2.
Sr. No.
3
4
5.
Eligibility Criteria
additional Bank Guarantee equivalent to
15% of the performance security to be
submitted by the successful bidder at the
time of awarding the contract & shall
remain valid up to 60 months during O & M
period after successful commissioning of
plant.
The Bidder should provide details of
litigation during past 3 financial years.
Average Annual Turnover during the last 3
years, ending 31st March of the previous
financial year, should be at least 30% of
the DNIT Cost
Experience of having successfully
completed similar works in India, during
the last 7 years, ending last day of the
month previous to the one in which
applications are invited, should be either of
the following
Affidavit.
Certified copies of Balance Sheets, Profit & Loss
Accounts, Income Tax Returns and Assessment
Orders for the last 3 financial years.
Note:
Similar completed work is defined as the work of construction of Sewage Treatment Plant based on ASP /SBR/MBBR
technology (other than package unit) with biological treatment process in Government / Semi Government with
documentary proof.
For computing the cost of the completed work to the base year, the following multiplying factors will be used so as
to bring the financial figures to a common base:
3.
4.
5.
6.
7.
Sr.
Description
Multiplying Factor
No.
1
One year old
1.10
2
Two years old
1.21
3
Three years old
1.33
4
Four years old
1.46
5
Five years old
1.60
6
Six years old
1.76
7
Seven years old
1.94
The applicants performance for each completed work should be certified by an officer not below the rank of
an Executive Engineer or equivalent on the Performa enclosed and should be obtained in sealed cover.
The Firm / Agency / Contractor will have to get him enlisted in the Department within 30 days from the date
of award of work, if not enlisted earlier.
The Agency shall have a tie-up with a technology provider for Designing, Providing Key Equipments and
Performance Guarantee for SBR technology and submit the affidavit to the Department regarding the tie-up
with the technology provider. The technology provider must have provided technology for at least three
Sewage Treatment Plants each of min. 16.50 MLD Capacity based on SBR technology during the last seven
years in India and are working satisfactorily for at least three years as on date of calling of tenders and
achieving the outlet parameters as per the tender requirement. Performance Certificate for each work should
be issued by the end user, duly certified by as officer not below the rank of Executive Engineer should be
enclosed. The technology provider shall be enlisted with any State Government, Central Government bodies.
The Firm /Contractor who has been blacklisted by Department / Board / Corporation of Central Government
or any State Government shall not be eligible to bid for this work.
The tender shall be opened on __________ at 03:00 PM onwards as per e-tendering process.
8. The Department reserves the right to verify the particulars furnished by the applicant independently. If any
information furnished by the applicant is found to be incorrect at a later stage, the Firm / Agency /
Contractor shall be liable to be debarred from all future tendering in the Department. Besides blacklisting the
Firm / Agency / Contractor, the legal action will also be initiated and allotment shall be liable to be cancelled.
9. All disputes concerning this work shall be within the jurisdiction of Sirsa.
10. Conditional Tenders, Tenders without Earnest Money, Tenders not furnished on prescribed forms and
Tenders by Post/Telegram and received after due date & time shall not be entertained.
11. The Firm / Agency / Contractor shall give their rates for complete scope of work and give the component
wise cost. The rate of design, dewatering, Pile foundation, any royalties and price escalation shall not be
paid extra.
12. The Department reserves the right to reject any/all the applications without assigning any reason.
13. For further details, terms & conditions, please contact the Office of the Executive Engineer, Public Health
Engineering Division No. 1, Sirsa, Haryana.
14. No mobilization advance shall be allowed.
15. In case of any variation in nomenclature /typing error in the online bid documents and approved DNIT, the
provision of approved DNIT will prevail and bidder shall have no claim, whatsoever on this account. In
addition, the work is to be carried out as per provisions of the latest BIS Codes and the bidder has to submit
his rates accordingly.
Any variation in DNIT, not consistent with the BIS Codes and Manual on Sewerage & Sewage Treatment by
Central Public Health & Environmental Engineering Organization (CPHEEO); the provisions of BIS Codes with
latest amendments and Manual on Sewerage & Sewage Treatment by Central Public Health & Environmental
Engineering Organization (CPHEEO) (Latest Edition) will prevail.
Executive Engineer
Public Health Engg. Division No. 1,
Sirsa, Haryana
A copy of the MOU as per prescribed format shall be submitted along with the bid. No JV will be
accepted after submission of the bid. Failure to do so will be treated as breach of contract with
consequent liability and damages. The complete details of the members of the JV firm, their share and
responsibility in the JV firm etc., particularly with reference to financial, technical and other obligations
shall be furnished in the MOU.
ii.
Once the bid is submitted, the MOU shall not be modified/altered/terminated during the validity of the
bid. In case, the bidder fails to observe/comply with the above stipulation, the full Earnest Money shall
stand forfeited in favor of the PHED. In case of successful bidder, the validity of this MOU shall be
extended till all the contractual obligations as per the contract agreement are fulfilled.
iii.
Approval for change of constitution of JV shall be at the sole discretion of the Engineer-in-charge after
approval of the competent authority. The constitution of the JV shall not be allowed to be modified after
submission of the bid by the JV firm except when modification becomes inevitable due to succession
laws etc. and in any case, the minimum eligibility criteria should not get vitiated. In any case, the lead
member should continue to be the lead member of the JV firm. Failure to observe this requirement
would render the offer invalid.
iv.
Similarly, after the contract is awarded to the JV firm, the constitution of JV shall not be allowed to be
altered during the tenure of contract except when modification be comes in evitable due to succession
laws etc. and in any case, the minimum eligibility criteria should not get vitiated. Failure to observe this
stipulation shall be deemed to be breach of contract with all consequential penal action as per contract
conditions.
v.
In case of award of tender to the JV firm, a single Performance Guarantee will be required to be
submitted by the JV firm as per tender conditions.
vi.
It shall be noted that for all the guarantees related to the contract, like Performance Guarantee, Bank
Guarantee for Mobilization Advance / Machinery Advance etc. shall be accepted only in the name of the
JV firm and no splitting of guarantees amongst the members of the JV firms shall be permitted.
i.
The JV agreement must be on non-judicial Stamp Paper of Rs.100/- or as per Stamp Act of the
concerned State where agreement has been executed.
ii.
The attested copies of documents in support of the JV should be submitted.
iii.
In case of one or more members of the JV is/are partnership firm/s, the following documents should be
enclosed:
Notary certified copy of Partnership Deed.
Consent of all the partners of the partnership firm authorizing one of the partners to enter into the JV
agreement on a Stamp Paper of appropriate value (in original).
Power of Attorney for authorized signatory of JV partners.
Power of Attorney in favor of one of the partners to act as lead partner of Joint Venture.
iv.
In case of one or more members of the JV is/are proprietary firm or HUF, affidavit on Stamp Paper of
appropriate value declaring that his concern is a proprietary concern and he is sole proprietor of the
concern or he is in position of KARTA of Hindu Undivided Family and he has authority, power and
consent given by other co-partners to act on behalf of HUF.
v.
In case one or more members of the JV is/are limited companies, the following documents shall be
submitted:
Notary certified copy of the Resolutions of the Directors of the company, permitting the company:
of entering into the JV agreement.
of authorizing Managing Director/one of the Directors / Manager of the company to sign the JV agreement.
of authorizing Managing Director/one of the Directors /Manager or any other person to sign all other
documents, contracts, agreements etc. and create liability against the company and/or to do any other act
on behalf of the company.
A Copy of Memorandum and Articles of Association of the Company.
Power of Attorney (duly registered as per prevailing law) by the Company authorizing the person to do/act.
9. Credentials
Technical and financial capacity of the JV shall be adjudged based on satisfactory fulfillment of the below
mentioned clauses:
Eligibility Criteria shall be as follows:
1. The Bids from the Joint Ventures are acceptable as per the guidelines attached.
2. Open to all agencies enlisted with Department / Board / Corporation of Central Government or any State
Government fulfilling the following criteria:
The nature of assignment requires expertise and experience in the field of design, construction, operation &
maintenance of Sewage Treatment Plant (STP) for Domestic waste water. The Bidders should therefore, meet the
below mentioned specific requirements for Eligibility Criteria and should accordingly submit Eligibility Criteria
documents:
Supporting Documents to be submitted
Sr. No.
Eligibility Criteria
along with Bid
1
(a) Three similar completed works, costing
Details of STP Works during the last Seven
not less than the amount equal to 40%of
years. The documents should include duly
the DNIT Cost or 40% of the Capacity of
attested photocopies of Work Orders along
the Plant,
with the Certificate of successful and
or
satisfactory completion of works from the
(b) Two similar completed works, costing
concerned Client. The Certificate of successful
not less than the amount equal to 50% of
Commissioning, Operation & Maintenance of
the DNIT Cost or 50% of the capacity of
constructed Plant from the Client shall be
the Plant,
submitted giving duration of time since when
or
in operation.
(c) One similar completed work, costing not
less than the amount equal to 80% of the
Sr. No.
Eligibility Criteria
DNIT Cost or 80% of the capacity of the
Plant.
2.
Affidavit.
Sr. No.
Eligibility Criteria
financial year, should be at least 30% of
the DNIT Cost
Experience
of
having
successfully
completed similar works in India, during
the last 7 years, ending last day of the
month previous to the one in which
applications are invited, should be either of
the following
6.
Note:
Similar completed work is defined as the work of construction of Sewage Treatment Plant based on ASP / SBR /
MBBR technology (other than package unit) with biological treatment process in Government / Semi Government
with documentary proof.
For computing the cost of the completed work to the base year, the following multiplying factors will be used so as
to bring the financial figures to a common base:
Sr.
No.
1
2
3
4
5
6
7
Description
Multiplying Factor
1.10
1.21
1.33
1.46
1.60
1.76
1.94
Note:
i.
Contractual payments received by a member in an earlier JV firm shall be reckoned only to the extent of the
concerned members share in that JV firm for the purpose of satisfying compliance of the abovementioned
financial eligibility criteria in tender under consideration.
ii.
The JV shall qualify in all items of Essential Qualifying Criteria to get short-listed.
No.
Dated:
Estimated Cost
Time Limit
Earnest Money
12 Months
Rs. 36,00,000/-
Rs. 20,000/-
Activity
26-03-2015
hrs.
15:01
17-04-2015 15:00
hrs.
26-03-2015
hrs.
15:01
19-04-2015 15:00
hrs.
21-04-2015
hrs.
15:01
22-04-2015 15:00
hrs.
1. Tender
documents
can
be
downloaded
online
from
the
Portal:
2. As the Bids are to be submitted online and are required to be encrypted and digitally
signed, the Bidders are advised to obtain Digital Signature Certificate (DSC) at the
earliest considering the fact that the process may take at least a weak. For obtaining
Digital Certificate, the Bidders should follow point No. 3 under Annexure-A - Conditions
of e-tendering.
Key Dates
S.No
PHED Stage
Release
of
Document
Contractor Stage
Tender -
26-03-2015 Time
15:00
17-04-2015
19-04-2015
19-04-2015
21-04-2015
15:01
15:00
15:00
15:00
Final
stage
(Re15:01
encryption of bids)
22-04-2015
Manual Submission of
additional documents
26-03-2015
15.01
22-04-2015
15.00
22-04-2015
23-04-2015
15:01
15:00
23-04-2015
27-04-2015
15:01
15:00
27-04-2015
04-05-2015
15:01
17:00
Technical/Eligibility
Criteria Opening
Technical/Eligibility
Criteria Evaluation
24-03-2015
Time 10:00
Start
Date Expiry
Date
and Time
and Time
15:00
3. The
Bidders
can
download
the
tender
documents
from
the
Portal:
http://haryanaphed.etenders.in. Tender Documents Fees has to be paid online through
payment gateway during the Downloading of Tender Document & Payment of Tender
Document fees stage and Earnest Money Deposit has to be deposited through RTGS
(Real Time Gross Settlement) / NEFT (National Electronic Fund Transfer) in the name of
Executive Engineer, Public Health Engineering Division No. 1, Sirsa bank account No.
30989525533 in Bank name State Bank of India Sirsa & Bank IFSC CODE SBIN0007662.
Following particulars are to be given online at the e-tendering web portal of the
department.
a) Name of a/c holder from whose a/c payment for earnest money has been made
by the agency
b) A/C No.
c) Name of the Bank
d) Transaction ID
e) Date & time of transaction
f) Amount of Payment
Willing Contractors shall have to pay the Tender Document Fees through
payment gateway during the Downloading of Tender Document & Payment of
Tender Document fees stage. However, the details of the EMD are required to be
filled at the time of Online bid preparation and submission of bid- Ist stage, the
Bidders are required to keep the EMD details ready beforehand.
4. The tender shall be submitted by the bidder in the following two separate envelops
online:
1. Earnest Money and all the documents
in support of eligibility criteria
Envelope ED
2. Price Bid
Envelope C I
Note: Online Bidders shall submit the EMD through RTGS/ NEFT. EMD will not
be accepted in parts i.e. whole amount of EMD should be deposited in one
instance. Documents in support of eligibility criteria shall also be
submitted in Envelope ED. Price Bids are to be submitted mandatory
online and shall not be accepted in any physical form.
Reference of the EMD is to be mentioned online.
In the first instance, the Envelop ED of all the Bidders containing the statement of
Earnest Money and documents supporting eligibility criteria shall be opened online as
well as physically. If the Earnest Money and eligibility of bidder is found proper, the
Envelop C1 containing financial bids shall be opened online in the presence of such
bidders who either themselves or through their representatives choose to be present.
The financial bid shall be opened only if the bidders meet the eligibility criteria as per
the Bid document.
The bidder will submit the necessary documents as under.
Envelope ED Earnest Money Deposit and eligibility criteria Envelope
Physical EMD Envelope Photocopies in support of eligibility criteria and
photocopy of document of transaction made in support of deposit of Earnest Money.
Online EMD EnvelopeReference details of the Earnest Money Deposit
instrument and scanned copy of documents supporting deposition of EMD and
eligibility criteria.
Envelope CI Price Bid Envelope
8)
NIT, if required, can be seen on any working day during office hours in office of
the undersigned.
Conditional tenders will not be entertained & are liable to be rejected.
The undersigned reserves the right to reject any tender or all the tenders without
assigning any reason.
The societies shall upload & produce a copy of the resolution of the Co-Operative
department for e-tendering.
The tender without earnest money payment will not be opened.
The jurisdiction of court will be at Sirsa.
The tender of the bidder who does not satisfy the eligibility criteria in the bid
documents will be rejected summarily without assigning any reason and no
claim whatsoever on this account will be considered.
Bids would require to be valid for 3 months from the date of expiry of online
Online bid preparation and submission of bid- Ist stage stage. The bid for the
work shall remain open for acceptance during the bid validity period to be
reckoned from the expiry date of Online bid preparation and submission of bidIst stage stage. If any bidder withdraws his bid during bid validity period, any
modifications in the terms and conditions of the bid, the said earnest money
shall stand forfeited.
For and On Behalf of Governor of Haryana
Executive Engineer
PHE Division No. 1, Sirsa
Endorsement No.
Dated
A copy of above is forwarded to the following for information and wide publicity:
(1)
(2)
(3)
Executive Engineer
PHE Division No. 1, Sirsa
ANNEXURE-A
CONDITIONS OF E-TENDERING
Instructions to Contractors on Electronic Tendering
1.
2.
All the Contractors intending to participate in the tenders processed online, are
required to get registered for the Electronic
Tendering System on the Portal http://haryanaphed.etenders.in
For more details, please see the information in Guidelines to Contractors for
online Registration link on the Home Page. Contractor is required to register on the
portal as per the procedure defined in the guidelines. After successful completion of
the registration process by the contractor, a registration no. and Company ID
generated by the portal will be issued to the contractor and the request for
registration of the contractor will be automatically sent to Nextenders India Pvt. Ltd.
for approval. For the approval of registration by M/S Nextenders (India) Pvt. Ltd, the
contractor is required to send a copy of the Enlistment Certificate and PAN Card
along with the print of the registration no. and company ID to Nextenders (India)
Pvt. Ltd. Address: M/s NexTenders (India) Pvt. Ltd. O/o PWD (B&R) Haryana,
Nirman Sadan Building, (Basement) Plot No.-1, Dakshan Marg, Sector-33,
Chandigarh-160020 or Email at
Nextenders India Pvt. Ltd will verify the documents and approve the registration.
Registration will not be approved until the above mentioned documents are submitted
by the contractor. Contractor may register himself on the portal considering the fact
that the process for approval may take about 5 days.
3.
3.1
The Bids submitted online should be encrypted and signed electronically with a
Digital Certificate to establish the identity of the bidder bidding online. A digital
signature certificate has two keys i.e. Public Key and Private Key. Public Key is
used to encrypt the data and Private Key is used to decrypt the data. Encryption
means conversion of normal text into coded language whereas decryption means
conversion of coded language into normal text. These Digital Certificates are
issued by an approved certifying authority, by the controller of Certifying
Authorities, Government of India.
3.2
3.3
The contractors may obtain Class II B digital certificate from any Certifying
Authority or Sub-certifying Authority authorized by the Controller of Certifying
Authorities on the portal http://cca.gov.in. or may obtain information and
application format and documents required for issue of digital certificate from one
such certifying authority given below which is :-
1.
2.
3.
MTNL Trustline CA
O/o DGM (IT-CA), 5515, 5th Floor, Core-V Mahanagar
Doorsanchal Sadan, CGO Comples, MTNL,
Delhi-110003. Website www.mtnltrustline.com
4.
iTrust CA (IDRBT)
Castle Hills, Road No.1, Masab Tank, Hyderabad,
Andhra Pardesh -500057. Website idrbtca.org.in
5.
(n)Code solutions
301, GNFC Tower, Bodak Dev, Ahmedabad-380054,
Gujarat. Website www.ncodesolutions.com
National Informatics Centre Ministry of Communication
and Information Technology
A-Block CGO Complex, Lodhi Road,
New Delhi-110003. Website https://nicca.nic.in
e-Mudhra CA
6.
7.
1.
2.
M/s NexTenders (India) Pvt. Ltd. O/o PWD (B&R) Haryana, Nirman Sadan
Building, (Basement) Plot No.-1, Dakshan Marg, Sector-33, Chandigarh160020
Contact Person: Manmit Sharma - 09815034028
Kanwarjeet Singh- 09592259876
3.4
Bid for a particular tender may be submitted only using the digital certificate,
which is used to encrypt the data and sign the hash during the stage of bid
preparation and hash submission. In case, during the process of a particular
tender, the user looses his digital certificate (i.e. due to virus attack, hardware
problem, operating system problem), he may not be able to submit the bid online.
Hence, the users are advised to keep their Digital Signature Certificates in safe
custody.
3.5
In case of online tendering, if the digital certificate issued to the authorized user of
a firm is used for signing and submitting a bid, it will be considered equivalent to
a no-objection certificate/power of attorney to that User. The firm has to authorize
a specific individual via an authorization certificate signed by all partners to use
the digital certificate as per Indian Information Technology Act 2000. Unless the
certificates are revoked, it will be assumed to represent adequate authority of the
user to bid on behalf of the firm for Public Health Engineering Department,
Haryana tenders as per Information Technology Act 2000. The digital signature of
this authorized user will be binding on the firm. It shall be the responsibility of
management / partners of the registered firms to inform the certifying authority or
Sub Certifying Authority, in case of change of authorized user and that a fresh
digital certificate is procured and issued an authorization certificate for the new
user. The procedure for application of a digital certificate will remain the same for
the new user.
3.6
The same procedure holds true for the authorized users in a private/Public limited
company. In this case, the authorization certificate will have to be signed by the
directors of the company.
4.
Set up of machine
In order to operate on the electronic tender management system, a users machine
is required to be set up. A help file on setting up of the system can be obtained
from NexTenders (India) Pvt. Ltd. or downloaded from the home page of the
website - http://haryanaphed.etenders.in.>> Information for new users.
5.
6.
6.1
For purchasing the tender documents online, contractors are required to pay the
tender documents fees online using the electronic payments gateway service as
mentioned at S.No.8.
6.2
For the list of payments using which the online payments can be made, please
refer to the Home page of the Portal http://haryanaphed.etenders.in
7.
7.1
Contractors have to deposit EMD into the account of the concerned Executive
Engineer through RTGS/NEFT. Earnest Money in parts either through different
banks or on different dates will not be accepted.
7.3
Payment of EMD may be made upto specified time of Online bid preparation and
submission of bid- Ist stage as per key dates schedule of tender. Scanned copy of
the proof i.e receipt of transaction of EMD should be uploaded while submitting
the tender.
If any agency withdraws its bid after Submission of bids- Final Stage (Reencryption of bid) then the Earnest Money Deposit of such agency shall be
forfeited.
8.
The Payment can be made by eligible contractors online directly via Credit Card /
Internet Banking Account / Cash Card / Debit card. The contractors have to pay
for the tender documents online by making online payment of tender document
fees using the service of the secure electronic payment gateway. The secure
electronic payments gateway is an online interface between contractors and credit
card / online payment authorization networks.
If the tenders are cancelled or recalled on any grounds, the tender document
fees will not be refunded to the agency.
9.
the
Electronic
Tendering
System
on
the
Portal
http://haryanaphed.etenders.in
10.
11.
12.
13.
Key Dates:
13.1 The bidders are strictly advised to follow dates and time as indicated in the Notice
Inviting Tender. The date and time will be binding on all the bidders. The bidders
are required to complete the stage within the stipulated time as per the schedule
to continue their participation in the tender. All online activities are time tracked
and the system enforces time locks that ensure that no activity or transaction can
take place outside the start and end dates and time of the stage as defined in the
Notice Inviting Tender. The bidder should check the status of a particular stage by
following the below mentioned procedure:a. Click on Main after login into the portal.
b. Select Tender Search and click on Go
c. Next screen will appear on the screen and click on Search button to view
the list of various tenders.
d. Select the tender whose status is to be viewed by clicking on the tender no.
e. Click on Action page button. The status of all the stages i.e. whether
Pending or Completed can be viewed.
The bidder should ensure that the status of a particular stage should be
shown as Completed before the expiry date and time of that particular stage and
he should possess a copy of receipt of completion of each stage to be performed
from his end. It will be the sole responsibility of the bidder if the status of a
particular stage is Pending till the expiry date and time of that stage and he is
not able to proceed further in the e-tendering process.
Other Information:
1.
2.
3.
The intending bidders shall fill the lump sum rate / item rate / Percentage rate in
the online templates of the online tender. The Price Bid has to be submitted
mandatory online. In case the bidder does not submit the rates of Non-schedule
items, intentionally or unintentionally, then the rates of such items will be
considered as Free of Cost. If the bidder does not agree to execute such N.S. Items
for which he has not quoted rates, free of cost, then his EMD will be forfeited.
The photocopy of the receipt of transaction made for payment of Earnest Money
Deposit should be put ED sealed envelopes and these sealed envelope and
delivered to this office before the date and time mentioned in the Tender Notice
along with documents listed below:
i. A list of all documents accompanying the sealed envelope containing the tender
documents.
ii. Duly accepted power of Attorney in original along with its two certified copies
in the name of bidder or authorized representative to act on behalf of the
agency.
Tenderer must strictly abide by the stipulations set forth in notice inviting tender
& while tendering for the work, the bidder shall adopt only the two envelope
system.
4.
The CI envelope Price Bid envelope has to be submitted mandatory online and
shall not be accepted physically under any circumstances. In case any bidder does
not comply with procedure given above, it will be presumed that he is not
interested in the work and the work shall not be let out to him. Further he may be
de-listed without further notice to him for failing to abide by the strictly approved
terms of notice inviting tender for this work.
5.
The tenders which are not accompanied by the earnest money or proof of earnest
money or do not strictly follow the technical requirement, are liable to be rejected
summarily.
6.
Tenders / quotations which are dependent upon the quotations of another bidder
shall be summarily rejected.
Note: - Bidders participating in e-tendering shall check his/her validity of Digital Signature Certificate before
bidding in the specific work floated online at e-tendering portal of Public Health Engineering Department,
Haryana on the website http://haryanaphed.etenders.in. Also, the bidder will be held liable solely, in case, while
bidding in particular stage - Date & Time expired as per the key dates available on the tender document. Key
dates are subject to change in case of any amendment in schedule due to any reason stated by concerned
Executive Engineer of the Department.
SECTION 2
INSTRUCTION TO BIDDERS
2.0 Instruction to Bidders
2.1 Cost of Bidding
2.1.1 The Bidder shall bear all expenses associated with the preparation and submission of his Bid and the
Government shall in no case be responsible or liable for reimbursement of such expenses, regardless of the
conduct or outcome of the Bidding process.
2.2 Site Visits
The Bidder is advised to visit and examine the site of works and its surroundings and obtain for himself on
his own expense all information that may be necessary for preparing the Bid and entering into contract. The
costs of any such visits shall be entirely at the Bidders own expense.
The Bidder and any of his personnel or agents will be granted permission by the Engineer-in-charge to enter
upon their premises lands for the purposes of such inspection, but only upon the express condition that the
Bidder, his personnel and agents will release an indemnify. The Engineer-in-charge, their personnel and
agents from and against all liabilities in respect thereof and will be responsible for personal injury (whether
fatal or otherwise), loss of or damage to property and any other loss, damage, costs and expenses however
caused which but for the exercise of such permission would not have arisen.
Volume II:
Section 6: General Specifications
Sub Section 6.1: General Specifications Civil Works
Sub Section 6.2: General Specifications Mechanical Works
Sub Section 6.3: General Specifications Electrical & Instrumentation Works
Sub Section 6.4: General Specifications Painting Works
Section 7: Operation & Maintenance
Section 8: Approved Makes
Section 9: Tentative Sizes
Volume III:
Financial offer
The bidder is expected to examine all instructions, forms, terms, scope of work, technical specifications,
Tender provisions and other information in the Tender documents. Failure to furnish all information required
by the Tender documents or submission of a Tender not substantially responsive to the Tender documents in
every respect will be at the bidder's risk and may result in rejection of his Tender.
2.8.3 The PHED will carry out a detailed evaluation of the bid to be substantially responsive in order to
determine whether the technical aspects are in accordance with the requirements set forth in the bidding
document. In order to reach such determination the PHED will examine and compare the technical aspect of
the bids on the basis of overall completeness and compliance with the technical specification.
2.8.4 Price Bid (Envelope CI) of that Tendered will not be opened whose Technical Bid is not acceptable.
If the bidder does not accept the correction of its Tender Price, pursuant to Clause 16.0: Commercial
Evaluation.
g) In the case of a successful bidder, if he fails within the specified time limit to sign the Agreement, or
furnish the required Performance Security.
The Employer will open all the Technical Bids submitted by the bidders in the presence of the
bidders designated representatives.
Only those bidders who pass the technical evaluation will be invited at a later date, as informed by
the Employer, when their financial offers will be opened. The bidders Names, the Tender Prices,
Deviations if any and Discounts will be announced by the Employer at the opening of the financial
offers.
The bidders may please note that, the Eligibility Criteria specified in the Notice Inviting Tender is
applicable only for issue of Tender documents and the actual technical evaluation and technical
acceptance of the bidder will be carried out on the basis of data furnished by the bidder in the
documents.
The Employer may negotiate with bidders for reduction in Prices if the rates are found to be on
higher side. Revised (if required) Price Bid will be asked for and opened after fixing the common
parameters for all the bidders.
Details of Spares
2.18.2 The Employer will carry out a detailed technical evaluation of the bids to determine whether the
technical aspects are in accordance with the requirements set forth in the tender documents. In order to
reach such a determination, the Employer will examine and compare the technical aspects of the bids on the
basis of the information supplied by the bidders, taking into account the following factors:
Overall completeness and compliance with the Employer's Requirements, deviations from the
Employer's Requirements as identified in the Tender and those deviations not so identified. The
Tender that does not meet minimum acceptable standards of completeness, consistency and detail
will be rejected.
Any other relevant factors, if any, either listed in the Tender Data Sheet or that the Employer deems
necessary or prudent to take into consideration.
2.19.3 Energy Cost for 15 Years at 10% Discount Rate.....As per Volume III: Price Schedule
The Power Cost shall be calculated based on the Power Consumption given by the bidder as explained below:
Guaranteed Power Consumption given by the bidder
(A) kW.hr/day
7.61
Any adjustments in Price that result from the above procedures shall be added, for purposes of comparative
evaluation only, to arrive at an "Evaluated Tender Price". Tender Prices quoted by bidders shall remain
unaltered.
contractor shall
sign the Contract Agreement in the Office of Employer and receive one copy.
Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to influence
the action of a public official in the procurement process or in Contract execution.
b) A proposal / or award will be rejected if it determines that the bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the Contract.
c) Furthermore, bidders shall be -aware of the provisions stated in Conditions of Contract.
2.25 Sub-Contractors
The bidder shall indicate if he intends to subcontract any of his work, and if so, for which of the items. He
shall list the names and address of his proposed subcontractors and the work to be performed by each, with
temporary facilities to be provided by each, with full description, availability, location and condition of each
major piece of equipment. The proposed subcontractors qualifications and previous experiences of similar
types of works shall be listed.
Approx Cost
Time Limit
: 12 Months
on any working day. This form states the work to be carried out, as well as the date & time for submitting
and opening of tenders and the time allowed for carrying out the work, the earnest money required to
accompany the tenders, also the amount of security to be deposited by the contractor whose tender is
accepted, the conditions of contract on which contract agreement would be concluded, copies of the
technical specification, designs & drawings, contract schedule of rates, and also a schedule of Ceilling
Premia by which the rates of so as to be called the Ceilling Premia. Further, any other documents
required in connection with the works duly signed by the Executive Engineer for purpose of identification
shall also be opened for inspection by the Contractors in the office of the Executive Engineer as mentioned
in the NOTICE.
Rule No. 2
Any Contractor, who submits tender shall sign an affidavit to the effect that he has no connection or relation
with the firm/Contractor blacklisted Haryana Government /Govt. of India from time to time. The form of
affidavit can be seen in the office of the Executive Engineer.
Rule No. 3
(Conditional Tenders)
The tender shall not be burdened or loaded with Conditions. Only rate shall be quoted. A conditional tender
is liable to be rejected outright at the discretion of the accepting authority. In the alternative, the accepting
Authority may treat the conditions as null and void and make a counter offer to the bidder to do the work at
the lump sum cost quoted by him without the conditions.
If the Contractor, who has submitted the tender refuses to accept the said counter offer to do the work at
the Lump Sum cost quoted by him without the conditions within one week of the said offer having been
made by the accepting authority, the earnest money which accompanied the tender shall stand forfeited and
the Contractor shall have no claim to the same, whatsoever.
Rule No. 4
[Contractors Signatures]
The tender shall be signed the person or persons authorized to do so in a manner by the authority granting
the certificate of enlistments. Any tender not signed in the manner so authorized shall be deemed to be an
invalid tender and shall be rejected and the earnest money shall be forfeited without prejudice to any other
rights & remedies available to the Executive Engineer.
In the event of the tender being submitted by a firm, it may be signed separately by each member thereof,
or in the event of the absence of any partner, it must be signed on his behalf by a person holding power of
attorney authorizing to do so.
For the purpose of identification, the Contractor shall supply to the Executive Engineer specimen signatures
duly attested by a Gazetted Officer known to the Executive Engineer. The specimen signatures must be
supplied well before the date of submission of tender.
The Contractor(s) shall sign on all pages of tender form to be submitted by him. In addition he shall also
sign at the places, where he is to sign which are marked X on pages.
All corrections shall be made in a manner so that the original is legible. There shall be no overwriting. The
signatures of the authorized person as described above shall authenticate the corrections.
Any tender not so signed may be rejected and the earnest money forfeited.
Rule. No. 5
Rule No. 6
a) The Executive Engineer or any other officer duly authorized by him will open tenders. Any
contractor(s) (who may have submitted tenders) or their authorized agents may be allowed to be
present at the time of opening of tenders.
b) The officer opening the tender will first make a list of those tenders which are on the prescribed
form. All other documents purporting to be tenders shall be separated and sealed separately without
even announcing the identity of the tenders.
c)
Out of the list of tenders received on prescribed form the officer opening the tenders will then
separate out those which are not accompanied by requisite amount of earnest money or in the
required form. Infirmities shall be notified and such tenders shall be resealed without announcing
the rates.
d)
He will then announce the rates quoted by all other contractors whose tenders do not suffer from
any infirmities. In case where the tenders have any or many shortcomings the rates may not be
announced and such tenders may be put in a cover and sealed. This fact shall be announced. The
tender so sealed shall be dealt with according to rules and regulations on the subject/situation.
e) The Executive Engineer shall have the right of rejecting all or any of the tenders without assigning
any reason.
f)
In the event of a tender being accepted, an acknowledgement of the Deposit at call receipt,
forwarded there with shall thereupon be given to the contractor who shall thereupon for the
purpose of identification, sign copies of specifications and other documents mentioned in Rule 1. In
the event of a tender not being accepted, the earnest money forwarded with such tender unless the
same has been forfeited will thereupon be returned to concerned tenderer.
Rule No. 7
The memorandum of work tender for and memorandum of materials supplied by the public health
engineering deptt. and their issue rates shall be filled in and completed in the office of the Executive Engineer
before tender form is issued. If a form is issued to a contractor who intends to tender without having been so
filled in and completed, he shall request the office to have this done before he completes and delivers his
tender.
Rule No. 8
The department may refuse or suspend payments on account of a work when executed by a firm or by
contractors described in the their tender as a firm, unless receipts are signed by all the partners, or one of
the partners or some other person produces written authority enabling him to give effectual receipts on
behalf of the firm.
2.27 MEMORANDUM
General Description (Name or work/contract) a) Design, construction, erection, testing & commissioning of 16.50 MLD capacity Sewage Treatment
Plant based on Sequential Batch Reactor Technology complete in all respect including , Boundary wall,
Staff Quarters, approach roads, Landscaping, MCC Panel Room, CCTV Cameras Transformer, DG Set &
all other contingent Electrical, Mechanical, Piping & Instrumentation works at Sewage Treatment Plant,
Renovation of Existing IPS, Renovation Augmentation & Up Gradation of Existing Disposal Works
(MPS), laying of Rising Main , Disposal of treated effluent, including Operation & Maintenance for 12
months during defect liability period after trail run of 3 months and five years thereafter at Dabwali
District Sirsa (Under State Plan).
b) Estimated Cost (as given in Notice Inviting Tender): - Rs. 1800.00 Lacs
c) Earnest Money (as given in Notice Inviting Tender): -Rs. 36.00 Lacs.
d) Retention Money and Deduction
Security deposit and deduction will be 5% of the total agreement cost including 2% earnest money, 1%
security to be deposited within one week of allotment or otherwise to be deducted from the first running
bill and 2% performance guarantee to be deducted from each running bill.
e) Release of Retention Money
50% of the total retention money (i.e. earnest money, security and performance guarantee) shall be
released after 3 months of final payment of the work excluding operation & maintenance part and
remaining 50% will be released against Bank Guarantee (BG) of equivalent amount on completion of
defect liability period of one year. This Bank Guarantee shall be submitted in five parts which will be
released in the following manner:(i)
1st Bank Guarantee of 5% will be released after one year of satisfactory completion of O&M
period after defect liability period.
(ii)
2nd Bank Guarantee of 5% will be released after two year of satisfactory completion of O&M
period after defect liability period.
(iii)
3rd Bank Guarantee of 10% will be released after Three year of satisfactory completion of O&M
period after defect liability period.
(iv)
4th Bank Guarantee of 10% will be released after Four year of satisfactory completion of O&M
period after defect liability period.
(v)
5th Bank Guarantee of 20% will be released after Five year of satisfactory completion of O&M
period after defect liability period.
f)
Time allowed for the work from date of written order to completion 12 months.
g) Sale Tax and Income Tax will be deducted from contractors all bills on Gross amount as per Govt. Rules.
h) It is being specifically intimated that the bidders should include all taxes in their price including Octroi,
Work Contract Tax, Excise Duty, VAT/CST, Service Tax, & Labour CESS as applicable as defined in section
-3 General Conditions of Contract.
The rate to be quoted by contractor shall be inclusive of total service tax liability for this work. The
service tax liability as per applicable law, in respect of this work shall be borne by the contractor,
notwithstanding the fact that part of the service tax liability is to be borne by the contractor himself. The
deduction in respect of service tax liability part of PHED will be made from the running bills as well as
final bill of the contractor. This deduction will be applicable if contractor is not a company under
Companies Act 1956, as in case of a company, 100% service tax liability is to be borne by the company
itself.
If exemption in taxes/duties is admissible to the contractor as per applicable law as on 28 days prior to
the bid submission, the necessary documentation/certificate/representation of the same will be issued by
PHED to the contractor to avail that exemption by the contractor. The bidders should therefore quote
their prices accordingly.
In case this tender is accepted I/We hereby agree to abide by and fulfill all terms and provisions of the said
conditions of Contract annexed hereto so far as applicable or in default thereof forfeit to pay to the Haryana
Public Health Engineering Division or its successor in office, the sums of money mentioned in the said
conditions.
The sum of Rs. 36.00 Lacs deposited vide deposit at call in the name of Executive Engineer PHED Division
No. 1 Sirsa dated as earnest money, the full value of which is to be absolutely forfeited to the
Haryana Public Health Engineering Division or its successor in office without prejudice to any other rights or
remedies of the said Haryana Public Health Engineering Division or its successor in office should I/We fail to
commence the work specified in the above memorandum the said sum of Rs. 36.00 Lacs shall be retained by
the Haryana Public Health Engineering Division No. 1, Sirsa on account of the security deposit specified in
Clause I of the said conditions of contract should I/We withdraw or modify the tender within four calendar
months from the date of opening of tender, my/our earnest money will stand forfeited to the side of Haryana
Public Health Engineering Division No.1, Sirsa
Occupation
The above tender is hereby accepted by me for and on behalf of Governor of Haryana.
Dated the ..
Day of .200
Executive Engineer
Public Health Engineering Division
No.1, Sirsa
SECTION - 3
CONDITIONS OF CONTRACT
This will be the same
percentage as that in the
tender
Compensation of delay
Clause 1
The person/persons whose tender may be accepted (hereinafter called the
Contractor) shall permit the Executive Engineer, Haryana Public Health
Engineering Division, Sirsa hereinafter called the Engineer-in-charge at the time
of making any payment to him for work done under the Contract to deduct
such sum as well (with the earnest money deposited by him) amount to five
percent of all moneys so payable. Such deductions to be held by Govt by way
of security deposits.
Clause 2
The time allowed for carrying out the work as entered in the tender shall be
strictly observed by the Contractor, and shall be reckoned from the date on
which the order to commence work is given to the Contractor. The work shall
throughout the stipulated period of the Contract be proceeded with all due
diligence (time being deemed to be the essence of the Contract on the part of
the Contractor) and the Contractor shall pay as compensation an amount equal
to one percent which the Engineer-in-Charge may levy on the amount of the
estimated cost of the whole work as shown by the tender for every day that the
work remains un commenced or unfinished, after the proper dates. And further,
to ensure good progress during the execution of work the Contractor shall be
bound, in all cases in which the time allowed for any work exceeds one month
to complete one-fourth of the whole of the work before one-fourth of the whole
time allowed under the Contract has elapsed, one-half of the work before onehalf of such time has elapsed and three-fourth of the work before three-fourth
of such time has elapsed. In the event of the contractor failing to comply with
his condition he shall be liable to pay as compensation an amount equal to one
percent which the Engineer-in-Charge, may levy on the said estimated cost of
the whole work for every day that due quantity of work remains incomplete
provided always that the amount of compensation to be paid under the
provisions of this Clause, shall not exceed ten percent of the estimated cost of
the work as shown in the tender. The Superintending Engineer on
representation in writing for the Contractor may reduce the amount of
compensation and his decision in writing shall be final.
Action
when
whole
security
deposit
is
forfeited
Clause 3
In any case in which under any Clause or Clauses of this Contract, the
contractor shall have rendered himself liable to pay compensation the Executive
Engineer on behalf of the as best suited in the interest of Government shall
have power to adopt any of the following courses, as he may deem best suited
to the interests of Haryana Public Health Engineering Deptt.
a) To rescind the Contract (of which rescission notice in written to the
Contractor under the hand of the Engineer-in-Charge shall be conclusive
evidence) and in which case the security of the Contractor shall stand forfeited
and be absolutely at the disposal of Government.
b) To employ labor paid by the Public Works Department & to supply material
to carry out the work or & part of the work debiting the contractor with the cost
of the labor & the price of the materials (of the amount of which cost & price a
certificate of the Executive Engineer shall be final & conclusive, against the
contractor) & crediting him with the value of the work done, in all respects in
the same manner and at the same rates as if it had been carried out by the
contractor under the terms of his contract the certificate of Executive Engineer
as to the value of the work done shall be final & conclusive against the
contractor.
c) To measure up the work of the contractor, & to take such part there of as
shall be unexecuted out of his hands & to give to another contractor to
complete, in which case & expenses which may be incurred in excess of the
sum which would have been paid to the original contractor of the whole work
had been executed by him (of the amount of which excess the certificate in
writing of the Executive Engineer shall be final & conclusive) shall be borne &
paid by the original contractor & may be deducted from any money due to him
by Government under the contract or otherwise or from his security deposit.
In the event of any of the above courses being adopted by the Executive
Engineer, the contractor shall have no claim to compensation for any loss
sustained by reason of his having purchased or procured and materials, or
entered into any engagement for made advances on account or with a view to
the execution of the work or the performance of the contract. And in case the
contract shall be rescind under the provision aforesaid the contractor shall not
be entitled to recover or paid any sum for any work therefore, actually
performed under it is contract unless & until the Executive Engineer will have
certified in writing the performance of such work & the value payable in respect
thereof, & be shall only be entitled to be paid the value so certified
Clause 4: In any case in which any of the powers conferred upon Executive Engineer by
clause 3 hereof shall have become exercisable & the same shall not be
exercised, the not exercise thereof shall not constitute a waiver of any of the
conditions hereof & such powers shall not withstanding be exercisable in the
event of any future case of default by the contractor for which by any clause or
clauses thereof, he is declared liable to pay compensation amounting to the
whole of this security deposit & the liability of the contractor for past & future
compensation shall remain unaffected. In the event of the Executive Engineer
putting in force either of power (a) or (c) vested in him under the preceding
clause he may, if he of desires, take possession of all or any tools, plant,
materials & stores in or upon the works, or the site there of belonging to the
Extension of time
Contractor
to
submit
returns every months for
any work claimed as
extra District rates mean
the Haryana Public Health
Engineering Division rates
for that District.
Final Certificate
Payment on intermediate
certificate to be regarded
as advances
Bill to be on&
forms
printed
Works to be executed in
accordance with
specifications, drawings,
orders
Alterations in
specifications & design do
not invalid contracts.
is required that the contractor shall use certain stores to be provided by the
Engineer-in-charge (Such materials and stores, and the prices to be charged
therefore as hereinafter mentioned being so far as practicable for the
convenience of the contractor but not so as in any way to control the meaning
or effect to this contract specified in the schedule or memorandum hereto
annexed), the contractor shall be supplied with such materials & stores required
from time to time to be used by him for the purpose of the contract only, & the
value of the full quantity of materials & stores so supplied to the rates specified
in, the said schedule or memorandum may be set off or deducted from any
sums then due, or hereafter to become due to the contractor under the
contract, or otherwise, against or from the security deposit or the proceeds of
sale thereof if the same is held in Government securities the same of the
sufficient portion thereof being in this case sold for the purpose. All material
supplied to the Contractor shall remain the property of the Contractor but shall
not on any account be removed from the site of the work without the written
permission of the Engineer-in-charge, & shall at all times be opened to
inspection by him. Any such materials unused and in perfectly good condition at
the time of the completion of the Contract, shall be returned to the Engineer-incharges store if by a notice written under his hand he shall or require, but the
contractor shall not be entitled to return any such materials unless with such
consent and shall have no claims for compensation on account of any such
materials so supplied to him as aforesaid being unused by him, or for any
wastage in or damage to any such materials.
Clause 11:
The contractor shall execute the whole & every part of the work in the most
substantial & workman like manner & both as regard materials and otherwise
every respect in strict accordance with the Haryana PWD specifications or
otherwise as may be specifically provided for, the contractor shall also confirm
exactly, fully & faithfully to the designs drawings, and instructions in writing
relating to the works signed by the
etc .Engineer-in-charge & lodged in
the office & to which the contractor shall be entitled to access, at such office or
on the site of the work for the purpose of Inspection during office hours and
the contractor shall, if he so requires be entitled at his own expense to make or
cause to be made copies of the specifications & of all such designs, drawings
and instructions as aforesaid.
Clause 11 (a):
The Engineer-in-charge shall have full powers at all times
Removal of to
objects to employment of any workman, foreman or other employee on
employees, the works by the contractor, and if the contractor shall receive
notice in workmen and writing from the Engineer-in-charge requesting the
removal of any such foremen. Man or men from the work, the contractor to
comply with the request forthwith. No such workman, foreman or other
employee after his removal from the works by the Engineer-in-charge shall be
re-employed or re-instated on the works by the contractor at any time except
with the previous approval in writing of the Engineer-in-charge. The contractor
shall not be entitled to demand the reason from the Engineer-in-charge for
requiring the removal of any such workman, foreman, or other employee.
Clause 12:
The Engineer-in-charge shall have power to make any alteration or omissions
or additions to, or substitutions for the original specifications, drawings designs
& instruction, that may appear to him to be necessary or advisable during the
progress of the work & the contractor shall be bound to carry out the work in
accordance with any instructions which may be given to him in writing signed
Extension of time in
consequence of
alterations.
No compensation
for
alteration in restriction of
work to be carried out
Work to be open to
Inspection.
Contractor or responsible
agent to be present
Contractor
liable
damage done &
imperfections
for
months certificate
for
for
3
Contractor
to
supply
ladders plant, scaffolding
etc
proper charge & cost & in the event of his failing to do so within a period to be
specified by the Engineer-in-charge in his demand aforesaid, then the
contractor shall be liable to pay compensation to the rate of one percent of the
amount of the estimated cost of work covered by this contract for every day
not exceeding 10 days, while his failure to do so shall continue & in case of any
such failure the Engineer-in-charge may rectify or remove & re-execute the
work remove & replace with other materials or articles complained of as the
case may at the risk & expense in all respects of the contractor.
Clause 15:
All works under or in course of execution or executed in pursuance of the
contract shall at all times be open to the inspection & supervision of the
Engineer-in-charge and his subordinates and the contractor shall at all times,
during the usual working hours, and at all other times at which reasonable
notice of the intention of the Engineer-in-charge or his subordinate to visit the
work shall have been given to the contractor, either himself be present for that
purpose order given to the contractors agent shall be considered to have the
same force as if they had been given to the contractor himself.
Clause 16:
The contractor shall give not less than five days notice in writing to the
Engineer-in-charge or his subordinate in-charge of the work before covering
up or otherwise placing beyond the reach of measurement any work in order
that same may be measured & contract dimensions thereof be taken before the
same is so covered up or placed beyond the reach of measurement & shall not
cover or place beyond the reach of measurement any work without the consent
in writing of the Engineer-in-charge or his subordinate in-charge of the work,
& if any work shall be covered up or placed in behind the reach of
measurement without such notice having been given or consent obtained, the
same shall be uncovered at the contractor expense, or in default thereof no
payment or allowance shall be made for such work or the materials with which
the same was executed.
Clause 17:
If the contractor or his work people or his servants shall break, deface, injure
or destroy any part of a building in which they may be working or any building,
road, fence, enclosure or grassland cultivated ground continuous to the
premises on which the work or any part of it is after being executed, or if any
damage shall happen to the work while in progress from any cause whatever or
any imperfections become apparent in three month after the certificate final or
other of its completions shall have been given by Engineer-in-charge as
aforesaid the contractor shall make the same good at his own expense or in
default the Engineer-in-charge may cause the same to be made good by other
workman, & deduct the expense (of which the certificate of the Engineer-incharge shall be final) from any sums that may be then, or at any time
thereafter may become due to the contractor or from his security deposit or, of
a sufficient portion thereof.
Clause-18:
The contractor shall supply at his own cost all material except such special
materials if any may in accordance with the contract be supplied from the
Engineer-in-charges stores plants, tools appliances implements, ladders, tackle,
scaffolding & temporary works, requisite or proper execution of the work,
whether original, altered or substituted & whether included in the specifications
Labor
Work on Sunday
Clause 20: - No work shall be done on Sunday without the sanction in writing
of Engineer-in-charge
Contractor liable
for
payment of compensation
to injured workmen or
in case of death to his
relations
Changes in constitution of
firm
Work to be under
direction of
superintending Engineer.
Fluctuation Railway
Freight
Action
where
specification
no
Definition of work
ADDITIONAL CLAUSE
Clause 32
The contractor states that he is not related to any of the officers employed by the Haryana Public Health
Engineering Department.
Clause 33
No pit shall be dug by the contractor near the site of the work for taking out earth for use on the work. In
case of default, the department at the cost of the contractor will fill in the pit so dug.
Clause 34
Fair wages clause attached.
Clause 35
The contractor shall have to pay sales tax to Excise and Taxation Department in accordance with the rules
in force time to time.
Clause 36
All payment for work done under this contract shall be made by cheque to the contractor. The work
covered by this contract as shown on the plans, which have been signed by the contractor, is annexed
herewith.
Clause 37
Should the tenderer withdraw or modify his tender after opening the Envelope B containing rates of
tender he is liable to be black listed and earnest money forfeited.
Clause 38
All royalty and compensation for building stone, bajri, and stone metal etc. should be included in the rates
to be quoted and is payable by the contractor.
FAIR WAGES CLAUSES
a) The contractor shall pay not less than the fair wage to labour engaged by him on the work.
Explanation: - Fair wage means wage whether for time or piece of work notified at the time of inviting
tenders of the work and where such wages have not been so notified, the wages prescribed by the
Public Health Engineering Branch for the district in which the work is done.
b)
The contractor shall, notwithstanding the provisions of any agreement to the contrary, caused to be
paid fair wages to labourers, indirectly engaged on the work including any labour engaged by his sub
contractors in connection with the said work, as if the labourers had been directly employed by him.
c)
In respect of labour directly or indirectly employed on the works for the performances of the
contractors part of this agreement the contractor shall comply with or cause to be complied with
Haryana Public works Department Contractors Labours Regulation made by The Government from
time to time in regard to payment of wages, period deductions unauthorized made maintenance of
wage work, wage slip publication of wages and other terms of employment, inspection and submission
of periodical returns and all other matter of a like nature.
d) The Executive Engineer or Sub Divisional Engineer concerned shall have the right to deduct, from the
moneys due to the contractor, any sum required or estimated to be required for making good the loss
suffered by a worker or workers by reason of non fulfillment of the conditions of the contract for
benefit of the workers, nonpayment of wages or deductions made from his or their wages, which are
not justified by the terms of the contract for non observance of the regulations referred to in Clause c
above.
e)
Vis--vis the Haryana Government, the contractor, shall be primarily liable for all payments to be
made under and for the observance of the regulations aforesaid without prejudice to his right to claim
indemnity from his sub contractors.
f)
g)
The contractor should invariably issue attendance card to their worker, which should be returned to
the contractors concerned at the time of receiving payment of their wages.
h)
Before making payment to the contractors the authorities concerned should obtain certificate from
the contractors that he has made payment to all the workers connected with the execution of the
work of which the payment is being made.
i)
Contractors employing 50 or more workers on the site of a particular work should provide facilities of
housing, latrines, water and light to their workers at their own expense.
j)
The normal working hours of workers employed by contractors for the execution of work allotted to
them should be 8 hours per day with a break of 2 hours during summer, one hour, during winter after
continuous work of 4 hours at the latest. The spread over should in no case exceed 10 hours. Workers
working beyond these hours should be paid overtime wages at the double ordinary rate to their wages
calculated by the hour.
e) All payments of wages shall be made on a working day except that the work is completed before the
expiry of the wage period in which case final payment shall be paid within 48 hours of the last working
day.
6. WAGE BOOK AND WAGE SLIPS ETC:
A. The contractor shall maintain a Wage Book of each worker in such forms as may be convenient, but the
same shall include the following particulars:
a) Rate of daily or monthly wages.
b) Nature of work on which employed.
c) Total number of days worked during each wage period.
d) Total amount payable for the work during each wage period.
e) All deductions made from the wages with an indication in each case of the ground for which the
deduction is made.
f)
B. The Contractor shall also maintain a wage slip for each worker employed on the work. The wage slip
shall contain all the particulars given in the wage book.
C. The authority competent to accept the contract may grant an exemption from the maintenance of wage
book & slips to a contractor who in his opinion may not directly or indirectly employ more than 50
persons on the work.
7. FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES
1) The wages of a worker shall be paid to him without any deductions of any kind except the following:
a. Fines
b. Deductions for absence from duty i.e. from the place or the places where by the terms of his
employment he is required to work. The amount of deduction shall be in proportion to the period for
which he was absent.
c.
Deduction for damage to or loss of goods expressly entrusted to the employed person for custody, or
for loss of money for which he is required to account, where such damage or loss is directly
attributable to his neglect or default.
d. Any other deduction, which the Government may from time to time allow.
2) No fine shall be imposed on a worker and no deduction for damage or loss shall be made from his
wages until the worker has been given an opportunity of showing cause against such fines or
deductions.
3) The total amount of fines which may be imposed in any one wage period on a worker shall not exceed
equal to five paisa in a rupee of the wage payable to him in respect of that wages period.
4) No fine imposed on a worker shall be recovered from him by installment of after expiry of 60 days
from the date on which it was imposed.
The Contractor shall maintain a register of fines and of all deductions for damages or loss. Such
register shall mention the reason for which fine was imposed or deductions for damage or loss, which
was made.
ii.
The contractor shall maintain a list in English and the local language clearly defining the acts and
omissions for which penalty or fine can be imposed. He shall display such list & maintain it in a clear &
legible condition in a conspicuous place on the work.
9. PRESERVATION OF REGISTER
The wage book, the slips & the register of fine deduction, required to be maintained under these regulations
shall be preserved for 12 months after the date of last entry made in them.
13. REPRESENTATION OF THE PARTIES: A. The workmen shall be entitled to be represented in any investigations, enquiry under these
regulations by: a) Officer of the registered trade union to which he is a member.
b) An officer of Federation of trade unions to which the trade union referred to in clause (a) if affiliated.
c) Where worker is not a member of any registered union & officer of registered trade union connected
with or any other workmen employed in the industry in which the worker is employed.
17. AMENDMENTS
The Government from time to time can amend the regulations and on any question as to the application,
interpretation or affect of those regulations, the decision of the Labour Commissioner of The Haryana
Government or any other person authorized by The Haryana Government in that behalf shall be final.
AFFIDAVIT
I ____________________________________________ S/O Sh._____________________________________
Resident of ______________________________________________________________________ Section
____________________________ Distt. ________________________________ Contractor / Partner /
shareholders (strike out which is not applicable) (firm or contractor) do hereby solemnly declare as here
under: 1) That the person / firms black listed by Public Health Engineering Branch / Haryana Govt. / Govt. of
India from time to time never had any connection & interest in my business.
2) That the above said contractor / persons / firms do not have any substituting in my business.
3) That the said persons / firms are not employee of my firm & are not in any way connected with my
business.
Deponent
Witness
DATED:
I do hereby solemnly declare & affirm that the above declaration is true & correct to the best of my
knowledge & belief. No part of it is false & nothing has been concealed.
Deponent
Witness
DATED:
I/we have noted the issue rates and conditions of supply of departmental materials.
6.
I/we do not ask for revision of rates due to any escalations in rates of materials or labour in the
rates quoted by me/us in this offer throughout the period of construction and completion of the
work.
7. I/we undertake to complete the works and handover the works within the stipulated/ allotted
time for the completion of the work in good workman like manner.
8.
I/we keep the validity of our offer for 90 days from the date of opening of the bid.
9.
I/we stand guarantee for the repair of the works to the full satisfaction of the DEPARTMENT
during the maintenance period.
10. I/we have no doubts or un cleared ambiguities regarding the specifications, details in the
drawings, scope of the works and have fully understood our responsibilities in executing and
completing the work to the full satisfaction of the Department.
11.
We shall commence the work on site within_________________ from the award of work. The
contractor shall commence construction operations on site within______________ days thereafter
except as may be express sanctioned or ordered by the employer or be wholly beyond the
contractors control.
12. I/we have based our bid rates having the full knowledge of the statements and facts.
Place____________________________
Signature___________________
Date_____________________________
Name______________________
Address___________________________
Bidder means the contractor/agency who submits the bid against the invitation for bid.
7) Award means the written acceptance of bid by the Haryana Public Health Engineering Department
to the successful bidder.
8) Engineer/Engineer-in-Charge means the Executive Engineer, who is in-charge of execution of the
works and administration of the contract on behalf of the employer. The Engineer-in-Charge may
assign his duties to his sub-ordinates who assist him in execution of works and administration of
the contract. His subordinates shall be termed as Assistant Engineer, Junior Engineer as the case
may be. These subordinates shall be Engineer-in-Charges representatives at the site of works. The
Engineers representatives will carry out such duties of the Engineers like issuing of instructions
certificates and orders as are required in the execution of the works. Engineers representative will
watch and supervise the works, test and examine the materials, equipment, plant and machinery
and workmanship employed in connection with the works under the contract. The Engineers
representatives with the approval of the Engineer will have the authority to relieve the contractor of
any of his obligations under the contract and to order any extra work involving delay in completion
of the works and also requiring any extra payment to the contract.
9) Department means the Haryana Public Health Engineering Department. The words department
and Superintending Engineer and his representatives have been used interchangeably at places
and mean the same i.e. the engineer or his representatives.
10) Consultants means the consultant appointed by the Government for the purpose of preparation of
Design, DPR, Drawings, Tender Documents, construction, supervision at appropriate level, advise in
commissioning and carrying out start-up and monitoring of the entire contract at Sirsa.
11) Works means all items of Work to be Design, Construction, Supply, erection, Testing and
commissioned by the contractor, under the contract, testing and handing over the same in
complete manner compliance to provision of the contract.
12) Contract means promise to execute the Works in accordance with the conditions of contract,
specifications, drawings, schedules, tender, the letter of acceptance and the contract agreement.
Design, construction, erection, testing & commissioning of 16.50 MLD capacity Sewage
Treatment Plant based on Sequential Batch Reactor Technology complete in all respect
including , Boundary wall, Staff Quarters, approach roads, Landscaping, MCC Panel Room,
CCTV Cameras Transformer, DG Set & all other contingent Electrical, Mechanical, Piping &
Instrumentation works at Sewage Treatment Plant, Renovation of Existing IPS,
Renovation Augmentation & Up Gradation of Existing Disposal Works (MPS), laying of
Rising Main on PLC & SCADA base, Disposal of treated effluent, including Operation &
Maintenance for 12 months during defect liability period after trail run of 3 months and
five years thereafter at Dabwali District Sirsa (Under State Plan).
13) Public Health Engineering Department means Public works Department of Haryana.
14) Drawings means the drawings referred to in the list of drawings attached to the tender and any
modification of such drawings approved/issued in writing by the Engineer and such other drawings
as may from time to time be furnished or approved in writing by the Engineer.
15) The contract sum means the sum identified in the contract for the completion of works as per
contract.
16) Contract price means a portion of the contract sum adjusted to give effect to such additions or
deductions as are provided for in the contract which is properly apportion able to the work or plant
in question having regard to the state conditions and location of the plant, the amount of work
done and all other relevant circumstances in the cost of executing the works.
17) Contractors equipment means all appliances or things of whatsoever nature required for the
purpose of completing the works but does not include plant, material or other things intended to
form or forming part of the works.
18) Portion of the work means a part of the work or section of the work.
19) Sections of the works mean the sections into which the works are divided for the purposes
described and set out in the specifications.
20) Specifications and particular specifications mean the regulating guidelines contained in the Haryana
PWD specifications, Manual on water supply & Treatment published by the Central Pubic Health
and Environmental Engineering Organization (CPHEEO) under the Ministry of works and Housing.
Indian Standard specifications and codes, all of latest editions and those contained in the tender
documents and also those based on good engineering practices.
GENERAL CONDITIONS
1. The entire material including Cement, Steel, Pipe, Pipe Fittings is in the scope of Contractor & no material
will be issued by the Department for works.
2. The DI Pipes along with Tyton joint shall be supplied by the department free of cost.
3. The DI Specials and sluice valves, butterfly valves, kinetic air valves to be used shall be provided and fixed
by the contractor.
4. The cement will be arranged by the contractor/ Agency/ Firm at his own level. The cement shall be
ordinary Portland- 43 grade, duly ISI marked & confirming to ISI- 8112 with latest amendments. The
cement manufactured by mini cement plants shall not be used.
5. The cement shall be purchased from Authorized Distributor or Manufacturer or Authorized Dealer.
6. The cement arranged by the contractor/Agency will be brought at site & shall be kept in the store
maintained at site, provided with dual locking system i.e. one key of locks with representative of the
Department & 2nd key of lock authorized representative of agency.
7. The Contractor/Agency will inform the Executive Engineer/Sub Divisional Engineer for the quantity of the
cement brought at site with bill/challan in the name of that agency before using that cement & Executive
Engineer-In-charge or his authorized representative may check the actual receipt of cement at site.
8.
The Engineer In Charge or his authorized representative may, if need be, also send the cement for
testing to any Government Lab/ reputed Lab. The samples of the cement will be collected as per BIS
specifications in the presence of the contractor/ agency or his authorized representative. In case the
cement is found as per specifications than the cost of testing will be born by the department, but in case
the cement sample fails to meet the BIS requirements, then appropriate as per Contract Agreement will be
taken. The cost on the testing of cement along with any loss caused to Government shall also be
recovered from the Contractor / Agency & no claim in this respect will be entertained.
9. The stock of cement at site shall not be more than one month consumption & only sufficient quantities
shall be kept to ensure continuity of the work.
10. The cement/steel consumption register showing date of cement brought at site by the Contractor/Agency
& its day-to-day utilization will be maintained. The said register shall be open to inspection by
representatives of the Engineer-in-Charge during his visit at site. The consumption & receipt of cement &
steel in the register shall be initiated jointly by the authorized representative of the contractor / Agency &
representative of the Engineer in Charge. The said register will be issued by the office of Concerned
Sub Divisional Engineer under his dated signature for each agreement separately. The register will also
contain the columns for work executed against the cement/steel issued.
11. Quality check register will be maintained at site & regular sampling of work executed every month shall be
recorded in the same.
12. The Public Health Engineering Department Haryana reserves the right of negotiations as per policy
approved by the State Government with the tenderers in case the process quoted are felt to be on higher
side or otherwise. The negotiations will be carried out with 1st lowest contractor.
13. The Engineer-in-Charge will opt for 3rd party inspection other than Department. In addition to Inspection
by Department staff. The 3rd party would inspect the work during its execution to ensure execution of
work as per specifications / agreement and also quality control i.e. drawl of samples. Testing and other
items etc. the report of the same would be submitted to Engineer-in-Charge by the 3rd party inspection
and shall take remedial measures for execution of work as per specifications in agreement. The inspection
and sample testing charge will be borne by the Department.
14. The labour cess @ 1% of the cost of work done by contractor shall be deducted from each bill. 12)
15. Contractor shall be fully responsible for Hydraulic & Structural safety in respect of all the structure
existing/under construction in the vicinity of structures under construction.
16. The rates included in the contract schedule of the rates cover the cost of filling the water retaining
structures for testing for water tightness to the full satisfaction of Engineer-in-Charge and emptying the
same if desired.
17. Minimum 40mm clear cover be provided on the reinforcement on the inner side of the water retaining
structure. The contractor shall give structurally safe and water proof structure.
18. All taxes such as Royalty, Municipal tax, Octori charges, Forest tax and any other kind of taxes shall be
paid by the contractor and are included in the rate quoted by the contractor, for which no premium will be
allowed separately.
19. It will be the responsibility of the contractor/ agency to dewater the sub-soil water and execution of wet
earth work, if required during execution of work and nothing extra will be paid on this account.
20. The power would be supplied free of cost during the trial run period for three months.
21. The bidder shall have to get Soil Analysis carried out for determining the Safe Bearing Capacity [SBC] of
the soil as per relevant code through a reputed firm. The charges for the same shall be included in the
offer.
22. The bidder should ascertain about the actual Sub Soil Water Table at site. Price quoted shall be inclusive
of cost of pumping Sub Soil Water/Seepage water from any other source required for execution of work.
No extra payment shall be made due to variation in Sub Soil Water Level if mentioned anywhere in the
tender documents either for designing or execution, on account of fluctuation due to any reason
whatsoever.
23. Materials, for which specifications are not given, the requirement of respective Indian Standards are to be
fulfilled. The contractor shall get prior approval of the materials proposed to be used under the contract
from the Engineer in-charge.
24. The cost of the water & power used during construction shall be borne by the agency. In case water is
supplied by the department then half percent of the agreement cost will be deducted from the bills of
agency.
25. The depth of foundation shall be kept as per IS specification along with the condition that structures shall
rest on firm ground.
26. The mix for all the RCC structures shall be as per relevant IS codes with latest amendments.
27. The contractor will operate and maintain MPS and STP mentioned in price bid after commissioning of the
work. Repair of electrical, mechanical equipment is also included in this scope of work. The work also
includes repair to all civil structures, pipe line at head works, sluice valves, lawns /roads/ path and watch
& ward of all the works. The contractor will maintain area within boundary wall in neat and clean manner.
acts such as but not restricted to invasion, the act of foreign countries, hostilities or warlike operation before
or after declaration of war, rebellion, military or usurped power which prevent performance of the contract
and which could not have been foreseen or avoided by a prudent person.
Contractors Liability
Observance of laws, local regulations, notices and attachments.
The contractor shall confirm to all laws of the land, the regulations and by-laws of any local authority and/or
of any water or lighting companies with those whose systems the works are proposed to be connected. He
shall before making any variations from the drawing or specifications that may be necessitated for so
confirming give to the engineer written notice, specifying the variation proposed to be made and the reasons
for making them, and apply for instructions thereon. In case the/contractor shall not receive such instructions
within 7 days proceed with the work confirming to be provisions, regulations or by laws in question and any
variations in the drawings or specifications so necessitated shall be dealt with under clause 4.1.8.2. The
contractor shall give all notice required by the said acts regulations or bylaws and pay all fees in connection
therewith.
He shall also ensure that no attachments are made against materials or works related to the contract. In
every case to in this clause, the contractor shall protect and indemnify, Government against any claim or
liability arising from or based on the violation of such law, ordinance, regular decree or attachment by him or
by his employees.
Compensation to workmen
The contractor on occurrence of accident, arising out of the work, which results in serious injuries to the
person or property, shall within 24 hours of such occurrence, report to the engineer, stating clearly and in
sufficient details the facts and circumstances of the accident and the action taken by the contractor. In all
cases the contractor shall indemnify the Engineer against all loss or damage including penalties or lines
sustained by Government resulting directly or indirectly from contractors failure to give notice under the
Workmans Compensation Act or otherwise.
Contractor dying, becoming insolvent, Insane or imprisoned.
Liquidation, the contract may be terminated by notice in writing posted at the site of the works and
advertised in one issue of the local newspaper and all acceptable, works shall be paid for after recovering all
the contractors dues Public Health Engineering Division, there from, at appropriate rates to the person or
persons entitled to receive and give a discharge for the payment.
If the contractor becomes bankrupt or has received order made against him or compound with the creditor or
being a corporation commence to be wound up not being a voluntary winding up for the purpose only of
amalgamation or reconstruction or carry on its business under a receiver for the benefit of the creditors or
any of them, the Government shall be at liberty.
To give such liquidator, receiver, or other person the option of carrying out the contract subject to his
providing a guarantee for the faithful performance of the contract up to an amount to be determined by the
Government.
To terminate the contract forthwith by notice in writing to the contract or to the liquidator or to any person in
whom the contract become vested and to act in the manner as provided in the clause Breach of contract.
Contractor to supply labor, plant, ladders, scaffolding:
The contractor shall supply at his own cost all labor, skilled and unskilled, and all things necessary (except
such special things, if any, as, in accordance with the specification that may be supplied from the Engineers
stores) such as plants, tools, appliances, implements, ladders, cordage, tackles, scaffolding, shoring, strutting,
pumps, fuel oil, packing derricks, boring tools, winches and power as well as other apparatus and temporary
works requisite for the proper execution of the work whether original, altered or substituted and whether
included in the specifications or other document forming part of the contract or referred to in these conditions
or not which may be necessary for the purpose of satisfying or complying, with the requirement of Engineer
as to any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to
require, together with carriage hereto for and from the work. The contractor shall also supply without charge
the requisite number of persons with the means and things necessary for the purpose of setting out the
works, and counting, weighing and assisting in the measurement and examination at any time and from time
to time, of the works done, or materials supplied by him. The Engineer at the expense and risk of the
contractor may provide failing his so doing the same and the expenses (of which the certification of the
engineer shall be final) may be deducted from any money due to the contractor under this contract or from
his Earnest Money Deposit.
The contractor shall also provide at his own expense all necessary fencing and lights required to protect the
public from accident and shall assume all the liability for and indemnify the Engineer against all actions or
suits arising out of or in connection with neighboring owners or workmen employed on the works. With the
carrying of the works, whether such actions are brought by members of the public, the contractor shall carry
out the works conforming to the statutory and other legal enactments applicable to them and gives all
notices and pays all fees payable to local authorities and others in respect of them. The contractor shall be
responsible for the adequacy, strength and safety of all shoring, strutting, curbing, bonding, brickwork,
masonry, concrete, permanent or temporary appliances, matters and things furnished by him for the purpose
of this contract.
Materials and plant of contractor
All materials brought by the contractor upon the site of the works shall be deemed to be the property of the
Government and shall not or any account be removed from the site of the works during the execution of the
works and shall at all times be open to the inspection of the Engineer. The Engineer on the completion of the
works or upon the stoppage of the works shall have an option of taking over any such unused materials at
prevailing market rates, with the provision that the price allowed to the contractor shall not exceed the
amount originally paid by him for the same, as he (the Engineer) shall desire upon giving a notice in writing
under his signature and within 15 (fifteen days) of the completion of the works to that effect, and all
materials not so taken over by the Engineer shall cease to be the property of the P H E D and the contractor
shall have to claim for compensation on account of any such material as aforesaid which are not so taken
over by the said Engineer unused by him (the contractor) or for any wastage in or damaged to any such
materials.
Employment of an experienced site engineer
The contractor shall employ a site engineer of the rank of a Resident Engineer who is well experienced in the
type of the works he has to handle and shall have worked in similar such projects earlier. He shall be well
acquainted with all latest Indian Standards, codes of practice, and local practices of construction and has
good managerial qualities, capable of handling labour force tactfully and extract good quality of workmanship
and plant execution of works efficiently. He shall be well conversant with specifications, construction
equipment use, testing, inspecting and supervising the works. He shall have good ability to guide his
subordinates. His name and Bio-data should be submitted along with the list of other key technical staff at
the time of submission of bid.
In addition to this other technical staff shall have to be employed from time to time as directed by the
Engineer. Changes in staff will be upon the approval of engineer.
force from entering the work site. Further the Engineer has full powers to ask the Contractor to remove from
the site of the work any person who misconducts himself and is undesirable at site.
Labour Welfare
All facilities to the welfare of the labour shall be provided by the contractor at own cost as per the existing
labour laws, and as described in the tender documents.
The contractor shall make all arrangement for supply of safe drinking, bathing and washing water to the
labour, at his own expenses.
Proper, Separate toilet facilities for Men and Women shall be provided.
Protective accessories like gumboots, gloves, goggles etc. as found necessary shall be provided to the
laborers.
Caution lights
The contractor shall provide caution signs/lights near excavations, trenches, fencing etc. and employ
watchmen during nights and off working days and hours.
Safety of Workers
The contractor shall ensure that all precaution are taken to avoid accidents, by providing scaffoldings,
platform, etc. of adequate strength which can be safely take the loads of labour and materials and shock
loads, by properly bracing, tying and anchoring as necessary. No extra cost shall be claimed for all the above
safety works.
The contractor shall provide at his own cost, all safety requirements to the laborers like fencing barricades,
temporary crossings, bringing etc. to prevent accidental slips, falls, injuries etc. The contractor shall make his
own arrangements for conveyance of materials and labor to the work site by making if necessary any
temporary paths, roads, accesses etc at his own cost. Stud is to be purchased by the contractor for use on
the works.
Drawings and specifications
Alteration in specification or drawings
The Engineer shall have powers, to make any alterations in, or additions to, the original specifications,
drawings and instructions that may appear to him to be necessary or advisable during the progress of the
works. The contractor shall be bound to carry out the work in accordance with any instruction which may be
given to him in writing signed by the Engineer and such alteration shall not invalidate this contract. Any
additional work, which the contractor may be directed to do in the manner above specified, as the contractor
on the same condition in all respects on which he agreed to do the main work shall carry out part of the
work. The time of the completion of the work shall be extended if applied for by the contractor in writing in
the proportion that the additional works bears to the original contact work. The certificate of the Engineer
shall be conclusive as to such extension. And of the additional or altered works include any class of work for
which no rate is provided in this contract then such class of work shall be carried out at rates to be agreed
upon in writing between the Engineer and the contractor prior to the work being taken in hand.
The basis for fixing such rates shall ordinarily be the current schedule of rates, Provided always that if the
contractor shall commence work or incur any expenditure in regard there to before the rates shall have been
determined as before mentioned, he shall only be entitled to be paid in respect of the work carried out or
expenditure incurred by him prior to the date of the determination of the rates as aforesaid according to such
rate or rates as shall be fixed by the Engineer. In the event of a dispute the decision of the Superintending
Engineer shall be final.
If the additional or altered work for which no rate is entered in the contract or in the PWD Haryana schedule
of the rates is ordered to be carried out before the rates are agreed upon, then the contractor shall within
seven days of the date of receipt by of the order to carry out such works and if the engineer does not agree
to this date, he by notice in writing, be at liberty to cancel this order to carry out such work and he carry out
such works as he may consider advisable. Where however the work is to be carried out according to designs,
drawings and specifications provided to the contractor by Public Health Engineering Division the alteration
above referred to, shall be within the scope of such designs, drawings and specifications appended to the
tender.
Copies of supply orders and other literature of articles procured from the trade.
Copies of supply order and other literature of articles procured from the trade shall be furnished to the
Engineer. The technical literature, dimensional and material specifications, guarantees of materials procured
from the trade along with operation, maintenance and installation manuals also should be submitted to the
Engineer in triplicate.
Workmanship
All civil, electrical, and mechanical works included in the tender shall be properly coordinated so as not to
wait for each other and shall be completed in time in a complete manner and handed over in a perfect
workmanship manner, in good working condition after testing to the complete satisfaction of the Engineer.
Engineers rights in case of use of inferior materials, workmanship and plant.
The Engineer during the course of execution of the works shall have absolute powers here under to order the
following in written from time to time regarding the quality of the works.
The discontinuance of the use of inferior quality of materials, which do not conform to the specifications, and
removal of the rejected material from the site of works forthwith.
Stoppage of improper inferior and unsuitable plant used for construction, stoppage of inferior workmanship.
Improper construction methods etc.
The re-execution of dismantled/rejected work(s) using fresh materials, labour, plant according to the
specifications laid down in the contract in case the contractor fails to execute the orders the Engineer shall
have powers to get the defective work rectified/re-constructed/replaced by another agency and all the
expenses on account of same shall be charged to the contractor and are recovered from payments due to
him or from payments due to him or from payments to become due to him.
Setting out of works
The contractor is responsible for setting out the works as indicated in the Approved drawings and instructions
given in the regard and to obtain the approvals of the same from the Engineer or his authorized
representative before commencing the works. The contractor shall provide free of cost, all facilities like
labour, instruments, etc. and all cooperation to the Engineer to check all dimensions, alignment level etc. This
shall however not absolve the contractor of his own responsibility of maintaining the accuracy of work.
Inspection, testing and miscellaneous
Access to the work
The Engineer-in-Charge, his superiors in Public Health Engineering Department or his authorized
representatives and consultants of the Engineer shall be provided with all facilities for access to the site of
works, lubrication shops, stores of materials, labor camps, testing shops and other premises connected with
the execution of works in any way at all time, for inspection, supervision, examination of all related works.
Guarantees
Notwithstanding the detailed drawings supplied and specifications given in the tender, the contractor can not
claim any relief from his responsibility towards the performance of mechanical and electrical equipment and
the whole functioning of the works for which it is intended. The contractor is deemed to possess the above
knowledge absolutely, before tendering without any ambiguities or doubts which if any may be got clarified
from the Engineer and then only submit this tender.
As built drawings
On completion of the works before issuing of the completion certificate by the Engineer the contractor shall
submit 3 (three) sets of drawings as built drawings. One will be on tracing cloth and remaining on
reproduction paper.
Site Clearance
No extra money will be payable to the contractor for removal of shrubs, debris, rubbish mounds of earth or
any such unevenness in the ground levels before commencement of the works. Similarly he will remove from
site above said materials and spoil and surplus materials as directed by the Engineer and leave the site in a
condition that is acceptable to the engineer as far as the cleanliness of work site is concerned without any
additional payment. His rates shall be deemed to include all expenditure.
Except with prior permission in writing of the Engineer, the contractor shall not divert his plant labor,
materials to any other work. In granting such permission the Engineer may impose any conditions as may be
found necessary to ensure that no delays or interruptions are caused in execution of the works under the
contract. The contractor shall not be entitled to any compensation resulting from such delays. Granting such
permission shall not absolve the contractor from the responsibility of completing the works as per time
schedule specified in the contract.
Making available drawings and documents at site.
One set of drawings and all other documents relating to the works under contract shall be kept in the site
office and made readily available for discussions, examinations of the Engineer or his representatives.
The inspection and testing will be carried out generally as per Indian Standards for domestic supplies and as
per the relevant equivalent Standards prevailing in the country of manufacture for imported supplies.
As and when any plant shall have passed the tests referred to in this article. The Engineer shall furnish the
contractor a certificate in writing to that effect. The contractor shall provide all facilities (labor, material,
apparatus, instruments etc.) for inspection and tests and such inspection and tests will be free of charge to
the owner.
Programme of Works: As soon as the letter of intent is issued to the contractor, he will submit to the Engineer his programmed to
complete the works by the time indicated in the contract, in the form of a bar chart for review of the
Engineer and make suggested modifications before his approval of the same. The approved bar chart shall be
diligently and strictly followed with a view to complete the works as per schedule. The Engineer shall review
the programmed of works from time to time and he may modify the same depending upon the exigencies of
the work and stage of the works.
As there is fair amount of automation specified, there will be very large number of small components, which
form units of equipment. In order that the Public Health Engineering Division staff engaged on operations
and maintenance becomes proficient in understanding and handing the equipment correctly, the contractor
will have to organize training programmed in the manufacturers shops as well as on site during actual
operation of the plant.
For this purpose he will have to employ suitably qualified, trained personnel to carry out this training. The
training period is for 7 days after commissioning of the plant or for such extra period before commissioning in
the workshops.
A mutually agreed programmed shall be formulated during the execution, which will be binding on the
contractor.
Complete operation & maintenance files will be built up, preferably as additions to data files prepared at the
time of tendering. 6 (six) sets of such completed files shall be handed over to Public Health Engineering
Division, Sirsa .
Third Party Inspection: Public Health Engineering Department reserves the right to appoint any organization/ institution for checking
of design, & quality & quantity checks of works during currency of the contract including Operation &
Maintenance period & no additional cost shall be payable by Public Health Engineering Department on this
account.
SECTION 4
SCOPE OF WORK
4.1 PREAMBLE
4.1.1 Project Description
Dabwali Town is B Class City having Population 53811 persons as per 2001 census and present population is
68609 persons. It is situated on Sirsa to Fazilka Road at a distance of about 60m from Sirsa.
The Scope of Work includes but not limited to the following Units:
4.2.1 Renovation of the Existing IPS/ Disposal Works
4.2.1.1 Renovation of IPS in Punjab Territory
As explained in Para 4.1.2 & 4.1.3 the scope of work include construction of 1No. new collecting tank for 8 MLD
Capacity with peak factor as 2.25 and renovation & repair of existing civil structures i.e., Screen Chamber,
Pump Chamber & Collecting Tank, Construction of 1 No., new Staff Quarter of 41sqm covered area, 325m brick
boundary wall, internal Concrete Pathways, development and landscaping of campus area. The scope also
include for replacement of existing machinery with providing, installation and commissioning of 5Nos (4W+1S)
Sewage Submersible Pumps capable of discharging 3200 LPM at 35m head.
4.2.1.2 Renovation, Augmentation & Up gradation of Disposal Works (MPS) on Chautala Roads
As explained in Para 4.1.2 & 4.1.3, the existing disposal works on chautala road is to be renovated, augmented
& Up graded to work as MPS for ultimate capacity of 19.125 MLD (Average flow 8.50 MLD, Peak Factor 2.25),
accordingly the scope of work include renovation and repair of existing civil structures i.e., Screen Chamber,
Pump Chamber & Collecting Tank, replacement of existing screen, Construction of 1No. Additional Collecting
Tank, internal Concrete Pathways, development and landscaping of the Campus area, fixing of Street Lights
etc. The scope also include providing, installation and commissioning of 5 Nos. (4W+1S) Sewage Submersible
Pumps capable of discharging 3500 LPM at 20m head.
Primary Treatment Units comprising Inlet Chamber, Fine Screen Channels and Grit Chambers shall be
designed / constructed / installed for 16.50MLD flow.
Biological Treatment Units based on Sequential Batch Reactor (SBR) technology designed / constructed
/ installed for 16.50 MLD flow.
Disinfection Units comprising Chlorine Contact Tank and Chlorination cum Chlorine Tonner Storage
House designed / constructed / installed for 16.50 MLD flow.
Sludge Dewatering Units comprising Sludge Sump and Pump House, Centrifuge House and Dewatering
Polyelectrolyte Dosing System designed / constructed / installed for 16.50 MLD flow.
Buildings including SBR Air Blower cum MCC cum PLC/Control Building, Electrical HT Substation, DG Set
House and Staff Quarters etc. designed / constructed for 16.50 MLD flow.
Other Ancillary Structures including Roads & Pathways, Plant Drains & Storm Water Drains etc.
Landscaping / Gardening.
Operation & Maintenance for 12 months during defect liability period after trail run of 3 months and
five years thereafter.
Approval from any regulatory authority to construct the Plant at the said location.
Assistance in availing Essentiality Certificate to claim due Excise Duty, Sales Tax and other rebates as
that may be applicable to this Contract.
The bidder shall make his own provisions for Electricity, Water and other resources required for construction,
erection and hydraulic testing of the Plant up to the testing stage.
4.3.2 During Trial Run & Commissioning:
During Trial Run and Commissioning of the Plant, the Employer shall make sewage available in
adequate quantity and quality.
The cost of all utilities including Electricity, Water, Chemicals and others shall be arranged by the
Contractor.
Electricity and Water. The employer will pay for Electricity & Water used during Operation
&Maintenance period directly to the Utility (Electricity & Water Provider) and cost of the same shall not
be included in the Tenderers Operation and Maintenance Price as specified in Volume III.
Reimbursement for cost of Diesel for DG Set, in case of power failure, at actual against submission of
authenticated Bills.
Approval to dispose Plant Residuals. However, cost of treatment and disposal to be borne by bidder.
Disposal Works (MPS) to STP. Disposal of Treated Effluent from STP to Minor No.6 through RCC NP-3 Pipes,
including but not be limited to the following works:
Topographical and Geotechnical Survey including Subsoil Investigation for Water Table and Safe
Allowable Bearing Capacity.
Cutting of unwanted Tress, Plants, Bushes and Shrubs etc. and removing the same form Site. However,
necessary approval for the same shall be arranged by the Employer.
Demolishing the existing Structures and removing the debris from Site.
Raising the Finished Ground Level at the proposed STP area by 500 mm above Average Ground Level
by filling with suitable earth.
Leveling and grading to improve the aesthetics and to facilitate the vehicular movement.
Construction of Site Office One No. with required Furniture, One No. Air-conditioners, Personal
Computers and Printers, Telecom facility etc.
Preparation of Process, Hydraulic, Civil, Mechanical, Piping, Electrical and Instrumentation Design and
Drawings including Construction, Architectural and As-built Drawings.
Construction of Civil Engineering Works for all the Process Units, Buildings, Roads & Pathways, Plant
Drains, Storm Water Drains, Boundary Walls and Staff Quarters etc. as detailed in Civil Specifications.
Layout shall be made in such way that all Process Units and Buildings are interconnected and can be
accessed from one Point.
Providing Plinth Protection along the periphery of all the Process Units & Buildings shall be provided as
detailed in Civil Specifications.
Providing Internal Black Anti Corrosive Bitumastic Paint of coal tar epoxy of MRF and External Water
Proof Cement Paint to all Process Units.
Providing Internal Acrylic Washable Paint and External Acrylic Smooth Exterior Paint to all Buildings.
Providing S/S-304 Hand Railing along all the Stairs and Walkways of all Process Units
Providing FRP Sheet Roofing over all the Stairs and Walkways of all Process Units.
Supply, Erection, Testing & Commissioning of all the Mechanical Equipment as detailed in Mechanical
Specifications.
Supply, erection, testing & commissioning of all the Piping, Gates && Valves as detailed in Mechanical
Specifications.
Supply, Erection, Testing & Commissioning of all the Electrical Equipments including HT and LT Panels,
Transformers, DG Set, Cables, Cable Termination Kits, Cable Trays, Earthing Materials, Lighting Fittings
& Fixtures, Local Push Button Stations, Junction Boxes, etc. as detailed in Electrical Specifications. All
major Electrical Equipments shall be of reputed make such as ABB, L&T, Siemens or equivalent.
Supply, Erection, Testing & Commissioning of all the Instrumentation Equipments as detailed in
Electrical Specifications.
Supply, Erection, Testing & Commissioning of PLC/ SCADA based Automation System for the entire
Plant as detailed in Specifications including IPS & MPS.
Supply, Erection, Testing & Commissioning of Safety Equipments at required locations including Safety
Showers, Sand Buckets, Fire Extinguishers, Fire Alarms etc.
Providing Laboratory with required Laboratory Equipments, Instruments, Chemicals & Reagents and
Furniture.
Trial Run of the constructed & hydraulically tested Plant for a period of three (3) months and Operation
& Maintenance (O&M) for 5 years after Trial Run as per Tender specifications.
Supply of all Spares, Tools & Tackles required during Performance Run and O & M Period.
Repairing & reconditioning of all the Equipments in the concluding year of the Operation &
Maintenance Period to such a condition that they are in running condition with regular preventive and
recommended maintenance.
Defects Liability Period of 12 months from the date of successful completion of Performance Run.
Preparation and submission of As-Built Drawings and Operation & Maintenance Manuals for Mechanical,
Electrical & Instrumentation Items.
The bidders are advised to visit the STP site before quoting for the proposed STP.
Any other Items which have not been specifically mentioned in specifications but are necessary
for construction of the Plant as per good engineering practice, safety norms and successful
operation and guaranteed performance of the entire Plant shall be deemed to be included within
Scope of Work and shall be provided by the Contractor without any extra cost to the Employer.
RCC complete with Detritus Mechanism comprising Scraper, Classifier and Organic Return Pumps. The grit
separated shall be properly collected and transferred for disposal.
4.6.8 Biological Treatment based on Sequential Batch Reactor (SBR) technology
Primarily treated sewage shall be fed into the Sequential Batch Reactor (SBR) Units for biological treatment to
remove BOD, COD, Suspended Solids, Nitrogen and Phosphorous.
Sequential Batch Reactor (SBR) shall work in Batch mode in single step. It shall perform Biological Organic
Removal, Nitrification, De-nitrification and Biological Phosphorous Removal and shall be capable of
simultaneous sludge stabilization. The oxygen required shall be supplied through Fine Bubble Diffused Aeration
System with auto control of oxygen level in the Basins. The system shall have a SVI < 120 for higher settling
rates and shall be designed in such a way that growth of filamentous bacteria is restricted. The complete
operation including Filling of Sewage, Aeration, Sludge Recirculation, Decanting and Wasting of Excess Sludge
shall be controlled by PLC. Treated effluent from Sequential Batch Reactor (SBR) Units shall be collected in
Chlorination Tank for its disinfection.
4.6.9 Disinfection of Treated Effluent
Treated sewage from Sequential Batch Reactor (SBR) Units shall be collected in a Chlorination Tank where
disinfectant will be added at suitable dosing rate for disinfection. Baffle walls shall be provided in the Tank to
facilitate hydraulic mixing of treated sewage. Adequate reaction time shall be provided to ensure proper
disinfection of treated sewage.
Chlorinated effluent from Chlorination Tank shall be discharged into the nearby Drain by RCC Channel / RCC
Pipe through gravity.
4.6.10 Sludge Dewatering
Excess Sludge from SBR Basins shall be withdrawn through Sludge Withdrawal System and collected in the
Sludge Sump. Sludge Sump shall be equipped with Coarse Bubble Type Air Grid and Air Blowers.
The sludge shall be then pumped to Centrifuges for dewatering using positive displacement type Screw Pumps.
Dewatering Polyelectrolyte Dosing System comprising one Solution Preparation and One Solution Dosing Tank
equipped with slow speed Mixers and mechanically actuated diaphragm type Metering Pumps shall be provided
to dose Dewatering Polyelectrolyte Solution online.
The dewatered sludge in the form of wet cake from Centrifuges shall be collected and disposed off suitably
whereas Centrate shall be recycled to the Receiving Chamber / Wet Well.
Interconnection of various Units shall be made through RCC Pipes of Class NP3 or RCC Channels. RCC Pipes
shall be preferred over RCC Channels wherever possible but the Executive Engineer reserves the right to select
any option.
Indicative Process Flow Diagram, Piping & Instrumentation Diagram and Equipment Layout for the proposed
STP are attached at the end of Volume I. These Drawings are indicative and for tendering purpose only. The
bidders need to develop their own drawings based on his design and site conditions, conforming to the
specifications given in the Tender documents.
Description
Value
Average Flow
16.50 MLD
Peak Factor
2.25
Peak Flow
37.13 MLD
234.06 m
242.16 m
241.25 m
At surface of AGL
No.
Parameters
Values
UOM
pH
5.5 to 9.0
250
mg/l
400
mg/l
350
mg/l
35
mg/l
mg/l
7-8
mg/l
Fecal Coliform
1 x 106
MPN/100 ml
Total Coliform
1 x 107
MPN/100 ml
The Bidder shall carry out the sampling tests of raw sewage by themselves to ascertain the raw sewage quality
for treatment process. The Employer will not be responsible for the above and no relaxation will be given to the
guarantee conditions of desired treated effluent quality. For design purposes the lower parameters than the
above mentioned parameter will not be allowed.
4.7.1.3 Treated Sewage Quality:
The Contractor shall design the process in such a way that the treated effluent quality attains the following
limits or even better:
Sr. No.
Parameters
Values
UOM
pH
5.5 to 9.0
10
mg/l
100
mg/l
10
mg/l
mg/l
10
mg/l
MPN/100 ml
Oil &Grease
mg/l
Fecal Coliform
100
MPN/100 ml
4.8 (A) SCOPE OF WORK FOR RENOVATION OF EXISTING IPS IN PUNJAB TERORITY
a) Construction of RCC Collecting tank 7.50 x 5.0 x 2.0m as per design.
b) Replacement of S/S Screens and repair of existing screening chamber.
c) Repair of Existing Collecting Tank including providing and fixing of structural steel section for covering of
collecting Tank,
d) Horticulture & Landscaping
e) Supply & Installation of 12 Mtrs. High Mast Lights 2 No. as per satisfaction of the Engineer in- Charge.
f) Supplying & Installation of 900mm Sluice Gate for 1 No. collecting tank
g) Construction of Brick Masonry Chamber of Size 4.88 x 6.10m inside dimension complete as per
satisfaction of the Engineer in- Charge.
h) Designing, Installation, Testing and commissioning of :
Sewage Submersible pump capable of discharging 3200LPM 35Mtr head including control panel,
instrumentation, earthing including suitable size delivery, NRV, Sluice Valves and specials etc. complete in
all respects. (4working + 1 Standby)
i) Installation of Hoist for erection & re handling of pumping machinery on existing collecting tank.
in M30 grade reinforced cement concrete and as per IS 3370. RCC Platform / Walkway, minimum 1.20 m wide
with Hand Railing S/S-304 flat as per specifications shall be provided. RCC Staircase, minimum 1.20 m wide
with Hand Railing as per specifications shall be provided for access from Finished Ground Level to the top of
the Unit & to the Operating Platform / Walkway.
Average Flow
16.50 MLD
Peak Factor
2.25
Peak Flow
37.13 MLD
Number of Units
1 No.
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.
4.8.3 Coarse Screen Channels at STP
One numbers of Mechanical Coarse Screen (Working) and one number of Manual Coarse Screen (Standby)
shall be provided in Coarse Screen Channels at STP. Each Coarse Screen Channel shall be designed for 100%
of Peak Flow. The entire construction shall be in M30 grade reinforced cement concrete and as per IS 3370.
RCC Platform / Walkway, minimum 1.20 m wide with Hand Railing as per specifications shall be provided. RCC
Staircase, minimum 1.20 m wide with Hand Railing as per specifications shall be provided for access from
Finished Ground Level to the top of the Unit & to the Operating Platform / Walkway.
The clear opening shall be 20 mm for Mechanical Coarse Screen and 20 mm for Manual Coarse Screen. The
size of the bar shall be 10mm x 50 mm flat. The Mechanical and Manual Screens shall be made of SS 304 flats.
Conveyor Belt and Chute arrangement shall be provided to take the screenings. Screenings dropped from
Chute shall be collected in a wheel Barrow. Manually operated CI Sluice Gates shall be provided at the
upstream to regulate the flow.
Average Flow at STP
16.50 MLD
2.25
37.13 MLD
Number of Units
0.30 m/s
Wheel Barrow
1 No. (min.)
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.
4.8.4 Main Pumping Station & IPS
Sewage shall enter into Raw Sewage Sump (Wet Well) of the Pumping Station after screening. It shall be
circular / rectangular in shape and shall be designed for Peak Flow. The entire construction shall be in M30
grade reinforced cement concrete and as per IS 3370. RCC Platform / Walkway, minimum 1.20 m wide with
Hand Railing as per specifications shall be provided. RCC Staircase, minimum 1.20 m wide with Hand Railing as
per specifications shall be provided for access from Finished Ground Level to the top of the Unit & to the
Operating Platform / Walkway.
The capacity shall be kept such that the hydraulic retention time in it shall be minimum 5 minutes at peak flow
but not exceeding 30 minutes at average flow. Following criterias shall be considered to size the Sump:
That the Pump of the minimum duty / capacity would run for at least 5 minutes considering no inflow.
The capacity of the Wet Well is to be so kept that with any combination of inflow and pumping, the operating
cycle for any Pump will not be less than 5 minutes.
The arrangement of the submersible Pumps shall be as per Manufacturers data i.e. Spacing between the
Pumps, minimum space between the Pump and Wall etc.
The Side Water Depth (effective Liquid Depth) shall be minimum 1.50 m. In addition to the above liquid depth
an additional depression shall be provided to ensure adequate submergence of the pump as per the
manufactures recommendations Pumping station should have a Room adequate for installing electrical panels.
Suitable arrangement should be provided for lifting of pumps.
The effective liquid volume shall be provided below the invert level of the screen chamber after leaving
provision for a minimum of 0.30 m.
IS: 3370 and IS: 4111 (Part 4) shall be followed for the design and construction of Wet Well.
Description
Average Flow
Peak Flow
STP
16.50 MLD
37.13 MLD
8.00 MLD
18.00 MLD
MPS
8.50 MLD
19.13 MLD
Peak Factor
2.25
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.
4.8.5 Pumping Machinery:
Pumping Machinery shall be installed for Average Flow of 16.50 MLD with peak factor 2.25.The Pumps shall be
submersible sewage Pumps with centrifugal, non-clog type design. The speed of pump shall not be more than
1,500 rpm. The impeller should be of a non-clog design with smooth passage and solid handling capability of
100 mm size. The Pumps will have automatic coupling arrangement at discharge end, a guide pipe and a chain
for easy removal and lowering of Pumps. The Pumps shall run smooth without undue noise and vibration.
Vibration shall be limited as per BS 4675, Part I. The motor shall be squirrel cage type, suitable for three phase
supply continuous duty with class F insulation. Motor shall have integral cable parts and the cable entries shall
be sealed. Complete rotor shall be balanced dynamically.
4.8.6 Pumped Waste Water Conveyance
The pumped flow from the Pumping Station to the elevated Head Works of the Plant shall be taken through a
500mm Dia. Rising Main designed for peak flow. The Rising Main shall be adequately sized to have a velocity of
1.2 m/s at minimum flow and 2.5 m/sec maximum at peak flow.
Average Flow
16.50 MLD
Peak Factor
2.25
Peak Flow
37.13 MLD
Number of Units
1 No.
16.50 MLD
Peak Factor
2.25
Peak Flow
37.13 MLD
Number of Units
1 No.
16.50 MLD
Peak Factor
2.25
Peak Flow
37.13 MLD
Number of Units
1 No.
Free Board
0.50 m (min.)
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.
4.9.2 Mechanical & Manual Fine Screen Channels
One number of Mechanical Fine Screen (Working) and one number of Manual Fine Screen (Standby) shall be
provided in Fine Screen Channels. Each Fine Screen Channel shall be designed for 100% of Peak Flow. The
entire construction shall be in M30 grade reinforced cement concrete and as per IS 3370. RCC
Platform/Walkway, minimum 1.20 m wide with Hand Railing S/S-304 flat as per specifications shall be provided.
RCC Staircase, minimum 1.20 m wide with Hand Railing S/S-304 flat as per specifications shall be provided for
access from Finished Ground Level to the top of the Unit & to the Operating Platform/Walkway.
The clear opening shall be 6 mm for Mechanical Fine Screen and 10 mm for Manual Fine Screen. The
Mechanical and Manual Screens shall be made of SS 304 flats (2 mm for Mechanical and 3 mm for Manual
Screen). Conveyor Belt and Chute arrangement shall be provided to take the screenings. Screenings dropped
from Chute shall be collected in a wheel Burrow. Manually operated CI / Al Sluice Gates shall be provided at the
upstream and downstream ends to regulate the flow.
Average Flow
16.50 MLD
Peak Factor
2.25
Peak Flow
37.13 MLD
Number of Units
0.30 m/s
Free Board
0.30 m (min.)
Wheel Barrow
1 No. (min.)
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.
4.9.3 Grit Chamber
One number of Mechanical Grit Chamber (Working) along with one number of Manual Bypass Channel
(Standby) shall be provided after Fine Screen Channels. The Grit Chambers as well as Bypass Channel shall be
designed for 100% of Peak Flow. The entire construction shall be in M30 grade reinforced cement concrete and
as per IS 3370. RCC Platform/Walkway, minimum 1.20 m wide with Hand Railing as per specifications shall be
provided. RCC Staircase, minimum 1.20 m wide with Hand Railing as per specifications shall be provided for
access from Finished Ground Level to the top of the Unit & to the Operating Platform/Walkway.
Each Grit Chamber shall have the following features:
One tapered Inlet Channel running along one side with adjustable Influent Deflectors for entry of
sewage into the Grit Chamber.
One tapered Outlet Channel for collecting the de-gritted sewage, which overflow over a adjustable
Weir into the Outlet Channel. It shall be designed in such a way that no settling takes place in it.
One sloping Grit Classifying Channel in to which the collected grit shall be classified.
Manually operated CI / Al Sluice Gates shall be provided at entrance of the Inlet Channel of the Grit Chambers
as well as Bypass Channel to regulate the flow.
Average Flow
16.50 MLD
Peak Factor
2.25
Peak Flow
37.13 MLD
No. of Units
0.15 mm
2.65
960 m3/m2/day
Free Board
0.30 m (min.)
0.90 m (min.))
Wheel Barrow
1 No. (min.)
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.
4.9.4 Sequential Batch Reactor (SBR) Units
4.9.4.1 General
The Sequential Batch Reactor (SBR) Process shall be an advanced activated sludge process with in-built
nitrification, de-nitrification and biological phosphorous removal. The process shall utilize a Fill-and-Draw
Reactor with complete-mix regime and operating in true-batch mode. The complete process shall be divided
into Cycles with each Cycle is of duration of 2 4 hours. All the subsequent treatment Steps Fill/Aeration,
Settling and Decanting must take place sequentially and independently without overlapping.
During
Fill/Aeration phase, the sewage shall be filled into SBR Basins and part of the treated sewage along with
activated sludge shall be recycled with the help of Recycle Pumps. Air shall be supplied for aeration with the
help of Air Blowers. During settling phase, the Filling/Aeration shall be stopped and the mixed content shall be
allowed to settle under perfect settling conditions. During Decanting phase, the supernatant shall be removed
from top with the help of Decanters and excess sludge shall be wasted with the help of Waste Pumps.
The Bidder shall provide the most advanced and proven SBR technology being in successful operation and
meeting Standards of the Treated Sewage / Effluent Quality as mentioned vide Clause 2.3.1 (3) above. The
performance of the same shall be demonstrated by providing necessary Authenticated Certificates issued by
the competent authority.
4.9.4.2 SBR Basins
Sequential Batch Reactor (SBR) Units shall be rectangular and installed and equipped for average flow
of 16.50 MLD. However, it should be able to handle peak flow during morning / evening peak hours.
The system should work on a gravity influent condition. No influent / effluent Equalization Tanks or
flash filling is accepted.
The SBR Process shall have following independent steps without overlapping each other:
Settling (Sedimentation/Clarification)
Decanting (Draw)
The system should be designed for maximum F/M ratio of 0.18 Kg BOD/Kg MLSS day.
MLSS maintained in the Basin should range from 3,000 5,000 mg/l.
Cycle times shall be selected adequately by the Bidder considering min. 12 hrs/day Basin of aeration
and not exceeding decanting of 2.40 m liquid depth at any time with preferred cycle times containing
max. 50% not aerated portion.
The excess sludge produced shall be fully digested. Sludge production (including percipients) rate shall
be about 0.60 1.20 Kg / Kg of BOD removed.
Suitable numbers of SBR Basins with adequate volume shall be provided. In addition, 0.50 m Free
Board shall be provided to each Basin. Maximum Liquid Depth of each Basin shall be restricted up to
6.00 m.
The entire construction shall be in M30 grade reinforced cement concrete and as per IS 3370. RCC
Platform/Walkway, minimum 1.20 m wide with Hand Railing as per specifications shall be provided.
RCC Staircase, minimum 1.20 m wide with Hand Railing as per specifications shall be provided for
access from Finished Ground Level to the top of the Unit & to the Operating Platform/Walkway. Plinth
protection along periphery shall be provided as per technical specifications.
All other accessories, whether specified or not, but required for completion of the work shall form the part of
bidders scope.
4.9.5 Decanting Device
The Decanting Device shall be Moving Weir Arm Device of SS 304 with top mounted Gear Box, Electric
Drive, Scum Guard, Down comers, Collection Pipe, Bearings & floating decanter. The following type of
decanter assemblies are not acceptable:
GRP Products.
Valve Arrangement.
The maximum design travel rate shall be 60 mm/min with proven hydraulic discharge capacity of the
decanter proportional to the selected Basin area.
The hydraulic design based on design flow rate as given above shall not exceed flow speed of 1.30
m/s.
4.9.7 Return Activated Sludge (RAS) and Surplus Activated Sludge (SAS) Pumps
Dedicated Return Sludge and Excess Sludge Pumps shall be provided in each SBR Basin. The Pumps shall be of
submersible / horizontal centrifugal type suitable for handling biological sludge of 0.8 1% solids consistency.
Capacity and Heads shall be decided based on process requirements. Each Basin shall be provided with suitable
lifting arrangements to facilitate lifting of these Pumps if required for maintenance. The RAS & SAS pumps shall
include PLC & SCADA controlled.
4.9.8 Automation and Control
PLC based Automation System with application software based on Rockwell or equivalent to control MPS, IPS
pumps SBR System including all Gates, Air Blowers, Pumps, Valves and Decanters as per Bidders/Technology
Providers own design including I/Os with 20 % Spares and UPS.
HMI Panel shall comprise latest Personal Computer with 22 LCD Monitor, Multi Media Kit, Printer, Internet
Connection, RS-View, RS-Links (Gateway Version), Process and Operator Software with dynamic Flow Charts,
Pictures, Screens, Alarms, Historical Trends, Reports etc.
SACDA based Automation System to monitor the following parameters continuously in each SBR Basins:
Fill Volume
Discharge Volume
Temperature
DO Level
Decanter Speed
Number of Units
1 No.
Free Board
0.30 m (min.)
Chlorinated effluent from Chlorine Contact Tank shall be discharged into the nearby Drain by RCC Pipe /
Channel through gravity.
The Chlorination cum Chlorine Tonner House shall be provided nearby to house Chlorination Systems. It shall
be RCC (M25) Frame cum Brick Masonry Structure with Rolling Shutter, Windows & Ventilators, Electrical Hoist
with Travelling Trolley of minimum 3 Ton capacity or 1.5 times the weight of the single Unit whichever is more
to lift the Pumps/Chlorine Tonners and Safety Equipment including Sand Buckets, Fire Extinguishers and Fire
Alarms etc. Also it shall be provided with IPS Flooring, Internal & External Plaster and Internal & External
Painting. Plinth Protection shall be provided along the periphery as per specifications.
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.
4.9.9.2 Chlorination System
Gas Chlorination System comprising Vacuum Chlorinators (2 Nos.: 1W + 1S), Water Feed Pumps (2 Nos.: 1W +
1S), Interconnecting Piping and Appurtenances, Chlorine Gas Detector, Empty Chlorine Tonners (Suitable for
30 days Storage) with Trunions, Lifting Device and Suspended Weighing Scale, Residual Chlorine Test Kit,
Safety Equipment (e.g. Exhaust Fan, Canisters, Gasmasks etc.), Mandatory Spares, Chlorine Leak Detection
and Chlorine Leak Absorption System including FRP Half Hoods, Caustic Solution Tank, Caustic Recirculation
Pump, Centrifugal Fan, Interconnecting Piping and Ducts complete and other required ancillary shall be
provided.
Design Flow
Type
Vacuum Type
Chlorine Dosing
5 ppm (min.)
Quantity of Chlorinator
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.
4.9.10 Sludge Dewatering Units
Sludge Dewatering Units comprising Sludge Sump and Pump House, Centrifuge House and Dewatering
Polyelectrolyte Dosing System shall be designed for average flow.
4.9.11 Sludge Sump & Pump House
A Sludge Sump shall be provided to hold excess sludge from SBR Basins. It shall be equipped with Coarse
Bubble Air Grid made from HDPE / UPVC Pipes and Air Blower Assembly to facilitate mixing of its contents on
continuous basis. It shall be constructed in M30 grade reinforced cement concrete and as per IS 3370.
Number of Units
1 No.
Free Board
0.50 m (min.)
A Pump House shall be provided near Sludge Sump to accommodate Air Blowers and Sludge Transfer Pumps
(Centrifuge Feed Pumps). It shall be RCC (M30) Frame cum Brick Masonry Structure with Rolling Shutter,
Windows & Ventilators. Also it shall be provided with suitable Flooring, Internal & External Plaster and Internal
& External Painting. Plinth Protection shall be provided along the periphery as per specifications.
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.
4.9.12 Sludge Sump Air Blowers & Sludge Transfer (Centrifuge Feed) Pumps
Sludge Sump Air Blowers shall be positive displacement (Roots) type and Head for Air Blowers shall be decided
on the basis of maximum Liquid Depth in Sump duly considering the losses governing point of delivery and the
Air Blowers. They shall be complete with Motor and accessories like Base Frame, Anti Vibratory Pad, Silencer,
Non Return Valve, Air Filter etc. as per specifications.
4.9.13 Mechanical Sludge Dewatering Device (Centrifuges) and Centrifuge House
The Mechanical Sludge Dewatering Device shall be solid bowl type Centrifuges designed for 100% trouble free
operation at all times and provided as per the following guidelines.
It shall be so located that the dewatered sludge can be loaded into Trucks/ Trolleys / Containers directly.
Preferably, it shall be so located that the dewatered sludge falls into the Trucks/ Trolleys / Containers without
requirement of another Material Handling Unit.
The dewatered sludge shall have a minimum solids concentration of 20% or more (measured as dry solids w/w
basis) so that it can disposed by open body Trucks/Trolleys.
The centrate generated from centrifuge dewatering shall be transferred back to the receiving chamber/wet
well.
It shall be solid bowl type of co-current/counter current design. It shall have sufficient clarifying length so that
separation of solids is effective. The Centrifuge and its accessories shall be mounted on a common Base Frame
so that the entire assembly can be installed on an elevated structure. Suitable Drive with V-Belt arrangement
and Turbo Coupling shall be provided along with Overload Protection Device.
Differential speed and Bowl speed shall be adjusted by changing the Pulleys. Differential speed may be
adjustable by use of epicyclical gears. The Bowl shall be protected with flexible connections so that vibrations
are not transmitted to other Equipments. The Base Frame shall be provided with anti-vibration Pads. The Drive
Motor shall be of 1,450 RPM. The noise level shall be 85 dB (A) measured at 2.00 m distance under dry run.
The vibration level shall be below 50 micron measured at Pillow Blocks under dry run condition.
All other accessories, whether specified or not, but required for complete shall form part of contractors scope.
A Centrifuge House shall be provided near Centrifuge Feed Pump House to house Centrifuges. It shall be a Stilt
+
type
RCC
(M25)
Frame
Structure.
Centrifuges
shall
be
installed
at
First
Floor
whereas
Trucks/Trolleys/Containers shall be parked at Ground Floor. An Electrical Hoist with l Travelling Trolley of
suitable capacity and Safety Equipment including Sand Buckets, Fire Extinguishers etc. shall be provided. Also it
shall be provided with suitable Flooring, Internal & External Plaster and Internal & External Painting. Plinth
Protection shall be provided along the periphery as per specifications.
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.
4.9.14 Polyelectrolyte Dosing System
Polyelectrolyte Dosing System shall consist of Dosing Tanks equipped with Slow Speed Agitators and
Diaphragm type Metering Pumps.
Polyelectrolyte shall be dosed online at the inlet of Centrifuges. Minimum dosage of polyelectrolyte shall be
1.50 2.50 kg/ton of dry solids at 0.1% solution strength. The solution will be dosed using mechanically
actuated Diaphragm type Metering Pumps. Dedicated Dosing Pumps shall be provided and shall be interlocked
with Centrifuges in such a way that they Start/Stop along with Centrifuge.
Dosing Tanks:
Number of Units
2 Nos. (min.)
Free Board
0.50 m min.
Type
Liquid
Quantity
Dosing Pumps:
16.50 MLD
Detention Time
10 mintues
Liquid depth
3m
MOC
M-30
Operating hours
23.5
No. of Pumps
(2w+1S)
Capacity of Pump
16.50 MLD
MOC
RCC NP-3
Type
Approximate length
4500 m
1.5 times the weight of Air Blower whichever more is. Similarly, MCC Room and PLC/Control Room shall be
designed.
Laboratory shall be fully equipped with all necessary Equipments, Instruments, Chemicals, Reagents, Glassware
and Furniture.
Adequate number of Toilets and Washbasins shall be provided separately for Men & Women at each floor. A
covered Overhead Tank of capacity 5 m3 shall be provided along with an Underground Water Tank of capacity
10 m3 to cater to the water requirements of the Building.
In addition, the Building shall be provided with Porch, Staircase, Passages, Wooden/Aluminium/Glass Doors /
Windows / Ventilators and Safety Equipments including Sand Buckets, Fire Extinguishers and Fire Alarms etc.
Adequate Flooring shall be provided in various Rooms/Areas as per requirement or as per instructions of the
Engineer-in-charge. Internal & External Plaster with Painting shall be done as per instructions of the Engineerin-charge. Plinth Protection shall be provided along the periphery as per specifications.
The Building shall be provided with the following:
Sr.
No.
1
Item of work
Work
Telecommunication Facility
Plant Model
Air Conditioner
with IPS Flooring, Internal and External Plaster with Painting and Plinth Protection along the periphery as per
specifications.
Unit
Flooring
Doors
Room,
Abrasion
Shutter
(See
Type)
Chlorinator
cum
Chlorine
Resistant
Rolling
Additives of approved
Through
make
of
House
3
MS
Centrifuge Platform
Windows
/
Ventilators
Aluminium
of
approved make
Aluminium
of
approved make
approved
make
Anti Skid Tile Flooring
---
---
---
---
of approved make
4
Coloured
Pre-cast
Heavy
Duty
Paving
Blocks
with
Lacquer
Finish
5
Toilet Blocks
UPVC
of
UPVC
approved make
approved make
---
---
of
of approved make
Vehicle Parking Area shall be provided to permit the parking of Vehicles in coloured Pre-cast Heavy Duty Paving
Blocks with Lacquer Finish.
The entire system of Roads, Pathways and Vehicle Parking Area shall be designed such that Vehicles involved in
the delivery of Materials, Chemicals, Consumables and Residual Disposal can continuous route through the
Works and get out again.
4.10.8 Storm Water Drainage
Adequate Storm Water Drainage shall be provided adjacent to the Internal Roads considering local rainfall
intensity with 100% runoff. It shall be in RCC Class NP 3 pipe of min 300 mm dia. with necessary Chambers at
appropriate locations. These Chambers shall be covered with CI Gratings. This Storm Water Drainage shall be
connected to the nearby Storm Water Drain or Channel of City Network.
4.10.9 Boundary Wall and Gate
Boundary Wall having architectural and elegant view shall be provided along entire periphery of the Plot.
Height of boundary wall should not be less than 1.80 m from finished ground level. It should be able to bear
wind pressure up to 80 Km/hr. At least One Entry Gates, 3.60 m wide each shall be provided. Entry Gate shall
be provided with a Wicket Gate.
4.10.10 Internal Water Supply and Water Supply for Gardening
Proper water facility shall be provided at STP. Rate of water supply may be kept as 135 litre per capita per day
for a population of 50 people. Storage should not be less than 1000 litres. Water supply for gardening purpose
may be from treated final effluent in sufficient quantity.
4.10.11 Disposal of Plant Residuals Treated Effluent
Plant Residuals (Screenings, Grit and Dewatered Sludge) and treated effluent shall be the property of the
Employer. However, the Contractor shall be responsible for disposal of Plant Residuals within 5.0kms from Site.
Treated Effluent shall be discharged into Minor No.6 through RCC NP-3 Pipe. The Contractor may sell off the
Dewatered Sludge but at the discretion of the Employer.
4.10.12 Landscaping
Landscaping involves beautification of Effluent Treatment Plant site by cultivating lands, plants and trees of
environmental value and suitably modifying the appearance of STP site. It shall add scenic value to the STP site
to obtain maximum visual impact. Contractor has to develop proper landscaping in the STP site from
professional landscaper approved by Engineer in- charge.
i) Lawns:
Lawns should be drained with great care in order to keep it lush with green. The soil should be drained
effectively and water should not be allowed to be collected in pools. The ground must be dug up to a depth of
30 45 cm to remove stones with weeds and the soil should be exposed to sunlight for proper sterilization.
The grass for the lawn should be preferably Cynodondactyion or Bermuda grass. The lawn must be prepared
by one of the approved methods seeds, by turfing, by turf plastering or by dibbling roots. Lawns once should
be subjected to regular rolling, moving, watering, and restoration of patches. In the absence of rain the lawn
must be provided with every 5j heavily soaking the soil to a depth of at least 15 cm. To keep the lawn in
condition it should be seeded once a month with liquid manure by dissolving 45 gm of Ammonium sulphate or
20 gm of Urea in 5 litres of water. Bone meal at the rate of 100 kg per 1000 sqm is recommended in one year.
Neem cake should also be applied once or twice a year at the rate of 200 kg per 10C Raking and scraping for
thatch control must be carried out. Weed measures should also be undertaken during the twelve months of
Defect Liability Period.
ii) Flowerbeds:
Flowerbeds add a special charm to any place. They should be simple in either square, rectangular, circular or
oval. The number and size flowerbeds are determined by its extent with type. The tallest growing should be
planted at the back of borders or in beds on lawns far away from structures. The medium sized plants should
be planted in the central area of the garden and the dwarfish ones should be planted in front.
There should be a harmonious blending of colours to create a pleasing appearance. Flowerbeds should be dug
up to at least 15-20 days before sowing or bedding out small plants. For most annuals it would be enough as
the soil is worked to a 45 cm but for deep rooting plants such as Sweet Peas, Cannas, etc. should be dug up to
60 cm. A basket of 10 kg of manure should be app about 2 sq. metres of flowerbed area. The bed should be
levelled in such a way, that it slopes slightly with uniformly from the centre to the edge. A clear 7 to 15 cm
should be left unfilled by plants by the edge of the bed.
iii) Shrubs:
Shrubs are plants, generally with woody stems, rather smaller than tree bigger than most herbaceous plants.
In a typical shrub, there are several stems arising from the same root. Shrubs are either deciduous or
evergreen. A well-designed shrub border should consist of a suitable admixture of deciduous with evergreen
shrubs. The preferred shrubs are Ixora, Bougain villae, and Euphorbia leucocephala, Poinsettia, Mussaenda,
etc. should be planted by preparing cubic pits of 60 cm, pits about a metre away should be fitter with good soil
mixed with 2 to 4 baskets each decomposed manure. The ground should be well prepared in bet digging it
about half metre deep with removing all weeks. They should be at suitable distances so that when they mature
and reach their maximum growth.
They should not be allowed to grow straggly or form clumps by throwing from the base. Manure should be
applied to the shrubs at least once a month by providing plenty of compost materials.
iv) Plantation:
Plantations are to be done all along the boundary wall just to provide a barrier. Big trees should be planted 3m
apart from each other within a 5m wide. Space adjustment should be done taking the site condition into
consideration. Cubical pit of 60cm should be proposed and should be filled with good soil mixed with 2 to 4
baskets of 5 kg each of well decomposed manure. The ground should be well prepared in between by digging
it about half metre deep with removing all stones and weeds. The trees should be planted at suitable distances
so that when they mature and reach their maximum growth.
Service
Design Velocity
m/s
Effluent&
Effluent&
0.6 1.2
Designed as
flowing full.
Limitations
pipe
line
0.6 2.5
18 22
0.6 1.5
0.6 1.5
Notwithstanding the above, the Tenderer shall submit a Pipe Line Schedule with Tag No., Flow, Size, Type,
Material of Construction etc. with detailed P & ID for approval of the Engineer-in-charge prior to any further
engineering or procurement/fabrication and installation.
Generally, the Material of Construction shall be selected based on the following guide lines. The Tenderer can
make suitable selection depending on Service, Type of Flow (i.e. Gravity or Pressurized) and Diameter of Pipe
as per specifications.
4.12 Electrical & Instrumentation Works
It shall be the Contractors responsibility to obtain adequate incoming HT power from State Electricity Authority
based on the maximum demand load. The Employer will pay the charges for obtaining the above connection
whereas necessary Liaoning for the same shall be done by the Contractor in consultation with Engineer-incharge.
Adequate nos. of Transformers with 10% overload shall be provided. These shall be oil filled, air cooled and step
down Transformers suitable for indoor installation manufactured in accordance with IS 2062/1962 and as
modified from time to time. They shall be supplied with all accessories and mounting as per IS 2062 and shall
also have Dial Thermometer, Bucholz Relay, Rollers and Explosion Vent. Each Transformer shall be provided
with off load tap changer for 2.5%. The windings shall be of connections as per vector group DY II. The
efficiency of the Transformer at 100%, 75% and 50% loading should also be indicated separately. The
Transformer should be filled with oil and tested as per I.E. Rules & Regulations. Suitable cable boxes for H.T.
and bus ducting for L.T. side be provided.
The entire Plant shall be operated on 415 V, 3-Phase, 50 Hz, 4-Wire system. The Contractors Scope of Work
shall include the following:
Obtaining incoming HT Power from State Electricity Authority including necessary liasonoing,
documentation etc. complete.
HT Cable with Termination Kit from Source to the Electrical HT Substation located at the Effluent
Treatment Plant.
HT Substation including 4-Pole Structure, Metering Kiosk, HT Panel, Transformers, Power Control Centre
etc. complete.
Motor Control Centres.
Cabling including Power, Control and Instrumentation Cables.
Earthling for Electrical equipments as well as Instruments.
Internal Lighting in Buildings.
External Lighting.
Local Push Button Stations near respective Drives.
DG Set of adequate rating capable to run the entire Plant at Peak Flow.
Any other item / accessories required for successful completion of the Project.
The Contractor shall design/execute the System as per standard specifications, PHED Rules and
Regulations, requirements of State Electricity Board and other local Authorities and actual site
conditions.
Also, the Contractor shall provide adequate automation for fully automatic operation of the entire Sewage
Treatment Plant including Primary Treatment Units, Biological Treatment Units based on SBR technology,
Chlorination Units and Sludge Dewatering Units through a Programmable Logic Centre (PLC) and Supervisory
Control and Data Acquisition (SCADA) with Man-Machine Interface (MMI). Provision shall also be made to
operate each Unit of the Plant manually, if required.
4.13 Instrumentation
4.13.1 PLC/PC/SCADA BASED AUTOMATION SYSTEM FOR ENTIRE PLANT
The entire Sewage Treatment Plant including Primary Treatment Units, Biological Treatment Units based on SBR
technology, Disinfection (Chlorination) Units and Sludge Dewatering Units shall be designed for fully automatic
operation through a Programmable Logic Centre (PLC) and Supervisory Control and Data Acquisition (SCADA)
with Man-Machine Interface (MMI). Provision shall also be made to operate each Unit of the Plant manually, if
required.
Dynamic display of all Units, Equipments and Drives shall be available on SCADA Screen.
Auto/Manual operation of each Drive shall be made by selecting a Soft Switch on SCADA Screen.
In Auto mode, each Drive shall operate based on pre-set sequence and interlock.
In Manual mode, each drive shall be operated in Local/Remote mode by selecting a Soft Switch on
SCADA Screen. In Local mode, each Drive shall be operated from the Local Push Button Station (LPBS)
located nearby. In Remote mode, operation from LPBS shall be disabled and each Drive shall be
operated manually from PLC. Also Working/Standby selection of Drives shall be done by selecting a Soft
Switch on SCADA screen.
Open/Close indication of all Auto Gates and Auto Valves shall be displayed on SCADA Screen.
Annunciation & Alarm facility shall be available in PLC/SCADA. In the event of a Fault, the symbol
representing the Equipment/Drive shall continue flashing on SCADA Screen with Equipment/Drive
description appearing at bottom of the SCADA Screen and electric Hooter shall continue blowing until
the Fault Alarm is acknowledged.
Data logging of Running Hours of each Drive, Alarms, Historical Trends of monitored Parameters etc.
shall be envisaged in SCADA.
4.13.2 Instrumentation
PLC Control Philosophy
The treatment plant conceived is an auto control plant capable of Automatic Operation requiring minimal
operator attention.
The plant will be capable of auto control depending upon the level in the equalization tank with a provision of
Manual Operation / Override.
The conceived Auto Control is as follows:(a) Auto starts/stops of the following pumps using level control on/off depending upon level in the tank/sumps
with provision of rotation of pumps
i)
The Trending data should be printed automatically for past 24 hours period at a given set time every day say
1200 hrs. 24 hrs and 7 days be available by giving a signal from the pressure sensitive key board.
4.13.4 Alarm
Normal Alarms
All alarms are software to be printed on a printer, accompanied with an audio visual alarm for a definite time
however when there has been an alarm of any time of there shall be facility to given an normal audio visual
alarm also be enabled when the plant is under operation is an attended mode is there is an operator. This
audio visual facility alarm is to be disable when the plant in under non attended mode.
Emergency Alarm
Emergency audio/visual/telephonic alarm is to be activated in case of an emergency fault in the non attended
mode (the Emergency faults are listed in the enclosures).
Service Alarm
Alarms along with the daily log report for service /preventive maintenance of the drive like lubrication, oil
change, filter cleaning etc. after set number of operating hours of each drive these alarms are to be repeated
until the service alarm accept button has pressed by the operator .
PLC of individual equipment shall be selected to carry out necessary operations without overloading the
PLC memory.
The CPU shall not be loaded more than 60% of its capacity.
Retentively shall be 100% to save the recorded data and saving the programmed logic, other attributes
connected with system for power & system failure.
Operating mode
Start-up times
Shutdown times
Faults, level messages, pressed EMERGENCY STOP buttons, etc., must also be clearly displayed at the bottom of
the screen, irrespective of the selected screen page or sub-menu.
It must be possible to output all important menu items to the printer. The corresponding interfaces must be
provided.
The display of the function plans, images, etc. is affected in direct dialog with the system by means of the
mouse and keyboard.
The central SCADA shall generate various reports to analyze plant performance. The process is documented via
the laser printer.
The selection of Auto/Manual and Working/Stand-by shall be made available in SCADA. In manual mode the
screen operation will be done from SCADA screen. Physical switch over of screens in plant will be done by
operator using manual gates.
Necessary interlocks, controls, alarms, report generation, etc. shall be considered in PLC for auto operation of
fine screen.
v) Grit Chambers
Each grit chamber will consist of Detroiter (1No.), Organic Return Pump (1No.) and Screw Conveyor for grit
removal (1No.). As such Detroiter, Organic Return Pump and Screw Conveyor will not have auto operation;
these will be started and stopped from SCADA screen as required.
Necessary interlocks, alarms, report generation, etc. shall be considered in PLC for operation of Grit chamber
equipment.
vi SBR Basin
Complete operation and control of SBR plant will be done through a separate PLC and SCADA. However it shall
have necessary inputs and generate required outputs to operate in co-ordination upstream and downstream
units of balance plant.
Alternatively contractor may provide single PLC and SCADA for entire Sewage Treatment Plant.
Necessary interlocks, controls, alarms, report generation, etc. shall be considered in SBR PLC for auto operation
SBR basin.
Each SBR basins shall be equipped with Level Transmitter, DO Transmitter and MLSS Meter for monitoring and
recording of critical operation parameters through SCADA.
vii) Sludge sump and pump
An ultrasonic type level transmitter shall be used for measurement of level in sludge sump.
2Nos. of sludge pumps will be used to feed sludge to centrifuge. These will operate as per level in sludge sump.
The selection of Auto/Manual and Working/Stand-by shall be made available in SCADA for sludge pumps. In
manual mode the Start/Stop of pump will be done from SCADA screen.
Necessary interlocks, alarms, report generation, etc. shall be considered in PLC for operation of chlorination
system.
viii) Chlorination tank
The selection of Auto/Manual and Working/Stand-by shall be made available in SCADA for booster pumps. In
manual mode the Start/Stop of pump will be done from SCADA screen. Though chlorinator will have standalone
operation, feedback for the equipment shall be taken to PLC and displayed SCADA for monitoring purpose.
Necessary interlocks, alarms, report generation, etc. shall be considered in PLC for operation of chlorination
system.
ix) Centrifuge
The drives and instruments of Centrifuge shall be connected to PLC for its auto operation. Starting of dewatering
system will be a manual process.
Necessary interlocks, alarms, report generation, etc. shall be considered in PLC for auto operation of centrifuge.
Alternatively contractor may provide single PLC and SCADA for entire Sewage Treatment Plant.
4.13.8 Plant Operation Modes
The plant shall be operated in two modes:
i) Attended Mode- i.e. when there is operator present in the plant, and certain section of the plant are to
operate only in the attended mode only (this is listed in the enclosure).
ii) Non Attended Mode- i.e. no operator normally this will take place at night and no weekends. The
Emergency audio /visual/telephonic alarm is to be activated in case of emergency fault (the emergency faults
are listed in the enclosure).
4.13.9 Control Cabinet
The PLC printer, panel display instrument, VDU (if provided/offered), alarm
buttons etc. shall be located on the Control Cabinet, Drive indications will be, however be direct .(i.e. Not
through PLC).
The control Cabinet shall have a Semi graphic of the plant indicating the working drives etc. located on the top
portion of the cabinet. In case of standing type the General arrangements will be as per the enclosed sketch.
The control cabinet shall be either a free standing type or a desk the final selection of the type of panel /cabinet
shall be made later.
4.13.10 Flow measurement control:
In addition to 900 V notch in channel (before oil grease removal track) 2 Nos. online magnetic type flow meter
cum totalize shall be installed. One at inlet channel / delivery line of raw effluent pump house and other at final
outlet.
4.13.11 Other Items
Any other item which is required to make the system complete shall be deemed to be included by the bidder
irrespective of the fact whether it has been specifically mentioned / specified above, and the bidder shall supply
/ construct / provide the same if called upon to do during detail engineering or if so required by PHED.
4.14 Technical Specifications Civil Works
a) Survey Work
The Contractor shall carry out detailed survey work and submit both soft and hard copies of contour drawings
with spot levels with 10 m x 10 m grid to the Employer. Necessary information such as reference to the
location as proposed for the treatment plant by him with respect to site boundary.
b) Geotechnical Investigation
The Contractor shall carry our Geotechnical Investigation work at the proposed location of treatment plant. The
no. of bore holes to be taken, depth of boring etc. shall be decided in consultation with the Engineer In-charge.
The Contractor has to provide the hard and soft copies of the test reports. If the bearing capacity of the soil
found lower than that is mentioned in the soil report provided with the Tender document, the lower of the two
values shall be considered for design.
To ensure that the offered treatment process is the most appropriate and state of the art in terms of both
efficacy of treatment and cost (the Contractor shall have to produce the performance records with the same
treatment systems applied elsewhere.)
To ensure that the process is cost effective from both capital and running costs consideration.
To ensure that the sludge produced is dewatered to a spade able or open body truck able consistency
The process preferably should be free from utilization of chemical/any organic chemicals except for sludge
removal process. No toxic chemical shall be used by the Contractor. He will submit the toxicity test report from
any govt. recognized laboratory at his own cost before using such chemical.
The final treated effluent is to be disinfected through chlorination before its disposal.
e) Structural Design
The Contractor shall have to do the structural design considering the survey details and geotechnical
investigation details like safe bearing capacity, seismic forces, depth of water table and hydraulic flow diagram.
The design of plant units and Buildings if any, shall be submitted by the Contractor in soft and hard copies,
with General Arrangements and detail RCC drawings. The design of units shall be finalized in consultation with
the Engineer in Charge. The design of units shall be as per relevant BIS or other Indian/international
standards in absence of BIS or sound engineering practice. The requirements to be fulfilled by the Contractor
are described in detail in the general civil specifications and particular specifications for civil work for sewage
treatment plant. Pressure releasing valve to release sub soil water pressure shall be allowed at appropriate
locations.
f) Construction Works
The Contractor shall construct the civil units of the plant (including intermediate process pumping stations
wherever required) to accommodate the mechanical units to fulfill the requirement of process design. There
shall be adequate working space, accessibility considerations like RCC staircase or ladders, walkway with proper
width, hand railing, etc wherever needed. For Buildings, there shall be additional items like ventilation and
lighting requirements, flooring and finishing (hard flooring like granite for machine bearing floors) etc. The civil
units shall be constructed such that there is proper accessibility for repair or replacement of mechanical
equipments. Any concreting shall be done only after approval of Engineer in charge. All construction work
shall be carried out as per the provision of CPWD specifications unless otherwise mentioned in the document.
g) Equivalency of Standards and Codes
Wherever reference is made in the Contract to specific standards and codes to be met by the goods and
materials to be furnished, and work performed or tested, the provisions of the latest current edition or revision
of the relevant standards and codes in effect shall apply, unless otherwise stated in the Contract. Where such
standards and codes are national or related to a particular country or region, other authoritative standards
which ensure an equal or higher quality than the standards and codes specified will be acceptable subject to
the Engineer's prior review and written approval. Differences between standards specified and the proposed
alternative standards must be fully described in writing by the Contractor and submitted to the Engineer at
least 28 days prior to the date when the Contractor desires the Engineer's approval. In fee event the Engineer
determines that such proposed deviations do not ensure equal or higher quality, the Contractor shall comply
with the standards specified in the Bid Documents.
h) Board
The Contractor at his own cost, shall provide sign boards at approved locations, in English and Hindi at the site
of the Works of approved size and design which provides
1) The name of the Project,
2) The name and addresses of the Employer, the Contractor and the Consultant;
3) The name and short description of the Project and
4) The starting and completion dates. Contractor shall take care of signboard and re-do it in case of loss,
damage, theft etc., as desired by the Engineer In-charge.
i)
Contractor shall be responsible to develop a quality control program and to all necessary materials, apparatus,
instruments, equipment, facilities and qualified staff for sampling, testing and quality control of the materials
and the under the Contractor. Without limiting the generality of the foregoing, the actor shall either (i)
establish a testing laboratory at the site of Works which be adequately equipped and staffed to carry out all
sampling and testing in accordance with the requirement set out in the Tender document specifications provide
all field equipment and apparatus as necessary to conduct all in-situ tests and/or any Tests on Completion, or
(ii) arrange for routine sampling, testing and reporting, as required, through a certified independent laboratory
acceptable to the Engineer In-charge. The Contractor shall obtain the approval of the Engineer In-charge for
the quality control programme developed by him and incorporate any modifications suggested by the Engineer
In-charge at no extra cost.
All costs of such sampling, testing and reporting of test results will be borne the Contractor, and the Contractor
shall include sufficient provisions in his; tendered rates to allow for independent sampling and laboratory
testing under the direction of the Engineer In-charge. The Contractor shall furnish certified copies of all test
reports to the Engineer In-charge within 3 days of completion of the specified tests.
The Contractor shall, within 14 days after the date of the issue of Letter of Acceptance, submit to the Engineer
In-charge for his consent a detailed description of the arrangements for conducting the quality control
programme during execution of the Work, including details of his testing laboratory, equipment, staff and
general procedures. If following submission, or at any time during the progress of Works, it appears to the
Engineer In-charge that the Contractor's quality control programme is not adequate to ensure the quality of the
Works, the Contractor shall produce a revised programme, as desired by the! Engineer In-charge, which will be
adequate to ensure satisfactory quality control, in case of the Contractor will fail to ensure quality control
program the action deem fit will be taken against the Contractor. The Employer shall carry out supervision and
quality control and monitoring the progress of works.
j) Protection of Utilities
The Contractor is required to carefully examine the location of the Works and their alignments and to make
special enquiries with all authorities concerning utility lines such as water supply, sewers, gas pipe, telephone
(underground and/or overhead) lines, electric cable (underground and/or overhead) etc., and determine and
verify to his own satisfaction the character, sizes, position and lengths of such utilities from authentic records.
The Contractor shall be wholly responsible for the protection and/or facilitating relocation of such utilities as
may be required and shall not make any claim for extra work or extra time that may be required to protect or
facilitate relocating such utilities. If any major shifting realignment of water supply, sewers, gas pipes, electric
and telephone lines is necessary due to their interference with the proposed Works, the same may done by the
Contractor. The cost of such relocations will be borne by the Contractor.
k) Erection
Bidders have to note that various major items shall be procured / executed under this Contract subject to
inspection by the Employer or their authorized representatives at manufacturers premises. Cost of inspection
shall be borne by Contractor
l)
Testing of Concrete
Testing of Concrete shall be carried out as per IS4926: 1976. The contractors shall send three flexural beams
to the laboratory for every ten slabs, or part thereof, for testing flexural strength. The admixture used shall
conform to IS 9103-1979 reaffirmed on 1990 or AS1 C-494 of 92. All taxes/duties etc. will be borne by the
contractors and not by the Employer. No extra payment will be made for the use of admixtures.
4.14.1 Mechanical Equipments
The Contractor shall have to design, supply, erect and commission the mechanical equipments as proposed by
him in the treatment train to achieve the required parameters. The design, material of construction and type of
various mechanical equipments shall confirm to the standards laid in various sections of Tender document.
Internal & outdoor lighting, plant water supply and sanitation, waste disposal, etc.
Street and yard lighting and fire hydrant system for the STP.
Sewage Treatment Plants including all the Civil Units and Electro-Mechanical Equipments as per the
Bidder's Proposal to ensure that all the output guarantees are met.
The Bidder shall also dispose-off the sludge, screenings, grit and any other material, as per specifications and
to the satisfaction of the Engineer In-charge. It is to be noted that all costs during the O&M period including
diesel (2hrs. per day average running) excluding the cost of power is to be borne by the Contractor. Within his
quoted cost, the Bidder is to ensure that the following guarantees are maintained:
The Bidder shall provide on job training to the Employer staff as per specifications.
The Bidder shall, at no extra cost to the Employer, repair and re-condition all the mechanical equipments in the
concluding year of the O & M Contract to a condition so that they can operate for a further 36 months period
with regular preventive and recommended maintenance. The Bidder's scope shall include supply of all
necessary spares that may be required to operate for another 24 months. The list of critical spares shall be
drawn up depending upon the maintenance record of equipments in the penultimate year of the Contract and
the spares shall be supplied in the concluding year of the Contract.
4.15 PHYSICAL COMPLETIONS OF WORKS
The provision of the PWD Code mentions that the works allotted to bidder are required to be physically
completed within assigned time frame. The physical Completion of the work becomes more important when the
trial run, defect liability period and Operation & Maintenance of the executed work is also responsibility of the
bidder.
The Engineer in- Charge do not consider the issue of Physical Completion Certificate as an important matter.
This lackadaisical attitude and approach of Engineer in- Charges may help the bidder to derive benefit of
doubt and the bidder can claim Operation & Maintenance charges from the department without actual physical
completion of the work and also without passing the required tests to be achieved during trial run period.
The detail provisions in this regard have been explained in Clause 16.23, 16.24, 16.25 & 16.26 of PWD Code.
In addition, the necessary provision thereof also exist in the contract agreements.
It will be the responsibility of the Engineer in- Charge to notify the date of the Physical Completion of work
after due inspection before start of trial run period. The copy of the notification for date of Physical Completion
of the work will be forwarded to the concerned execution agency, Concerned S.E. and Head Office. After
notifying the date of Physical Completion of the work, the date of completion of trial run period will have to be
notified by the Engineer in- Charge and copy thereof will be sent to all concerned i.e. concerned execution
agency, Concerned S.E. and Head Office. The notification regarding trial run will be issued only after
completion and development of the infrastructure as per the requirements and objectives of the Contract
Agreement. In case the objectives and requirements are not met, the same will be extended and the execution
agency will not be paid for this extension of the trial run period beyond the time period of trial run as specified
in the Contract Agreement.
The date of completion of defects liability period will be notified under intimation to all the concerned. Any
defect as observed during the defect liability period will be dealt as per the provision of the Clause 16.24 of the
PWD Code.
The Engineer in- Charge can also take help of 3rd Party inspection who will be one of the members of the
committee headed by the Engineer in- Charge.
The Bidder has to meticulously follow the procedure and instruction as mentioned above and any deviation
shall invite action against the concerned persons.
Supervisory staff as well as mechanical and electrical technicians shall be provided by the contractor
and shall be present during all the shifts.
Operating staff shall be provided by the Contractor. Employer may also depute its own technicians, and
the Contractor shall provide them in-work training during this period
All the chemicals and other consumables shall have to be provided by the Contractor
Repairs as well as replacement of equipments and parts thereof shall be the responsibility of the
Contractor. All the spares used during this O&M period of 72 months shall be made good before
handing over the plant.
Shall carry out preventive maintenance & replacements of defective equipments & components till
handing over of the STP.
Screens & lifting of the screened material & Dried Sludge & storage disposal of the same in a safe &
hygienic way outside the battery limits of STP site as per the instructions of Engineer in Charge.
Removal of grit from grit chamber/ storage space and disposal of same to safe place & hygienic way
outside the battery limits of STP site as per the instructions of Engineer in Charge.
Removal of oil and grease from oil & grease chamber and disposal of same to safe place & hygienic
way outside the battery limits of STP site as per the instructions of Engineer in Charge
Maintaining all the plant & machinery and tools and making necessary repairs.
In case waste water is not available in total quantity, the bidder shall commission the plant and
demonstrate its performance at proportionate capacity as directed by the Employer.
During the start up & operation period of the plant the bidder shall conduct regular test on a daily /
twice a week & weekly basis to ascertain the quality of the raw effluent and treated waste water
quality. The testing schedule shall be drawn up in association with Employers Representative prior to
start up of the plant.
For Operation & Maintenance Phase, Complete Laboratory set up, consumables for testing of Influent &
Effluent with respect to its characteristics and quantity etc, O&M of Laboratory including manpower for
testing would be within the scope of the contractor.
It is proposed to use mechanical sludge dewatering system followed by Sludge Drying Bed at the treatment
plant and the offer should include complete system including shed for storage of dewatered sludge and loading
arrangement, cost of loading solid sludge into the trucks, cost of transportation & disposal of solid sludge.
All the cost for Operation and Maintenance of the Plant such as Chemicals and Consumables, Disposal of
Screenings, Grit and Dewatered Sludge, Manpower, Spares, Repair and Maintenance of Civil, Mechanical,
Electrical, Instrumentation Items including all other major/minor repairs, breakdowns, replacements etc.
including Cost of Electricity and Diesel for DG shall be in the scope of the Bidder. No extra payment other
than whatever has been quoted in Price Schedule will be entertained by the Employee.
4.18 THE BID SHOULD INCLUDE
1) Each bid should contain following technical details of the bid offered by them.
2) Treatment methodology adopted. Unit wise treatment efficiency expected
3) Flow sheet for treatment scheme
4) Hydraulic flow diagram
5) Design and working parameters of each unit e.g. Size of unit, HRT, SOR, BOD loading rates etc
6) Water Balance chart.
7) Details of operating cost for various components viz. various chemicals, manpower, power (electricity),
O&M etc.
8) Specifications of equipment proposed to be installed in each unit, their number and standby where
applicable, material of construction and motor ratings etc. All the equipments should be covered with
adequate warranty and the same should be mentioned in the bid.
9) Details of spares required for two years of operation beyond the O&M period of Five years, and supply
of these spares shall be part of scope of works.
10) P&I diagram with material of piping used
11) There should be individual electrical panels for all units
12) Electrical wiring diagram
13) Details of electrical loads giving number of motors installed, number in operation, number in standby,
hours of operation, motor ratings, non motorized load, and power consumed per day. Also indicate the
ratings of Transformer (not included in this scope of works) that will be required for the normal
operation of the plant.
Supplying, Laying, Fixing & jointing of suitable size Aluminum Conductor XLPE Cables from GO switch
to Metering Panel to 11 KV VCB Panel & from there to primary of Suitable rating Step down
Transformers at site- I & site- II.
Supplying & Installation of one suitable rating VCB Panel suitable for fault level of 350 MVA at 11 KV
with necessary controls & protections.
Supplying & Installation of 1 (1W) suitable rating 11 KV/ 433 V Step down Power Transformers,
outdoor Type.
PVC Insulated PVC Sheathed Aluminum Conductor 1.1 KV grade Armoured Cables of suitable cross
section for connection between secondary of Transformer & the Incomer of
from starter feeders in Main Panel to the respective Local Control Panels in respective Pump Houses &
from their to Junction Boxes for all prime movers.
Automatic Power Factor correction Panel with suitable relays & capacitors banks, with cable
connections with the Main Electrical Panel.
Design, manufacture, supply, testing and commissioning of D.G sets of required capacity rating to run
all units of Main Pumping Station & STP including all ancillary equipment such as base frame, coupling,
coupling guard, control panel and exhaust piping system etc. including electric wiring between control
panel and starting batteries for operation of prime movers as detailed in technical data sheets to be
filled by bidders.
Necessary arrangement for firefighting will also be included in the scope of work.
Earthling & lightening protection as per Indian Electricity Rules & Standards shall be provided.
4.20 Miscellaneous.
All the reaction tanks / chamber with drain & filtrate shall be collected in such a way that the entire
tanks can be emptied & taken in to MPS by gravity.
Entire piping used for inter connection shall be DI except inside aeration reactors & air pipes. Internal
pipes inside all the reactors for aeration shall be SS 304 & external air connected pipes shall be MS PVC
Coated.
The invert level at the outlet of the filtered water sump shall not be less than as specified earlier.
All inter connecting pipes & channels shall be designed hydrologic ally for peak flow.
All water retaining structures should be RCC M-30 designed mix with protective coating as required &
others RCC- M25.
Internal lightning, exhaust fan, ceiling fan, cables, switchgears & other control equipment is in scope of
contract.
External lightning to be provided to ensure flux level as prescribed in National Building Code or ISI at
all the appropriate places such as walkways, structures; etc. shall be in this scope of work.
Any design parameter not covered in DNIT shall be as per sewage manual.
Flow Meters, Low & High level indication with automatic on & off of all pumps & blowers with pressure
gauges at common header shall be provided.
Lifting and handling equipment in the common Blower cum all pumps houses with EOT for lifting.
Ancillary works like indoor lighting, lightening protection, gangways, stairs, ladders, railings, cable
ducts, pipe ducts etc. are also covered in the scope of this contract.
All incoming cables from control panel, all switchgears in control panel shall be provided. The ducts and
spaces in constructed area shall be provided.
Whenever there is an abrupt change in levels the side / boundaries of the land allotted shall be neatly
dressed with side slopes IV: 3H. Surplus earth, if any shall be disposed of as per directions of the
engineer in charge.
In front of all buildings & pump houses paved area of minimum 50 M^2 shall be provided & connected
with the internal roads. The paved area shall be concrete pavement of 150 mm thick (CC-1:2:4) laid
over sub grade of 75 mm thick (1:3:6) as above with concrete Kerb & channel with suitable opening
for the disposal of storm water. The remaining area shall be designed, provided & maintained for
landscaping & horticulture as per the directions of the Engineer in Charge.
Adequate numbers of ABC type fire extinguishers along with necessary set of sand buckets shall be
provided in the outdoor substation, & Main electrical Panel room & Local Control Panel Rooms of all
pump houses to meet with the fire safety norms as per ISI/ Fire Council. The number & capacity of fire
extinguishers & Bucket provided in each area as above to meet with the norms should be specified in
the technical bid.
Standard first aid kit shall be provided & kept in the administrative building.
Furniture for administrative control building, laboratory, Pump Houses, Office buildings as per list in
data sheets to be provided.
The Multi-Channel controller shall have an Ethernet service port for direct connection to a personal computer
for transfer of data and software updates.
The Multi-Channel controller shall be housed in an IP65 enclosure.
The AC power supply shall be housed in the interface unit and automatically accept input in the range of 100 to
230 Vac, 50/60 Hz. An internal 24 Vdc power supply shall be available as an option.
The interface unit shall allow operators to control sensor and interface functions with menu-driven software.
The Multi-Channel Controller shall have capability to handle the third party field device like level/pressure/flow
transmitter etc.
Wireless Remote Data Logger for Transmitting Data Using GSM / GPRS:
These GPRS / GSM wireless remote data loggers will be used for continuous real time online data acquisition
and monitoring. The system should be micro-processor based, Plug & Play type and should have inbuilt
modem.
f) General Specifications of Real Time Water Quality Monitoring Stations:
Data Collection System:
Data Communication System:
Display
Keyboard
Sensor Inputs
Programming
Ethernet, USB
Shall display Data in Graphical and tabular format for all parameters and
spectral absorption curve
Data Transfer
TCP/IP,HTTP or FTP
Network Connection
Operating temperature
0 to 60C
Operating Humidity
5 to 95 % Non-Condensing
Power Input
240 VAC
Tampering Alert
System shall send alarms based on missing data, power supply malfunction,
and door alarms.
SCADA Interface
Onsite
Data
4-20 mA outputs for all parameters for future integration with SCADA
Validation
&
System should contain data validation software installed for basic QA/QC of
data and send contamination alert notifications to central receiving station
g) Enclosures
The enclosure at each fixed RTWQMS shall accommodate data logger, HMI, sensor cards, voltage
regulator, transmitter unit etc. the enclosure shall provide protection from dust, humidity, precipitations,
sunlight and environmental pollution. The material for the enclosure shall be of steel plate or resistant
plastic, of protection IP 65 with safety lock of good quality. The enclosure shall be customized for cable
entry openings.
h) Essential Technical Features:
All instruments must be operated according to the plug & measure principle. All measurement
systems shall consist of standardized latest technology products are ready for use without the need
for complex initial procedures on site.
The instruments and analyzers must be made of highly resistant materials and tested according to
the highest quality standards.
All instruments must have auto-diagnosis procedures are used to ensure best possible operation.
All spectrometer probes for organic analysis must operate using Spectrometry as measuring
principal.
Signal output must be analog, digital and must be compatible to data acquisition system, SCADA
Signal output analog and digital function can be used for necessary basic controls
Automatic data validation in system is pre-requisite to remove outliers, false alarms and give user
friendly diagnostics to handle concerns.
Must have flexible design with adjustable open path length in spectrophotometric probe to
measure very low to high effluent / influent characteristics.
Onboard event detection and validation software on system enable objective of decision making
and to have optimum process controls.
System must have pre-calibrations for effluent/influent (selectable) with provision of multi-point
calibration with atleast 20 matrix points for COD, BOD, TOC, Colour & TSS parameters to adapt
water matrix changes. Calibration must perform directly from controller without any external
PC/software.
COD, BOD & TOC must have independent program for calibration, analysis and validation.
Parameter calculation for one to another parameter such as COD to BOD to TOC is not
recommended due to accuracy issues.
Validation & accuracy checks of system must have provision to perform with reference to known
standards such as KHP (Potassium Phthalate etc)
Optical sensors including spectro photometric probes must be water-proof, rugged and have
integral IP68 bendable cable to operate in harsh conditions without downtime.
System must have proven installation base with compliance and approvals from USEPA.
All analyzers must be reagent and consumable free. The maintenance of analyzers must be
extremely minimum.
0 to 2000 ppm
Resolution
0.01 ppm
Accuracy
+/- 7.5%
Operating temperature
0 to 45 degree Celsius
Operating Humidity
95 % relative Humidity
Operating Pressure
0 to 3 Bar
Protection Class
Sensor Cleaning
Specification of COD
Measuring Principle
Measurement Range
0 to 3750 ppm
Resolution
0.01 ppm
Accuracy
+/-5 %
Operating temperature
0 to 45 degree Celsius
Operating Humidity
95 % relative Humidity
Operating Pressure
0 to 3 Bar
Protection Class
Sensor Cleaning
Automatic
Specification of TSS
Measuring Principle
Measurement Range
0 to 2000 ppm
Resolution
0.01 ppm
Accuracy
+/- 5 %
Operating temperature
0 to 45 degree Celsius
Operating Humidity
95 % relative Humidity
Operating Pressure
0 to 3 Bar
Protection Class
Sensor Cleaning
Specification of NO3
Measuring Principle
Measurement Range
0 to 40 ppm
Resolution
0.01 ppm
Accuracy
+/- 3 %
Operating Temperature
0 to 45 degree Celsius
Operating Humidity
95% RH max
Operating Pressure
0 to 3 Bar
Protection Class
Sensor Cleaning
0- 10 mg/L
Accuracy
2% of reading
Resolution
0.01 mg/L
Response Time
60 seconds
Measurement Principle
Amperometric
Operating Temperature
0- 40C
Cleaning
Interference Correction
Light Source
Measurement Term
Measuring Range
0 to 3750 ppm
Standard Output
4-20 mA
Digital Output
Resolution
0.01 ppm
Accuracy
+/- 5%
Operating Temperature
0 to 45 degree Celsius
Humidity
0 to 95% RH
Power
MatrixChange Correction
Protection Class
Cleaning
SPECIFICATION FOR pH
Measuring Range
Accuracy
0.1 units of pH
Resolution
0.01 units of pH
Response Time
30 seconds
Operating Temperature
0-70 degree C
Operating Humidity
5 to 95% non-condensing
Power
12 VDC Nominal
Signal Output
Cleaning
Installation/ mounting
Protection Class
Integrated Temperature
0-100 degree C
Automatic compensation
Temperature
0 to 25 mg/L
Accuracy
1% of full scale
Measuring Principal
Resolution
0.01 mg/L
Response Time
60 seconds
Operating Temperature
0 to 60 degree C
Operating Humidity
5 to 95 % non-condensing
Protection Class
Power
12 VDC Nominal
Signal Output
Cleaning
0-250000 mg/l
Accuracy
0.1 % of reading
Resolution
0.01 mg/l
Response Time
1 minute
Operating Temperature
0 to 90 Degree Celcius
Operating Pressure
0 to 20 Bar
Flow Rate
Independent
Protection Class
IP68
Signal Output
Measuring Principle
Electrochemical
0- 90C
Accuracy
0.1C
Resolution
0.1C
Response Time
60 seconds
Cleaning
Protection Class
Power
7 to 30 VDC
Signal Output
Description of Items
Qty.
Oil free Diaphragm type vacuum cum pressure pump improved model.
No.
No.
Laboratory hot air oven, double walled inner made of stainless steel,
outer of MS duly painted, glass wool insulation. Digital controller cum
indicator with safety cum timer & alarm system Moment German Type
with tree sides heaters for quick and uniform heating thermostatically
controlled built-in L shape thermometer complete with shelves, plug,
S. No.
Description of Items
Qty.
cord and connector size of inside chamber (450 x 450 x 450 mm)
Muffle furnace, quick heating type Light weight. Digital controller cum
No.
No.
10 to 500 C
No.
10 to 1100 C
No.
No.
No.
Sox let Extraction Apparatus with six Hot plates operation, with
No.
No.
indicator with safety alarm fiber wool insulation to keep heat loss too
low. Heating chamber made of Ceramic Fiber muffle, surrounding with
canthal wire, maximum temperature 9500 C, continuous working
temperature 9000 C. Outer casing made of mild steel duly painted with
heat resistant paint, with plug & cord. Size of inner chamber (150 x 150
x 300mm)
4
Digital Display electronic hand held stop watch with extra facility for
day date and time reading 1/100 second.
10
S. No.
Description of Items
Qty.
11
Water still complete from inside & outside made of stainless steel sheet
No.
Nos.
for pyrogen free distilled water, complete with self ejecting type
heating elements, wall hanging arrangements, plug and cords outputs
4 1/h.
12
Laboratory report stand rectangular heavy type with rod, base size 7
x 5 duly painted
13
No.
14
No.
15
No.
16
No.
inch
No.
10 inch
No.
17
No.
18
No.
19
1.5 tonne capacity window type air conditioner for conference room
Nos.
1.
Nos.
2.
Vacuum flask i.e. filtration flask capacity 500ml. With side tubular
Nos.
Borosil R.
3
Evaporating dishes
50
Nos.
Nos.
Nos.
S. No.
Description of Items
Qty.
1000 ml capacity
Nos.
500 ml capacity
Nos.
100 ml capacity
Nos.
100ml capacity
Nos.
50 ml capacity.
Nos.
1000 ml capacity
Nos.
500 ml capacity
10
Nos.
100 ml capacity
15
Nos.
1000 ml capacity
Nos.
500 ml capacity
Nos.
100 ml capacity
Nos.
10
Reflux flask i.e COD flask capacity 250ml with B-24 joining Borosil
12
Nos.
11
Nos.
20 ml capacity
Nos.
10 ml capacity
Nos.
ml capacity
Nos.
2 ml capacity
Nos.
25 ml capacity
Nos.
10 ml capacity
Nos.
ml capacity
Nos.
12
Volumetric flask
S. No.
Description of Items
13
Beaker Borosil R
Qty.
1000 ml capacity
Nos.
500 ml capacity
Nos.
250 ml capacity
Nos.
100 ml capacity
Nos.
50 ml capacity
Nos.
14
Allhin condenser length 400mm with B-24 cone & socket Borosoil
12
Nos.
15
Nos.
No.
16
Kjeldahi apparatus
No.
17
No.
Nos.
18
Nos.
19
Wash bottle polythene filted with stopper & delivery tube capacity 500
Nos.
ml.
20
Nos.
21
Glass beads
No.
22
Nos.
23
10
Nos.
24
50
Nos.
25
Carriage of materials
---
L.S.
PH tables
PH = 4(10 tablets)
PH = 7(10 tablets)
10
Nos.
10
Nos.
S. No.
Description of Items
Qty.
10
Nos.
Nos.
pocket)
3
Nos.
Nos.
500gm
500gm
25gm
500gm
10
5gm
11
100gm
12
10
AMP
13
Ltrs.
14
Potassium Hydroxide
500gm
15
500gm
16
500gm
17
500gm
18
Ammonium solution
500gm
19
Magnesium Sulphate
500gm
20
Calcium chloride
500gm
21
Ferric Chloride
500gm
22
Sodium Sulphate
500gm
23
2 Chloro 6 pyridine
250gm
24
500gm
26
250ml
27
100ml
SECTION 5
ELIGIBILITY CRITERIA DOCUMENT
SCHEDULE 1
STRUCTURE AND ORGANIZATION
1.
Name of Company/Firm
Registered Address
Telephone Number
Fax Number
2.
3.
4.
5.
6.
Attach a Company organization chart
7.
Previous names of the company with the dates of changes ( if any)
8.
9.
Encl.:
1) Attach attested copies of original documents:
a) Applicant's legal status.
b) Principal place of business.
c) The place of incorporation (for applicants who are corporations), the place of registration and nationality
of the owners (for applicants who a rein partnerships or individually owned firms).
2) Power of attorney or authority to sign duly attested by Magistrate 1st Class.
3) Latest brochures and technical literatures.
SCHEDULE 2
ELIGIBILITY CRITERIA DOCUMENT
FINACIAL CAPABILITY
Summary of assets and liabilities on basis of the audited financial statements of the last three
financial years.
ITEM
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
DESCRIPTION
2010-2011
2011-2012
2012-2013
2013-2014
Total Assets
Current Assets
Total Liabilities
Current liabilities
Net worth (1-3)
Working Capital (2-4)
Annual Turn over
Construction Services
Services related turn over
Profit before taxes
Profit after Taxes
Note:
Attach attested copies of the audited financial statements of the last three financial years.
Details of construction services related turnover
Name and Address of the Bank providing Credit line
c) Specify proposed sources of financing to meet the cash flow demands of the project, net of current
commitments:
SOURCE OF FINANCING
AMOUNT
Firms owned by individuals, partnerships, may submit their balance sheets certified by the registered
Chartered Accountant, and supported by copies of tax returns, if audits are not required by the laws
of their countries of origin.
SCHEDULE - 3
ELIGIBILITY CRITERIA DOCUMENT
Assessed Available Bid capacity
The applicant must fulfil the criteria of...
Available Bid Capacity (ABC)> Total estimated cost of work(s) at the time of bidding. Contractors
should calculate the available bid capacity as per given formula.
ABC = 2AN - B
A= Maximum value of works executed in one year during last 3 years (updated to Current
price level) completed works/in progress
B= Value at current price level of the existing commitments and ongoing works to be
completed during next 18months (period of completion of works as per bid)
N= No. of years prescribed for completion of works for which bids are invited i.e. 1.5 in this
case.
SECHUDLE 4
ELIGIBILITY CRITERIA DOCUMENT
WORKEXPERIENCE
LIST OF RELEVANT PROJECTS OF VALUE OF PACKAGE (FOR WHICH PREQUALIFICATION
IS SOUGHT), COMPLETED/STILL CONTINUING, DURING THE LAST TEN YEARS
Name
of
Emplo
yer /
Client
Name,
Location
, Nature
&
Descripti
on
of
Work
Contr
act
Price
in
Indian
Rs.
% of
Partici
pation
of the
Compa
ny
Contractu
al Date
of
Commen
ce- ment
of
Construct
ion
Contract
ual
Date of
completi
on
of
Work
Actual
Date
of
Start
of
Work
Actual
Date
of
Completi
on
of
work
Reasons
for
Delay in
Completi
on,
if
any
Value of
work
completed
till
date
supported
with
certificate
from
employer/
client
Note :1. Certificates from the employers are to be attached in respect of the information furnished.
2. Attach photographs of completed Projects.
3. Attach additional photo copied pages, if required.
4. Works to be listed separately as per the similarity.
5. Attach performance certificates as per the value of work as defined in this document. There should
not be an unsatisfactory performance of the applicant.
SCHEDULE 5
Eligibility Criteria Document
Details of raw & treated waste water design parameters of the project mentioned in schedule 4
Sr. NO.
Parameter
Values
Raw Effluent
pH
TSS
BOD
COD
Chromium Total
Phenolic Compound
Achievement
Achievement
SCHEDULE 6
ELIGIBILITY CRITERIA DOCUMENT
LIST OF CURRENT PROJECTS
PROJECT
TITLE
Note
WORKS
INVOLVED
CLIENT
CONTRACT
VALUE
DATE OF
DUE DATE OF
COMMENCEMENT OF COMPLETION
WORKS
%AGEWISE
EXPECTEDDATE OF
COMPLETION COMPLETION
SCHEDULE 7
ELIGIBILITY CRITERIA DOCUMENT
INFORMATION REGARDING CURRENT LITIGATION, DEBARRING/ BLACKLISTING,
EXPELLING OF APPLICANT OR ABANDONMENT OF WORK BY APPLICANT
i)
ii) a)
b)
iii)a)
b)
Yes/No
Yes/No
In India during the last 5 years due to any reason. If yes, give details
Year
Current
Actual
awarded amount
against
cause of
value of
applicant
litigation and
disputed
matter of
amount
dispute
Note: Applicant shall submit an affidavit with an undertaking that the applicant/associates have
not been blacklisted by any Govt. agency/State Government/ Central Government offices in any of
the states in India.
Contractor
Witness
136
Executive Engineer
SCHEDULE 8
ELIGIBILITY CRITERIA DOCUMENT
AFFIDAVIT
1.
I, the undersigned duly authorized on behalf of company/firm/do hereby certify that all
the statements made in the required attachments are true and correct to the best of my
knowledge.
2.
The undersigned hereby authorize(s) and request(s) any bank, person, firm or
corporation to furnish pertinent information deemed necessary and requested by the Employer to
verify this statement or regarding my(our)competence and general reputation.
3.
The undersigned understands and agrees that further qualifying information may be
requested and agrees to furnish any such information at the request of the Employer.
Date
Encl.: Requisite Power of Attorney duly attested by Magistrate 1st Class.
Contractor
Witness
137
Executive Engineer
SCHEDULE 9
ELIGIBILITY CRITERIA DOCUMENT
ADDITIONAL INFORMATION
Following additional information supported with attested copies, may be supplied along with
your application:
4. Details of possession of Electrical License from Chief Electrical Inspector of the State for
execution of High Tension line network.
Please add any further information, which you consider to be relevant to the evaluation of
your application. If you wish to attach other documents please list below, otherwise state not
applicable.
Contractor
Witness
138
Executive Engineer
An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price
specified in the Contract including additional security for unbalanced Bids, if any and denominated in Indian
Rupees.
Contractor
Witness
139
Executive Engineer
DATE____________
Witness _____________
Contractor
Witness
140
Executive Engineer
Contractor
Witness
141
Executive Engineer
the elevation should be worthy of a building of this value. Special attention should be given to the climate in
the area while planning the structure. The building should give a good look from the pump house and the main
road. The entire building should be accommodated within the space indicated in the layout of the STP Works. A
porch sufficient to accommodate a saloon car shall be provided at the main entrance of each building / pump
house.
The overall plans and the elevation shall be approved by the engineer-in-charge before the structural design
and actual work is started.
i)
Design considerations
The contractor shall be responsible for the safety of structures, correctness of design & drawing even after
approval of the same by the Engineer in-charge. The contractor shall submit detailed design, calculations of
foundations & super structures & general arrangement drawings.
ii) Design Standards
All design shall be based on Manual of Sewerage and Sewage Treatment Published by CPHEEO and latest
Indian standard specifications for code of practice unless otherwise specified.
iii) Design Life
The design life of all structures & buildings shall be 60 years.
iv) Design Loading
All the buildings & structures shall be designed to resist the worst combination of the following loads / stresses
under test & working conditions. These include dead load, live load, wind load, seismic load, and stresses due
to temperature changes, shrinkage & creep of material & dynamic loads.
a) Dead load
This shall comprise of all permanent construction including walls, floors, roof, partitions, staircase, fixed service
equipment & other items of machinery in estimating the load of process equipment all fixtures & attach piping
shall be included.
b) Live Load
Live loads shall be in general as per IS: 875. However the following minimum loads shall be considered in the
design of structures.
Live load on roofs: 2.00 KN/M2.
Live load on Floors supporting equipment such as pumps, blowers, compressors, valves etc.: 5KN/M2.
Live loads on all other floors, walkways, stairways & platform: 5 KN/M2.
c) Wind Loads:
As per IS: 875 Part III.
Contractor
Witness
142
Executive Engineer
d) Earthquake loads:
As per IS: 1893 taking in to consideration the soil sector type of foundation adopted with all up to date
amendments.
e) Expansion Joints and Construction Joints
(i) General
Movement joints such as expansion joints complete contraction joints, partial contraction joints & sliding joints
shall be designed & provided to suit the structure. Contraction joints shall be provided at specified locations
spaced not more than 7.5 M in both right angled direction for wall & drafts. Expansion joints at suitable
intervals not more than 40 M shall be provided in walls, floors & roof slabs of water retaining structures.
(ii) Joints in Floor
Joints in floor shall be provided as specified on drawings.
In case of PVC water stops to be provided horizontal position flat flooted PVC water stops shall be used.
The water stops shall be provided in such a way that half the portion of water stop (width wise) is embedded in
the concrete and half remains exposed for next concrete.
Steel reinforcement shall not be discontinued where construction joints in floor are provided.
(iii) Joints in Walls
(a)
Movement Joints
Movement joints shall be provided in the walls at positions shown on drawings. Water stops shall be kept in
position with the help of bitumen impregnated fiberboard fillers. Concrete shall be laid in such a way that half
the portion of water stop remains exposed for next concreting.
Steel reinforcement shall be discontinued at the joints as shown on drawings.
(iv) Construction Joints
Construction joints shall be provided between two lifts of concrete as shown on drawings.
A groove shall be formed around exposed portion the PVC water stop for proper jointing.
Care shall be taken during concreting to keep the water stop in vertical position.
In no case shall the water stop be punctured on hailed with the binding wire to keep it in position. Wherever
required to be jointed the water stop shall be welded in T, X or L Pattern as per the Instructions of Engineer
in- Charge.
f) Epoxy Coating to Concrete and Mild Steel Parts
(i) General
Epoxy coating is to be applied to the internal surfaces of units as specified in the Bid Documents. The thickness
of the epoxy film shall be 200 microns.
Contractor
Witness
143
Executive Engineer
(ii) Materials
A solvent free epoxy coating like Araldite GY255 manufactured by Hindustan CIBA Geigy Ltd. Bombay or
equivalent is to be used for forming the film. In case of use of an equivalent it shall be got approved from the
Engineer in- Charge.
Materials used and process of application to the concrete of other surface should be strictly according to the
instructions of the supplier of the epoxy.
Araldite GY 255 one part by weight is to be mixed with 1 part by weight of hardener XY 45.
The viscosity should be such convenient for brush application.
(iii) Subsurface Preparation
The concrete surface should be cleaned thoroughly by wire brushing or acid etching or sand blasting. The mild
steel parts also are to be cleaned to be free of grease and thoroughly sand blasted or wire brushed. The
coverage should not be more than 6sqm for concrete and 5 sqm for mild steel per kg., of epoxy respectively.
The moisture content of concrete before application of epoxy coating shall be less than 4%. This has to be
checked properly through a small sample. To achieve this epoxy coating shall be done in hot season or
otherwise the surface shall be thoroughly dried by a sun gun.
(iv) Curing
The curing should be done for 7 days at room temperature. If the temperature is less than 15oc the space
should be warmed up by incandescent lamps, heaters, blowers or infrared lamp.
The instructions of the supplier manufacturer of the product both as for use of materials and application take
priority over the above instruction and they should be followed very rightly.
Design Requirements
The following are the design requirement for all reinforced or plane concrete structures.
(a)
All blending & leveling concrete shall be minimum 100 mm thick in concrete grade M-10 (1:3:6) unless
otherwise specified.
(b)
Liquid retaining structures: The wall & bottom slab thickness shall not be less than 150 mm in any water
retaining structure except in launders & channels. The same shall be designed using M-30 concrete design mix
with maximum 40 mm aggregate size for footing & base slabs & with a maximum of 20 mm aggregate size for
all other structure members.
(c)
(d)
Medium reinforcement & cover of concrete shall be as per 7.1 of IS: 3370 part II & 7.2 of IS: 3370 part
II.
(e)
Water retaining structures such as tanks and sumps and concrete roofs shall be designed on a no crack
basis & against uplift pressure assuming sub soil water at Ground Level.
(f)
Material Standards: All material shall be new & of the kind & quality described in the contract & shall be
equal to approved samples. The material & workmanship shall comply with the Indian Standards with
Contractor
Witness
144
Executive Engineer
amendment. The specification standard & codes listed below are considered to be part of this bid specification:
IS: 875 Part 1 to 5 Code of Practice for structural safety of buildings, loading standards.
IS: 3370 part I IV code of Practice for concrete structures for storage of liquids.
IS: 432 Part I Mild steel & medium tensile steel bar & hard on steel wire for concrete reinforcement.
IS: 1786 High Strength deformed steel bar & wires for concrete reinforcement. IS: 2950 Part I Code
IS: 1974 Part 1 & 2 Code of practice for design & construction of machine foundations. IS: 12269 53
IS: 383 Course & fine aggregate from natural source of concrete.
Contractor
Witness
145
Executive Engineer
Unit
Floor
Walls Finish
Walk ways.
CHQ. Tiles
MCC Room.
KS
DT (oil bound)
SSI+SSII
Glazed tiles
DT (oil bound)
AL
KS
DT (oil bound)
SSI+SSII
Pump Houses.
IF
WW
RS+ SSI+SSII
Filter Hose.
KS
WW
RS+SSI+SSII
Chlorination Room.
KS
DT (oil bound)
SSI+SSII
i) Legend
CHQ.T: Chequered Tiles; KS: Kota Stone; IF: Industrial Flooring; WW: Whitewash; DT: Distemper; RS: Rolling
shutter; SSI/SSII: Metal Pressed doors, AL:-Aluminum
ii) Flooring
The following floorings will be adopted in the building and walkways.
Cement concrete flooring: Grade 1:2:4, 75 mm thick with 20 mm thick normal size aggregate with finishing
with a floating coat of neat cement including cement slurry etc. Cement concrete flooring with metal concrete
hardener topping: It shall be with a 18 mm thick Metallic concrete hardener topping consisting of mix 1:2 (1
cement 2 stone aggregate 6 mm nominal size) by volume and mixed with metallic hardening compound of
approved quality @ of 3 Kg./ sq. Mt including cement slurry rounding of edges etc. This shall be laid on cement
concrete 1:2:4 layer of 42 mm thickness (IF).
Kota stone flooring: polished blue Kota stone of 25 mm thick slabs of 900 sq. cm. Lay over 20 cm thick base of
cement mortar. 1:4 and jointed with gray cement slurry to match the shade of slab including rubbing and
polishing (KS).
iii) Wall Finish
The interior walls will be plastered with cement sand mortar 1:4 of 20 mm thickness finished smooth. In
Laboratory and bathrooms the finishes will be different.
iv) White wash: with whiting to give an even shade in 3 or more coats (WW)
v) Distemper: Oil Bound distemper of approved brand and shade in 2 or more coats over priming coat of
whiting to give an even shade (DT)
Contractor
Witness
146
Executive Engineer
vi) Ceramic tile: 1st quality mat finish tiles of 6 mm thickness laid on a bed of neat cement slurry including
nicely finished joints using water proof joint filler powder and finishing with flush pointing in white cement
mixed with pigment to meet the shade of tiles (tiles).
vii) Roofing
All roofing shall be in RCC due attention shall be paid to slopes to facilitate rainwater disposal through CI
drainpipes. All the roofs except the roof of the wash water tank shall be covered with waterproofing & tiles as
per Haryana PWD specifications.
Contractor
Witness
147
Executive Engineer
hinges, sliding bolts, handles tower bolts etc. complete in all respects including applying priming coat of
approved steel primer (SS2) & epoxy painted.
iv) Aluminum swing type doors, aluminum sliding windows, partitions
As per IS: 1948 and IS : 1949 referred to incorporates the sizes, shapes, thickness and weight per running
meter of extruded sections for the various components of the units, however, new sizes, shapes, thickness with
modifications to suit snap-fit glazing clips etc. are being continuously being added by various leading
manufacturers of extruded sections, which are available in the market as such, the sections of the various
components of the unit proposed by the Contractor, will be reviewed by the Engineer-in-Charge and will be
accepted only if they are equal to or marginally more than that given in the codes as specified.
The framework of partitions with mullions and transoms shall be with anodized aluminum box sections.
Anodized aluminum box sections shall be in-filled with timber of class 3 (silver oak or any other equivalent) as
per IS: 4021. The outer frame shall be of size 101.6 x 44.45 x3.11mm rectangular tubular section and the
shutter shall be made out of specially extruded tubular section of size for sill member shall be 99.2 x 44.45 x
3.18mm including glazing of 5.0 mm thick plain glass PVC/ Neoprene weather stripping screw less aluminium
bidding fixer such as lock, handle, tower bolt and self closing device of approved make. Panels of double /
single glazing/plywood shall be fixed as per details indicated in the Drawing to be prepared by the Contractor.
Partitions shall be fixed rigidly between the floor and the structural columns/beams including provision of
necessary shims for wedging etc. Finished work shall be of rigid construction, erected truly plumb to the lines
and levels, at locations as per the construction Drawings to be prepared by the contractor.
Specific provisions as stipulated for steel doors, windows, and ventilators under relevant clause shall also be
applicable for this item work glazing beads shall be of the snap-fit type suitable for the thickness of glazing
proposed as indicated in the items of works prepared by the contractor. A layer of clear transparent lacquer
shall be applied on aluminum sections to protect them from damage during installation. This lacquer coating
shall be removed after the installation is completed.
v) Rolling Shutters (RS)
Rolling shutter of approved make made of 80* 1.25mm. M.S. laths inter locked to gather through their entire
length and jointed together at the end by end locks mounted on specially designed pipe shaft with brackets,
side guides and arrangements for inside and outside locking with mechanical device chain and crank operation
for operating rolling shutters exceeding 10.00Sqm including spring hooks, providing and fixing necessary 25.3
cm. Long wire springs grade No. 2 and MS top cover 1.25 mm thick (RS) & epoxy painted.
vi) Windows
Steel glazed windows shutters of standard rolled steel section joints mitre and welded with steel lugs 13 *
3mm, 10 cm, long with fixed wire gauge of 14 * 24 gauge to the metal frame of rolled section by metal
beading 20 * 3 with suitable screw at not exceeding 150 mm distance and square bars or other flat welded,
embedded in cement concrete block 15 * 10 * 10 cm of1:3:6 (1 cement: 3 coarse sand: 6 graded stone
Contractor
Witness
148
Executive Engineer
aggregate 20 mm nominal size) or with wooden plugs and screws or with fixing clips or with bolts and nuts as
required including providing and fixing of plain glass panes 4 mm thick with glazing clips and special metal sash
putty of approved make or metal beading with screws complete including priming coat of approved steel primer
& epoxy painted, partly fixed and partly open able (Fixed area not to exceed 33%)
6.1.6. Walkways and access stairs
All units shall be accessible by concrete walkways of a width of 1.2 m. The RCC Platform / walkway shall be
provided with Hand Railing having vertical height 1.20 mtr, spacing 0.90 mtr of 50 mm Class B GI pipe Jindal /
Tata make, Horizontal GI pipe of 40 mm dia at top and 2 Nos. of 25 mm dia GI pipe. RCC staircase minimum
width of 1.20 mtr and provided with hand railing as per specifications. These shall be provided for access from
Finished Ground Level to the top of the unit & to the Operating Platform / Walkway. All the walkways / path
over the MPS / STP finished with glazed chequered tiles.
6.1.7.Toilets
The contractor shall provide following fixtures in each toilet:
First quality 630mm western type water closet suite complete with 100 mm HCI P trap with vent & 12 L
capacity mosquito proof china ware flushing cistern ISI marked complete in all respect.
Best Indian make flat back angular lipped front urinal 465 mm high vitreous china ware with 5L capacity
automatic flushing cistern complete with all other accessories. First quality vitreous china ware wash basins 510
x 400 mm complete with 32mm brass waste, 15mm CP Brass screw down pillar tap & all other fittings. Best
Indian make Chromium plated 750mm long towel rail complete with all accessories. Best Indian make bevelled
edge 5.5 mm thick mirror 600 x 450 mm mounted on asbestos sheet complete with all accessories.15 mm inner
diameter CP Brass bib cocks best quality for bathing & adulation 2 Nos. White glazed tiles up to 7 ft. height
on all walls. The contractor shall provide only HCI floor taps & use only best quality heavy-duty HCI pipes with
lead joints.
6.1.8. Internal water supply
Flush toilets & drinking water to be provided by the PHED at one point within battery limit. The Contractor shall
provide water service line to the point of use.
6.1.9. Finishing
a) Painting of metallic surfaces
If not otherwise stated metallic surfaces shall receive one initial epoxy coat in the manufacturers workshop.
After arrival of the equipment on site, the same shall be inspected and damaged portions shall be cleaned and
given the primer and 2nd epoxy coat of similar paint. After erection all metal work shall be painted again.
b) Painting of metallic surfaces
Coating of the pipes and the plant equipment is to be provided according to the colour code.
c) Other equipment
All other items like doors, windows, sanitary ware, lighting, cabling, switches, power points, and finishing like
plasters, tiles, paints, coats shall be provided according to the technical specifications.
Contractor
Witness
149
Executive Engineer
d) Final Finishing
The contractor will ensure that the building along with all its installations is in a finished and in new and fully
operative condition when handed over. He shall have repaired and remove all signs of damage that might have
been done during the course of installation and fixing of equipment. He shall also see that the entire exterior
has been finished properly and the entire site is cleared of all extra construction material, debris and excavated
soil. This shall have to be done to the satisfaction of the engineer in charge.
Contractor
Witness
150
Executive Engineer
d) Materials
The term materials shall mean all materials, goods and articles of every kind, whether raw, processed or
manufactured and equipment and plant of every kind, to be supplied by the contractor for incorporation in the
works.
Except as may be otherwise specified for particular parts for the works, the provisions of clauses in this section
shall apply to materials and workmanship for any part of the works.
All materials shall be new and of the kinds and qualities described in the contract sands shall be at least equal
to approved samples.
As soon as is practical after receiving the order to commence the works, the Contractor shall inform the
Employers representative of the name of the suppliers from whom he proposes to obtain any which may be
with held until samples have been submitted and have been satisfactorily tested. The Contractor shall be
thereafter keeping the Employers representative informed of orders and deliveries of all materials.
Materials shall be transported, handled and stored in such a manner as to prevent deterioration, damage or
contamination.
e) Samples and tests of materials
The Contractor shall submit samples of such materials that may be required by the Engineer and shall carry out
the specified tests required under the contract documents; or as directed by the Engineer at the site, at the
suppliers premises or at a laboratory approved by the Engineer. Samples shall be submitted and tests carried
out sufficiently early to enable further samples to be submitted and tested, if required by the Engineer.
The Contractor shall give the Engineer at least seven days notice in writing, of the date on which any of the
materials will be ready for testing or inspection at the suppliers premises or at a appointed place within seven
days, the test may proceed in his absence, provide that the Contractor shall in any case submit to the Engineer
in- Charge, within seven days of every test, such number of certified copies (not exceeding six) of the test
readings as the Engineer may require. Approval by the Engineer with regard to the placing o orders for
materials or of samples or tests shall not prejudice any of the Engineers power under the provisions of the
contract. The provisions of this clause shall also apply to materials supplied by any nominated sub- Contractor.
f) Testing
During the progress of construction sampling, preparation of test specimens, curing and testing of concrete
shall be conducted in accordance with IS 1199 and IS 516, to determine whether the concrete being produced
complies with the strength requirements as specified.
At least one slump test shall be carried out for every compressive strength test carried out, or as directed by
the Engineer. Six No. cubes shall be made for each cubic meter for portion thereof or for each pour per grade
of concrete. This number may be increased at the discretion of the Engineer. Six specimens shall preferably be
prepared from different batches, three being tested after 7 days and the remaining three being tested at
Contractor
Witness
151
Executive Engineer
28 days. The Contractor shall provide, at his own expense, all apparatus, labour and arrange for testing at a
laboratory, approved by the Engineer in Charge.
g) Acceptance of Concrete
The concrete tested in accordance with Testing of Concrete clause above, shall meet the criteria for
acceptance of concrete as per BIS 456. The strength of concrete shall be the average strength of three
specimens tested at 28 days and conform to strength requirements of different grades of concrete. If the
advance 7 days tests show crushing strengths that are too low, corrective measures shall be taken at once, at
the Engineers direction, without waiting for the results of the 28 days tests.
Contractor
Witness
152
Executive Engineer
In the case of structures whose external faces are submerged and are not accessible for inspection, such as
underground tanks, the tanks shall be filled with water and after filling; the level of the surface of the water
shall be recorded at subsequent intervals of 24 hours, for a period of seven days. The total drop in level over
the seven-day period shall be taken as an indication of the water tightness of the structure. The Engineer shall
decide on the actual permissible magnitude of this drop in surface level, taking into account whether the tanks
are open or closed and the corresponding affect it has on evaporation losses. For many purposes however, an
underground tank whose top is covered may be deemed to be watertight if the total drop in the surface level
over a period of seven days does not exceed 40 mm.
If the structure does not satisfy the test requirements, and the daily drop in water level is greater than that
allowable, the period of test may be extended for a further seven days and if the specified limit is then met, the
structure may be considered as satisfactory.
If the test results are unsatisfactory, the Contractor shall ascertain the cause and make all necessary repairs
and repeat the water retaining structures test procedures, at his own cost. Should the re-test result still be
unsatisfactory after the repairs, the structure will be condemned and the contractor will dismantle and
reconstruct the structure, to the original specification, at his own cost.
j) Roofs
Concrete roofs of service reservoirs or buildings shall be watertight and shall, where practicable, be tested on
completion by water trenching to a minimum depth of 25 mm for a period of 24 hours. Where it is
impracticable, because of roof falls or otherwise, to contain a 25 mm depth of water, the roof shall be
thoroughly wetted by continuous hosing for a period of not less than 6 hours. In either case, the roof shall be
regarded as satisfactory if no leaks or damp patches show in the roof.
The roof covering shall be completed as soon as possible after satisfactory testing.
S. No.
Equipments.
Quantity.
1.0.
Laboratory.
Executive Table
Revolving Chair
Visitors Chair.
Steel Almirah.
Side Racks.
Office.
Executive Table
Revolving Chair
Visitors Chair.
: 1 No.
: 1 No.
: 1 No.
: 4 Nos.
: 1 No.
: 2 Nos.
: 1 No.
: 1 No.
: 1 No.
: 4 Nos.
2.0.
Contractor
Witness
153
Executive Engineer
3.0.
4.0.
Steel Almirah.
Side Racks.
Computer Table
Printer Table.
Revolving chair.
Computer P 4 with 30 minutes UPS, Colored Printer, Monitor, with all
necessary software including window XP, AutoCAD.
: 1 No.
: 2 Nos.
: 1 No.
: 1 No.
: 1 No.
: 1 Lot.
:
: 4 Nos.
: 1 No.
: 1 No.
: 1 No.
: 1 No.
: 1 No.
: 4 Nos.
: 1 No.
: 2 Nos.
Contractor
Witness
154
Executive Engineer
Contractor
Witness
155
Executive Engineer
e) Project Drawings
The plan layout of STP with locations of various units is attached. The bidder is required to
prepare his own layout showing all mechanical & electrical equipments, cable routs etc. on the
basis of his detailed design to be submitted along with his technical bid.
f) Shop Drawings
Prior to fabrication of custom made equipment or placing orders for available manufacture
equipment, the contractor shall obtain from the manufacture and submit to Engineer-in-Charge
for his approval five copies of shop drawings for showing.
Detail of fabrication, assembly, foundation drawing, installation drawings, and wiring diagrams
together with detailed specifications and data covering materials used, power the assembly, parts,
devices and other accessories forming a part of the equipment to be furnished. Unless otherwise
specified, these shall constitute the initial submittal.
The contractor shall submit six (6) copies of certified performance test certificates and
characteristics curves as specified for all pumps, unless otherwise specified with the tender. The
contractor shall notify the Engineer-in-Charge three (3) weeks prior, to any testing, should the
Engineer-in-Charge elect to witness the tests or have the test witnessed by an authorized
representative on his behalf. The testing shall be carried out in the factory premises of the
manufacturer.
g) Record Drawings
The contractor shall maintain a complete and accurate record set of drawings for the mechanical
installation and construction work. Record all work that is installed differently than shown on the
project drawings. Upon completion of the work, the contractor shall submit to the Engineer-inCharge three (3) complete set of record drawings or as built distinctly shown in red ink and
marked Record or As built. Only one of these two descriptions shall be used throughout the
contract.
All underground piping shall be located by the dimensions; baseline stationing, approximate
elevation and other pertinent data required facilitating the relocation of the pipes or fittings later
on when necessary.
h) Adaptation of Equipment
In case the equipment selected require any revision to the structure, piping electrical or other
works shown on the drawings, the contractor shall include the cost of such revisions in his bid for
the equipment and no extra payment shall be made for such revision. All such revisions shall be
adapted to the approval of the Engineer-in-Charge. It should however, be noted that no
equipment will be accepted which requires any major structural, piping, electrical or other
charges.
i) Utility Service Interruptions
Utility service interruptions initiated by the contractor in the course of execution of his work shall
be scheduled in advance and approved by the Utility Authority and the Engineer-in- Charge.
j) Manuals
The contractor shall obtain from the manufacture and hand over to the Engineer-in-Charge seven
sets of instruction and maintenance manuals for the equipment furnished under these
specification to provide adequate information for proper installation, operation and maintenance
of the equipment. The Engineer-in-Charge shall approve the manuals for the adequacy of the
contents and the format and return one (1) set to the contractor for his use in the Start-up of the
Contractor
Witness
156
Executive Engineer
equipment. If any errors or inadequacies discovered are of a minor nature, errata sheets or
addenda shall be supplied by the contractor in consultation with the Engineer-in-Charge.
The errata sheets, addenda or revised manuals shall all be resubmitted to the Engineer-in- Charge
for recreating and approval within fourteen (14) days of the date of which the Engineer-inCharges comments are conveyed to him.
Schedule Manual for approval shall be submitted to the Engineer-in-Charge before dispatch from
factory.
Contents:
The instruction Manual shall contain, but not be limited to, at least the following information,
where applicable.
General introduction & over all equipment description, purpose, functions simplified theory of
operations etc.
Specifications, Installation, Instruction and precautions, Start up procedures, Shut down
Procedures, short and long-term inactivation procedures, Schedule of preventive Maintenance,
calibration and repair instructions, parts list and spare parts recommendations, Name and address
of closest spare parts and repair facility, operation Procedure.
k) Equipment Guarantee
This requirement shall conform to the general conditions of the contract. Unless specified
otherwise elsewhere, the contractor shall furnish and replace, at no cost to the PHED component
of the equipment that is defective or shows undue wear within the defective liability period. In
addition to performance guarantees, processes or systems shall comply with the requirements
stipulated in the relevant sections of the specifications.
l) Materials and Workmanship
All equipment furnished under this or allied sections shall be new and guaranteed free from
defects in materials, design and workmanship if inadequate information is provided in the
specifications, it shall be the contractors responsibility to ascertain the conditions and service
under which the equipment is required to operate and to warrant accordingly that operation
under such conditions shall be successful. All parts of the equipment shall be adequately
proportioned to safely with stand all stresses that may occur or be induced in them during
fabrication, erection and intermittent or continuous operation. All equipment shall be designed
fabricated and assembled in accordance with the best current engineering and workshop practice.
Individual parts shall be manufactured to standard sizes and gauges so that spares furnished at
any time, can be installed in the field. Corresponding parts of duplicate units shall be full
interchangeable. Equipment shall not have been in service at any time prior to delivery except as
required for test.
m) Safety Guards
All tests or chain drives, fan belts, couplings, exposed shafts, and other moving or rotating parts
shall be covered on all sides by safety guards which shall be free of sharp edges and corners.
Safety guards shall be fabricated from galvanized or Aluminium clad sheet steel of sufficient
thickness. Each guard shall be designed for easy installation and removal. All necessary supports
and accessories shall be provided for each guard. Supports and accessories including bolts shall
be hot dipped galvanized. All safety guards to outdoor locations shall be designed to prevent the
entry of rain and dripping water.
n) Equipment Bases and Bed Plates
A heavy cast iron or welded steel base shall be provided for each item of equipment, which is to
be installed on concrete foundation. Equipment assemblies unless otherwise specified or shown
on the drawings shall be mounted on a single, heavy cast iron or welded steel bedplate.
Contractor
Witness
157
Executive Engineer
Bases or bedplates shall be provided with machined support pads, tapered dowels for alignment
or making adjustments adequate openings to facilitate grouting and openings for electrical
conducts. All seams and contract edges between steel plates and shapes shall be continuously
welded and ground smooth. The plates shall have a minimum thickness of 6.0 mm.
o) Jacking Screws and Anchor
Bolts jacking screws shall be provided in the equipment bases and bedplates to aid in levelling
prior to grouting. Equipment suppliers shall provide anchor bolts nuts & washers. And sleeves of a
adequate design as required for proper anchorage of the bases and Bed plates to the concrete
bases. Sleeves shall be minimum of one and half of the Diameter of the anchor bolts. Unless
otherwise shown or specified, anchor bolts for items or equipment mounted on base plate shall be
long enough to permit 38 mm of grout beneath the base plate and to provide adequate
anchorage into structural concrete. Anchor bolts shall be 316 Stainless Steel and no bolts or other
material shall be permitted except with the written permission of the Engineer-in-charge. Anchor
bolts, together with templates or setting drawings, shall be delivered sufficiently early to permit
setting the bolts accurately in place when the structural concrete in placed.
Technical Specifications of Non Clog Sewage Submersible Pumpsets
General Construction : The pumpset shall be of Monoblock construction having solid shaft
motor above the pump. The impeller shall be mounted directly onto the extended motor shaft.
Pump Design
The pump design should be of wear resistant type hence no wearing parts like impeller support
bushes/rings, soft metal parts) are allowed in the pump. The pump portion shall have no
bearings & the common shaft shall be supported only by the motor bearings.
For Material of construction of Pump Motor as per table given below :-
Materials of Construction
Pump Casing, Motor Casing, Oil chamber
Impeller
Motor Cooling Jacket Shell (if applicable)
Pedestal
Bracket
Pump Motor
Rotor
Mechanical
Seals
Upto 180 HP
200 HP & above
Faces
Elastomers
Fasteners
Auto
Coupling
System
Contractor
Witness
158
Executive Engineer
Design of Impeller & Motor Speed/ Rating shall be as per Table given below
Required Design of Impeller, Speed & Motor rating of Submersible Sewage Pumps for UGD
a
51 to
75
76 to
150
80
100
80
100
Vortex / Free
Flow/ Torque
Flow
Preferred or
for
caln
of
BkW
Typic
al
Max
Pum
p
Shaft
Inpu
t
Ratio
Min
Motor
Reser
ve
Margi
n
over
Pmax
(mm)
50
(Q in
Duty Point Flow Rate of Single pump
m3/hr)
65
Vortex / Free
Flow/ Torque
Flow
25
26 to
50
pmin
Typic
al Min
Pump
Efficie
ncy
25%
35
35%
1.2
20%
50
40%
1.2
65
Semi Open
151 to
200
100
150
201 to
300
150
200
301 to
500
501 to
1000
1001 to
1200
200
250
300
Contractor
Semi
Open
350
1
1/
2
250
300
80
1/2
Semi
Open
or
Enclose
d
2/
3
100
50%
1.15
60%
1.15
65%
70%
1.15
1.10
Selected
Min Motor
Rating
Impeller Design
Pma
x
Ratio
15%
10%
round off to
next
available
size
contractor
is to offer
this as
Minimum
rating
irrespective
of the Pmax
or BkW of
his selected
pumpset
Standard
commerciall
y available
motor
ratings are
:
1.5, 2.2,
3.7, 5.5,
7.5, 9.3,
11, 15,
18.5, 22,
30, 37, 45,
55, 75, 90,
110, 132,
160, 200,
250, 315,
400, 450
kW
Do not
select less
than 3.7kW
under any
Maximum
Speed
3000rpm
for
22kW
1500rp
m
for
>22kW &
110kW
1000rp
m for
>110kW
circumstanc
Witness
159
Executive Engineer
1201 to
1600
1601
to
2000
350
es
400
75%
400
500
Mode of Installation :
Pump sets with Motor rating 11 kW can be installed with Vertical Stand with MS/ GI Vertical
Delivery piping
Larger pumps shall be installed with Permanently grouted Vertically on Auto-Coupling system with CI/ DI
Delivery piping
Motor
The motor shall be dry Squirrel cage induction motor suitable for 415 V, + 6% & - 15 % V, 3
phase 50 + 5% c/s A.C.; continous duty with F class insulation with temperature rise as per B
class insulation fully submersible with IP 68 enclosure. The motor shall be supplied with suitable
cables the cable gland shall be genuinely IP 68 i.e. there should be no air/water/moisture
leakage from & or within the cable ( via the cores / copper strands ) even in case of the cables
outer sheath is punctured. Motor shall be wound using dual coated copper wire with high
temperature index as per I.S. 4800
Part-13. Motors shall be suitable for operating satisfactorily
in humid and corrosive atmospheres found in effluent treatment plants, if not specifically
mentioned therein, a maximum ambient temperature of 500C maximum liquid temperature of
400C, and an altitude not exceeding 1000 m above mean sea level shall be taken into
consideration.
Operating conditions
Starting
The submersible pump motors shall be designed for minimum 10 starts per hour. Up to &
including 50 HP Star/ Delta starters shall be provided & for higher rating VFD/ Soft Starters shall
be incorporated. The pump can be started manually from its panel as well as by level switches as
soon as water reaches a certain level in the pit. It will also trip automatically by means of level
switch provided in the sump. The level switch will be of electrod type, which will be wired in the
motor control circuit.
Starting Current.
For squirrel cage induction motors working in the voltage range of 415 + 6% - 15% V the starting
current shall be limited to 6 times the full load current.
Torque Characteristics.
For motors working in the voltage range of 415 + 6% - 15% V the minimum starting torque shall
be 140% for full load toque with minimum torque during running up 100% FLT and minimum
starting torque 200% FLT.
Safe start time
The safe start time shall be greater than starting and normal overload relay operating time.
Direction of rotation
The motor shall be suitable for operating in both directions of rotation. The direction of rotation is
defined as that looking towards the motor from the non driving hand.
Contractor
Witness
160
Executive Engineer
Noise
Noise level shall be within the permissible limits as prescribed in the Indian standards.
Motor Protection : The following protection/sensor shall be provided In motor/pumps.
Thermal overload protection of Motor Winding : Bi-metallic Switch or PT 100 sensors, one in
each phase of the stator windings shall be inbuilt .
Reverse Rotation Protection to trip the motor in case of incorrect direction of motors. The pump
shall be designed to run safely in the reverse direction of rotation due to water returning through
the pump. The pumps should be provided with reverse rotation trip feature for instant stoppage
on wrong electric connection. The mechanical seals shall be suitable for running in both directions
without damage. The impellers should not get loosened during reverse rotation.
Bearing Temperature Detector : Upper & Lower Bearing Temperature Detector to detect
temperature of DE & NDE bearing for motors rating.
Seal Leakage Detector to detect the lower mechanical seal failure for all Pump sets is compulsory.
The moisture sensor shall be provided in the oil chamber to detect the leakage of liquid in case of
failure of the mechanical seal.
Secondary (Upper or Outboard) Seal Leakage Detector to detect the upper mechanical seal failure
for ratings > 250kW shall be provided
Cable Connection Chamber Water Leakage Detector to detect water in cable connection chamber
for 75 kW
Stator Body Water Leakage Detector to detect water leakage into stator body for 75 kW
Shaft & Bearings
The Solid Shaft shall be supported by heavy duty Ball or Roller bearings with a minimum L10 life
of 45,000 hours in accordance with BS 5512.
The bearings should be lubricated with Premium Quality, High Temperature, Long Life Grease
thereby obviating the need of re-lubrication for upto L10 life of the bearings. The bearing should
be of Metric Series (& not Imperial one) with regreasing interval of not less than 45,000 hours.
Oil Lubricated bearings shall not be allowed.
Stuffing Box / Oil Chamber
The motor shall be sealed off from the pump pressure by two separate mechanical seals. Use of
Lip seals is not allowed. The mechanical seals should be bi-directional & mounted in Tandem
mode only.
Installation :
Auto Coupling System (for pump sets > 11 kW)
The pump set should be coupled to the rising mains by an automatic coupling system (for
permanent wet pit type). The automatic coupling system should have a pedestal (which is bolted
onto sump bottom by pre grouted SS foundation bolts).
The automatic coupling system design should be such that a unibuilt bend is integrally cast with
the pedestal - this design obviates the need of bolting on a separate (& often not properly drilled)
Duck Foot Bends to the pedestal. Separately bolted CI DF bends are not allowed as they are not
conducive to replace flange gaskets (between the CI DF bend & the pedestal).
For easy installation and removal of the pump, a single guide rail system is used in the permanent
installation of the pump.
Testing
The pumpsets shall be tested at the works of manufacturers in accordance of IS 5600 /9137 and
BS 5316 Part II. As these pumps may be installed on specialized Auto Coupling Device, where no
external bolting between the pump and the delivery piping is possible so it is absolutely
Contractor
Witness
161
Executive Engineer
essential that this joint is leak free or else there may be a substantial Pressure/Leakage Loss
between the Pump and the Auto Coupling system (as they are not clamped together like
conventional Gasketed & Bolted Flanged Joints). So, it is compulsory that the pump should be
tested on an Auto Coupling system only- i.e testing the pump with flange, gasket bolted delivery
piping is not allowed.
Hydrostatic Testing:
All pressure parts of Pumps, prior to assembly, shall be subjected to hydrostatic tests to the
satisfaction of Executive Engineer at 1.5 times the maximum pressure obtained with the delivery
valve closed and suction pressure at maximum or twice the working pressure whichever is higher
for a duration of 10 minutes.
ii)
Balancing Test:
Impeller and Rotating Assembly shall be dynamically balanced. All rotating parts shall be
accurately machined and shall be in rotational balance. Excessive vibration shall be sufficient
cause for rejection of the equipment. The mass of the unit and its distribution shall be such that
resonance at normal operating speeds is avoided. In any case the amplitude of vibration as
measured at any point on the pumping unit shall not exceed the limits mentioned in the latest
edition of Indian Standard.
At the operating speed, the ratio of relative speed to the critical speed of the unit or components
shall be as per the requirement of relevant IS Code. The impeller should be dynamically balanced
without additional weight on the impeller.
iii)
Performance Test:
Each Pump shall be tested for full operating range individually to BS: 5316: Part 2. Test shall be
carried out for performance at rated speed.
Pump performance shall be within the tolerance limits specified in BS: 5316: Part 2.
Specific Details of the Pumps requirement
Sp. Gravity of Liquid
1.05
Ambient Temperature
45 C
Type of Motor
Squirrel Cage induction type with air filled, IP 68 enclosure, Dry type
motor
Supply Condition
Method of Staring
Class of Insulation
Liquid to be handled
5. Lifting Chain
The pump shall be provided with stainless steel lifting chain of suitable size. One end of the chain
shall be attached to the pump and the other end fixed near the upper bracket for guideline
Contractor
Witness
162
Executive Engineer
suitably by means of SS 304 Shackle. The chain shall have SS 304 rings fixed at an interval of 1
meter for engaging the hook of the chain pulley block.
6. Submersible Cable
The pump shall be provided with submersible cables of equal length for power and control so
that the pump position can be interchanged with each other. This cable shall be terminated in a
cable junction box & thereafter can be non-submersible type or panel.
The pumps and motors shall conform to following IS- codes: -
S. No.
Standards
Description
1.
IS 5600
2.
IS 9137
3.
BS 5316
4.
IS 325
IS 1231
IS 2223
IS2253
8.
IS 4691
Type of enclosures
IS 4729
10
IS 4722
11
IS 4889
12.
IS 6362
Method of cooling
13.
IS 4029
14.
IS 9283
Submersible Motors.
Spare parts
The installed pump should be supplied with one impeller duly machined, one set of mechanical
seals, one set of wearing rings (if applicable), one set of bearings, one set of O-rings and gasket.
Special tools and spanners
Each rating of pump set shall be provided with 2 sets of any special tools, set of spanners
required for dismantling and maintenance of the pump set.
Name Plates: A name - plates as required shall be provided on each pump set.
The contractor shall submit the following drawings with his submission
Outline drawings showing the principal dimensions, weights and locations of the suction and
discharge connections.
Technical particulars enclosed with this specification
During details engineering the contractor shall submit the following Torque speed curve of pump
super imposed on motor corresponding to 80%,90%,100%voltage.
GA drawing of the each pump set showing dimensional details and terminal box details.
Pump set selection details.
Contractor
Witness
163
Executive Engineer
Test reports, performance curves and other particulars as required by applicable clauses of this
specification
Technical Data Sheet of Sewage Submersible pumps
(To be filled up & Co-Stamped by the Contractor & the Pump Manufacturer /his Authorised Dealer
& Compulsorily submitted in Technical Bid failing which the Commercial bid shall not be opened )
Sr. No
Description
Particulars
Model
Total Head Mt
1 /2
1 /2
1 /2
/3
/3
/3
11
12
Maximum bkw
throughout the Curve
for 1.05 Sp Gr
13
14
14.1
Overall Efficiency %
14.2
Contractor
kW
kW
kW
Witness
164
Executive Engineer
16
Motor Margin at
maximum pump input
(Pmax) @ 1.05 Sp Gr
17
Class of Insulation of
Motor
18
19
20
Vortex /
%
Minimum Submergence
required for effective
cooling of motor.
mm
mm
mm
Fill of Motor
___mm2 x ___Cores x
__ Runs
___mm2 x ___Cores
x __ Runs
___mm2 x ___Cores x
__ Runs
___mm2 x ___Cores x
__ Runs
___mm2 x ___Cores
x __ Runs
___mm2 x ___Cores x
__ Runs
21
mm
mm
mm
22
Recommended Rising
Delivery Pipe size
mm
mm
mm
23
MoC of motor-pump
Shaft
24
25
MoC of Impeller
26
Kg
Kg
I/We are bound to supply the above Item of stated manufacture having rated capacity, MoC &
other requirements mentioned in the above data sheet.
_______________
Stamp &Sign of Pump Manufacturer
&Sign. of Contractor
Contractor
Stamp
Witness
165
Executive Engineer
Contractor
Witness
166
Executive Engineer
11.1 Pipes
Supply and erection of D.I, C.I / D.F pipes and specials both to connect the delivery sides of the pump with the rising
main (as shown on the plan attached) outside the foundation of the collecting tank wall shall be included in the
tender by the tenderer. The pipe shall be all flanged. The velocity in the delivery pipe shall not to exceed 2.5 meters/
sec. The delivery pipe shall be so designed that any of the pumps can be operated at one time and delivery pipes of
each pump will be as per manufacture standard.
11.2 Pipe Fittings
Pipe fittings of size 80 NB and below shall be forged conforming to IS-I239Part-I. Fittings above 80 NB & above shall
be DI as per relevant specifications in IS/ BS conforming.
The puddle collars embedded in the wall shall be of DI. If flanged cast iron pipes and specials shall be used in the
pump houses and to the limit of pump station delivery pipelines they shall be manufactured and tested according to
IS 7181 & Flanges shall conform to IS 1538.
11.3 Dismantling pieces
All valves to be installed in straight lines shall be installed between flanges with a flexible dismantling piece at one
side of the valve, which shall ensure pipeline rigidity. The piece must allow the dismantling of the valve without stress
to the joints of the attached pipes. The minimum clearance of the dismantling pieces shall be
5 cm. The pressure
class of the dismantling piece shall be the same as that of the valve. Drawings of the dismantling pieces have to be
submitted to the Engineer in Charge for approval.
11.4 Flanges
All flanges of pipes, specials and accessories will be according to IS 1538. The contractor has to ensure that flanges of
flanged equipment of different type and of different suppliers have the same matching dimensions, number, position
and diameter of holes, according to the nominal diameter and the pressure class. No new or additional holes shall be
drilled on site.
11.5 Casting
All casting shall be sound and infirm/smooth both externally and internally be entirely free from blowholes. They shall
be carefully cleared and dressed off. All bright work shall be free from air holes and spots and shall be properly
cleared and finished to remove tool marks. The contractor shall reject and replace any casting, which the Engineer-inCharge consider to be not of first class appearance and quality. No plugging, welding or burning shall be resorted to.
Contractor
Witness
167
Executive Engineer
Class
IS for supply
1.
8329
2.
LA
1536
3.
CI Specials
Heavy Duty
1538
5.
Asbestos Pipes
Class 15
1592
6.
Rigid PVC
10 Kg f/ Cm2 g
4985
7.
GI
Heavy duty
1239 up to 150 NB
8.
Stainless Steel
9.
10.
MS Pipe
1239
11.
HDPE Pipe
4984
12
7181
6913
NP3
458
Sluice Valves:
All sluice values shall be of cost iron double flanged rising / non rising spindle type confirming to IS 14846 : 2000 and
flange drilling confirming to IS- 1538:1993 with pressure rating of PN 1.0. The sluice valves will be provided with
hand wheels/gears. All sluice valves shall be ISI Marked. Where ever the valves are manually operated shall be as per
the description given in different units. If the operating force is more than 10 Kgf, it shall be reduced through a
suitable gearbox. Operation must be possible by one man against maximum design working pressure by exerting not
more than 10 kgf force. The valves shall be installed in a horizontal position.
Material of construction
Body, wedge & Dome
Spindle (Stem)
Body seat Ring
Wedge Ring
Gland packing
Gasket
Back Seat bush
Stem nut
Shoe and channel
Contractor
Witness
168
Executive Engineer
S. No.
Standard
Title
IS-778
IS-2685
IS-14846
API-594
IS-3042
Single faced Sluice Gate for the distribution chamber and filter inlet.
Contractor
CI
CI
Gun Metal
S.S IS 410
CI
CI
Witness
169
Executive Engineer
Contractor
Witness
170
Executive Engineer
Self locking type with continuous indicator. Travelling nut & screw
type are not acceptable.
AWWA C- 504 (The WWA C-504 worm gear operators are suitable for
both motorized and manual actuation of AWWA C504 butterfly valves)
Operator.
Contractor
CI Gr 25/ SG Gr 500- 7/ CS Gr
SG Gr 500- 7.
EN- 8 with hardened pinions of EN- 19
EN- 19 hardened.
FAG/ SKF
Nitrile Rubber.
Steel/ CI
Witness
171
Executive Engineer
16
Reflux Valves :
Reflux valves/ Non Return Valves shall be heavy duty double flanged type confirming to IS 5312 (part 1) : amended
uptodate with pressure rating of PN 1 and shall be provided on Delivery side of each of the pumping set and shall be
suitable for installation in a horizontal / vertical pipeline. Rapid natural closing to be non- slam by suitable design of
spring return mechanism, to ensure that the valve will rapidly fully close the moment forward flow of the water ceases
i.e. on pump shutdown, external counter weights will not be acceptable. To prevent excessive head loss, larger
diameter non-return valves will be provided with several smaller and lighter flaps in a single bulkhead. In this case
stopper to be provided for the upper door to avoid contact with shell.
Material of construction
Value Body, cover
Door
Disc face ring
Hinge pin
Hinge
Body Ring
Fasteners
Gasket
17 Painting
The D.I. piping valves etc shall be painted with bitumastic rustproof paint.
18. Electrical Overhead Travelling (EOT) Cranes
EOT Cranes shall be provided over motor floor area, at chlorine storage yard of the filter plant & at chlorination room.
The EOT Cranes shall be of adequate capacity. Design, testing and commissioning of the related parts shall confirm to
the latest revision of IS:- 3177 Class 2, medium duty for mechanical and Class 4 for electrical and IS 807 for welded
construction, such as for the bridge girders and carriages, rope drums, gear boxes etc., steel shall conform to IS 2062
quality .For welding these members slow hydrogen electrodes shall be used.
Location
Vertical Lift
Blowers cum
Pump house.
Minimum
Capacity
2 MT
Manual.
Manual.
Chemical House. For Lifting of Chemicals from ground floor 1 MT tripod With chain pulley
to each solution dosing level.
lock.
Manual.
Raw effluent
Pump house.
2 MT
Manual.
For Chlorine
Toners.
3 MT hoist
With chain pulley lock.
Manual.
For Centrifuge
Building
Manual.
Contractor
Witness
172
Executive Engineer
i) Constructional details: Cranes will be of welded box girder construction and the design testing and commissioning shall conform to the latest
revision of IS: 3177, class 4 for electrical and IS 807 for welded construction, such as for the bridge girders and
carriages, rope drums, gear boxes etc. Steel shall conform to IS 226 quality for thickness up to 20mm; steel above
20mm thickness shall conform to IS 2062 quality. For welding these members slow hydrogen electrodes shall be
used. Guards of an approved pattern and design shall be; attached to each end of the end carriages, which shall push
forward and off the track any object placed across it.
The double web, box construction crane bridge girders shall be in one piece or in pieces suitable for transportation if
in pieces the design of multi piece construction shall require the approval of the Engineer in Charge. Cross travel rails
shall be fixed to the bridge girders by clamping only and not welding.
Plates, bars, angle sections and where practicable other rolled sections, used in the load bearing members of
structures shall be not less than 6 mm thickness.
The end carriages shall be of double web plate box construction or I section connected to the girders by welding at
top or by large gusset plates and fitted bolts to ensure maximum rigidity. Drop stops and jacking pads shall be built-in
features. Full length platform of checker plate of minimum thickness 6 mm shall be provided along both sides of the
crane to ensure easy, safe excess to the crane crab, travel gears and other parts. Safety railing shall be provided on
crane bridges and crab frame. Foot-walk shall have sufficient width to give 500 mm minimum clear passage at all
points, except between railing and bridge drive where this clearance may be reduced to not less than 400mm.
Contractor
Witness
173
Executive Engineer
Contractor
Witness
174
Executive Engineer
Rotary and gravity limit switches for hoist motion not operated.
Power Supply for Lighting and Magnet Circuits
Power for lighting and magnet circuits shall be tapped from the incoming side of isolator near current collectors.
Power Supply for Cross traverse Motion
A flexible travelling crane system mounted on a retracting support system shall be used. The conductor shall consist
of insulated multi-conductor or several single conductor cables with permanent termination on the bridge and on the
trolley. The flexible trailing cables shall have ample length and shall be supported by means of properly designed
movable clamps the clamps shall be fitted with rollers and shall run freely on a guide rail allowing relative movement
of bridge and trolley without undue stress or wear on the suspended cables. The flexible copper cables shall be of
butyl rubber or EPR insulated CSP sheathed type 650/1100 V Grade.
xvi) Panels
All panels shall be of free-standing floor mounted construction, suitable to withstand any vibrations emanating from
the crane. The panel and its components shall conform to standards of Electrical Technical Specifications for LT Board
described elsewhere in this document.
xvii) Motors
Heavy duty motors suitable for crane operation, shall be reversible, suitable for frequent acceleration and mechanical
breaking, totally enclosed, fan cooled, wound rotor type the duty of the motor shall be S5, as per IS 325.Class of
insulation shall be "F" with temperature rise as per class B insulation. The pullout torque is to be not less than 225%
of full load torque, corresponding to 40% CDF (Cycle Duration Factor of the motor).The main motor shall have the
speed ranges suitable for gear box and operating speed for a Class 2 crane.
xviii) Brakes
Brakes shall be provided for hoisting motions. Brakes shall be thrusters type. Brakes shall be designed to be fail-safe
whenever there is a current interruption, either intentionally or by main power supply failure. The capacity of brakes,
brake drums, shoes and brake adjustment shall be as per Clause 14.4 of IS 3177.
xix) Limit Switches
Only drum limit switches are acceptable. Roller operated, resetting limit switches shall be provided for all motors. For
each hoist motion, a rotary type over-winding self resetting limit switch shall be provided. An indication shall be
provided to the operator whenever this limit switch has been operated. Limit switches shall be fitted to prevent over
travelling and over traversing and any other special requirements.
xx) Resistance
Resistances shall be air-cooled, robust, heavy duty, corrosion resistant, punched stainless steel grip type/cast iron
grid resistor. Suitable tapping points shall be provided. Resistance boxes shall be mounted in racks that permit
independent travel of any selected box.
xxi) Pendent Controller
Pendent push button station shall comprise of the following and be suitable for 110 V AC:
Key operated ON push button-standard green button.
On signal lamp-green lens.
Emergency OFF push button
Contractor
Witness
175
Executive Engineer
Particulates
Capacity
Span
Rated Speed
Description
: Of suitable captivity to handle heaviest load + 25% extra.
: To suit actual pump house plan, approved by E I C
: Main Hoist - 2 m/ min.
: Macro Hoist - 0.2 m/min.
: Cross-Traverse 10m/min.
: Micro Cross-Traverse - 1 m/min.
: Long Travel - 20 m/ min.
: Micro long travel- 2m/min.
: 10% of rated speed while operating in full load condition for lowering
or hoisting.
4.0.
Gantry Length As per building plan approved by Engineer in Charge.
(B) For Chlorination Shed/ Rooms.
1.0.
2.0.
3.0.
Capacity
Span
Rated Speed
4.0.
Gantry Length
Contractor
: > 3 MT.
: To suit actual building plan, approved by E I C
: Main Hoist - 2 m/ min.
: Macro Hoist - 0.2 m/min.
: Cross-Traverse 10m/min.
: Micro Cross-Traverse - 1 m/min.
: Long Travel - 20 m/ min.
: Micro long travel- 2m/min.
: 10% of rated speed while operating in full load condition for lowering
or hoisting.
As per building plan approved by Engineer in Charge.
Witness
176
Executive Engineer
Drawings and information to be provided during detailed engineering the Bidder shall submit the following: Drawings showing general arrangement, clearance requirement, assembly cross sectional data and materials of
construction for: EOT Crane unit.
Bridge assembly and components.
Bridge end trucks and Wheel assembly
Trolley.
Trolley wheel assembly,
Drive and transmission unit for bridge travel, trolley travel, main hoist. and auxiliary hoist.
Suspension unit for main hook block and auxiliary hook block.
Main hook block.
Drawings showing layout of controllers and protective panels inside the Operators cabin/pendant station Leaf lets on
proprietary items such as Motors, brakes, gear box and coupling etc., shall be submitted.
18.2 Design' calculations for the following: Bridge girder, rope drum, machinery shafts, gear box, motor rating, brake capacity, bearing life, wheel loading etc.
Drawings, characteristics and other data for each drive motor, Drawings on runway rails and their end stops, showing
fixtures, Material test certificates for all items, including hooks and wire rope, Reports on various tests at shop and at
site, Control and protection scheme along with crane wiring drawing as well as a schematic drawing of control wirings
indicating ratings and specifications for motors, resistors, fuses etc. shall be submitted.
18.3 Instruction Manuals
Installation manual for erection
Instruction for pre-commissioning check up, operation, abnormal conditions, maintenance and repair
Recommended inspection points and periods of inspection
Schedule of preventive maintenance
Ordering information for all replaceable parts
Recommendations for types of lubricants, lubricating points, frequency of lubrication and lubricant changing schedule.
19. Electric Hoists
Electric driven, short headroom/ wire rope hosts with motor driven travelling trolley and I- beams for suspension shall
be required in chemical house for lifting chemicals from ground floor to all chemical solution tanks in first floor. The
capacity of hoist shall be IMT excluding weight of buckets.
The commissioning of hoist shall confirm to IS 3938 of suitable Class. All parts needing inspection and /or
replacement shall be easily accessible with the minimum need to dismantle other equipment, accessories or
structures. All lubrication points shall also be easily accessible without the need for any dismantling of other
equipment or accessories. The hoist must be equipped with adequate safety devices. The beam on which the hoist
shall travel, shall be designed, supplied installed and tested in conforming to the relevant Indian Standards.
Contractor
Witness
177
Executive Engineer
Rope drums shall be of cast steel or fabricated form rolled steel plates,
conforming to the relevant Indian Standards, Fabricated rope drums shall be
stress relieved before any machining takes place, The drum grooves shall be
smooth finished and the rope drum shall be flanged at both ends. The drum
shall be designed for a single layer of ropes. A precision machined rope guide to
suite the drum grooves shall move over the drum like a nut, guiding the rope into
the grooves and preventing an overlapping of the rope.
Brakes
Brakes shall be D.C electromagnetic type/ thrust type. Brakes shall be designed
to hold the load at any position whenever there is a current interruption, either
internationally or by main power supply failure.
Wire ropes
The wires shall be hemp cored and galvanized, Ropes shall be of regular right
hand lay as per IS 2266. The rope construction shall be 6 x 37 with a factor of
safety specified as per IS.
Hook block
The sheaves shall be fully encased in close fitting guards fabricated from steel
plate. Smooth opening shall be provided in the guards to allow for free
movement of the rope, Holes shall be provided for oil drainage. The lifting hook
shall be supported on a bearing for 360 0 swivel under load.
Gears and
gear box
Straight and elical spur gearing shall be used for all motions, All first reduction
gears shall have helical teeth. All pinions shall be integral with the shaft. All gears
shall be hardened and shall be of tempered allow steel having metric module.
Overhung gears shall not be used. All gearing shall be totally enclosed and
grease lubricated.
Trolley
wheels
Motor for
Host and
trolley
415 V, 50 Hz, heavy duty motors suitable for host and trolley operation, suitable
for reversible motion, frequent acceleration and mechanical breaking, totally
enclosed, fan cooled, wound rotor motor shall be used. Class of insulation shall
be F with temperature rise limited that for B The pullout torque shall not be
less than 225% of full load torque, corresponding to 40% CDF (Cycle Duration
Factor of the motor). 200 switching per hour shall be considered for the
selection of motors. The motors shall have the following speed ranges.
a) Trolley travel ; 10 m min; micro travel : 2, / min
b) hoist : 2 m/min
Roller operated resetting limit switches shall be provided for all motions. Limit
switches shall be flitted to prevent over travelling and over hoisting
A flexible travelling cable system mounted on a retracting support system shall
be used. The conductor shall consisted of insulated multi-conductor cable with
permanent termination on the connection box and on the trolley. The flexible
trailing cable shall have ample length and shall be supported by means of
properly designed movable clamps. These clamps shall be filted with rollers and
shall run freely on a guide rail along the beam. The flexible copper cable shall be
buty rubber or ER insulated CSP sheathed type 650/ 110 V Grade
Contractor
Witness
178
Executive Engineer
From fixed control panel from where the entire operation area can be overlooked
or 110 m a pendant push button control block hanging on a cable from the hoist.
Control voltage IS 110 V from a single phase step down transformer. The
following control is possible :
a) Key operated ON push button
standard green button
b) On signal lamp
green lens
c) Emergency OFF push button
standard red button
d) Hoisting push button
standard black button
d) Lowering push button
standard yellow button
e) Lowering push button
standard yellow button
f) Micro hoisting push button
standard black Button
g) Micro lowering push button
standard black button
h) Cross traverse forward push button
standard black button
i) Cross traverse reverse push button
standard black button
j) Micro cross traverse forward push button
standard black button
k) Micro cross traverse reverse push button
standard black button
l) Long traverse forward push button
standard black button
The beam shall be suitable for the trolley complete with end stops, holding down
bolts and taper washers and shall be suitable for connection to the station earth.
It shall be designed according to the capacity of the hoist, the beam fixation/
support points, length and alignment. It shall be of galvanized mild steel. All
fixation elements shall be of galvanized steel.
20. Blower
For supplying air to Treatment plant Twin Lobe Blower is proposed. The design, manufacture and performance of
blowers specified herein shall comply with the requirements of the latest edition of the applicable, Codes and
Standards:
Standard
Title
BS: 1571
Performance Testing
ISO: 1940
i) Design requirements
The blower shall be capable of developing the required total pressure at rated capacity for continuous operation. The
blower shall operate satisfactorily within the operating range.
The material of various components shall confirm to those stipulated in the Technical Particulars section. The data
specification sheets shall guide performance requirement for the blowers. Blower configuration shall be vertical i.e.
one rotor mounted over other with horizontal airflow. Air delivery shall be clean, dry and oil free.
Contractor
Witness
179
Executive Engineer
Blower shall run smooth without undue noise or vibration. Noise levels and velocity of vibration shall be within
acceptable limits. Noise level shall be limited to 85 DBA at a distance of 1.86 m.; Velocity of vibrations shall be within
4.5 mm/s.
Blower shall be air cooled and driven by electric motor unless otherwise specified in data sheets, power rating shall be
at least 10% above the maximum power required by the blower. Blower shall be provided with suction air filter,
silencer, dead weight pressure relief valve and pressure gauge. The speed of the blower shall not exceed 1,500 rpm.
Blower shall be mounted at a level necessary to avoid backflow or siphoning of water into the blower.
ii) Features of construction
a) Main Body
Main body/ Casing shall have required rigidity, strength and heat transfer fins for smooth and cool blower operation.
It should be mounted on anti vibration base. Casing shall have proper involutes shape on inner side machined
accurately to achieve best efficiency.
b) Rotor: Both the rotors shall be properly machined for involutes profile surface with treatment to increase wearing resistance.
Rotors shall be properly keyed and locked to respective shaft. The designed clearance shall be so chosen that even at
elevated temperature the clearance is adequate and efficiency is achieved.
c) Shaft
Both the shafts shall have high tensile strength and critical speed of the shafts shall be at least20% above the
operating speed. Complete rotor assembly shall be dynamically balanced. The shaft shall be suitable to work at high
temperature.
d) Shaft Sleeves
Replaceable shaft sleeves shall be provided to protect the shaft. Shaft sleeves shall be securely locked or keyed to the
shaft to prevent loosening. Shaft and shaft sleeve assembly shall ensure concentric rotation.
e) Bearings
Antifriction roller/ double row angular contact ball bearings shall be provided with proper lubrication. It shall be
designed to take necessary radial load and axial thrust. Bearing shall be suitable for continuous duty operations and
for high temperature operations arising due to compression of air.
f) Timing Gears
Oil seals shall be suitable for high temperature application at continuous rating and shall have ensured life of at least
5000 hours.
g) Base plate
The common base plate for blower and motor shall be in one piece and it shall be provided with suitable holes for
grouting. Holes shall be so located that base can be grouted in place without disturbing the blower and motor. Blower
and motor shall be properly aligned, bolted and dowelled to the base plates by contractor.
h) Connections
Suction and discharge connections shall be flanged and drilled to IS or equivalent standard unless otherwise noted in
Data sheet.
i) Accessories
All specified accessories and any other standard accessories required for correct and safe operation of the blower shall
be furnished with the blowers. All incidentals piping (including valves) required shall be furnished by the contractor.
Mild steel fabricated coupling guard/ bell guard shall be provided as a safe guard against the open rotating parts of
Contractor
Witness
180
Executive Engineer
the blower and the motor. Eyebolts shall be provided for ease of lifting and installation (as many per blower as
required for safety).
1.
Companion Flanges
Yes
2.
Base Plate
Yes
3.
Foundation Bolts
Yes
4.
Yes
5.
Silencer
Yes
6.
Yes
7.
Pressure Gauge
Yes
8.
Yes
9.
10.
Yes
EQUIPMENT
SPARES
QUANTITY
Pumps: Screw
Air Blowers
Contractor
Witness
181
1 Set
1 Set
Executive Engineer
Chlorination System
10
Valves
11
12
Motorized Actuators
Electrical
13
Instruments
14
PLC
15
Others
Pulleys
O Ring
Seal Ring
Auxiliary Valve
Manifold Valve
Pressure Gauge
Pressure Switch
Copper Tube
Vacuum Tube
Vent Tube
Valves
Limit Switches
SFU
MCB
MCCB
Relay
Contactor
Terminal
Cable Glands
Cable Lugs
Sensor
Transmitter
SMPS
I/O Cards
Gaskets
Hardware
Fittings
1 Set
1 Set
1 Set
10% or minimum 1
No. of each type
1 Set of each type
1 Set of each Type /
rating
In addition to above any other spare part is required for any installed equipment; contractor shall procure these items
immediately so that equipment if not kept under maintenance for more than 7 days
Contractor
Witness
182
Executive Engineer
SECTION 6.3
Technical Specifications for Electrical & Instrumentation Works
6.3. Technical Specifications
6.3.1 General Electrical Requirements and Technical Specifications for Electrical Works other applicable sections
including the general and special conditions of these specifications become a part of the electrical requirements as if
repeated in this section.
Work Included
The contractor shall provide all the required labour, project equipment and material tools, construction equipment,
safety equipment, transportation, test equipment and satisfactorily complete all the electrical work shown on the
Schematic Drawings and included in these specifications provided and install wiring for the equipment that will be
furnished and installed as per the sections of these specifications.
Quality Assurance
All the electrical equipment and materials including their installations shall conform to the following applicable latest
codes, standard & revisions: Indian Electrical Rules 1956.
The Electrical Supply Act of 1948.
Fire Insurance Regulations.
Regulations drawn by the Chief Electrical inspector of State.
Regulations drawn by Factory Inspector of State.
Indian Standards Institution.
Factory Act
Any other Regulation lay down by the other local authority.
Variances
In instances where two codes are at variances the more restrictive requirements shall apply. The contractor shall
obtain and pay for the required bonds insurances licenses permits and inspections and pay all taxes fees and utility
charges that shall be required for the electrical construction work. The contractor shall obtain at his own expenses the
necessary certificate for the approval of the total work carried out from the Chief Electrical Inspector Electricity
Distribution Company. Contractor Responsible for Supply of Equipment and Materials If during the period of erection
the contractor or his workmen damage any part of the building structure or materials the contractor shall be
completely responsible for the damages and he will have to make rectification / replacement at his own cost.
Project Drawings
The Scope of work & specifications for Electrical works are to govern the general layout of the complete construction
except where special details are used to illustrate the method of installation of a particular piece of type of equipment
or material the requirements or description in this specifications shall take precedence
in the event of conflict. Location of equipment inserts anchors motors panels pull boxes manholes conduits stub up
fittings lighting fixtures power and convenience outlets exterior lighting units and ground wells are approximate and
the contractor shall be responsible for field verification of scale dimensions of Drawings no extra charges will be
allowed for field adjustments wiring changes conduit rerouting or additions needed to complete the installation and
produce satisfactory operation of all equipment.
Contractor
Witness
183
Executive Engineer
The contractor shall review the Drawings and Specifications of other trades and shall include the electrical work that
shall be required for the installation. Should there be a need to deviate from the schematic and Specifications the
contractor shall submit written details and reasons for all changes to the Engineer-in-Charge.
Site Investigations
The contractor can visit the project site prior to submitting his bid carefully inspect all areas and become acquainted
with the existing conditions.
Contract Bid
The contractor shall evaluate all job conditions that affect the construction work for the project. The base bid shall
include the total cost for all the electrical work required by the Tender Documents site investigations and all other
contract expenses.
Construction Power
The contractor shall make at his own cost the required arrangements for the required construction power. When
required the contractor shall provide all equipment materials and wiring in accordance with the applicable codes and
regulations.
Upon completion of the project all temporary constructions power equipment material and wiring shall become
salvage and shall become the property of the contractor and be removed with prior permission of the Engineer In
Charge.
Service Manuals
Seven copies of all Service manuals shall be furnished with the respective equipments & shall contain all necessary
data for operation and maintenance of the equipment. A recommended spare parts list shall also be furnished with
the manual. A complete set of relevant Drawings shall be folded and inserted in each manual.
Equipment and Materials
Contractor shall provide the equipment and materials that are required to complete all the electrical works outlined in
this Section and/ or as may be required for satisfactory operation. Incidental items not included in the tender
specifications that can legitimately and reasonably be inferred to belong to the electrical works shall be provided by
the contractor at no additional cost to the PHED. The decision of the Engineer-in-Charge in this matter shall be final.
All equipment and material shall be new latest design and standard products of established manufacturers. For
uniformity only one manufacturer shall be accepted for each type of product.
Contractor shall provide adequate and protective storage for all equipment and materials during the construction
work. The contractor is responsible for its safe custody for his materials at site.
Contractor
Witness
184
Executive Engineer
Standard of Quality
Products that are specified by manufacturer trade name or catalogue number establish a standard of quality and do
not prohibit the use of other equal manufacturers when they are approved by the Engineer-in-Charge in case of force
majure condition.
Damaged Products
The contractor shall notify the Employers representative in writing in the event that any equipment or material is
damaged. Repairs to damaged products shall not be made without prior approval by the Engineer-in- Charge.
Engineer-in-charge shall inspect the material or has representative before dispatch to site of work. The Engineer-inCharge shall inspect the fabricated equipment at the factory before shipment to job site. The contractor shall notify
the Engineer-in-Charge sufficient in advance so that inspection can be arranged at the factory.
Inspection of the equipment at the factory by the Engineer will be made after the manufacturer has performed
satisfactory checks adjustments tests and operations.
The equipment approval at the factory only allows the manufacturer to ship the equipment to the project site. The
contractor shall be responsible for the proper installation and satisfactory start-up operation the equipment in
accordance with the manufacturers requirement and to the satisfaction of the Engineer-in charge.
All electrical installations shall conform to the codes and standards outlined in this section.
Workmanship
Contractor shall assign a competent representative (Licensed Supervisor) who shall supervise the electrical
construction work from beginning to completion and final acceptance. Qualified craftsmen who have had experience
on similar projects good workmanship shall be provided for all installations shall perform all labour. The contractor
shall ensure that all equipment and materials shall fit property in their installations.
Any required work to correct property fitted installations or defective material shall be rectified or replaced by the
contractor at no additional expense to the PHED.
The Engineer-in-charge or his representative will have the power to omit add, modify or adjust during stages of
erection of any items of work as may be necessary or expedient for the work No claim for compensation or damage
will be entertained on the account of such changes. The contractor shall be absolutely and solely responsible for
damages due to accidents injuries or losses occurring to any person and property by his sub contractors agents or
employees in the execution of the work.
Excavation and Backfill
Provide the excavations for electrical equipment foundations and trenches for conduits as specified. Exercise caution
during all excavation work and avoid damage to existing underground pipes /cables.
Concrete
Where shown on the drawings provide the required concrete installations or conduit encasement and equipment
foundations.
Contractor
Witness
185
Executive Engineer
Securing Equipment
The contractor shall provide the required insets bolts and anchors and shall securely attach all equipment and
materials to their supports.
Cutting Drilling and Welding
The contractor shall provide the required cutting drilling and welding etc. that shall be required for the electrical
construction work. Cutting and drilling structural members shall not be permitted except when approved by the
Engineer-in Charge. A core drill shall be used wherever it is necessary to drill through concrete or masonry. The
contractor shall provide the required welding for equipment supports conduits and fittings shall not be welded to
structural steel. Card holders and cards shall be provided for circuit identification in planet boards card holders shall
consist of a metal frame retaining a clear plastic cover permanently attached to the inside of panel door and list of
circuits shall be type written on card circuits description shall include name or number of circuit area and connected
load.
Junction and pull Boxes and Hand holes shall have covers stenciled with box number when shown on the drawings
Data shall be lettered in a conspicuous manner with a colour contrasting to finish. Tags shall be attached to all
conductors passing through junction and pull boxes and/ or manholes and hand hoes circuits phase and voltage shall
be indicated. Tags shall be pressure sensitive plastic or embossed self attached stainless steel or brass ribbon covers
for pull boxes and hand holes used in high voltage systems shall be labelled High Voltage.
Switch plates in designed areas shall be suitably engraved with a legend showing function or areas when required by
codes or shown on the drawings.
Clean-Up
Upon completion of the electrical work the contractor shall remove all surplus materials rubbish and debris that
accumulated during the construction work. The entire area shall be left neat and acceptable to the Engineer-incharge.
Safety
Contractor shall provide guards gangplanks railing barriers lights caution signs and other equipment of materials that
are required for the safety of people who are in the project area.
Equipment and Raceway Identification
All main items of electrical equipment such as substations, high voltage switch gear and motor controllers motor
control centres panels, transformers, starters etc shall have an etched metal or laminated bake light nameplate
identifying these pieces of equipment and securely mounted on the equipment by screws. All switches and circuit
breakers in high voltage and distribution boards shall be identified as to the specific load being fed provide 50 cm x 70
cm Danger High Voltage signs at all high voltage installations in accordance with IS requirements.
Adjustments and Tests
The entire electrical installation shall be tested adjustments made and defects corrected as an obligation under the
work of the section. Work shall include furnishing the necessary instruments and material and the cost of replacement
or repairs on damage due to failure under test.
Devices and equipment shall be checked for correct functional performance in accordance with apparatus rating
operating sequence and code requirements. All motors shall be checked and adjusted for correct direction of rotation
Contractor
Witness
186
Executive Engineer
loading of circuits and feeders in panel boards shall be checked and balanced provide eight copies above data for
approval.
Record rated name plate full load and running current for each motor indicated heater size installed in each motor
starter provide eight copies of above data for approval.
Guarantees
All the equipments materials and workmanship shall be guaranteed as mentioned in the Bid Documents.
Standard Design Drawing
The standard drawings forming a part of the contract documents are attached. Technical Specifications for Electrical
Works: With reference to the scope of work for electrical items given above & technical specifications are given below
for the electrical works to be carried out with reference to the power distribution system and components details
provided in single line diagram. The bidder should prepare his technical bid and prepare his estimate for electrical
works strictly with scope of work & specifications& ensure performance of all the components& system as a whole to
meet with the requirements.
The Electric supply at the Sub Station shall be received at 11 KV from the Supply Distribution Company.
6.3.2
G.O switch as per IS/HVPN specifications suitable for 11 KV, 3 phase, 3 wire, 50 Hz electric supply complete with
accessories in all respect (if required)
a)
b)
c)
d)
: Manual/ Auto
Cooling
No. Of Phases.
Frequency.
Connection
Vector Group.
Ambient Temperature.
Temperature Rise (Oil)
:ONAN
:3
: 50 HZ.
: Delta/ Star
: DY n 11
:500C
: 500C
Contractor
Witness
187
Executive Engineer
: 550C
: Copper, Double
2.6 A/mm2
The Transformer shall be complete with all standard accessories including following
i) Oil conservator with oil level indicator, minimum level marking, filter, cap, drain plug and oil level gauge for all
transformers of capacity 50 KVA and above.
ii) Off circuit type tape changer with position indicator and locking arrangements.
iii) Silica Gel Breather with connecting pipe and oil seal
iv) Shut off valve between conservator and main tank.
v) Explosion vent
vi) Air release plug
vii) 150 mm dia dial type oil temperature indicator with maximum temperature indicator and alarm
Thermometer pocket with plug for all transformers of capacity 100 KVA and above.
Winding temperature indicator
Drain valve with plug
Filter valve with plug and adopter
Hand hole of sufficient size for access to interior
Two grounding terminals
Tank covers lifting eyes
Uni-directional rollers
Jacking pads, handling and lifting lugs
Neutral bushing for LV windings
Rating diagram and terminal marking plate.
Additional neutral separately brought out on a bushing for earthing.
Radiator assembly
First feeling of oil confirming to IS 335 : 1993 including make a fill during installation.
Facility to connect buckles relay for transformers of capacity 800 KVA and above.
Termination :11 KV outdoor type HT bushing as per IS suitable to terminations for 1 No 3 core XLPE cable (as specified schedule
I) outdoor type HT box as per IS,
LT cable box suitable for termination of suitable LT 3 core PVC cable and one for neutral should also in addition to
cables have provision for connecting 2 Nos earthing tape.
The transformers shall be double wound and shall comply with IS 2026-1962 or the latest and shall be suitable for
service under conditions of voltage frequency fluctuation permissible under Indian Electricity Act and rules there
under voltage variation allowed 10% and frequency 3%.
Contractor
Witness
188
Executive Engineer
Transformers shall meet the requirement shown under detailed specifications and capable of being load accordance
with IS : 6600 : 1962 or the latest. Transformer installation should generally follow IS 10028 or the latest.
Transformer core shall be built up of low loss non ageing grain oriented insulated laminations. Transformers tank shall
be of robust construction fabricated out of MS plate. All welded joints and valves shall be tested after the fabrication
of tank. All joints shall carry non deteriorating gasket. The transformer shall be ONAN type with fixed or removable
radiators adequately braced to tank.
Winding shall be class A insulation with uniform insulation to earth. Inner turn insulation of tapped winding shall be
reinforced to obtain stress distribution. The winding assembly shall be pre shrunk by vacuum drying and impregnated
with approved insulation. Transformer shall have copper winding.
Tapping shall be off load and brought out form the HV winding and terminated in an internal manually operated tap
switch with position indicator and pad locking arrangement. Transformer output shall remain unaffected for any tap
position.
The transformer shall be subjected to routine test and manufacturers test report should be furnished. The tenderer
shall furnish full performance data of transformer as specified in IS 2026-1962 or the latest for proper evaluation of
their equipment.
The following pre-commissioning tests shall be carried out at the site of work.
Visual inspection for broken parts, cracks, leaks, oil level, top up if oil level is low
Two samples of oil shall be taken from the bottom of the tank and tested to withstand voltage of 40 KV for 60
seconds
The insulation resistance between H.V and L.V winding and earthing : The test shall be carried out with 1000 volts
merger. Where ever oil samples test and I.R values are not satisfactory then transformer shall be dried out and the oil
of Transformer shall be dehydrated. Transformer shall be mounted on a plinth by the contractor. After installation the
rollers shall be locked by clamps to prevent movement of transformer.
Transformer body and neutral shall be earthed as per standard conventions.
6.3. 4 Specification of HT VCB Panel
The supply from secondary of the Transformer shall be connected to the Main Electrical Panel; which shall be
provided in accordance with following specifications.
Indoor Cubical type dust and vermin proof HT VCB panel free standing floor mounting made out of 14 gauge CRCA
sheet with angle of size 40 x 40 x 6 mm base frame painted with 3 coats of stove synthetic light grey enamel paint
including one coat of primer with suitable size of compression type cable garlands comprising of :
Univac type, totally enclosed, single busbar, floor mounting, metal clad, indoor, extensible type, flush fronted
horizontal drawout, horizontal isolation type, with IP-54 degree of protection Vacuum Circuit Breaker suitable for
installation in 11 KV, 3 phase, 3 wire, 50 Hz effectively earthed supply system having a fault level of 350 MVA at 12KV
maximum voltage shall meet the following requirement :
1.2/ 50 micro second impulses with stand.
One Minute power withstand voltage
Rated Current for Bus Bar/ Drops/ VCB
Contractor
:
:
:
12 KV Peak
28 KV
630 A
Witness
189
Executive Engineer
1 - Rear cable termination : Provision for terminating 1 x 3c x suitable capacity XLPE cable
1- side cable termination : Provision for terminating 1 x 3c X suitable capacity XLPE cable.
1 - Ammeter with selector switch size 96 sqmm
1-Voltmeter with selector switch size 96 sqmm
1-Relay : Triple pole, non instantaneous, non directional IDMTL relay having 2 elements for over current setting 50%
and 1 element for Earth fault protection setting 20-80%
1-Red & Green lamps for on and off indications
1 TNC switch
2 VAA Relay with alarm bell.
Ambient Temperature : 500C
Contractor
Witness
190
Executive Engineer
Contractor
Witness
191
Executive Engineer
One minute power frequency voltage :2.5 KV (Power circuit) & 1.5 KV control circuit
Ambient Temperature
:
500 C
Maximum Temperature of bus bar
:
850 C
Short circuit withstand (1 second)
:
50 KV
each complete with the following:
Fix contact
Terminal & Backing plate for terminal
Moving contact assembly
Archute & bridge
Ics = Icu = Icw for 1 sec.
Necessary circuit breaker carriage with 3 position (Isolate, test, service) drawout mechanism.
Necessary isolating plugs and sockets.
Necessary mechanism interlock and automatic safe shutters gears with arrangement of pad
locking.
Necessary Independent manual spring mechanism with mechanical On/Off indication as well as electrical On/Off
indication.
Necessary bus bars with bolted type neutral links.
k) ACB shall be provided with microprocessor based releases having built in over load, short circuit, under voltage,
sun trip and earth fault protection. Microprocessor release shall be EMI (Electro Magnetic Induction)/ ENC (Electro
Magnetic Compatible) certified.
4 Nos (NC + No) auxiliary contract
Hand trip Mechanism
On & Off indicators
1-Ammeter suitability scaled 0-800 Amp with 3 way On & Off selector switch of size 96 sqmm.
1-Voltmeter suitability scaled 0-500 volt with 3 way On & Off selector switch of size 96 sqmm
A set of pilot lamp (3 Nos) phase indicating lamp.
3 Nos CTs 15 VA burden and class of 0.5 accuracy having ratio of 100/5 Amp for ammeter.
ACB terminals shall be suitable/ suitably brought out for direct aluminum termination as per IEC-60947-II-2014.
All Small wiring for controls, indication etc. shall be suitable FRLS (Fire Retardant Low Smoke)
copper conductor cables. Wiring shall be suitably protected. Run of wires shall be neatly bunched suitably supported
and clamped.
C). Bus Bar coppers :
Suitable capacity 415 volt copper busbar complete in all respect as per specification given below :
The busbar shall consists of hard draw on high conductivity, duly tinned copper strip of suitable size for phase and
neutral with PVC Sleeve of appropriate phase colour. The bus bar shall be mounted edge wise on insulated base
which will permit sufficient movement for compensation of temperature stresses as well as proper bracing to
withstand the electromagnetic forces provided during short circuit.
Maximum Temperature of Bus Bar
Minimum Clearance
Phase to Phase
Contractor
850 C
25.4 mm
Witness
192
Executive Engineer
Phase to earth
Current Density
D) Outgoing
:
:
25.4 mm
1.2 A/mm2
Suitable sets of outgoing feeders for local control centres in pump houses each equip with TP MCCB of adequate
rating to suit the LCC Panel rating, Star/ Delta or VFD / Soft Starter module with required AC contractors, Timers,
Relays.
Suitable sets of outgoing feeder for APFC Panel equipped with suitable capacity of TP MCCB
Suitable sets of outgoing feeder for Auxiliaries & Lighting loads each with suitable capacity TPN MCB
Suitable set of blank spaces to be kept for any future expenses.
Specifications of Moulded Case Circuit Breakers:
Panel mounting MCCB suitable for 415 volts 50cycles 3phase AC supply complete with operating mechanism, spread
terminals and handle confirming to IEC-60941-II-2014 complete with suitable sizes and required Nos of outgoings.
All MCCBs shall have Ics = 35kA/50kA/70kA Breaking Capacity at 415V as specified.
All MCCBs above 100A shall have Variable Thermal (O/L)& Variable Magnetic (S/C)protection settings
All MCCBs of 250A and above shall be of Microprocessor Based with Overload, Short Circuit
and In-Built Earth Fault Protection. In case of 3 Phase 4 Wire Systems, if 3 Pole MCCBs are specified then Vendor
should provide Neutral CT from MCCB Manufacturer.
All MCCBs of 100A and above shall be provided with Silver Plated Copper Spreader Links
for enhancing termination capacity
All MCCBs shall have Phase Barriers & Extended Rotary Operating Handles
All MCCBs shall have the facility of accommodating Aux Contact (For On-Off Indication), Trip
Alarm Contact (For Trip Indication) and Shunt / UVR Release as specified
For Motor application, motor duty type MCCBs shall be selected with reference to Type 2
coordination chart provided by the manufacturer.
Specification of Miniature Circuit Breakers:
Minimum Breaking Capacity of 10kA.
Comply with Minimum Energy Limiting Class 3.
Not have any line load bias.
Trip free mechanism.
Dual Termination facility on both sides to either connect cable or busbar.
True contact position indicator.
Provision for a Label holder.
The connection from busbar to MCCBs and MCBs with solid copper bar of suitable size.
E)
Red, Yellow, Blue, phase indicating lamps with Piano type switches
F)
Voltmeter suitably scaled with three way and off selector switch with CTs as per IS 1248.
G)
Ammeter suitably scaled with three way and off selector switch with CTs as per IS 1248
The LT panel shall be complete with all interconnections and wiring
Contractor
Witness
193
Executive Engineer
A separate panel (bay) should be provided for individual pump house. The control panel shall be made up
of 14 SWG (2mm) sheet steel with powder coating for long life. The control panel should contain MCCB of
suitable rating contacts relays of reputed make. The following protections should be provided in the panel.
MCCB shall be equipped with EROM (Extended Rotary Operating Mechanism ) and spreader links.
Strater :
Starter Control Panels for the pumps shall be integral with the Main Electrical Panel & should be manufactured to
meet the basic requirements of motor protection such as No-Volt and under voltage protection and thermal overload
protection. Besides this normal feature, provision should be made in the control panel to utilize safety features
incorporated in the pump such as the misters in the windlings, the seal monitor, and the reverse rotation trip device
and the automatic start/ stop device according to the levels in the sump. The control panels should be provided
normal indicating lamps but can further be provided with audio-visual signals or circuits for internal application. The
starter shall be fully automatic DOL starter/ star delta starter Air Beak dry type/ VFD/ soft starters suitable for
350/450 volts three phase 50 cycles A.C supply confirming to IS 13947 (part I & IV). The starter shall be complete
with.
1 No
Contractor
Witness
194
Executive Engineer
60947
2.
3.
61947
2147
Factory built assemblies of switchgear & control gear for voltages including 650 V.
Degree of protection provided by enclosure for low voltage swift and control gear.
4.
2551
5.
1248
6.
722
AC electric meters.
7.
2705
Current transformers.
8.
3156
Voltage transformers.
9.
10118
10.
375
Contractor
Marking and arrangement for switchgear bus bars main connection auxiliary wiring.
Witness
195
Executive Engineer
Other considerations
This section is applicable for 415 V Motor control centre (MCC) for effluent works. For details of individual switchgear
components refer design consideration given in tables. Switchgear shall be made out of sheet steel in
compartmentalized design and shall be suitable for bottom cable entry on rear side. The horizontal bus bar chamber
shall be on the top whereas vertical bus bars shall be provided in bus alley at the front. Instead of switch fuse unit
(SFU) unless otherwise specifically shown on drawing, fixed type Moulded Case Circuit Breaker (MCCB) shall be
provided. All modules up to 630 A shall be provided with MCCB of 50 kA S.C. rating.
All modules of 800 A, and above shall be provided with draw out type Air Circuit Breaker (ACB). All A.C.BS shall be of
three pole, manually operated spring charged design.
The minimum clearance on back and sides of all switchgear shall be 1000 mm and on the front side the same shall be
1500 mm. All M.C.C.BS shall be provided with operating handle and Outdoor interlock.
Technical parameters
a)
MCC
b)
High conductivity Aluminium grade E91E for TPN bus type, size to
suit current rating.
c)
Min. clearance
d)
Earth Bus
e)
f)
Power frequency With stand voltage 2.5 KV RMS, 50 Hz for one minute
duration
Short time
50 kV RMS, 50 Hz for one minute
g)
Maximum temperature
70 Deg. C
h)
ACB details
i)
j)
CT details
k)
PT details
Shall be with static releases, current limiting features & aux switch
for alarm / indication.
l)
MCCB details
Shall be with TMD releases, current limiting feature & aux switch
for alarm / indication.
m)
Indicating Lamps
On, off and Auto-trip indications on module door for each drive.
n)
o)
p)
q)
Train gear type, calibrated for reqd. CT-PT ratio Accuracy Class 1.0
r)
s)
t)
HRC cartridge type with base & carrier Ratting contractor to select
Contractor
Witness
196
Executive Engineer
u)
Miscellaneous details
Contractor
Witness
197
Executive Engineer
Voltage input
Current input
Frequency
No. of fuses
Insulation level
Accuracy of PF
PF Setting
Safety Lockout time
Equipped with
Internal fuses
Externally
Operating conditions
Contractors
:
:
:
:
:
:
:
:
:
:
:
:
Contractor
Witness
198
Executive Engineer
Engine Speed governor (Electronic backed up by Mechanical) Class A Governing as per BS 5514
Fly wheel
Air cleaner with filter
Turbo charge & after cooler
Radiator & Fan Assembly
Torsion Vibration damper
24 Volts electrical starting arrangement consisting of dynamo and self starter
Battery Charging alternator
Gear pump for forced Feed lubrication
Fuel injection pump
Fuel Filters
Lubricating oil filter and lubricating oil cooler
EPU for over speed, high cooling water temperature and low lubricating oil pressure with alarm and shut down facility
Instrument panel comprising of cutout Control, push Button for self starter, Temperature gauge for cooling water,
Tacho cum hour counter, pressure gauge for lubricated oil, fuses and battery charging ammeter.
Flexible rubber coupling
Heavy Duty industrial silencer
One No. fuel tank with capacity of 500 Ltrs. Fabricated out of 10 gauge M.S. Sheet welded construction with inlet,
outlet point, fuel shall filter at outlet point. Fuel filter and water separator are fixed at outlet point. Fuel pipes 2 nos.
1.5 mtrs & 9.5 mtrs. Long
Piping:
Piping for radiation water vapour and for exhaust of burnt gases outside the plant room shall be included. The
exhaust pipe shall be of minimum 100mm dia and shall be made of M.S. medium class, 500mm long flexible exhaust
pipes with end flanges.
Alternator:
The alternator of make specified in Schedule no. III confirming to BS-2613/IS 4722 shall be suitable of running at 415
+ 6% volts, 50 cycles, 3 Phase, 4 wire 0.8 power factor, 1500 RPM continuously rated for 200 KVA/160KW brush less,
self excited, self regulated foot mounted, screen protected, drip proof type in IP 21(SPDP) enclosures, the voltage
variation shall be 1% of the rated value from no load to full load condition. It shall be provided with AVR. The
insulation used is of H/F class. The alternator will have provision for 10% overload for 1 hr. in every 12 hrs.
Base Plate
Engine and alternator should be mounted on sturdy, fabricated and welded constructed base plate. Base plate should
be Machined for perfect alignment and should have unique feature of threaded holes for holding down bolts for
mounting engine and alternator to ensure prolonged trouble free operation.
AMF Panel
The control panel shall be of sheet metal construction, floor mounted type suitable for indoor use in IP 41 enclosure.
Front/ rear door of the panel is hinged and locked. The side covers are louvered. A fine net is welded to louver to
make, the panel vermin proof, Rubber gaskets are provided on all doors. The panel will be complete with 1.5sqmm
internal wiring and would include.
Contractor
Witness
199
Executive Engineer
Contractor
Witness
200
Executive Engineer
Design of Changeover Switches shall be modular cassette type and shall have provision of in-built mechanical selfinterlock and dual dead center mechanism ensuring high reliability for changeover function. Hence, the user shall
have the option of using the central or side shaft position for operating handle at site.
Changeover Switches shall have terminal shrouds thus providing touch proof design and preventing accidental
touching of live terminals. These shrouds shall be click-fit type and shall be capable of turning to 90 degrees so that
terminals can be inspected without removing these shrouds.
There shall be Source Separator provided to isolate two incoming supplies and to eliminate possibility of flash-over
between two supplies due to accidental falling of external object.
Inter-phase barriers shall be provided for additional safety to eliminate possibility of inter-phase short-circuit.
For Higher ratings (400A and above), Changeover Switches shall have flip-able handle to enable the user to operate
the switch with both ends.
The handle also shall offer provision for providing 3 Padlocks in OFF Position. Thereby ensuring high reliability of only
Authorized Personnel Operating the Changeover Switch.
In case, Changeover Switches are desired with SS Enclosures, then the same shall be factory-built supplied in SS
Enclosure from Changeover Switch Manufacturers. The Enclosure so offered shall provide IP54 Protection. SS
Enclosures with Changeover Switch shall have adequate space for cable termination so that additional cable entry
boxes are not required. Cable gland plates shall be provided as in-built feature with this SS Enclosure Changeover
Switch.
Changeover Switches shall be easily convertible to fused version at Site by usage of Fuse Conversion Kit. The Kit so
supplied shall be from same manufacturer of Changeover Switch.
Rated Impulse Withstand Voltage (Uimp) shall be 12kV for all Changeover Switches and they shall comply to Pollution
Degree III Norms
Cables
The LT cables from diesel generating sets to panel to changeover switch in OCB room including cost of thimbles, lugs,
solder etc. for making connection as per specification given below:
240 sqmm X LPE (ISI marked) 3.5 core, 1100 Volts Galvanized steel strip armoured cable with aluminum conductor of
standard make in ground covered with sand & brick in trenches/ in pipe.
Earthing
All the electrical equipment such as alternator, AMF panel and distribution switch board shall be provided with double
loop earthing. The earthing shall be done in accordance with para-7 of ISI 732-1968 and 3043-1966 (code of practice
for earthing)
All connection of the earthing system shall be visible for providing periodical inspection & testing.
It is absolutely essential that the entire earthing system should be designed with regard to the maximum likely earth
fault current based on the rating of the equipment installed. All wiring & earthing shall be as per ISI 1956 rules and
shall be got approved from the Electrical Inspector, Haryana.
Earthing with tinned copper earth plate 600mm x 600mm x 3mm thick including accessories and providing enclosures
with cover plate having locking arrangement and watering pipe with charcoal or coke and salt for copper plate earth
electrode alongwith earth connections from earth electrode with copper tape 32mm x 6mm thick directly in ground
and surface fixed with suitable copper steeples of same size as required.
Tools
One set of tools of reputed make as detailed below shall be supplied along with the generating set.
One set of 6 Nos. double-ended spanners
One set of 6 Nos. ring spanners
Contractor
Witness
201
Executive Engineer
Fan designation
Exhaust duty
2.
Design capacity
3.
Type
Features of Construction
1.
Impeller
2.
Hub
3.
Casing
Mild Steel
4.
Wall cowl
5.
Bird screen
6.
Motor
Contractor
Witness
202
Executive Engineer
Contractor
Witness
203
Executive Engineer
All temporary ends of cables shall be protected against dust and moisture to prevent damage to the insulation. While
laying cables, the ends shall be taped with PVC tape.
Cables shall be handled carefully during installation to prevent mechanical injury to the cables. Ends of cables leaving
trenches shall be coiled and provided with protective cover until the final termination to the equipment is completed.
Directly buried cable shall be laid underground in excavated cable trenches wherever required.
The trenches shall be suitably designed for accommodating all the cables. Before cables are placed, the trench bottom
shall be filled with a layer of sand. This sand shall be levelled and cables laid over it. The cable shall be covered with
150 mm of sand on top of the largest diameter Cable and sand shall be lightly pressed. A protective covering of bricks
class B / RCC tiles shall then be laid on top. The balance trench area shall then be back filled with soil, rammed and
levelled. As each cable is laid in the trench, it shall be subjected to insulation test in the presence of the Employers
representative before covering. Any cable, which proves defective, shall be replaced.
All wall openings shall be effectively sealed after installation of cables. All wall openings shall be effectively sealed
after installation of cables. Where cables rise from trenches to motor, control station, lighting panels etc. they shall be
taken in GI pipes(rigid/ flexible)for mechanical protection up to a minimum of 600 mm above grade level. The
diameter of the GI pipe shall be at least 3 times the diameter of the cables. Cable shall be carefully pulled through
conduits to prevent damage. Wherever cables are taken in conduits / Pipe, the contractor shall ensure that the area
of conduit/ pipe is 100% more than the cable area.
If pipe sleeves provided by Purchaser are inadequate since more cables are to be laid, then additional pipe sleeves
shall be laid. After the cables are installed and all testing is complete, conduit ends above ground level shall be
plugged with suitable weatherproof plastic compound.
Where cables pass through foundation walls or other underground structures, the necessary ducts on openings will be
provided in advance for the same. At road crossings and other places where cables enter pipe sleeves an adequate
bed of sand shall be given.
Cables installed above ground level shall be run in trays, exposed on walls, ceilings / structures and shall be run
parallel to, or at right angles to, beams, walls or columns. The cables shall be so routed that they will not be
subjected to heat.
Cables running along structures will be clamped by means of GI saddles and saddle bars a spacing of 300 mm. Cable
carrier systems i.e. site fabricated ladder type cable trays and supporting steel shall be painted before lying of cables.
Painting shall have two coats of red oxide and one coat of Aluminium paint. For all outdoor buried cables at least 3meter diameter loop shall be provided at both ends before termination.
Termination
All PVC cables shall be terminated at the equipment/panel by means of double compression type brass glands and
tinned copper lugs. Power cable cores shall be identified with red, yellow and blue PVC tapes.
In case of control cables, their terminal numbers by means of PVC ferrules shall identify all cores at both ends. Wire
numbers shall be as per inter-connection diagrams, to be furnished to the contractor.
Contractor
Witness
204
Executive Engineer
The cable shall be taken through adequate size gland inside the panel or any other electrical equipment. Cable leads
shall be terminated at the equipment terminals by means of crimped type solder less connectors.
Crimping shall be done by hand crimping/ hydraulically operated tool and conducting jelly shall be applied on the
conductor. Insulation of the leads should be removed immediately before the crimping.
Cable glands and lugs
All cable glands shall be made out of brass and shall be of double compression type. All cable lugs shall be of tinned
copper, crimping type.
Cable trays
Cable carrier system shall comprise of site fabricated ladder type cable trays made out of structural steel and painted
duly with two coats of red oxide and a final coat of enamel paint. The construction of the cable trays shall be as per
the site requirement and generally in line with the drawing enclosed.
Standard for cables
No.
Standard
Description
1554 part 1
1554 part 2
5.
8130
6.
5831
7.
3975
8.
1753
9.
9283 (1979)
Submersible Cables.
Power cable shall be of Al conductor except in case of submersible cables whereas submersible control and lighting
cables shall be of Cu conductor. The minimum size of Al conductor cable shall be 6 mm2 and Cu conductor cable of
2.5 mm2.
Power cable sizing shall be based on the various de- rating factors recommended by cable manufacturer, rated
current, temperature rise of conductor and voltage drop.
Control cables of CTs shall be based on the VA burden of CT and relays/ meters.
Technical parameters
LT Cables
Cable selection
Contractor
Witness
205
Executive Engineer
The work of HT & LT cables shall be executed as per DNIT and PWD Specifications.
Drawing and documents required: - Cable catalogue
6.3.12 Earthing system
The work of earthing shall be executed as per DNIT and PWD specifications. All the material required for the
earthings system shall be supplied and installed by the contractor. The main grid conductor shall be hot dip G.I. strip
of 50 x 6 mm size. The contractor shall prepare Earthing layouts. All the material required for making earthen
stations, such as electrode, charcoal, salt etc. should be supplied by the contractor. Excavation and refilling for laying
of earth strip and for earth pit shall also be in contractors scope.
The entire earthing system shall fully comply with Indian electricity act and rules. The contractor shall carry out any
changes desired by the electrical inspector, in order to make the installation conform to I.E. Rules.
The main earth grid shall be laid at a depth of 1000 mm below Ground level. In trenches, earth strip shall be laid
along the trench. It shall be protected against mechanical damage. Joints and tapping in the main earth grid shall be
made in such a way that reliable and good electrical connections are permanently ensured. All joints except the
equipment end shall be welded. Giving two coats of bitumen and covering with hessian tape shall suitably protect all
joints buried in ground.
Conduits in which cables have been installed shall be bonded and earthed. Cable armour shall be earthed at both
ends. Earth pipe electrodes shall be installed as per IS: 3043. Their location shall be marked on earth pit chamber
covers. The electrodes shall be tested for earth resistance by means of standard earth tester.
A disconnecting facility shall be provided for individual earth pit to check earth resistance. All electrical equipment
above 230 V shall be earthed at two points and equipments below 230V shall be earthed at one point.
Conductor size for connections to various equipments shall be as per the table as follows
Equipment
Motors
Conductor
Up to 11kW
8 SWG GI
up to 22kW
25 x 3 mm GI
up to 37.5 kW to 90kW
25 x 6 mm GI
MCC / PDB
50 x 6 mm GI flat
8 SWG GI wire
junction box
Main earth grid
SLDB
Lighting Panel
Outdoor fixtures
Transformers
50 x 6 mm GI flat
32x 3 mm GI flat
25 x 3 mm GI flat
14 SWG GI Wire
32 x 3 Copper strip
All paint, scale etc. shall be removed before earthen connections are made
Anchor bolts or fixing bolts shall not be used for earthen connections.
Earthing station
The pipe electrode of 40 mm diameter x 3000 mm long GI pipe shall be provided. Salt and coke shall be filled in
layers of 25-mm. up to one meter and balance shall be filled with loose soil. However, care shall be taken that the
Contractor
Witness
206
Executive Engineer
earth pit does not sink. The brick chamber (600 x600) shall be made 75mm above FGL and shall have heavy-duty
cast iron frame and hinged cover at top for inspection. A 40 mm NB GI Watering pipe shall be provided in the pit.
The work of earthing shall be executed as per DNIT and PWD Specifications.
6.3. 13 Lighting System
The cabling / wiring, installation and commissioning of complete illumination system shall comply with all currently
applicable statutes, regulations, fire insurance and safety codes. Suing 1.1 shall carry out outdoor lighting KV grade
four-core cable. The cabling for the outdoor lighting fixtures will be done in loop-in-loop out at respective high mast
structure/street light pole mounted junction boxes. Using 2 Core, 2.5 mm 2 copper cables shall also carry out the
Outdoor lighting. The Outdoor office areas wiring shall be carried in conduits. Outdoor cabling shall be buried in
ground whereas Outdoor lighting wiring (cable / conduit) shall be of exposed type.
General Requirements
Except as specifically approved by the Engineer in charge, installation of conduits and lighting fixtures shall be
commenced only after all major services in that particular area have been completed. Location of lighting fixtures,
switches and receptacles shall be shown on the drawings and shall be relocated if required to suit the site conditions.
5A 3 pin / 15A 6 pin receptacles with switches shall be provided on the light control switch boards. LPs shall be
provided with labels indicating LP number and O/ G CKT feeder numbers. LPs shall be provided with cable gland for
incoming cable and knockouts for outgoing conduit termination. Cable/ conduit supports shall be provided at in
interval of 300-400 mm for horizontal runs and400-500 mm for vertical runs. Cable / conduits shall be kept, wherever
possible at least 300 mm away from pipes, heating devices and other equipments. For the purpose of calculating
connected loads of various circuits, a multiplying factor of 1.25will be made to the rated lamp voltage for lamp
fixtures to take into account the losses in the control gear. Contractor shall supply junction boxes, pull boxes, terminal
blocks, glands, conduits and accessories (elbows, tees, bends etc.) and supporting/ anchoring materials, to make the
installation complete.
In all types of cabling due consideration shall be given for neatness and good appearance. Decision of the Employers
representative shall be final.
The rate for installation, testing and commissioning of the Outdoor lighting shall include the mounting of fixtures with
necessary materials, laying of cable/ conduit, pulling of wires through conduit and external earth wire, providing all
accessories for cable/ conduit installation, including conduit fittings. Providing of light control switchboard with
switches, switchboard mounted 5A, 3 pin receptacles with switches etc.
The rate shall also be applicable to the lighting fixtures installed outside the building as perimeter lighting, entrance
lighting below canopy etc.
For street lighting poles the fixtures wiring from Junction box up to fixture shall be with 3 nos. Of single core 2.5mm2
(Phase, Neutral & Earth) copper conductor PVC insulated wires. Connecting it to the plant earth grid as per the Indian
Electricity Rules shall ground each pole. The foundation of the street lighting poles shall be supplied with a base plate
and grouted in. The street lighting poles shall be painted with one coat of primer and 2 coats of aluminium paint. The
second coat of aluminium paint shall be given just before handling over the installation to the owner.
Lighting panels (LP)
The panels shall be of 14-gauge sheet metal construction. Panels shall be equipped with phase and neutral bus bars
of adequate capacity and miniature circuit breakers. The incomer shall be of ELMCB and outgoing circuits shall have
only MCBS.MCB shall be of 9 kA. Miniature circuit breakers shall be mounted in such a ways that operating levers
project outside the front cover plates. A hinged door to cover the operating knobs shall be provided with detachable
Contractor
Witness
207
Executive Engineer
top and bottom plates with 25 mm knockouts. All metal surfaces shall be cleaned free of rust, given a coat of red
oxide primer & finished with 2 coats of synthetic enamel paint of shade 631 as per IS, for 415V danger board and
engraved nameplate shall be fixed on the panel. The lighting panels shall be marked with the voltage and No. of
phases of the supply.
Lighting Fixtures
No.
Standard
Description
1.
IS: 1913
2.
IS: 1777
3.
IS: 5077
4.
IS: 2149
5.
IS: 6665
The Contractor considering following Lux levels shall design lighting system: Outdoor areas 250 Lux, for Laboratory and Control Room, 200 Lux, for other areas, Outdoor areas 50 Lux.
Lighting shall be designed for controlling the Lux level in following way:
Switches shall be provided to achieve 50% of the designed Lux level whenever required for Indoor as well as outdoor
areas.
Technical parameters
No.
Standard
Description
1.
2.
3.
Painting
Vitreous Enamelled
4.
Type Outdoor
5.
Outdoor
Earthling
Drawing and documents required for lighting fixtures technical catalogue with mounting and dimensional details and
polar curve be furnished.
Indian Standards.
Finish doors, trims and back boxes for surface mounted cabinets in finished area by applying a rust-resistant
treatment prime coat and a final coat of manufacturers standard enamel or lacquer finish and give heat treatment.
Galvanize all other sheet metal components of cabinets including back boxes for flush cabinets, excepting non-ferrous
metal parts or steel parts provided with cadmium plating or equivalent protective plating.
Equip doors with concealed or semi-concealed hinges and with flush or semi-flush spring catch type flush cylinder
locks. Set cabinet doors flush into cabinet trim. Equip trim with adjustable clamps or other approved means to fasten
trim to cabinets. Fastening method shall permit adjustment for aligning the trim for surface cabinets shall be even
with the perimeter of the back box.
Do not use factory furnished knockouts with surface back boxes punch or drill required openings during installation.
6.3.14 First Aid Box
Providing of First aid box as approved by St. John Ambulance Brigade/ Indian Red Cross conforming to IS 2217 :
1963
Contractor
Witness
208
Executive Engineer
Description
1.
Instrument
Pressure gauge
2.
Type
3.
Required Range
As required
4.
Dial size
150 mm
5.
6.
Mounting
Threaded on siphon
7.
Accessories
8.
Application
Siphon with needle valve arrangement for BSP connection socket and
pressure gauge
Water
9.
Working Pressure
Contractor
Witness
209
Executive Engineer
10.
Accuracy
Instrument
Level switch
2.
Type
3.
Process connection
4.
Accessories
5.
Application
6.
Power supply
230 V AC, 50 Hz
7.
Output
8.
Enclosure
9.
Accuracy
Description
Instrument
Flow Transmitter
2.
Type
3.
As required
4.
As required
5.
Pipe ID
As required
6.
Process Connection
7.
Mounting
8.
Accessories
Flange fittings as per model selected and gaskets suitable flange size
9.
Application
Water
10.
Power Supply
230 V AC/ 50 Hz
11.
Output
4 to 20 mA
12.
Cable connection
NPT
13.
Cable Type
14.
Cable Glands
15.
Enclosure
Weatherproof, IS 2147 / IP 65
16
Accuracy
+/- 2% FSR
Contractor
Witness
210
Executive Engineer
instruments standard calibration documentation shall be prepared at the time of calibration. Calibration shall be
performed in the prsence of the Engineer-in-Charge or his representative. The contractor shall do all recalibration till
hand over of the plant. Guaranteed Power Consumption Chart to be used for Transformer & DG set Rating.
Contractor
Witness
211
Executive Engineer
SECTION - 6.4
GENERAL SPECIFICATION OF PAINTING WORKS
6.4.1 General
a) Scope
This specification covers the minimum technical requirements for the painting of all above ground piping,
structures, equipment etc., installed by the contractor as per the scope of work explained earlier. The primer
and finished paint required to comply with the specifications will be procured and applied by the contractor.
b)Work
The work involves surface preparation and painting the inner/outer surface, as specified.
6.4.2 Specification
a) General
1) This specification covers the general requirements like surface preparation paint application, colour codes
etc.
2) Paint selected shall be such that they should be able to withstand all weather conditions as well as
atmospheric. Engineer-in-charge shall approve all the paints that are used for work.
3) In all eases the primer coat rush be applied within three hours after painting work.
b) Applicable Standards
The latest revision of the following standardsshall be followed for the painting work.
1) IS: 1477 - Code of the practice for painting.
2) IS: 2074 Specification for ready mixed method of paint red oxide zinc chromate primer.
c) Colour Codes
Generally the Colour code selected for identification shall be as specified below. However, the Engineer-incharge shall be consulted before finalizing the shade scheme.
i)
ii)
Steel tanks
Grey
iii)
Black
(iv)
Piping
(1) Waste Water
Contractor
Green
(4)Sludge lines
Brown
(5) Air
Sky Blue
Witness
212
Executive Engineer
v)
Valves
(vi)
Equipment
Red
(1)Motors
Grey
(2) Pumps
Royal Blue
(3)Hand Railing
d) Material Specifications
The primer and finish to be used shall be in accordance with the specifications. Primer shall be of red-oxide
zinc chromate conforming to IS:2074. The paints used shall be uniform and of even consistency.
e) Surface Preparation
The following methods shall be adopted for the surface preparation, with the approval of the Engineer-incharge. All piping structural steel shall be cleaned manually by wire brushes of by mechanical wire brushes.
Any surface go be painted shall be quite dry and clean. It shall be free from rust, scale, sharp pits, butts,
weld spatter, flux, dust, grease, oil and other foreign material before paint is applied. All steel surface
shall be freedom all loose mill scale and removable rust.
Solvent cleaning shall be adopted only in extreme cases, with the approval of Engineer-in-charge.
All surfaces with show traces of oxidation after cleaning and before applying paint shall be cleaned again.
No sharp scratches or cuts shall be made on the surface during cleaning operations.
Hand Cleaning
Handling
Hand scraping
Other system with manual striking tools, rust, mill scale and other foreign matter classified al loose, shall
be removed by hammering, scaling of by any other hand striking tools or by a combination of the above
methods. The impurities still left over after the above wire brushing. On completion of the hand cleaning
process, dust and other impurities shall be removed from the surface by clean rags.
f) Paint Application
Each paint coat shall be dry before applying the next coat. The drying time shall be as recommended by
paint manufacturer.
No outdoor paint shall tie done during the following weather conditions
Rain
Fog
Humid conditions
Contractor
Witness
213
Executive Engineer
Surface Treatment on concrete surface dilute acid wash may be used in addition to wire brushing.
Method of Application
The preferred method for the finish coats is brushing or spraying. This shall be strictly following as per
manufacturers recommendation. Air less spraying of epoxy shall be preferred.
6.4.3 Inspection
Each coat shall be inspected and approved before the succeeding coat is applied. The thickness of each coat
shall be as per the specification.
Size of Letter in mm
Up to 25 mm
10 mm Above
30 mm
40mm
65mm
Above 300mm
100 mm
Equipments
100 mm
Contractor
Witness
214
Executive Engineer
SECTION 7
OPERATIONS AND MAINTENANCE
7.1 GENERAL
The Sewage Treatment Plant (STP) so constructed by the Contractor will be operated & maintained by him
for a period of 5 years (60 months) after the proper stabilization. While activities involved in the operation &
maintenance are given in subsequent paragraphs, it would be the duty of the Contractor maintaining the
Plant to keep the grassy lawns & flower beds in the plant area in tip top condition & general upkeep of the
balance area. The main task shall be:
a) Operating the Plant with the design capacity maintaining the output quality.
b) Keeping the down time of any equipment as low as possible but at least below the desired level.
c) Maintaining all the Plant, Equipment and Tools and making necessary repairs.
d) Technical and administrative monitoring of the Plant.
e) The Laboratory for maintaining the overall performance of the Plant & those of any individual Units shall
also be maintained & staffed by the Contractor. He will be responsible for daily monitoring of the Plant in
particular & any other Unit in general.
f)
General Tests such as BOD, COD, Suspended Solids etc. both for influent & effluent will have to be
monitored on daily basis while any other test such as VSS, TSS, MLSS, MLVSS etc. may also be required
to be done routinely. Contractor will be responsible for Manpower, Chemical Consumption & replacement
of any broken Glassware.
g) The STP shall be maintained by following the specifications and directions given in Manual for Sewerage
and Sewage Treatment published by CPHEEO, New Delhi.
h) Minimum staff which the Contractor will have to employ for proper maintenance & upkeep of the Plant is
given under Clause 7.27 of this Chapter.
7.2 Introduction
Maintenance comprises those operations which are well planned systematic programme of maintaining the
Machinery by taking appropriate steps to prevent breakdown well in advance before it causes major damage.
This prevents wastage of time, production loss and prolongs the life of Machine. This maintains better
efficiency in the system and economizes the running cost of the Plant. It can be classified as:
a) Preventive Maintenance which constitutes works and precautions to be taken to prevent breakdown and
b) Corrective Maintenance which involves carrying out repairs after breakdown.
Preventive maintenance is more economical than corrective maintenance and provides uninterrupted service
which is essential to achieve the basic objectives of treatment viz. protection of health of the community and
prevention of nuisance.
The primary aim is the running and maintenance of the Plant efficiently and economically so that the effluent
from the Plant meets the prescribed standards in terms of pH/BOD/COD/TSS etc. laid down while discharging
the effluent safely on land, or in the water body.
The basic requirements of successful operation and maintenance of STP are:
Contractor
Witness
215
Executive Engineer
A thorough knowledge of Plant, Machinery and Equipments provided in the Effluent Treatment Plant and
their functions.
Training of all operating Staff in proper Operating Procedures and Maintenance Practices.
Good housekeeping.
The various Units of the Plant are designed for maximum efficiency within a certain flow range and input
effluent quality. Close control and co-ordination of operation of different Units are therefore, required within
the limits of design so as to achieve maximum efficiency. Hence, accurate measurements of flow of raw
effluent, treated effluent and sludge are required. For this purpose, Flow Measuring Devices and Meters are
provided to guide the Operator in his supervision and obtain data for progressive improvement. For quality
control, analysis of raw effluent, sludge, digested sludge etc. as they pass through different Units of the
Treatment Plant and of the treated effluent should be carried out on a regular basis. Proper recording of data
is essential for an accurate assessment of deficiency of operation. On the chemical side, dosages must be
closely and accurately proportioned to the varying rates of flow of influent and sludge based on analysis.
Better plant operation is possible only when the Operating, Maintenance and Laboratory Staff is fully
conversant with the characteristics and composition of raw effluent handled and the results achieved during
each State or Unit of the treatment process.
Operation and Preventive Maintenance of several Treatment Units and the frequency of cleaning, lubrication
of mechanical equipments etc. are to be strictly adhered to if optimum results are to be expected.
7.3 Operation & Maintenance Services
The Operation and Maintenance Services shall be made according to the following specifications.
a) Maximum Downtime
The Plant shall never be operated at less than 50% of its design capacity due to maintenance and repair
reasons. The period of 50% operation shall not exceed more than two consecutive days and not more than
three days in a week. The maximum downtime to the whole Plant shall not exceed more than 8 continuous
hours. The periods for repairs and maintenance have to be communicated to PHED at least one month in
advance.
Contractor
Witness
216
Executive Engineer
7.4 Buildings
Building should be well ventilated and illuminated. They should be maintained and kept in good repair, white
or colour washed metallic parts being painted annually. The effect of corrosive gases could be minimized by
proper ventilation, proper collection and disposal of corrosive gases and painting the structures which are
prone to be attacked by the gas, with anticorrosive paints. Dampness inside buildings could be reduced by
proper ventilation. Wherever necessary, exhaust fans and forced ventilation should be adopted.
Contractor
Witness
217
Executive Engineer
7.5 Equipments
The Operator should maintain a book of Catalogues supplied by the Manufacturers containing instruction
sheets of all equipments. In addition, printed or written Operating and Maintenance Schedules should be
displayed near each equipment in the language understood by all operating staff.
Lubrication Schedules, Cleaning and Painting Schedules, Checks for efficiency, leaks and wear and tear and
testing of Safety Devices should be followed strictly according to manufacturers instructions.
All Metering Devices such as Weirs and Float Gauges should be maintained in proper working condition
including calibration. Charts should be changed at the same hour every day. Records maintained should show
total maximum and minimum rates of flow.
Operating, lubricating and maintenance instructions for all Pumps and other mechanical equipments should
be strictly followed. Special attention should be given to maintaining Pumps in an efficient operating
condition, free from clogging, excessive friction or entrance losses and abnormal power consumption due to
wear and tear. Water level in the Wet Well should not be lower than the minimum designed level and all
accumulation of grease and other deposits removed promptly. Floats and sequence switches controlling the
pumping cycles should be examined at the beginning of each shift. All Pumps including standby pumps
should be operated in rotation so that the wear and tear is distributed evenly. All bearings, motors and
electrical control equipment should be inspected daily for any over-heading. The manufactures directions for
operation and lubrication should be strictly followed. Packing glands should be checked for over-tightening.
When pumps may have to be operated automatically time interval between start & stop, should not be less
than 5 minutes. A reversing switch shall be installed for dislodging the clogging materials. This can also be
achieved by taking the backflow from the header main. Chlorination equipment should be properly housed
and reserve supply of cylinders, valves, gaskets etc. should always be available. Valves and piping should be
regularly checked for leaks. Leaks should be attended to as per the instruction in the manufacturers
catalogues. Chlorine cylinders should be kept on scales and the weight read each day as a check for the
amount of chlorine used. Gas masks must be used while attending to chlorine leaks. Operation records should
show the volume of sewage chlorinated, rate of application of chlorine, residual chlorine in the plant effluent
and the amount of chlorine consumed each day. In case of severe chlorine leakage, arrangement should be
provided for dumping chlorine cylinder in lime tank to nullify its effect in the atmosphere.
7.6 Safety in the Plant
The work of an Operator in a STP presents many hazards that must be guarded against. Common type of
accident is injuries from falls, deaths from drowning and asphyxiation. Narrow walks or steps over tanks
(particularly in darkness, rains and wind) ladder and spiral staircases are potential danger spots where the
operator should be alert; overexertion during operation of valves, moving weights and performing other
arduous tasks should be avoided. All open tanks should be provided with guard rails to prevent accidental
falls. Glass parts as well as moving parts should be protected by screen or guards. Adequate lighting within
the plant and around the plant should be provided which gives better working facility reducing accidents on
account of slipping etc. Honeycomb grating be provided on open channels to avoid accidents on account of
falling down or drowning. The staff should be trained and compelled to use helmets, gumboots, hand gloves
etc. Wherever necessary, precautionary boards/danger boards/sign boards should be displayed in the plant
(wherever necessary), drawing attention to the potential danger spots. Gas poisoning, asphyxiation and gas
explosion are other hazards. Hence smoking or carrying open flames in and around digesters should be
prohibited.
Contractor
Witness
218
Executive Engineer
Covered tanks, wet wells or pits should be well ventilated. Before entering, they should be kept open for
sufficient time or preferably forced ventilated as the present problems of asphyxiation. Entry into them should
be permitted only after ensuring the safety by testing for the presence of hazardous gases. Gas masks should
be stored in location where no possibility of contamination by gas exists and should be easily accessible. A
first aid kit should be available readily at hand. Fire extinguishers of the proper type should be located at
strategic points and maintained in good operating condition at all times by testing them.
All staff should be trained in rendering first aid and operating fire extinguishing equipment. Adequate number
of toilets and bathing facilities, drinking water facilities and locker should be provided for the convenience of
operating staff and protection from risk of infection. Earthing facilities and canteen should be maintained
hygienically.
All workers should be compelled to observe personal, hygiene such as washing with soap after work as well
as washing before taking food. The use of antiseptics along with washing should be emphasized. The
employees should be medically checked after every six months especially for eye sight, hearing, indigestion,
mental capability, T.B. Diabetes, heart troubles etc.
7.7 Training of Personnel
All operating staff engaged in technical and skilled work should be trained. This plant is to be headed by a
plant superintendent who should have the necessary training with considerable experience in effluent
treatment. All junior operation staff should receive in service training. It is desirable that all components of
STP are run and maintained by operators who hold certificates of competency. The person who would be
looking after the maintenance and operation of the plant should be preferably involved in the activities at the
time of design, procurement and installation including inspection of equipment at manufacturers place and
their test and trials on completion of system. The operation and maintenance staff should undergo training
and refresher courses from time to time as to keep them conversant with the latest technological advances in
the field. The staff should also be encouraged by sending them to other similar plants. They should also be
provided with well-equipped library for references and also be sent for higher studies. The contractor would
impart necessary training to the designated PHED staff for taking over and carrying out proper maintenance
after the expiry of his contract. The training shall be imparted in a training institute as well as at the field.
The total training shall not be less than 6 months.
7.7.1 Recording and Reporting
All operating records of the various treatment units in a plant should be properly compiled on a day-to-day
basis and daily, monthly and yearly reports prepared, maintained and periodically reviewed. These reports
will form a valuable guide to better operation and serve as an important document in the event of a legal suit
resulting from nuisance or danger attributed to the plant or for meeting the statutory requirements about the
satisfactory performance of the plant, computers should be used for storing and compiling such voluminous
information and to have easy access for prompt information when called for. This would also help in
reviewing the performance of the various equipments and plant as whole.
Contractor
Witness
219
Executive Engineer
7.8. Operations
a. Daily Operations of Sewage Treatment Plant & IPS
The Contractor shall carry out all facility operation and waste water disposal operations indicated below; in
accordance with Good Operating Practices, as set out in this Contract. The Facility operation and waste water
disposal operations shall include, but not be limited to the following:
Operating Sewage Treatment Plant to maintain the quality of treated effluent within the standards prescribed
in the Tender, operate electrical equipment during power failures by operating generators, operate the
Centrifuge for sludge drying and treat incoming effluent at prescribed standards through optimal dosing.
Carrying out daily cleaning of grit channels and removal of screenings and disposal of floating matter in grit
dewatered sludge out of premises. Carrying out continuous flow measurements of treated & untreated
effluent and recording the same online / offline. Collecting samples of influent and effluent and analyzing
them daily to determine the quality of effluent and performance of the treatment plant and providing security
for facilities and system at all times.
b. Contingency Plan
Developing and implementing contingency plans in respect of responses to natural disasters, periods of
power failure, storm water inflow into sewers during monsoon, de-silting of units of treatment plants,
constraint operations or other similar emergencies to maintain the quality of treated effluent.
c. Energy Audit
The Operator shall take all necessary measures to minimize the power consumption in carrying out its
operations. The energy audit operations shall include, but not be limited to the following.
Reducing electricity consumption by regulating equipment operation through suitable modifications to the
operating schedules. Maintaining power factor and demand to avoid penalty installing more efficient pumping
equipment and following better maintenance practices for electrical installation.
d. Repairs and Maintenance (in STP & IPS premises)
The Contractor shall carry out preventive, routing maintenance and break down maintenance Operations for
proper upkeep of plant in accordance with good operating practices. The following items shall be included in
such maintenances.
i) Machinery and Treatment Plant Equipment
Dewatering and de-silting of sludge Sump, chlorination Tank, chemical dosing tanks at least twice a year
as per approved programs and disposal of silt.
Cleaning and maintaining all rising mains/sewers in the plant area at least four times a year.
Repairing and replacing damaged pipes, fittings and valves for suction and delivery pipe.
Repairing and replacing pump impellers, body, bearings shafts column pipes.
Contractor
Witness
220
Executive Engineer
The preventive and routine maintenance shall include all repairs and provision of spares material and
tools required for these repairs. The Contractors shall also carry out breakdown maintenance and repairs.
The labour, tools and plant, spares shall be arranged by the Contractor. The following spares shall be the
respective responsibility of the Contractor and the Employer during preventive routing and breakdown
maintenance.
7.10. Replacing
The Contractor shall utilize the office space, provided by the Employer to establish its monitoring and
reporting office along with computer and peripherals. It shall also obtain a telephone connection and
maintain the same through the Contract period. All data transfers and updates made to the Employer shall be
affected through the said telecommunications medium.
The Contractor shall carry out all reporting indicated below and as set out in this Contract. The reporting shall
include, but not be limited to the following
Daily summary of Operations at Sewage Treatment Plant A daily report of operation of the diffuses,
agitators, and other equipment at the effluent treatment plants providing information on the quantity of
effluent treated, hours of operation of equipment, energy consumed and use of chemicals.
Effluent Quality Monitoring A daily report monitoring the quality of raw and treated effluent through the
analysis of samples.
Sewer / Storm Water Drains / wet well & other units etc. Monthly cleaning report sewer / storm water
drain de-silted and record of silt disposed at disposal sites.
Contractor
Witness
221
Executive Engineer
The access to use and occupation of public or private roads and footpaths to or of properties.
Permissions: The Contractor shall obtain all required permissions, sanctions clearances and permits for
carrying out its Operations, including Contractors clearances and shall be fully responsible for carrying out the
operations in a safe and secure manner, consistent with the law of the land, laws and regulations regarding
such facilities and / or System and directives of any Authority and planning permissions.
Contractor
Witness
222
Executive Engineer
Safety: The Contractor shall be responsible for the safety of all activities on the site and shall be absolutely
and solely responsible for any and all kinds of injuries or damages to persons and property of any description
whatever may be caused by or result from the operations carried out, whether these may have been carried
out skillfully and carefully and strictly in conformity with the provision of the specifications or not.
Discoveries: All fossils, coins, articles of value or antiquity and structures and other remains or things of
geological or archaeological interest discovered on the Site shall as between the Employer and the
Contractor, be deemed to be the absolute property of the Employer. The Contractor shall take reasonable
precautions to prevent its workmen or any other persons from removing or damaging any such article or
thing and shall, immediately upon discovery thereof and before removal, acquaint the Engineer of such
discovery and carry out the Employer instructions for dealing with the same.
The Contractor shall be responsible for payment of reinstatement charges for roads, footpaths and land as
per the Employers rates.
The Contractor shall take full responsibility for the adequacy stability and safety of all Site operations.
7.13 Staff & Labour:
A. Engagement of Staff & Labour
The Contractor shall employ skilled, semi-skilled and unskilled labour in sufficient numbers to carry out its
operations at the required rate of progress and of quality to ensure workmanship of the degree specified in
the Contract for timely fulfilling of the Contractors obligations under the Contract and to the satisfaction of
the Employer.
The Contractor shall not employ in connection with the operations any child who has not completed his/her
fifteenth year of age. It shall also not employ an adolescent who has not completed his / her eighteenth
year unless he/she is certified fit for carrying out operations as an adult as prescribed under clause b) of such
section (2) of Section 69 of the factories Act 1948.
The Contractor shall provide its staff, a minimum of two sets of uniforms with the titles the Employer
inscribed on the back and subject to approval of the Employer. Each worker on duty shall wear a clean
uniform whenever on duty.
The Contractor shall be required by the Engineer deliver to it, to such forms and at such intervals as the
Engineer may prescribed a return showing the numbers of the several classes of staff employed by the
Contractor on the site and such other information as the Engineer may require.
If the Employer asked the Contractor to remove a person who is a member of the Contractors staff stating
the reasons, the Contractor shall ensure that the person leave the site within seven (7) days and has no
further connection with operations under the Contract.
At all times during continuance of the Contract, the Contractor and its sub-contractors shall abide by all
existing and future labour enactment and rules made there under, regulations, notifications and bye-laws of
the Central, State or Local Government. The Contractor shall keep the Employer indemnified in case any
action is taken against the Employer by any Authority on account of contravention of any of the provisions of
any Act or rules made there under, regulations or notifications including amendments.
Contractor
Witness
223
Executive Engineer
If the Employer is caused to pay or reimburse such amounts as may be necessary to carry or observe, or for
non-observance of the provisions stipulated in the notifications/bye-laws/acts/rules/regulations including
amendments if any, on the part of the Contractor and in connection with labour enactment, the Engineer
shall have the right to deduct any money due to the Contractor including its amount of security deposit. The
Engineer shall also have the right to recover from the Contractor, any sum required or estimated to be
required for making good the loss or damage suffered by the Employer.
B. Contractors Superintendence
The Contractor shall provide all necessary superintendence while carrying out its operations and as long
thereafter as the Employer may consider necessary for the proper fulfilling of the Contractors obligations
under the Contract. The Contractor shall nominate a competent and
authorized representative (Contractor Representative) approved by the Engineer-in-Charge and that may be
withdrawn any time. The Contractors Representative shall give its whole time to the superintendence of the
operations. The Contractors Representative shall receive, on behalf of the Contractor, instructions from the
Engineer which shall be deemed received by the Contractor.
Contractor
Witness
224
Executive Engineer
Already to the possession of the receiving party before it was received from the office party in connection
with this Contract and which was not obtained under any obligation of confidentiality; or
Obtained from a third person who is free to develop the same and which was not obtained under any
obligation of confidentiality.
The Contract shall, whenever required take necessary steps to ensure that all persons employed by it, under
this Contract comply with the Indian Official Secrets Act 1923 (XIX of 1923) and agree that it applies to them
and shall continue to apply even after completion of this Contract.
No photographs of the Facilities or System or any part there of or equipment employed thereon shall be
taken or permitted by the Contractor to be taken by any of its employees or any employees of its subContractor without the prior approval of the Engineer in writing and no such photographs shall be published
or otherwise circulated without the approval of the Engineer in writing.
The Employer shall use its best efforts to ensure that the confidential proprietary information relating to the
Contractor is not made public. However, the Employer shall not be liable in any manner whatsoever in case
such information becomes public.
7.16 Assignment
The Contractor shall not subcontract the whole of the operations or a substantial part thereof. Except where
otherwise provided by the Contract, the Contractor shall not subcontract any part of the operations without
the prior consent of the Engineer. Any such consent shall not relieve the Contractor from any liability or
Contractor
Witness
225
Executive Engineer
obligations under the Contract and it shall be responsible for the acts, defaults and neglects of any
subcontractor, its agents, servants or workmen as fully as if they were the acts, defaults or neglects of the
Contractor, its agents, servants or workmen.
The Contractor shall not be required to obtain such consent for:
In the event of a Subcontractor having undertaken towards the Contractor in respect of the work executed or
the goods, materials, plant or operation supplied by such Subcontractor, any continuing obligation extending
for a period exceeding that the of the Contract period under the Contract, the Contractor shall at any time,
after the expiration of such period assign to the Employer, at the Employers request and cost, the benefit of
such obligation for the unexpired duration thereof.
7.17 Default of Contractor
7.17.1 Event of Default
At any time after the Commencement Date, the Engineer may investigate each case where the Contractor
has failed to properly perform the operations in accordance with this Contract. The Engineer shall issue a
notice to the Contractor, instructing him to rectify the failure within a reasonable time.
a) In event of default on the part of the Contractor being unable to fulfil its services obligations under the
Contract shall be deemed as a serious default and is said to have occurred due to any of the following
causes.
b) The Engineer certifies to the Employer with a copy to the Contractor that in its opinion the Contractor
or
Without reasonable excuse has failed to commence Operations in accordance with the Contract and
pursuant to the Commencement date; or failed to complete the Operations within the time stipulated for
completion.
If the Contractor changes the use to which any part or whole of the Site is put or initiates a variation
without the required approval of the Engineer.
g) The Contractor stops providing the operation for one day and the stoppage has not been authorized by
the Engineer.
h) The Engineer gives notice that failure to correct a particular defect is a fundamental breach of Contract
and the Contractor fails to correct it within a reasonable period of time determined by the Engineer.
i)
j)
Contractor
Witness
226
Executive Engineer
k) The Contractor, in the judgement of the Employer has engaged in Corrupt Practices fraudulent Practices
in competing for or in carrying out the Operations under the Contract.
l)
If the Contract fails to obtain or keep in force the insurance requirements under this Contract.
m) The Contractor (in case of a consortium) has modified the composition of the consortium and/or the
responsibility of each member of the consortium without prior approval of the Employer.
n) The Contractor is enable to maintain the composition and structure of its organization due to any of the
following causes:
A receiver, administrator, trustee or liquidator is appointed over any substantial part of its assets and
Any act is done or event occurs with respect to the Contractor or its assets which under any applicable
law has substantially similar effect to any of the foregoing acts or events.
Contractor
Witness
227
Executive Engineer
d) The Engineer instructs the Contractor to stop providing the operations and the instruction is not
withdrawn within 3 days and
e) The Employer is in breach of any law or statute governing this Contract.
7.18.2 Consequences of Default
1) Pursuant to the Contractor may terminate its employment under the Contract by giving notice to the
Engineer in Charge. Such termination shall take effect 14 days after giving the said notice.
2) If the Employer, before the expiry of the above notice period, or immediately thereafter removes the
cause of its default, the Contractors entitlement shall lapse in respect of such defaults, and the
Contractor shall continue with / resume normal working as soon as is reasonably possible.
B. Indemnification
1) The Contractor shall indemnify and keep indemnified the Employer against all losses and claims for
injuries or damage to any property whatsoever which may arise out of or in consequence of the
operations and against all claims, demands, proceedings, damages, costs, charges and expenses
whatsoever in respect of or in relation thereto.
2) The Contractor shall at all times indemnify the Employer against all claims, damages or compensation
under the provision of:
Or any modifications thereof and rules made there under from time to time or as a consequence or any
accident or injury to any workman or other persons in or about the Operations, whether in the employment
of the Contractor or not save and except where such accident or injury have resulted from any act of the
Employer, their agents or servants and also against all cost, charges and expenses of any suit, action of
proceedings arising out of such accident or injury and against all sum and sums which may with the consent
of the Contractor be paid to comprise or compound any such claim without limiting its obligations and
liabilities as above provided. The Contractor shall insure against all claims damages or compensation payable
under the various acts mentioned above or any modifications thereof or any other law relating thereto.
Contractor
Witness
228
Executive Engineer
C. Insurance
The Contractor shall provide in the joint names of the Employer and the Contractor insurance cover from the
Commencement date to one year beyond the end of the Contract Period for the Contractors risks covering:
Loss of or damage of property (except the Facilities, System and Equipment) in connection with the
Contract.
The covers shall be obtained from the Directorate of Insurance, Maharashtra State only.
The Contractor may at its own discretion provide for the following insurance covers
Such cover may be taken either from the Directorate of Insurance, UP State or from any other Insurance
company with the approval of the Employer.
The Contractor shall deliver policies and certificates to the Engineer for an approval before the
Commencement Date. All such insurance shall provide for compensation to be payable in the types and
proportions of currencies required to rectify the loss or damage incurred.
If the Contractor or any of its Subcontractors does not provide any of the policies and certificates required,
the Employer may affect the insurance, which the Contractor should have provided and recover the premiums
the Contractor has paid from payments otherwise due to the Contractor or, if no payment is due, the
payment of the premiums shall be a debt due to the Employer.
Alterations to the terms of insurance shall not be made without the approval of the Engineer and both parties
shall at all times comply with any conditions of the insurance policies.
Contamination by radio-activity from any nuclear fuel or from any nuclear waste from the combustion of
nuclear fuel radioactive toxic explosive or other hazardous properties of any explosive nuclear assembly
or nuclear component of such assembly.
Riot commotion or disorder, unless solely restricted to employees of the Contractor or of its
Subcontractors;
Contractor
Witness
229
Executive Engineer
Floods and any other calamity resulting from climatic imbalances and
Provided always that such events are beyond the control of the parties and have a materially adverse
effect on the operations.
The Contractor shall be under no liability whatsoever in consequence of any of the Force Majeure events
referred to in this clause whether by way of indemnity or otherwise.
Both parties shall be released from further performance pursuant to any Force Majeure events occurring
outside the control of both parties and extending for a period greater than 180 days.
If the Contract is frustrated by a Force Majeure event, the Employer shall certify that the Contract has been
frustrated. The Contractor shall make the site safe and stop operations as quickly as possible after receiving
this certificate.
7.21 Consultation and Duty to Mitigate
For so long as the period of Force Majeure is continuing the affected party shall consult with the other parties
on the period and effect of the Force Majeure event, and the affected party shall use all reasonable
endeavours to alleviate its effects on the performances of its obligations under this Contract. The other party
shall afford reasonable assistance to the affected party to alleviate the effect of the Force Majeure event on
the performance by the affected party of its obligations under this Contract. The affected
Party shall use its best efforts to continue to perform its obligations hereunder and to correct or cure the
same during the subsistence of such Force Majeure Event.
7.22 Consequences of Force Majeure
If and to the extent that any of the Force Majeure events listed above results in loss or damage to the Facility
and / or System the Contractor shall promptly give notice to the Employer. The Employer may direct the
Contractor to rectify this loss or damage to the extent required by the Employer at costs to be mutually
agreed between the parties. The Contractor shall expeditiously rectify the loss or damage and shall be
entitled to payment of such costs. In the event that the parties are not able to reach an agreement on the
cost of rectification, the Employer may cry out the rectification works by itself or through any agency
nominated by it. The Contractor shall provide all cooperation required to complete such rectification
expeditiously.
7.23 Resumption of Performance
When the affected party is able to resume performance of its obligations under this Contract, it shall give to
the other party a written notice to that effect and shall promptly, and in any event within 3 days resume
performance of its obligation hereunder:
The obligations and liabilities of the parties under this Contract would continue as long as Force Majeure
event does not impede the performance.
There shall be no penalty / liquidated damages applicable in the period of subsistence of a Force Majeure.
Contractor
Witness
230
Executive Engineer
Leakages in structures
Ladders
Railings
Structural damages to the wet and dry well and
Overflow drain.
Contractor
Witness
231
Executive Engineer
Moving parts of screens and grit removal equipment, Blowers /Agitators / Pumps/ Agitators /Return
Sludge pumps/ Chemical mixer/Centrifuge
Stuffing box
Bearing and
Setting of over-current relay, no-volt coil and tripping mechanism and off in the dash pot relay.
Transformer Sub-station
ii. Monthly
Screens performance
Transformer
Oil in transformer
Voltage
iii. Quarterly
Transformer
Bushing and
Dehydrating breathers
Gland bolts
Gland packing
Contractor
Witness
232
Executive Engineer
Motors
Fuse ratings
v. Annual
Valves, fittings agitators and inlet/outlet weirs with two coats of anticorrosive paints.
Maintenance of horticulture
2. Half - Yearly
Name
of
section or part
to be attended.
Maintenance to be
carried out
1.
Bearings
Checking
temperature
with thermometer
2.
Glands
Two months
3.
Bearing
Changing of gland
packing
Lubricants (greasing)
4.
Gauges
Checking of pressure
and vacuum gauge
Three months
Contractor
of
Frequency/time
Internal at which
inspection
and
maintenance to be
done.
Two months
Two months
Witness
233
Remarks
Check
for
specification
resulting in whitish colour;
washout with kerosene.
Executive Engineer
5.
Valves
6.
Exhaust
pump and its
auxiliaries
Impeller
7.
Changing of gland
packing in delivery
sluice valve, suction
valve, bye pass
valve, reflux valve
Checking of gland
packing
&
its
auxiliaries etc.
Checking of impeller
blades,
sleeves,
efficiency
rings,
bearings, neck ring
impeller nut etc.
1.
Induction motor
stator and rotor
2.
Slip ring
device
3.
4
Bearings
Windings
to
Six months
Six months
year
be
Frequency/time
Internal at which
inspection
and
maintenance
to
be done.
One month
Remarks
One month
Two months
Two years
Maintenance to
be carried out
Frequency/time
Internal at which
inspection
and
maintenance
to
be done.
1.
Six months
Check
and
if
required silica gel
must be changed
before the outbreak
of monsoon.
Contractor
Witness
234
Remarks
Executive Engineer
2.
3.
4.
Year
If the transformer
oil
with
stands
insulation test upto
40KV
for
one
minutes it is not
necessary to dry
and
fill
the
transformer oil.
Year
5 Years
7.26.4 Switchgears
S.
No.
Name of section or
part
to
be
attended.
Maintenance
carried out
to
be
1.
Checking, cleaning
and tightening of nuts,
bolts of fixed auxiliary
contacts, moving auxiliary
contacts,
main
fixed
contacts. No volt coil,
overload coil, interlock
system,
condition
of
transformer
oil,
knife
switches & insulators etc.
2.
Oil tank
3.
Contacts
4.
Frequency/tim
e Internal at
which
inspection and
maintenance to
be done.
Six months
Remarks
Three months
Depending
on
the
source of power supply
& its tripping
Six months
Contractor
Witness
235
Executive Engineer
Sr.
No.
Designation
Qualification
Period of
Employment
Supervisor
Full time
Operators
Full time
Electrician
Certificate ITI
Part time
Mechanical
Operator
Part time
Unskilled Labours
Literate
Full time
Helper
Literate
Full time
Laboratory Technician
As per requirement
Full time
The Contractor shall maintain & submit statements to PHED on daily basis for consumption of power,
chemicals, quantity & quality of treated effluent on the prescribed Performa to be laid down by PHED and
shall get the treated effluent samples duly tested for submission to HPCB for NOC/ Consent and shall submit
consolidated monthly statement at the time of claiming payment.
In case, the Contractor fails to operate & maintain the Treatment Plant to the rated capacity and quality,
PHED shall be at liberty to terminate the Operation &Maintenance Contract without assigning any reason and
take penal action as per the Contract and prevailing Law as this is covered under Essential Services Act.
The Contractor shall adopt all necessary safety measures for all his Staff, Plant, Building and Machinery.
7.28 Scope of Work
Operate the plant i.e. STP as per the instructions in the operation manual.
Carryout Routine, Annual & Breakdown Maintenance of the equipment in the system.
Draw samples and get analyzed for the parameters required and make the necessary process correction.
Vender shall be responsible for preventive maintenance necessitated by normal usage of the equipment.
Contractor
Witness
236
Executive Engineer
7.28.1 Maintenance
Contractor shall get the routine preventive, Annual & Breakdown maintenance done with the help of their
own staff. All spare parts, consumable for maintenance will also be supplied by Vendor. The painting of
Mechanical & Civil structures as and when necessary shall be carried out by contractor.
7.28.2 Consumables and spares
Various chemicals such as Coagulants, Chlorine, Polyelectrolyte, cleaning chemicals, lubricants, spares,
cartridges etc. are either consumed continuously or replaced periodically to maintain the performance of the
plant, will be procured by contractor. Sufficient stock level of these items shall be maintained by contractor.
The contractor shall allocate adequate covered space for storage of consumables, chemicals and spares.
The following tests shall be carried out by the contractor on regular basis:
Sr. No.
Tests
Raw Effluent
MBBR
After chlorinations
1.
2.
pH
Temp
X
X
X
X
3.
4.
5.
6.
7.
8.
BOD
COD
TSS
MLSS
DO
Residual
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
chlorine
In addition to above any other test required by Pollution Control Board for grant of NOC shall be carried out
by the contractor.
This scope of work includes painting, white washing, distempering of plant, building & equipments at the time
of handing over of the plant and after every 2 years of operation & maintenance period.
Contractor
Witness
237
Executive Engineer
Activity/ Facility
Manpower for operation & maintenance
Operation and maintenance of facilities
Regular record keeping & log maintenance
Uniform & other requirements of O & M staff
Routine & experts visits from contractor experts
ESI, PF & Labour License
Spares for various Equipment
Tools & Tackles
Statutory clearances
Telephone, fax & E-mail for staff
Workshop repairs if required
Canteen & Transport facility for O & M Staff
Sample collection and testing charges from any
outside lab.
Sludge Transportation its treatment & disposal to
Disposal Facility
Any other item of O & M
Contractor
Scope
Owner
Scope
Remarks
quality)
Contractor
Witness
238
Executive Engineer
SECTION 8
APPROVED VENDOR LIST
Sr.No
Item
Make
1.
pumps
2.
Centrifuge Pumps
3.
HT/L.T. Motors
Kirloskar Electric Co. Ltd./ New Government Electric Factory Ltd./ Bharat
Bijlee/ Siemens India Ltd./ Crompton Greeves Ltd./ Jyoti / General
Electric Co. Ltd./ BHEL / Asian Brow Baveri/Areva/L&T.
4.
Screw Pumps
5.
6.
7.
8.
Air Valves
9.
Sluices Valves
10.
Sluices Gates
11.
12.
Gas Valves
AUDCO / BDK
13.
Exhaust Fans
14.
Pressure Gauge
15.
a) Crane
16.
17.
Duct
18.
11 KV Switchgear
19.
HT / LT Cables
20.
21.
Sanitary Wares.
22.
Gaseous Chlorinators
23.
Actuators
24.
Switches
Contractor
Witness
239
Executive Engineer
25.
HRC Fuses
26.
Contactors
27.
28.
Thermostat Relay
29.
Control Fuses
30.
Push Buttons
31.
Siemens
32.
FCC / BALIGA
Proof
33.
Indicating Lamp
34.
Timers
35.
36.
Outdoor
Transformer
HT Panel
37.
Indicating Instrument
38.
Protective Relays
39.
Terminals
40.
MCB
41.
MCCB
42.
IDMT Relay
GE / C&S / ABB
43.
Wires / Cables
44.
45.
Fire Extinguishers
46.
Battery
47.
Battery Charger
48.
Butterfly Valve
49.
Air Blowers
50.
PH Meter (online)
51.
52.
Vacuum Pump
53.
Contractor
Witness
240
Executive Engineer
54.
55.
Transmitter
&
Level
Controllers
56.
Instrument Transformer
59.
Flow integrators
60.
Flow Meters
58.
/ Magnetrol.
61.
Flow Meter
62.
Electromagnetic
Flow
meter
63.
Level switches
64.
65.
Multimeter
Excrope / Motwane
66.
Timer
67.
Chlorine Toner
ISGEF / ANUP
68.
Chlorinator
69.
PLC
70.
Lighting Fixtures
71.
72.
Power Capacitors
73.
Voltage
&
Frequency
Stabilizer
74.
NELCO / LPT
75.
Switchgears)
76.
TATA /B&W
77.
Ceiling Fans
BAJAJ/ORIENT/USHA/CROMPTON/Khaitan/HAV ELLS
78.
CEMENT
79.
STEEL (TMT)
80.
PCC/MCC
Contractor
Witness
241
Executive Engineer
IS- 61947-II
81.
82.
Flow Meter
83.
Ultrasonic
Type
Level
Measurement Device
84.
Measuring System
85.
86.
Switch
Pressure Transmitter
87.
Differential
Pressure
Transmitter
YOKOGAWA / Hach
88.
Pressure Switch
89.
Gear Reducer
90.
Electronic Ballast
91.
Micro
Processor
Based
relays
for
Motor
Protection
92.
Scrubber
93.
Bar Screen
JASH Eng. / Johnson Screen Ind. Ltd./ Hans Huber / Geo Miller
94.
Wash Compactor
95.
Sump Pump
96.
VFD
97.
Agitator
98.
Submersible Mixer
99.
Temperature Scanners
100.
Instrumentation
and
Control Cable
101.
SCADA Software
102.
Alarm Annunciation
103.
Multi
Function
power
Monitor
104.
Receiver
Indicator
Contractor
Witness
242
Executive Engineer
105.
106.
Printer
107.
Monitor
108.
109.
UPS
110.
Panel
Enclosures & PC
consoles
111.
Computer
(Servers
&
HP Compaq/ IBM/DELL
Workstation)
112.
113.
Communication
System
Integrator
- Do meter measuring
system
114.
Furniture
115.
Level Transmitter
116.
117
a) Engine
b) Alternator
Hoist
Monorail
with
Brady / ELDROF
trolly
118
Contractor
Witness
243
Executive Engineer
DESIGN BASIS
FLOW
Average Flow
= 16.50
MLD
= 688
m3/hr
= 0.191
m3/s
= 16.50
MLD
= 688
m3/hr
= 0.191
m3/s
= 2.25
= 37.13
MLD
= 1547
m3/hr
= 0.430
m3/s
= 37.13
MLD
= 1547
m3/hr
= 0.430
m3/s
BOD5
= 250
mg/l
COD
TSS
TKN (as N)
= 450
= 400
= 45
mg/l
mg/l
mg/l
TP (as PO4)
= 5
mg/l
BOD5 @ 20o C
10
mg/l
COD
TSS
100
10
mg/l
mg/l
NH3-N (as N)
mg/l
TN (as N)
10
mg/l
TP (as PO4)
mg/l
Peak Factor
Peak Flow
1.2
1.3
2
2.1
MLD
= 750
m3/hr
= 0.208
m3/sec
No.
Witness
244
sec
Executive Engineer
Flow
Volume required
= 0.208 x 30
= 6.25
2.2
2.00
1.80
1.80
0.50
m3
=
=
=
=
Volume provided
= 6.48
m3
= 1
= 1
= 2
Nos.
Nos.
= 1
= Peak Flow
= 18.00
Nos.
= 750
m3/hr
= 0.208
= 8.00
m3/sec
MLD
= 333
m3/hr
= 0.092
m3/sec
= 0.208
m3/sec
Average Flow
m
m
m
m
MLD
No.
= 0.208
m3/sec
= 0.092
m3/sec
1
= 0.092
No.
m3/sec
m/sec
m/sec
m3/sec
1.2
= 0.174
Clear Area of Opening through Screen at
= 0.092
Average Flow
Contractor
Witness
245
m/sec
m2
m3/sec
Executive Engineer
0.6
= 0.155
Considering maximum Area of Opening
= 0.174
through Screen
Clear Spacing of Bars
= 20
Thickness of Bars
= 10
Gross Area of Screen
= 0.174 x (20+10) / 20
= 0.261
Assuming Depth of Screen Channel
Gross Width of Screen
No. of Bars
Say
Width of Screen provided
Say
Width of Side Frame provided
Width of Screen Channel provided
Height of Blind Plate provided at bottom
of the Screen
Liquid Depth of Screen Channel provided
Length of Screen Channel provided
Freeboard provided
2.2.2 COARSE SCREEN CHANNEL: MANUAL
No. of Manual Screen
Design Flow
Average Flow
m2
mm
mm
m2
= 50
mm
= 600
= 6500
= 300
mm
mm
mm
= 1
= Peak Flow
= 18.00
No.
= 750
m3/hr
= 0.208
= 8.50
m3/sec
MLD
= 333
m3/hr
= 0.0925
m3/sec
= 0.208
m3/sec
MLD
No.
= 0.208
m3/sec
= 0.0925
m3/sec
1
Contractor
m2
= 0.60
m
= 0.261 / 0.60
= 0.43
m
(Gross Width of Screen / Center to Center Spacing of Bars)
=
-1
= (0.43 / ( (20 + 10 )/1000) - 1
= 13.5
Nos.
= 16
Nos.
(Number of Bars+1) x Clear Spacing + (Number of Bars x
=
Bar Thickness)
= (16+1) x 20 + (16 x 10)
= 500
mm
= 600
mm
= 150
mm
= 750
mm
1
Average Flow in each Screen
m/sec
Witness
246
No.
Executive Engineer
= 0.0925
Maximum Velocity through Screen at Peak
= 1.2
Flow
Minimum Velocity through Screen at
= 0.6
Average Flow
Clear Area of Opening through Screen for
= 0.208
Peak Flow
1.2
= 0.1734
Clear Area of Opening through Screen for
= 0.0925
Average Flow
0.6
= 0.154
Considering maximum Area of Opening
= 0.1734
through Screen
Clear Spacing of Bars
= 20
Thickness of Bars
= 10
Gross Area of Screen
= 0.1734 x (20+10) / 20
Say
=
=
=
=
=
=
=
=
Say
Width of Side Frame provided
Width of Screen Channel provided
Liquid Depth of Screen Channel provided
Length of Screen Channel provided
Freeboard provided
=
=
=
=
=
=
=
=
2.3
0.2601
0.60
0.2601 / 0.6
0.43
Contractor
m/sec
m/sec
m3/sec
m/sec
m2
m3/sec
m/sec
m2
m2
mm
mm
m2
m
m
Design Flow
m3/sec
= 333.30
= 0.0925
= Peak Flow
Witness
247
No.
MLD
m3/hr
m3/sec
Executive Engineer
= 18.00
= 750
MLD
m3/hr
= 0.208
m3/sec
2.4
min
m3
min
min
m3
= 62.40
m3
= 2.00
= 31.20
m2
One Side
Other Side
Freeboard provided
Volume of Sump provided
=
=
=
=
m
m
m
m3
5.00
7.50
0.50
75.00
OK
= 333.30
m3/hr
= 750
m3/hr
= 12.50
m3/min
12500 LPM
2
2.1
Contractor
Witness
248
LPM
LPM
No.
MLD
m3/hr
m3/sec
sec
m3
m
m
Executive Engineer
2.2
Length provided
Freeboard provided
Volume provided
= 2.00
= 0.50
= 8.00
m
m
m3
= 1
= 1
= 2
Nos.
Nos.
Average Flow
=
=
=
=
=
=
=
=
1
Peak Flow
19.125
796.87
0.222
8.50
354.16
0.0984
= 0.222
1
= 0.222
= 0.0984
1
= 0.0984
Witness
249
Nos.
MLD
m3/hr
m3/sec
MLD
m3/hr
m3/sec
m3/sec
No.
m3/sec
m3/sec
No.
m3/sec
m/sec
m/sec
m3/sec
m/sec
m2
m3/sec
m/sec
m2
m2
mm
mm
m2
m
Executive Engineer
No. of Bars
Say
Width of Screen provided
Say
Width of Side Frame provided
Width of Screen Channel provided
Height of Blind Plate provided at bottom
of the Screen
Liquid Depth of Screen Channel provided
Length of Screen Channel provided
Freeboard provided
2.2.2 COARSE SCREEN CHANNEL: MANUAL
No. of Manual Screen
Design Flow
Average Flow
= 0.463
m
(Gross Width of Screen / Center to Center Spacing of Bars)
=
-1
= (0.463 / ( (20 + 10 )/1000) - 1
= 14.43
Nos.
= 18
Nos.
(Number of Bars+1) x Clear Spacing + (Number of Bars x
=
Bar Thickness)
= (18+1) x 20 + (18 x 10)
= 560
mm
= 650
mm
= 150
mm
= 800
mm
= 50
mm
= 600
= 6500
= 300
mm
mm
mm
1
Peak Flow
19.125
796.87
0.222
8.50
354.16
0.0984
0.222
1
= 0.222
= 0.0984
1
= 0.0984
No.
=
=
=
=
=
=
=
=
=
Witness
250
MLD
m3/hr
m3/sec
MLD
m3/hr
m3/sec
m3/sec
No.
m3/sec
m3/sec
No.
m3/sec
m/sec
m/sec
m3/sec
m/sec
m2
m3/sec
m/sec
Executive Engineer
= 0.164
2.3
m2
Contractor
Witness
251
Executive Engineer
2.4
3
3.1
=
=
=
=
=
33.30
4.71, say 5.00
7.50
0.50
75.00
= 354.16
= 796.87
= 13.28
m3/hr
m3/hr
m3/min
No.
MLD
m3/hr
= 0.430
m3/sec
2.00
3.00
2.50
0.50
13280 LPM
LPM
LPM
= 1547
Hydraulic Retention Time (HRT) at Peak
= 30
Flow
Volume required
= 0.43 x 30
= 12.89
3.2
m2
m
m
m
m3
sec
m3
=
=
=
=
m
m
m
m
Volume provided
= 15.00
m3
= 1
= 1
= 2
Nos.
Nos.
Average Flow
Contractor
=
=
=
=
1
Peak Flow
37.13
1547
Nos.
MLD
m3/hr
= 0.430
m3/sec
= 16.50
Witness
252
MLD
Executive Engineer
= 688
m3/hr
= 0.191
m3/sec
= 0.430
m3/sec
1
Average Flow in each Screen
No.
= 0.430
m3/sec
= 0.191
m3/sec
1
= 0.191
No.
m3/sec
m/sec
m/sec
m3/sec
1.2
= 0.358
Clear Area of Opening through Screen at
= 0.191
Average Flow
0.6
= 0.318
Considering maximum Area of Opening
= 0.358
through Screen
Clear Spacing of Bars
= 6
Thickness of Bars
= 2
Gross Area of Screen
= 0.358 x (6+2) / 6
= 0.477
Assuming Depth of Screen Channel
Gross Width of Screen
No. of Bars
Say
Width of Screen provided
Contractor
m/sec
m2
m3/sec
m/sec
m2
m2
mm
mm
m2
= 0.750
m
= 0.477 / 0.75
= 0.637
m
(Gross Width of Screen / Center to Center Spacing of Bars)
=
-1
= (0.637 / ( (6 + 2 )/1000) - 1
= 78.57
Nos.
= 80
Nos.
(Number of Bars+1) x Clear Spacing + (Number of Bars x
=
Bar Thickness)
= (80+1) x 6 + (80 x 2)
= 646
mm
Witness
253
Executive Engineer
Say
Width of Side Frame provided
Width of Screen Channel provided
Height of Blind Plate at Bottom of Screen
provided
Liquid Depth of Screen Channel provided
Length of Screen Channel provided
Freeboard provided
Head Loss across Screen
Head Loss across Screen
V = Velocity through Screen at Peak Flow
= 700
= 150
= 1000
mm
mm
mm
= 50
mm
= 800
= 7000
= 300
mm
mm
mm
Average Flow
= 1
= Peak Flow
= 37.13
No.
= 1547
m3/hr
= 0.430
m3/sec
= 16.50
MLD
= 688
m3/hr
= 0.191
m3/sec
= 0.430
m3/sec
MLD
No.
= 0.430
m3/sec
= 0.191
m3/sec
Witness
254
NOT OK
Executive Engineer
1
= 0.191
No.
m3/sec
m/sec
m/sec
m3/sec
1.2
= 0.358
Clear Area of Opening through Screen for
= 0.191
Average Flow
0.6
m/sec
m2
m3/sec
m/sec
= 0.318
m2
m2
= 0.358 x (10+3) / 10
=
=
=
=
No. of Bars
=
=
Say
=
=
Say
Width of Side Frame provided
Width of Screen Channel provided
Liquid Depth of Screen Channel provided
Length of Screen Channel provided
Freeboard provided
=
=
=
=
=
=
=
=
Contractor
mm
mm
0.465
m2
0.800
m
0.4655 / 0.8
0.582
m
(Gross Width of Screen / Center to Center Spacing of Bars)
-1
(0.582 / ( (10 + 3 )/1000) 1
43.759
Nos.
50
Nos.
(Number of Bars+1) x Clear Spacing + (Number of Bars x
Bar Thickness)
(50+1) x 10 + (50 x 3)
660
mm
700
mm
50
mm
800
mm
800
mm
7000
mm
300
mm
Witness
255
Executive Engineer
3.3
GRIT CHAMBERS
No. of Working Units
No. of Standby Units
Total No. of Units
= 1
= 0
= 1
Mechanical
Manual
Nos
= 1
= Peak Flow
= 37.13
MLD
= 37125
m3/day
= 1547
m3/hr
= 0.430
m3/sec
OK
= 37125 / 1
= 37125
m3/day
= 1547
m3/hr
= 0.430
m3/sec
Contractor
Witness
256
Executive Engineer
m3/m2/day
= 959
m3/m2/day
= 37125
m3/day
959
= 38.71
m2
=
=
=
=
m
m
m
38.71
6.22
6.50
6.50
m3/m2/day
=
=
=
=
=
=
=
sec
m3
m
m
m
m
m
4.1
TREATMENT SEQUENCE
= 16,500
m3
B
C
D
E
=
=
=
=
hrs
hrs
hrs
hrs
F
G
H
I
J
K
Contractor
1.50
0.75
0.75
3.00
= 8.00
Nos.
= 12.00
hrs
= 1
Nos.
= 1
Nos.
= 1
Nos.
= 687.50
m3/hr
Witness
257
Executive Engineer
= 687.50
m3/hr
= 16,500
m3/day
=
=
=
=
mg/l
mg/l
mg/l
G
H
Inlet BOD
MLSS considered
MLVSS = MLSS x 0.7
F/M considered
Total Volume of Aeration Basins required
= (A x B) / (D x E)
No. of Basins provided
Volume required per Basin = F / G
I
J
K
L
=
=
=
=
Volume provided = I x J x L
= 2723
m3
N
O
P
= 5445
= 0.50
= 5.50
m3
m
m
= 7.92
hrs
4.3
BASIN SIZING
A
B
C
D
E
F
250
4,900
3,430
0.22
= 5,442
m3
= 2
= 2,721
Nos.
m3
5.00
16.50
32.98
33.00
m
m
m
m
= 7.09
days
= 25%
of Feed Flow
per Basin
= 687.50
m3/hr
= 171.88
m3/hr
m3/hr
V
4.4
A
B
C
E
F
G
H
Volume required = (A x B) / 60
= 862.50
No. of Sub-Compartments provided per
= 6
Basin
Side Water Depth (SWD) provided
= 5.00
Length provided
= 16.50
Width required = C / (F x E)
= 10.45
Width provided
= 10.50
Volume provided = F x H x E
Contractor
= 866.25
Witness
258
m3/hr
min
m3
No.
m
m
m
m
m3
Executive Engineer
4.5
A
m3
Inlet BOD5
= 250
mg/l
Outlet BOD5
= 10
mg/l
BOD5 removed = C - D
= 240
mg/l
= 3,960
Kg/day
= 1.20
Kg/Kg BOD
= 4,752
Kg/day
Inlet TKN
= 45
mg/l
Outlet NH3-N
= 1
Nitrogen assimilated during oxidation of
BOD
= 12
= D x 5%
NH3-N nitrified in a day = H - I - J
= 31.8
mg/l
Kg/day
N
O
NO3-N
generated
assuming
nitrification of NH3-N = K x 75%
= 525
75%
mg/l
mg/l
Kg/NH3-N
Kg/day
II
= 24
mg/l
Outlet NO3-N
= 4
mg/l
= 20
Kg/day
= 329
Kg/day
= 2.86
Kg/Kg NO3-N
= 941
Kg/day
4.6
A
Kg/day
Kg/day
As per Equation 5-55, Pg No 429, Wastewater Engineering - Treatment and Reuse, Metcalf & Eddy..
Standard Oxygen Transfer Rate (SOTR) in Tap Water at 200 C and Zero Dissolved Oxygen:
= AOTR [((C'S,T,H CL) CS,20) x 1.024(T 20) x x F]
Where,
AOTR = Actual Oxygen Transfer Rate under
= 6,203
field conditions
Contractor
Witness
259
Kg/day
Executive Engineer
As per Pg No 429, Wastewater Engineering - Treatment and Reuse, Metcalf & Eddy..
C'S,T,H: Average Dissolved Oxygen Saturation Concentration in Clean Water in Aeration Tank at Temperature
'T' and Altitude 'H'
= CS,T,H x (1/2) x ((Pd / Patm,H)+Ot/21))
0
T = Field Temperature
= 25
C
H = Altutute of Site
= 227
m
As per Equation B-2, Pg No 1738, Wastewater Engineering - Treatment and Reuse, Metcalf & Eddy.. CS,T,H =
Oxygen Saturation Concentration in Clean Water at Temperature 'T' and Altitude 'H': CS,T,H = CS,T x exp(-(g x
M x (zb - za)) / (R x T))
Where,
Table
D,
Appendix D
Pg No 1745
mg/l
= 9.81
m/s2
M = Mole of Air
= 28.97
Kg/Kg-mole
= 227
= 0
= 8,314
Nm/Kg-mole.K
T = Temperature
= 298.15
Kelvin
Hence, CS,T,H
= 8.03
mg/l
As per Equation B-2, Pg No 1738, Wastewater Engineering - Treatment and Reuse, Metcalf & Eddy..
Patm,H = Pa x exp(-(g x M x (zb - za)) / (R x T))
Where,
Pa = Pressure at Zero Altitude
= 10.13
mWC
= 9.81
m/s2
M = Mole of Air
= 28.97
Kg/Kg-mole
= 227
= 0
= 8,314
Nm/Kg-mole.K
T = Temperature
= 298.15
Kelvin
Hence, Patm,H
= 9.87
= 13.42
mWC
18 - 20
Hence, C'S,T,H
= 9.09
mg/l
= 2.00
mg/l
Contractor
Witness
260
Executive Engineer
Table
D,
Appendix D
Pg No 1745
mg/l
C
D
E
F
G
H
I
J
K
L
F: Fouling Factor
= 0.90
Hene, SOTR
No. of Basins
Standard O2 required at Field Conditions
per Basin = B / C
Top Water Level (TWL) in C-Tech Basins
Bottom Water Level (BWL) in C-Tech
Basins
Aeration Depth
Height at which Diffusers are kept
Effective Aeration Depth = G - H
SOTE for the above Effective Aeration
Depth
= 12,888
= 2
Kg/day
Nos.
= 6,444
Kg/day/Basin
= 5.00
= 2.60
= 3.80
= 0.25
= 3.55
m
m
m
= 22.70
= 23.18
Fraction of O2 in Air
Specific Gravity of Air at
Condition
Standard
= 1.293
= 94,715
Nm3/day/Basin
= 12
hr/day/Basin
= 7,893
Nm3/hr/Basin
P
Q
= 2
= 3,946
Nos.
Nm3/hr
= 4,000
Nm3/hr
S
T
= 2
= 2
Nos.
Nos.
= 2
Nos.
= 1
Nos.
U
V
4.7
SLUDGE WASTING
= 0.95
B
C
D
E
BOD removed
Excess Sludge to be wasted = B x A
No. of Basins provided
Sludge to be Wasted per Basin = C / D
=
=
=
=
Contractor
3,960
3,762
2
1,881
Witness
261
Kg/Kg
BOD
removed
Kg/day
Kg/day
Nos.
Kg/day
Executive Engineer
F
G
H
I
No. of Cycles
= 8
Cycles/day/
Basin
Kg/day
m3
min
= 118
m3/hr
= 120
m3/hr
5
5.1
DISINFECTION SYSTEM
CHLORINE CONTACT TANK
No. of Units
Design Flow
= 1
No.
= Average Flow or Decant Flow whichever is more
Average Flow
= 688
m3/hr
Decant Flow
Hydraulic Retention Time at Average Flow
Volume of Chlorine Contact Tank required
= 1375
= 30
= 1375 x 30 x 60
m3/hr
min
=
=
=
=
=
687.50
3.00
10.50
21.83
22.00
m3
m
m
m
m
Volume provided
Freeboard provided
CHLORINATORS
Design Flow
= 693.00
= 0.50
m3
m
Average Flow
= 688
m3/hr
Decant Flow
= 1375
m3/hr
=
=
=
=
=
=
=
=
=
=
mg/l
5.2
5
1375 x 5 / 1000
6.88
1
6.88
7
1
688 X 24 x 3/1000
50
30
Witness
262
Kg/hr
No.
Kg/hr
Kg/hr
No.
Kg/day
days
Executive Engineer
=
=
=
=
=
=
=
=
49.5 x 30
1485
928
1485 / 928
1.60
2
1
3
6.2
6.3
Kg
Kg
Nos.
Nos.
Nos.
Nos.
Kg/day
m3/day
m3/hr
hrs
=
=
=
=
117.50
3.00
7.50
5.50
m3
m
m
m
Volume provided
= 123.75
m3
Freeboard provided
SLUDGE SUMP AIR BLOWERS
Volume of Sludge Sump provided
= 0.50
= 123.75
m3
= 1.20
m3/hr/m3
= 148.50
m3/hr
= 1
No.
= 148.50
m3/hr
= 150.00
m3/hr
= 1
= 0.35
No.
Kg/cm2
m3/day
hr/day
m3/hr
Contractor
= 26.20
Witness
263
Executive Engineer
= 1
= 26.20
Nos.
m3/hr
= 27.00
m3/hr
= 1
No.
6.4
m3/hr
Nos.
No.
mWC
Kg/day
Kg/Ton of Dry
Solids
Kg/day
= 2.00
= 7.52
= 0.1%
= 7.52 / (0.001 x 1000)
= 7.52
= 2
m3
Nos.
=
=
=
=
=
m3
m
m
m
m3
Freeboard provided
= 0.50
3.76
1.50
1.58
1.60
3.84
m
Nos.
m3/hr
LPH
LPH
No.
Contractor
Witness
264
Executive Engineer
VOLUME III
FINANCIAL OFFER
I/We hereby tender for the execution for the Public Health Engineering Department of the work specified in the
memorandum within the time specified in such memorandum.
A. Schedule Item
(In Figures)
(In words)
Present above/below the ceiling rates worked out as per contract schedule of rates and the Schedule of ceiling
premium read with rule, and in accordance in all respects with the specifications drawings and instruction in writing
referred to in Rule 1 thereof and in clause II of the annexed conditions and with such materials as are provided for
the by the Engineer in- charge in all other respects in accordance with such condition so far as applicable.
B. Non Schedule Items
Sr.
No
A-1
Unit
Qty
Complete
Job
1 Job
Rate to be
quoted by
the
contractor
i. Panel room of 30 sq. mtr. Covered area and PLC room including toilet
block of 20 sq. mtr. covered area with RCC framed structure of brick
work vitrified glazed tiles flooring, powder coated aluminium frame of
size 100mm x 45mm of 10 gauge for chowkhat, 75mm x 45mm of 10
gauge for door frame, 45mm x 45mm of 10 gauge for window frame
with 5mm thick glass AIS/Saint Gobain/ Modi Float. The toilet block
shall be with one half staff urinal & one European W/C, one wash hand
basin as per approved drawings.
ii. RCC inlet chamber, screen chamber, new collecting tank suitable for 8
MLD average flow with peak factor of 2.25, 2 No. mechanical coarse
screens of minimum length 6 meters, landscaping of the campus,
3
3
providing and installing 1 No. of 670mt / hour, 2 No. of 335mt / hour
3
and 2 No. of 170mt / hour at 35 mtr. head with suitable LT Panel
equipped with all safety devices, automatic capacitor bank and
submersible cable from LT Panel to pump sets.
iii. K-9 D.I. Pipe of suitable dia at IPS including welding and screwing of
Flanges. ISI Marked D.I. fittings, Sluice Valves, Non return valves as
per requirement even for bye pass arrangement.
iv. 2 No. High Mast of 6 mtr GI Octagonal pole of 4 mm thickness (T=100
mm, B=200mm, Base Plate = 320 x 320 x 20 mm), Window at 500 mm
from Base Plate with 4 No. LED energy efficient lamps on each pole.
v. CI Gear Operated Sluice Gate with SS spindle (SS 410) and seats (SS
304) (2 Nos for Screens and 1 no. for partition of collecting tank) as
per design.
vi. Supply and installation of SS Main Gate of SS-304 Grade 12 ft. wide
main gate and 4 ft. wide wicket gate (total weight not less than 500 kg)
at Existing IPS, Punjab Territory.
Contractor
Witness
265
Executive Engineer
Sr.
No
Unit
Qty
Complete
Job
1 Job
Rate to be
quoted by
the
contractor
vii. Dismantling of all the old civil structures will be carried out by the
agency and waste should be dumped away ensuring leveling of
grounds & include all CC/RCC work as per requirement. The
dismantled material including machinery, pipes and specials can be
disposed off by the contractor. The rates may be quoted accordingly
after considering the salvage value of the material to be dismantled.
viii. The connecting sewer of same diameter and material of construction,
laid at adequate depth between existing sewers to newly constructed
structures is included in scope of work.
ix. All the infrastructure except construction of staff quarter, boundary wall
(except main gate) and path ways/ roads required to be executed at
site to make the IPS functional is included in the scope of work of lump
sum job.
Note: 1. All the Pumping Machinery, Panel Board, Level Sensor etc
shall be controlled by PLC & SCADA and shall be synchronized with
the PLC panels at MPS/ STP at Chautala Road site through
broadband internet facility.
2. The size and quantities of all the above components will be as per
approved Structural/Hydraulic/ Mechanical/ Electrical Design to be
approved by Department before actual execution of work.
3. All DI pipes within the campus at IPS will be provided by the
Agency.
A-2
i. RCC inlet chamber, screen chamber, new collecting tank suitable for
8.5 MLD average flow with peak factor of 2.25, 2 No. mechanical
coarse screens of minimum length 6 meters, landscaping of the
3
campus, providing and installing 1 No. of 720mt / hour, 2 No. of
3
3
360mt / hour and 2 No. of 180mt / hour at 20 mtr. head with suitable
LT Panel equipped with all safety devices, automatic capacitor bank
and submersible cable from LT Panel to pump sets.
ii. K-9 D.I. Pipe of suitable dia at MPS/STP including welding and
screwing of Flanges. ISI Marked D.I. fittings, Sluice Valves, Non return
valves as per requirement even for bye pass arrangement.
iii. 2 No. High Mast of 9 mtr GI Octagonal pole of 4 mm thickness (T=100
mm, B=200mm, Base Plate = 320 x 320 x 20 mm), Window at 500 mm
from Base Plate with 4 No. LED energy efficient lamps on each pole.
iv. CI Gear Operated Sluice Gate with SS spindle (SS 410) and seats (SS
304) (2 Nos for Screens and 1 no. for partition of collecting tank) as
per design.
v. Supply and installation of SS Main Gate of SS-304 Grade 12 ft. wide
main gate and 4 ft. wide wicket gate (total weight not less than 500 kg)
at MPS/STP site.
vi. Dismantling of all the old civil structures will be carried out by the
agency and waste should be dumped away ensuring leveling of
grounds & include all CC/RCC work as per requirement. The
dismantled material including machinery (except Submersible 50HP
Motor and its accessories), pipes and specials can be disposed off by
the contractor. The rates may be quoted accordingly after considering
the salvage value of the material to be dismantled.
Contractor
Witness
266
Executive Engineer
Sr.
No
Unit
Qty
Rate to be
quoted by
the
contractor
(i)
Complete
job
1No. job
(ii)
Providing and Installing 13 CCTV Cameras (8 Cameras for STP and 5 Cameras for
IPS) complete as per satisfaction of the Engineer in- Charge, within 96 hours of
signing the Agreement along with 90 days recording (DVR), 32 inch LED Screen,
16 Channel DVR at STP Site and 8 Channel DVR at IPS Site with connectors,
cables, poles and power supply with online real-time output facility. The cameras
at both the sites i.e. IPS and STP shall be synchronized at STP site.
Complete
job
1 Job
Complete
1 Job
Cameras:i) At STP Site- 1 Nos PTZ speed dome 360 degree 50X zoom camera, 5 Nos.
12mm lens size, 2 Nos 3.6mm lens size.
ii) At IPS site- - 1 Nos PTZ speed dome 360 degree 50X zoom camera, 2 Nos.
12mm lens size, 2 Nos 3.6mm lens size.
Make: - Sony/ Canon/Panasonic/ Samsung. CCTV Cameras should be installed
and commissioned before starting execution of work.
A-4
Contractor
Witness
267
job
Executive Engineer
Unit
Qty
b) Design, Supply & Erection of 2 Nos. DG Sets of 320 KVA capacity each with
Acoustic Canopy, AMF Panel and Copper Earthing of suitable rate with change
over switch & synchronizing panel complete as per DNIT at STP site.
Complete
job
1 Job
c) Design, Construction & Erection and suitable sized platform including drains
etc., and fencing of the same for installation of outdoor transformers, DG Set,
Blowers, machinery, centrifuges etc.
Complete
job
1 Job
A-5
Per sqm
599
sqm
A-6
4000
Sr.
No
A-7
Rate to be
quoted by
the
contractor
meter
Per year
1 Year
Per year
1 Year
Per year
1 Year
Per year
1 Year
Per year
1 Year
Per year
1 Year
Total A-1 to A- 7
In words
Contractor
Witness
268
Executive Engineer
SCHEDULE OF PAYMENT
Schedule of Payment for Sewage Treatment Plant
The bidder shall raise his invoice on the basis of the work completed in different stages. The invoice will be checked with reference to the progress of works
and quality as per the Scope of Work and Technical Specifications.
Broad Breakup of SBR Based STP for capital Works (For payment purpose only)
S.No
A
Unit
After approval of design and drawings
Percentage
1%
Civil Works
29%
Mechanical Works
45%
Electrical Works
15%
10%
Percentage
2%
2%
Grit Chambers
6%
SBR Reactors
49%
Sludge Sump
2%
1%
2%
Centrifuge Shed
4%
1%
Contractor
Witness
Executive Engineer
10
7%
11
8%
12
4%
13
4%
14
2%
16
1%
17
2%
18.
Site Development
1%
19.
2%
Item
Fine Screen
Mechanical Detritor
5%
11%
15%
Decenters
22%
RAS Pumps
1%
SAS Pumps
1%
1%
1%
10
Centrifuge Units
8%
11
Polyelectrolyte Agitator
1%
12
1%
Contractor
Percentage
3%
Witness
Executive Engineer
13
2%
14
Manual & Auto Valves for the Plant, Control Gates ( Sluice Gates)
10%
15
Chlorination System
10%
16
Laboratory Equipment
2%
17
4%
18
Plant utilities
2%
Item
HT Breaker Panel
2.
10%
3.
DG Set
25%
4.
10%
5.
12%
6.
PLC SCADA
10%
7.
Instrumentation
8%
8.
12%
9.
Plant Lighting
6%
Contractor
Percentage
7%
Witness
Executive Engineer
HSR
Item
No.
6.6
Description
Quantity
10.39
11.2
10.115
Total
amount
255.68
100
cum
1108.10
2833
425%
14874
28.10
cum
403.10
11327
450%
62299
71.65
54.13
73.24
199.02
cum
393.45
78304
600%
548131
107.70
sqm
26.40
2843
450%
15638
Contractor
Ceiling
premium
Amount
Rate
Unit
Witness
Executive Engineer
6
7
11.7
15.6
15.60
147.56
cum
414.45
61156
600%
428094
641.54
sqm
11.60
7442
500%
44651
711.79
sqm
9.90
7047
500%
42280
Total
Contractor
Witness
1155968
Executive Engineer
HSR
Item
No.
6.6
Description
Quantity
10.38
10.66
Ceiling
premium
Total
amount
100.5
100
cum
1108.10
1114
425%
5847
150.75
cum
420.00
63315
450%
348233
cum
780
195975
450%
1077862
251.25
251.25
Total
Contractor
Amount
Rate
Unit
Witness
1431942
Executive Engineer
STAFF QUARTER
7.
8.
6.6
40
100
cum
1108.10
30
Cum
354.05
10622 450%
47799
58421
35
Cum
382.15
13375 600%
80250
93625
85
Cum
403.15
34268 600%
205608
239876
35
Sqm
35.05
1227
450%
5522
6749
15
Cum
997.90
14969 450%
67361
82330
Cum
1101.85
4407
450%
19832
24239
Cum
1622.05
3244
450%
14598
17842
Witness
443
425% 1882.75
Executive Engineer
2326
11.48
(a)
10 13.13
11 13.45
a)
12 13.47
13 13.48
14 13.5
15 13.57
16 14.12
Contractor
Sqm
55.10
3306
600%
19836
23142
Sqm
52.95
8472
600%
50832
59304
Mtr
88.25
2471
500%
12355
14826
Each
36.55
146
500%
730
876
Each
31.05
124
500%
620
744
Each
12.30
49
240%
118
167
Each
64.30
257
240%
617
874
Sqm
68.45
43808
54760
10952 400%
Executive Engineer
Mtr
3.50
770
400%
3080
3850
18 15.6
Sqm
11.60
8120
500%
40600
48720
19 15.52
100
Sqm
12.65
1265
500%
6325
7590
20 15.60
Sqm
9.90
7920
500%
39600
47520
Sqm
1.25
1125
230%
2588
3713
Sqm
7.25
5800
230%
13340
19140
Sqm
3.60
324
230%
745
1069
90
Sqm
8.05
725
230%
1668
2393
Cum
11745
23490 300%
70470
93960
90
Sqm
295.05
26555 300%
79665
106220
17 14.79
21 16.48
22 16.61
23 16.2
24 16.3
25 17.12
26 17.3
Contractor
Witness
Executive Engineer
27 18.22
28 18.38
29 31.1
25
Qtl
917.05
22926 500%
114630
13755
Each
13.40
107
500%
535
642
b) Medium Point
Each
1360
1088
130%
1414
2502
a) Short Point
20
Each
69
1380
130%
1794
3174
b) Medium Point
16
Each
106
1696
130%
2205
3901
12
Each
93.00
1116
130%
1451
2567
Each
112
448
30%
134
582
30 31.17
TOTAL
Contractor
1165200
Witness
Executive Engineer
RISING MAIN
Sr.no
HSR
Item
No.
Description
6.8
(a)
2.
28.1
(k)
Contractor
Qty
Unit
Amount
in (Rs.)
Ceiling
Premiu
m
8124.30
Per
100
cum
1030.00
370%
164.50
per 10
380%
Amount in
(Rs.)
393297.00
Witness
5310.00
Mtr
419278.00
Executive Engineer
mtr
3
28.3
(k)
28.6
(k)
Contractor
Cutting Cast Iron / Ductile Iron Pipes and specials and chipping
or filling the surface to a uniform finish.
500mm internal diameter pipe line
106.00
Per cut
19.15 per
cut
380%
9744.00
1180.00
Each
16.30
380%
92323.00
Total
914550.00
Jointing Cast Iron / Ductile Iron pipes, valves and specials with
rubber tyton joints fitted complete including cost of labour and
tools etc. and tested complete.
500mm internal diameter pipe, valves or specials
Witness
Executive Engineer
S.
No.
HSR
Item
No.
6.6
Description
10.39
11.2
10.115
Ceiling
premium
Total
amount
182.91
100
cum
1108.10
2027
425%
10641
20.10
cum
403.10
8102
450%
44563
51.25
38.73
52.39
142.37
cum
393.45
56015
600%
392108
77.05
sqm
26.40
2034
450%
11188
Contractor
Amount
Rate
Unit
Quantity
Witness
Executive Engineer
11.7
15.6
15.60
105.56
cum
414.45
43749
600%
306245
458.95
sqm
11.60
5324
500%
31943
509.2
sqm
9.90
5041
500%
30246
Total
Contractor
Witness
826934
Executive Engineer
HSR
Item
No.
Description
6.6
10.38
10.66
Unit
Rate
Amount
Ceiling
premium
Total
amount
275
100
cum
1108.10
3047
425%
15998
412.50
cum
420.00
173250
450%
952875
cum
780
536250
450%
2949375
Quantity
687.5
687.5
Total
Contractor
Witness
3918248
Executive Engineer
7.
8.
6.6
40
100
cum
1108.10
30
Cum
354.05
10622 450%
47799
58421
35
Cum
382.15
13375 600%
80250
93625
85
Cum
403.15
34268 600%
205608
239876
35
Sqm
35.05
1227
450%
5522
6749
15
Cum
997.90
14969 450%
67361
82330
Cum
1101.85
4407
450%
19832
24239
Cum
1622.05
3244
450%
14598
17842
60
Sqm
55.10
3306
600%
19836
23142
Witness
443
425% 1882.75
Executive Engineer
2326
(a)
superstructure.
10 13.13
Sqm
52.95
8472
600%
50832
59304
11 13.45
Mtr
88.25
2471
500%
12355
14826
Each
36.55
146
500%
730
876
Each
31.05
124
500%
620
744
Each
12.30
49
240%
118
167
Each
64.30
257
240%
617
874
Sqm
68.45
43808
54760
Mtr
3.50
770
400%
3080
3850
18 15.6
Sqm
11.60
8120
500%
40600
48720
19 15.52
100
Sqm
12.65
1265
500%
6325
7590
20 15.60
Sqm
9.90
7920
500%
39600
47520
a)
12 13.47
13 13.48
14 13.5
15 13.57
16 14.12
17 14.79
Contractor
28
Witness
10952 400%
Executive Engineer
21 16.48
900
Sqm
1.25
1125
230%
2588
3713
22 16.61
Sqm
7.25
5800
230%
13340
19140
Sqm
3.60
324
230%
745
1069
90
Sqm
8.05
725
230%
1668
2393
Cum
11745
23490 300%
70470
93960
90
Sqm
295.05
26555 300%
79665
106220
25
Qtl
917.05
22926 500%
114630
13755
Each
13.40
535
642
23 16.2
24 16.3
25 17.12
26 17.3
27 18.22
28 18.38
29 31.1
Contractor
Witness
107
500%
Executive Engineer
Each
1360
1088
130%
1414
2502
a) Short Point
20
Each
69
1380
130%
1794
3174
b) Medium Point
16
Each
106
1696
130%
2205
3901
12
Each
93.00
1116
130%
1451
2567
Each
112
448
30%
134
582
b) Medium Point
ii) Light Point
30 31.17
TOTAL
1165200
Contractor
Witness
Executive Engineer
53811 persons
26242 persons
27569 persons
35427 persons
37218 persons
Projected population @50% increase over present population for next 15 years
i) For old disposal work in Punjab territory
53141 persons
55827 persons
Projected population @80% increase over present population for next 30 years
i) For old disposal work in Punjab territory
63769 persons
66992 persons
Sewage reaches into old disposal works in Punjab territory with Peak Factor 2.25
63769 x 155 x 0.8 = 7907356litres =
Sewage reaches into disposal works on Chautala Road with Peak Factor 2.25
66992 x 155 x 0.8 = 8307008 litres =
Since the STP is being designed for 30 year population, so the machinery is also being provided for the
ultimate capacity.
Contractor
Witness
Executive Engineer
Contractor
Witness
Executive Engineer
Augmentation / Improvement of Sewerage Scheme for Dabwali Town Distt. Sirsa. Design,
construction, erection, testing & commissioning of 16.50 MLD capacity Sewage Treatment
Plant based on Sequential Batch Reactor Technology complete in all respect including,
Boundary Wall, Staff Quarters, approach roads, Landscaping, MCC Panel Room, CCTV
Cameras Transformer, DG Set & all other contingent Electrical, Mechanical, Piping &
Instrumentation works at Sewage Treatment Plant, Renovation of existing IPS, Renovation
Augmentation & Up Gradation of existing Disposal Works (MPS), laying of Rising Main of
PLC & SCADA disposal of treated effluent, including Operation & Maintenance for 12
months during defect liability period after trail run of 3 months and five years thereafter at
Dabwali District Sirsa (Under State Plan)".
FINAL ABSTRACT OF COST
Sr.No
Sub Heads
HSR Items
Description
Amount in Rs
1.
2.
3.
4.
Boundary wall
C.C. Path
Staff Quarter
Sub Total
Proposed Sewage Treatment Plant
Sub Head No. 1
Boundary Wall
Sub Head No. 2
C.C. Path
Sub Head No. 3
2 No. Staff Quarters
Sub Total
Laying, Jointing & Testing of D.I. Rising Main from Existing
Intermediate Pumping Station to Proposed Sewage Treatment Plant.
HSR Item Total
Non Schedule Items
826934.00
3918248.00
2330400.00
7075582.00
914550.00
11743242.00
168256330.00
Total
Say
Contractor
1155968.00
1431942.00
1165200.00
3753110.00
Witness
17,99,99572.00
1800.00 Lacs
Executive Engineer
From
The Engineer-in-Chief, Haryana,
Public Health Engineering Department,
Panchkula.
To
The Superintending Engineer,
Public Health Engineering Circle,
Sirsa.
Memo No.
Subject:-
4212-13
PH/CE(U)
Dated:24.09.2014
1.
DNIT Clause
No.
Notice
inviting
tender
2.
Eligibility
Criteria
3.
4.
Landscaping
5.
6.
2.19.3
Equipment
Guarantee
7.
3 Party
rd
Contractor
Amendment/ Clarification
The completion period of 12 months include one month for submission of design and
drawings by the contractors and thereafter one month for approval by competent authority.
The trial run period shall be three months after completion which can be extended if the
working of the STP is not stabilized. No O&M charges shall be payable during this
extended period of trial run. The STP will be considered as stabilized if the effluent sewage
tested by Laboratories approved by Haryana State Pollution Control Board meets the
effluent parameters given in the contract agreement.
i) The technology provider should have provided technology for atleast one STP of
minimum 16.5 MLD capacity based on SBR technology during the last 7 years in India
or Abroad and are working satisfactorily for atleast 3 years as on date of calling of
tenders and achieving the outlet parameters as per tender requirement. The technology
provider shall be enlisted with any State Govt./ Central Govt. bodies.
ii) The additional bank guarantee of the Technology Provider equivalent to 15% of the
performance security will be released after completion of O&M period.
All the taxes and Cess charges shall be deducted as made applicable by Govt. from time
to time. Any new tax of any kind levied or any increase by any authority will not be paid
extra by the Department and shall be paid by the contractor/ agency.
The total available land at IPS Punjab Territory is approximately 4 acres and at STP site
Chautala road is approximately 9 acres 3 kanals. The balance area of IPS at Punjab
Territory and STP at Chautala road left after constructions of structures and paths will be
landscaped with all weather green plants, flowers and grass of Selection Grade-1 as
approved by Engineer-in-Charge. It shall also include cost of manure, pesticides and
insecticides and is included in lump sum job.
The energy cost is required only for technical purpose only to ensure energy efficiency.
All the equipment supplied shall be guaranteed for 2 years from the date of commissioning
and not from the date of manufacturing/ supply of the equipment at site. The equipment
shall not be brought at site in advance unless it is required to be used/ installed within next
2-3 months.
The inspection charges of the equipment to be supplied by the agency for inspection at
Witness
Executive Engineer
Sr.
No
DNIT Clause
No.
Inspection
8.
4.2.1.1
(Renovation
of IPS in
Punjab
Territory)
9.
4.2.1.2
(Renovation
of MPS on
Chautala
road)
Amendment/ Clarification
factory / manufacturer premises, which are part of the contract agreement will paid by the
rd
contractor/ agency. However the 3 party inspection charges i.e. supervision of works at
site of work will be borne by Public Health Engineering Department.
The scope of work for IPS in Punjab territory shall be Design, construction, erection, testing
and commissioning of IPS with following components:i. Panel room of 30 sq. mtr. Covered area and PLC room including toilet block of 20 sq.
mtr. covered area with RCC framed structure of brick work vitrified glazed tiles flooring,
powder coated aluminium frame of size 100mm x 45mm of 10 gauge for chowkhat,
75mm x 45mm of 10 gauge for door frame, 45mm x 45mm of 10 gauge for window
frame with 5mm thick glass AIS/Saint Gobain/ Modi Float. The toilet block shall be with
one half staff urinal & one European W/C, one wash hand basin as per approved
drawings.
ii. RCC inlet chamber, screen chamber, new collecting tank suitable for 8 MLD average
flow with peak factor of 2.25, 2 No. mechanical coarse screens of minimum length
3
6 meters, landscaping of the campus, providing and installing 1 No. of 670mt / hour,
3
3
2 No. of 335mt / hour and 2 No. of 170mt / hour at 35 mtr. head with suitable LT
Panel equipped with all safety devices, automatic capacitor bank and submersible cable
from LT Panel to pump sets.
iii. K-9 D.I. Pipe of suitable dia at IPS including welding and screwing of Flanges. ISI
Marked D.I. fittings, Sluice Valves, Non return valves as per requirement even for bye
pass arrangement.
iv. 2 No. High Mast of 6 mtr GI Octagonal pole of 4 mm thickness (T=100 mm, B=200mm,
Base Plate = 320 x 320 x 20 mm), Window at 500 mm from Base Plate with 4 No. LED
energy efficient lamps on each pole.
v. CI Gear Operated Sluice Gate with SS spindle (SS 410) and seats (SS 304) (2 Nos for
Screens and 1 no. for partition of collecting tank) as per design.
vi. Supply and installation of SS Main Gate of SS-304 Grade 12 ft. wide main gate and 4 ft.
wide wicket gate (total weight not less than 500 kg) at Existing IPS, Punjab Territory.
vii.Dismantling of all the old civil structures will be carried out by the agency and waste
should be dumped away ensuring leveling of grounds & include all CC/RCC work as
per requirement. The dismantled material including machinery, pipes and specials can
be disposed off by the contractor. The rates may be quoted accordingly after
considering the salvage value of the material to be dismantled.
viii. The connecting sewer of same diameter and material of construction, laid at adequate
depth between existing sewers to newly constructed structures is included in scope of
work.
ix. All the infrastructure except construction of staff quarter, boundary wall (except main
gate) and path ways/ roads required to be executed at site to make the IPS functional is
included in the scope of work of lump sum job.
Note: 1. All the Pumping Machinery, Panel Board, Level Sensor etc shall be
controlled by PLC & SCADA and shall be synchronized with the PLC panels at MPS/
STP at Chautala Road site through broadband internet facility.
2. The size and quantities of all the above components will be as per approved
Structural/Hydraulic/ Mechanical/Electrical Design to be approved by the
Department before actual execution of the work.
3. All DI pipes within the campus at IPS will be provided by the Agency.
The scope of work for MPS on Chautala Road shall be Design, construction, erection,
testing and commissioning of IPS with following components:i. RCC inlet chamber, screen chamber, new collecting tank suitable for 8.5 MLD average
flow with peak factor of 2.25, 2 No. mechanical coarse screens of minimum length 6
3
meters, landscaping of the campus, providing and installing 1 No. of 720mt / hour, 2
3
3
No. of 360mt / hour and 2 No. of 180mt / hour at 20 mtr. head with suitable LT
Panel equipped with all safety devices, automatic capacitor bank and submersible cable
from LT Panel to pump sets.
ii. K-9 D.I. Pipe of suitable dia at IPS including welding and screwing of Flanges. ISI
Marked D.I. fittings, Sluice Valves, Non return valves as per requirement even for bye
pass arrangement.
iii. 2 No. High Mast of 9 mtr GI Octagonal pole of 4 mm thickness (T=100 mm, B=200mm,
Base Plate = 320 x 320 x 20 mm), Window at 500 mm from Base Plate with 4 No. LED
energy efficient lamps on each pole.
iv. CI Gear Operated Sluice Gate with SS spindle (SS 410) and seats (SS 304) (2 Nos for
Screens and 1 no. for partition of collecting tank) as per design.
Contractor
Witness
Executive Engineer
Sr.
No
DNIT Clause
No.
10
Invert Level of
incoming
sewer
11
4.4.4
(Disposal of
Treated
Effluent)
12
4.5.1
(FRP
Sheets)
4.5.1
(Plinth
Protection)
4.5.1
(SS Railing)
13
14
15
4.5.1
(CCTV
Cameras)
16
4.6.8
(SBR )
17
4.6.10
(Sludge
Dewatering)
18
4.7.1.1
(Formation
Level & FFL)
4.9.9.1
(Chlorine
Tank)
4.9.6
(Aeration
19
20
Contractor
Amendment/ Clarification
v. Supply and installation of SS Main Gate of SS-304 Grade 12 ft. wide main gate and 4 ft.
wide wicket gate (total weight not less than 500 kg) at STP site.
vi. Dismantling of all the old civil structures will be carried out by the agency and waste
should be dumped away ensuring leveling of grounds & include all CC/RCC work as
per requirement. The dismantled material including machinery (except Submersible
50HP Motor and its accessories), pipes and specials can be disposed off by the
contractor. The rates may be quoted accordingly after considering the salvage value of
the material to be dismantled.
vii. The connecting sewer of same diameter and material of construction, laid at adequate
depth between existing sewers to newly constructed structures is included in scope of
work.
viii. All the infrastructure except construction of staff quarter, boundary wall (except main
gate) and path ways/ roads required to be executed at site to make the IPS functional
is included in the scope of work of lump sum job.
Note: 1. All the Pumping Machinery, Panel Board, Level Sensor etc shall be
controlled by PLC & SCADA and shall be synchronized with the PLC panels at IPS
site, Punjab Territory through broadband internet facility.
2. The size and quantities of all the above components will be as per approved
Structural/Hydraulic/ Mechanical/Electrical Design to be approved by the
Department before actual execution of the work.
3. All DI pipes within the campus at MPS/STP site will be provided by the Agency.
The size of the incoming sewer for IPS in Punjab Territory is 600mm with invert level as
233.20m and the average ground level is 241.66m. The size of the incoming sewer at MPS
Chautala Road is 900mm with the Invert level as 234.06m and the Ground level is
242.16m.
(i) The approximate length of 1000 mm RCC pipe gravity line from STP to Minor No. 6 is
4000 mtr. The effluent pipe line shall be laid on brick masonry supporting pillars (1:4
cement sand mortar) duly plastered in 1:3 mortar. The brick pillar of suitable size will be
constructed as per site requirement. Pipe joints shall be extended up to 9 above top of
pipe.
(ii) No lean concrete is required below RCC NP3 pipes to be laid below the ground.
No covering is required over the walkways.
The Plinth Protection shall be of Cement Concrete 100 mm thick with M-20 over the base
coarse 150mm thick M-10.
SS railing shall be of grade 304, 90cm height, vertical member 50mm diamerter 2mm thick
sheet with spacing @ 1.20 mtr C/C and 2 nos horizontal members, 1 nos at top 40mm
diameter, 2mm thick sheet and 1 no at middle of 25mm dia of 2mm thick sheet shall be
provided
CCTV Cameras are to be provided both at STP & IPS sites. The Internet connection and
its charges will be borne by the agency. The Agency will provide online output/32 inch
LED Display of CCTVs at STP site.
The minimum 4 Nos. SBR Basin with Rectangular shape shall be adopted for treatment of
16.5 MLD sewage with peak factor as 2.25 and the aeration system shall be designed
accordingly as per scope provided in the approved DNIT.
Sludge Thickener of adequate capacity shall be provided before applying the sludge to the
centrifuge and all the accessories and interconnecting system shall be accordingly
amended / augmented
The formation level & finished Floor level at MPS and STP will be decided as per hydraulic
design by considering the HFL of drain so that the treated effluent is discharged efficiently
over the HFL of the drain to avoid backflow.
The HRT for Chlorine Contact Tank shall be 30 minutes with Rectangular shape. Sky blue
colour vitrified jointless & scratch proof tiles of shall be fixed on the inner side of the tank.
(Make: Somany/ Kajaria/ Nitco/ Johnson).
Each blower working and stand by shall be provided with the high torque VFD.
Witness
Executive Engineer
Sr.
No
21
22
DNIT Clause
No.
System)
Building Area
4.10.1 Table
(Air Conditioner)
23
24
4.10.1
(Reservoir)
4.13.10
(Flow Meters)
25
4.20
26
(Miscellaneous)
4.21
(Testing &
Comm.)
27
4.22
(Online
Monitoring)
Amendment/ Clarification
The total building area will be 681 sq mt, out of which 82 sq mt is for staff quarter. The
balance area 599 sq mt consisting of SBR Air Blower / MCC & Control Building (G+1),
Panel room,Chlorination cum Chlorine Tonner House, Blower Room, Centrifuge House G
(Stilt + 1), Security Cabin, lab cum office building as per drawings enclosed.
1 No Split AC of 1.5 Ton for IPS In Punjab Territory.1 No. Split A/cs of 1.5 Ton and one no
Split A/C of 2.0 Ton Capacity with 5 star Rating and Digital Stabilizer at STP site.
The covered RCC Tank of capacity 2m3 placed on rooftop shall be provided along with an
Underground RCC Water Tank of capacity 10 m3 to cater to the water requirements of the
building.
Digital flow meters shall be provided at inlet and outlet of for each IPS, MPS and STP and
shall be connected with SCADA.
All the cabling work shall be done on cable trays of 16 gauge thickness MS Strip and Hot
dipped with epoxy primer and top coat after fixing.
All Testing charges from Pollution Control Laboratories or any other approved laboratory
shall be borne by the Department.
Online Monitoring shall be carried out at inlet and outlet of STP. Real time quality
monitoring system shall be provided at inlet and outlet of STP to monitor the parameters of
BOD, COD, TSS, Nitrogen, Phosphorus and pH and shall be connected with SCADA.
Provision for connecting it with server of HSPCB/Department shall also be made.
28
12
(Sluice Valve
& NRV)
Sluice Valves & NRV shall be of CI. The rising Spindle & all seating in both sluice valves
and NRVs shall be of SS-304.
29
18
(EOT Cranes)
Transformer
and DG Set
30
31
4.9.4
SBR Basins
32
Other
clarifications
Contractor
i) Outdoor Transformer of 315 KVA and 630 KVA capacities shall be provided at IPS and
STP site respectively.
ii) 2 Nos DG set of 320 KVA capacities with canopy and AMF panels shall be provided at
STP site. The electric panel for DGs sets shall have provision to synchronize the
operation of these 2 DG sets.
iii) The existing DG of 160 KVA at IPS will also be operated and maintained by the
contractor.
i) The complete process shall be divided into cycles with each cycle is of duration of 3-5
hours.
ii) The number of peak hours during the day shall be taken as 5 hours.
iii) Sludge production (including percipients) rate shall be about 0.7-1.20 kg/ kg of BOD
removed.
i) All blowers with canopy & necessary arrangements to avoid noise pollution will be fixed
inside the building.
ii) All pipes coming in contact with the sewage shall be of SS 316 grade made with
minimum 3mm thick SS sheet.
iii) All MS pipes shall be of minimum 6 mm thick with outer epoxy coating and inner
surface to be dipped with bituminous protective coating.
iv) The top of any structures shall not be below the formation level of the site.
v) All RCC surfaces coming in contact with sewage shall be coated with black anti
corrosive bitumanatic paint of coal tar epoxy of MRF. All RCC structures at IPS & STP
shall be coated with external waterproof cement paint on outside of structures.
vi) All metallic parts/ components used at IPS & STP (except SS pipe) shall be coated with
epoxy paint to avoid rusting.
vii) Only boundary wall (without entrance/main gate), staff quarters, path ways/ roads
(except plinth protection of IPS, MPS & STP structures) will be paid as per HSR items.
All other components are included in lump sum job/items.
viii) All the electrical/mechanical equipments installed for IPS/MPS/STP outside the
building and open to sky shall be adequately covered with polycarbonate sheet
supported on SS 304 pipe structures.
Witness
Executive Engineer
B) Other clauses :1. Defination of similar work- Similar work to determine eligibility criteria be considered
as the works of construction of Sewerage Treatment Plants based on Activated
Sludge process/ SBR/UASB/MBBR Technology (other than package unit) with
biological treatment process in the Govt./Semi Govt./Private Sector with documentary
proof.
2. If the operation and maintenance cost quoted by the contractor is less than Rs.12.00
lacs per year in any period, of O&M, then the release of Bank Guarantee may be
governed as under:
The contractor will submit the Bank Guarantee of 100% retention money (i.e. earnest
money security and performance guarantee) on completion of defect liability period of
one year. This Bank Guarantee will be released in five parts i.e. 10%, 10%, 20%, 20% &
st
40% on satisfactory completion of O&M period for 1 year (after defect liability
nd
rd
th
th
period), 2 year, 3 year, 4 year & 5 year respectively.
3. All other requirements, specification will remain same as contained in the DNIT
uploaded on the e-tendering website.
4. The financial offer i.e. Volume-III has been revised accordingly.
5. The rates may be quoted by the intending contractors/ bidders on the revised financial
offer uploaded on the e-tendering website.
I have been directed to request you issue the Corrigendum/Addendum
accordingly and also upload the same on the website alongwith amended Vol. III.
DA/Amended Vol. III
For
Contractor
Witness
Executive Engineer
VOLUME III
FINANCIAL OFFER
I/We hereby tender for the execution for the Public Health Engineering Department of the work
specified in the memorandum within the time specified in such memorandum.
C. Schedule Item
(In Figures)
(In words)
Present above/below the ceiling rates worked out as per contract schedule of rates and the Schedule of ceiling
premium read with rule, and in accordance in all respects with the specifications drawings and instruction in
writing referred to in Rule 1 thereof and in clause II of the annexed conditions and with such materials as are
provided for the by the Engineer in- charge in all other respects in accordance with such condition so far as
applicable.
D. Non Schedule Items
Sr.
No
A-1
Unit
Qty
Complete
Job
1 Job
Rate to be
quoted by
the
contractor
Witness
Executive Engineer
Sr.
No
Unit
Qty
Complete
Job
1 Job
Rate to be
quoted by
the
contractor
Contractor
Witness
Executive Engineer
Sr.
No
Unit
Qty
Complete
job
1No. job
Rate to be
quoted by
the
contractor
(i)
Contractor
Witness
Executive Engineer
Sr.
No
(ii)
Unit
Qty
Complete
job
1 Job
Complete
1 Job
Rate to be
quoted by
the
contractor
Cameras:
iii) At STP Site- 1 Nos PTZ speed dome 360 degree 50X zoom
camera, 5 Nos. 12mm lens size, 2 Nos 3.6mm lens size.
iv) At IPS site- - 1 Nos PTZ speed dome 360 degree 50X zoom
camera, 2 Nos. 12mm lens size, 2 Nos 3.6mm lens size.
Make: - Sony/ Canon/Panasonic/ Samsung. CCTV Cameras should
be installed and commissioned before starting execution of work.
A-4
TRANSFORMER, D.G.
INCLUDING BLOWER
SET
&
FENCED
ENCLOSURES
A-5
A-6
Contractor
Witness
job
Complete
job
1 Job
Complete
job
1 Job
Per sqm
599
sqm
Per
4000
meter
Executive Engineer
Unit
Qty
Per year
1 Year
Per year
1 Year
Per year
1 Year
Per year
1 Year
Per year
1 Year
Per year
1 Year
Sr.
No
A-7
Rate to be
quoted by
the
contractor
Total A-1 to A- 7
In words
Contractor
Witness
Executive Engineer
Contractor
Witness
Executive Engineer
Contractor
Witness
Executive Engineer
Contractor
Witness
Executive Engineer
Contractor
Witness
Executive Engineer
Contractor
Witness
Executive Engineer