You are on page 1of 307

PUBLIC HEALTH ENGINEERING DEPARTMENT, HARYANA

DNIT FOR

Augmentation/Improvement of Sewerage Scheme for


Dabwali Town of District Sirsa

App. Rs. 1800.00 Lacs

Public Health Engineering Division No. 1 Sirsa

ABBREVIATIONS
The abbreviations used in the tender documents or any other correspondence will stand for the full forms given as
under
ACB

Air Circuit Breaker

AG

Aluminum gate

BOE

Brick on Edge

CAD

Computer Aided Design

CPHEEO

Central Public Health & Environment Engineering Organization

CC

Cement Concrete

CI

Cast Iron

CWR

Clear Water Reservoir

DPR

Detailed Project Report

DD

Dry Distemper

E&M

Electrical & Mechanical

FD

Flush Doors

FSL

Full Supply level

FRP

Fibre Reinforced Plastics

FRC

Fibre Reinforce concrete

GA

General Arrangement

GSW

Glazed Stone ware

GL

Ground level

GP

Generator Panel

HDPE

High Density Polyethylene

HRT

Hydraulic Retention Time

HFL

Highest Flood level

IF

Industrial Flouring

KS

Kota Stone

KWH

Kilo Watt Hour

KVA

Kilo volts Ampere

LP

Lightning Panel

MEP

Main Electrical Panel

MLD

Million Litres Per day

M.S.

Mild Steel

O&M

Operation and Maintenance

PFR

Project Feasibility Report

PM

Project Manager/Plant Manager

P&I

Process and Instrumentation

PDB

Power Distribution Board

PSCC Pipe

Pre stressed Cement Concrete pipes.

PVC

Polyvinyl Chloride

MCC

Motor Control Centre

MCCB

Moulded Case Circuit Breaker

MPS

Main Pumping Station

RCC

Reinforced Cement Concrete

RL

Reduced Level

RS

Rolling Shutter

SB

Stand By

SBC

Soil Bearing Capacity

SBR

Sequential Batch Reactor

SS

Stainless Steel

SS1

Metal Pressed Door (Single Leaf)

SS2

Metal Pressed Door (Double Leaf)

TSS

Total Suspended Solids

TOR

Terms of Reference

T&P

Tools and plant

CETP

Common Effluent Treatment Plant

WW

White Wash

PRESS NOTICE

Public Health Engineering Department, Haryana


Public Health Engineering Division No. 1, Sirsa.
Notice Inviting Tender
No.

Dated:

(For Open Tenders)


Online bids are hereby invited on behalf of Governor of Haryana for the works mentioned
below from firms / Agency / Contractor enlisted / registered at least upto DNIT cost with
any Department/ Board/ Corporation of Central Govt., or any State Govt. on the date of
opening of tender and also meeting the eligibility criteria as mentioned in the tender
document.
E-Tender No. 4815
1) 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 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)".
Estimated Cost

SR. No.
of work
1.

Time Limit

Rs. 1800.00 Lacs

12 Months

Earnest Money

Rs. 36,00,000/-

Tender Document Fee

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.

Downloading & Payment for tenders document :- 26.03.2015 at 15:01 to


17.04.2015 at 15.00

b.

Bid Preparation, EM Deposit, Submission of Bid- (Ist stage):- 26.03.2015 at


15:01 to 19.04.2015 at 15.00.

c.

Submission of bid- (IInd & Final stage):- 21.04.2015 at 15:01 to 22.04.2015 at


15.00.

For further details and e-tendering schedule, visit website http://haryanaphed.etenders.in


For & on behalf of Governor of Haryana

Executive Engineer
PHE Division No. 1, Sirsa.

PUBLIC HEALTH ENGINEERING DEPARTMENT, HARYANA


PUBLIC HEALTH ENGINEERING DIVISON, SIRSA
NOTICE INVITING TENDER
The e-tenders are invited on lump sum / item-wise rate basis on the prescribed form available on website as per
particulars mentioned below from the Firm / Agency / Contractor enlisted / registered up to DNIT cost with any State
/ Central Govt. Departments in India on the date of calling of tender as per the eligibility criteria.

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

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:

Sr. No.

Eligibility Criteria

(a) Three similar completed works, costing


not less than the amount equal to 40%of

Supporting Documents to be submitted along


with Bid
Details of STP Works during the last Seven years.
The documents should include duly attested

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.

The Bidder shall necessarily tie-up with a


Technology Provider who must have a
registered company in India, fully equipped
with trained manpower to extend services
as and when required and may meet the
required minimum pre-qualification criteria
of having provided Sequential Batch
Reactor (SBR) Technology including Design
/ Performance Guarantee / Key Equipment
for Wastewater Treatment Plants in India &
Abroad based on SBR Technology offered
for this project with PLC and SCADA of the
number and capacities as shown below and
successfully operating for minimum One
year:

The technology provider should have


provided technology for 1 No. STP based
on Sequential Batch Reactor (SBR)
technology of minimum 16.50 MLD
capacity.
The Bidder will not be allowed to change
the Technology Provider at any stage
during the project execution, once the Bids
are submitted without the prior approval of
PHED.
The technology provider shall be providing

Supporting Documents to be submitted along


with Bid
photocopies of Work Orders along with the
Certificate of successful and satisfactory completion
of works from the concerned Client. The Certificate
of successful Commissioning, Operation &
Maintenance of constructed Plant from the Client
shall be submitted giving duration of time since
when in operation.

If the operation and maintenance of STP,


constructed by the bidders, have not been in the
bidders scope, the bidder may arrange a certificate
from the client as well as analysis report from the
Pollution Control Board that, these STP,
constructed by the bidder, are successfully
operating as on date of submission of bid, since the
commissioning of these plants. However, in that
case, bidders will also have to submit O&M
experience certificate of other STP of at least
equivalent capacity, as required in the bid
document.
A Technology Tie-up Agreement with the
Technology Provider along with his Bid, duly signed
and notarized, on a Rs. 100/- non judicial Stamp
Paper.
Duly attested photocopies Certificate of successful
and satisfactory completion of works from the
concerned Client / End User. The Certificate of
successful Commissioning, Operation &
Maintenance of constructed Plant from the Client
shall be submitted giving duration of time since
when in operation.

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

Supporting Documents to be submitted along


with Bid

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

GUIDELINES FOR JOINT VENTURE


1. Following stipulations shall be applicable for Joint Venture (JV) of firms (hereinafter Called JV).
2. Separate Identity/Name should be given to the Joint Venture firm.
3. Number of members in a JV firm shall not be more than three.
4. One of the members of the JV firm shall be the lead member of the JV firm who shall have a majority (at
least 51%) share of interest in the JV firm. The other members shall have a share of not less than 20% each
in case of JV firms with upto three members. In case of JV with foreign member(s), the lead member has to
be an Indian firm with a minimum share of 51% as a whole in JV firm
5. A member of a JV firm shall not be permitted to participate either in individual capacity or as a member of
another JV firm in the same tender.
6. The tender form shall be purchased and submitted only in the name of the JV firm and not in the name of
any constituent member. Normally, EMD shall be submitted only in the name of JV and not in the name of
any constituent member. However, in exceptional cases, EMD of the lead partner can be accepted subject to
submission of specific request letter from the lead partner stating the reasons for not submitting the EMD in
the name of JV and giving written confirmation from the other JV partners to the effect that the EMD
submitted by the lead partner may be deemed as EMD submitted by the JV firm.
7. General Conditions:
i.

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.

8. Memorandum of Understanding Joint Venture Agreement


a) The Memorandum of Understanding (MOU) between JV partners shall be submitted along with the bid.
b) On issue of Letter of Award (LOA), an agreement amongst the members of the JV firm (to whom the work
has been awarded) has to be executed and got registered before the Registrar of the Companies under
Companies Act, 1956 or before the Registrar/Sub-Registrar under the Registration Act, 1908. This agreement
shall be submitted to the Engineer-in-charge before signing the contract agreement for the work. In case,
the bidder fails to observe/comply with this stipulation, the full Earnest Money Deposit shall be forfeited and
other penal actions due shall be taken against all the partners of the JV firm.
c) Authorized Member:
JV members shall authorize one of the members, on behalf of the JV firm, to deal with the tender, sign the
agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of
work done, to sign measurement book and similar such actions in respect of the said tender/contract. This
authorization shall be with further stipulation that it shall be valid for the entire period of completion of the work
/extended period of completion of the work including Operation & Maintenance period. All notices/ correspondences
with respect to the contract would be sent to this authorized member of the JV firm.
d) The JV agreement should invariably contain clauses related to following subjects /issues in the manner
specified herein below:
Joint & Several Liabilities:
The members of the JV firm to which the contract is awarded shall be jointly and severally liable to the Engineer-incharge for execution of the project in accordance with the general and special conditions of the contract. The JV
members shall also be liable jointly and severally for the loss, damages caused to the Government or private
property during the course of execution of the contractor due to non-execution of the contractor part thereof.
Duration of the Joint Venture Agreement:
It shall be valid till all contractual obligations as per contract agreement are fulfilled.

Notices and Correspondences:


All notices/correspondences with respect to the contract would be sent to this authorized member of the JV firm.
Governing Laws: The JV agreement shall be in all respect be governed by and interpreted in accordance with Indian
Laws.
All the members of the JV firm shall certify that they have not been blacklisted or debarred by PHED or any other
Department of the Government of India/ State Government from participation in tenders/ contract on the date of
opening of bids either in their individual capacity or as the JV firm or partnership firm in which they were
members/partners.
Assign ability:
No member of the JV firm shall have the right to assign or transfer the interest, right or liability in the contract
without the written consent of the other party and that of the Engineer-in-charge in respect of the said tender/
contract.
Execution on Non-Judicial Stamp Paper:

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.

The Bidder shall necessarily tie-up with a


Technology Provider who must have a
registered company in India, fully equipped
with trained manpower to extend services
as and when required and may meet the
required minimum pre-qualification criteria
of having provided Sequential Batch
Reactor (SBR) Technology including Design
/ Performance Guarantee / Key Equipment
for Wastewater Treatment Plants in India &
Abroad based on SBR Technology offered
for this project with PLC and SCADA of the
number and capacities as shown below and
successfully operating for minimum One
year:
The technology provider should have
provided technology for 1 No. STP based
on Sequential Batch Reactor (SBR)
technology of minimum 16.50 MLD
capacity.
The Bidder will not be allowed to change
the Technology Provider at any stage
during the project execution, once the Bids
are submitted without the prior approval of
PHED.
The technology provider shall be providing
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

Supporting Documents to be submitted


along with Bid
If the operation and maintenance of STP,
constructed by the bidders, have not been in
the bidders scope, the bidder may arrange a
certificate from the client as well as analysis
report from the Pollution Control Board that,
these STP, constructed by the bidder, are
successfully operating as on date of
submission of bid, since the commissioning of
these plants. However, in that case, bidders
will also have to submit O&M experience
certificate of other STP of at least equivalent
capacity, as required in the bid document.
A Technology Tie-up Agreement with the
Technology Provider along with his Bid, duly
signed and notarized, on a Rs. 100/- non
judicial Stamp Paper.
Duly attested photocopies Certificate of
successful and satisfactory completion of
works from the concerned Client / End User.
The Certificate of successful Commissioning,
Operation & Maintenance of constructed Plant
from the Client shall be submitted giving
duration of time since when in operation.

Affidavit.

litigation during past 3 financial years.


5

Average Annual Turnover during the last 3


years, ending 31st March of the previous

Certified copies of Balance Sheets, Profit &


Loss Accounts, Income Tax Returns and

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.

Supporting Documents to be submitted


along with Bid
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:
Sr.
No.
1
2
3
4
5
6
7

Description

Multiplying Factor

One year old


Two years old
Three years old
Four years old
Five years old
Six years old
Seven years old

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.

PUBLIC HEALTH ENGINEERING DEPARTMENT, HARYANA


PUBLIC HEALTH ENGINEERING DIVISON NO. 1, SIRSA
NOTICE INVITING TENDER

No.

Dated:

(For Open Tenders)


Online bids are hereby invited on behalf of Governor of Haryana for the works mentioned
below from firms / Agency / Contractor enlisted / registered at least upto DNIT cost with
any Department/ Board/ Corporation of Central Govt., or any State Govt. on the date of
opening of tender and also meeting the eligibility criteria as mentioned in the tender
document.
E-Tender No. 4815
1) 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)".
Sr. No.
of
work
1.

Estimated Cost

Rs. 1800.00 lacs

Time Limit

Earnest Money

12 Months

Rs. 36,00,000/-

Tender Document Fee

Rs. 20,000/-

Important Dates for the activities of the bidder:Sr. No.

Activity

Start date & time

Expiry date & time

Downloading of tender document &


payment of tender document fees.

26-03-2015
hrs.

15:01

17-04-2015 15:00
hrs.

Online bid preparation, Earnest


Money deposit, finalization of rates &
submissions of bids First stage (bid
seal/ Hash Submission)

26-03-2015
hrs.

15:01

19-04-2015 15:00
hrs.

Submission of online bids- Final Stage


(Re-encryption of bids)

21-04-2015
hrs.

15:01

22-04-2015 15:00
hrs.

1. Tender

documents

can

be

downloaded

online

from

the

Portal:

http://haryanaphed.etenders.in by the Firms / Individual registered on the Portal. For


registration details, refer link Guidelines to contractors for online registration on the
home page of 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 -

Close For Bidding

26-03-2015 Time
15:00
17-04-2015

Online bid preparation, 26-03-2015


Earnest money deposit,
finalization of rates & 15:01
submissions of bids First
stage
(bid
seal/Hash
submission)

19-04-2015

19-04-2015

21-04-2015

15:01

15:00

15:00

15:00

Submission of online bids 21-04-2015

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

Opening & Evaluation


of Financial Bids

24-03-2015
Time 10:00

Downloading of Tender 26-03-2015


Document & payment of
15:01
tender Document Fees

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

To be submitted mandatory online- Information related to Price Bid of the


Tender.
The bidder can submit their tender documents as per the dates mentioned in
the schedule above.
CONDITIONS:1)
2)
3)
4)
5)
6)
7)

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)

Deputy Commissioner, Sirsa.


Engineer-in-Chief Haryana, PHED, Panchkula.
All Superintending Engineers/Executive Engineer, PHED Haryana.

For and On Behalf of Governor of Haryana

Executive Engineer
PHE Division No. 1, Sirsa

ANNEXURE-A
CONDITIONS OF E-TENDERING
Instructions to Contractors on Electronic Tendering

1.

These conditions will over-rule the conditions stated in the tender


documents, wherever relevant and applicable.

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

chandigarh@nextenders.com for verification.

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.

Obtaining a Digital Certificate:

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

A Digital Certificate is issued upon receipt of mandatory identity proofs and


verification letters attested by the Notary Public / Charted Account / Any Gazatted
Officer whose stamp bears emblem of Ashoka. Only upon the receipt of the
required documents, a digital certificate can be issued.

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.

TATA Consultancy Serivces Ltd.


11th Floor, Air India Building, Nariman Point,
Mumbai-400021 website www.tcs-ca.tcs.co.in

2.

Sify Communications Ltd.


III Floor, Tidel Park, 4 Canal Bank Road, Taramani, Chennai-600113.
Website www.safescrypt.com

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.

3i Infotech Consumer Serivces Ltd


3rd Floor, Sai Arcade, Outer Ring Road,
Devarabeesanahalli, Bangalore560036, Karnataka
Website http://www.e-Mudhra.com

Contractors may also obtain information and application format and


documents required for issue of digital certificate from the following:-

1.

Nextenders (India) Pvt. Ltd.


YUCHIT, Juhu Tara Road, Mumbai-400049
Email-Chandigarh@nextenders.com

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.

Online Viewing of Notice Inviting Tenders:


The contractors can view the N.I.T and the time schedule (Key Dates) for all the
packages floated using the electronic tendering system on the Haryana PHED
website http://haryanaphed.etenders.in. Contractor may refer to NIT in the office
of Executive Engineer.

6.

Opening of an Electronic Payment Account:

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.

Submission of Earnest Money Deposit:

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.

EMD should be deposited

through RTGS / NEFT as consolidated amount in single transaction so that there


is no difficulty in accounting and also that there is no ambiguity for relating a
transaction to a particular tender.
7.2

Refund of Earnest Money Deposit to the unsuccessful bidders will be made


through cheque issued in the name of contractor / agency.

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.

A photocopy of document of transaction made should also be

physically submitted in envelop ED.


7.4

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.

Submission of Tender Document Fees:

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.

Purchase of Tender Documents:


Download of Tender Documents: The tender documents can only be downloaded
from

the

Electronic

Tendering

System

on

the

Portal

http://haryanaphed.etenders.in
10.

Submission of bids (Ist Stage) i.e. Bid Seal/ Hash submission:


Submission of bids will be preceded by submission of the digitally signed bid seal
(Hash) as stated in the tender time schedule (Key Dates) of the Tender. Bidders
should take note of any corrigendum being issued on the web portal on a regular
basis. They should view and note down the tender Hash and ensure that it
matches with their previous noted Hash before confirming the rates. The bidder
will not be able to change the rates after the expiry time of this stage.

11.

Generation of Super Hash:


After the time of submission of Bid Seal (Hash) by the bidders has lapsed, the bid
round will be closed and a digitally signed tender Super Hash will be generated by
authorized Haryana PHED official. This is equivalent to sealing the tender box.

12.

Submission / Re-encryption of bids (IInd & Final stage)


Bidders have to submit their encrypted bids online and upload the relevant
documents for which they generated the hash at the Online bid preparation and
submission of bid- Ist stage after the generation of Super Hash within the date
and time as stated in the Notice Inviting Tenders (Key Dates). The electronic bids
of only those contactors who have submitted their bid seals (Hashes) within the
stipulated time, as per the tender time schedule (Key Dates), will be accepted by
the System. A bidder who does not submit his bid seal (Hash) within the
stipulated time will not be allowed to submit his bid after the permitted time as
per key dates.

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.

2.3 Brand Names


Specific reference in the specification to any material by trade name or catalogue number shall be construed
as establishing a standard of quality and the performance. Bidders may prepare any other product if the
specified brand names are not available subject to approval of Employer.

2.4 Stamp Duty and Legal Charges.


Whenever required under Govt. regulations, it shall be incumbent on the successful Bidder to pay stamp duty
on the contract agreement, as per ruling on the date of execution of the contract agreement.

2.5 Payment Terms


The terms of payments are defined in Part III of this tender.

2.6. Bidding Documents


2.6.1 Content of Tender Documents
The Tender document contains the following:
Volume I:
Section 1: Notice Inviting Tender
Section 2: Instructions to bidders
Section 3: Conditions of Contract
Section 4: Scope of Work
Section 5: Eligibility Criteria Documents Schedules

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.

2.6.2 Clarification of Tender Documents


A bidder requiring any clarifications on the Tender documents in respect of provisions / clauses incorporated
or not incorporated in the Tender documents, may notify the employer in writing. In addition, if a bidder
feels, that any provision in the document will be unacceptable, such an issue should be raised before Pre Tender conference. Any query or objection on the provisions of Tender documents raised after pre-Tender
conference will not be entertained.

2.6.3 Amendment of Tender Documents


At any time prior to the deadline for submission of Tenders, the Employer may amend the tender documents
by issuing Addenda.
Any Addendum thus issued shall be part of the Tender documents and shall be communicated in writing to all
purchasers of the Tender documents. Prospective bidders shall promptly acknowledge in writing receipt of
each Addendum to the Employer.

2.6.4 Language of Tender


The Tender and all correspondence and documents related to the Tender exchanged by the bidder and the
Employer shall be written in English. Supporting documents and printed literature furnished by the bidder
may be in another language provided they are accompanied by an accurate translation of the relevant
passages in the above stated language, in which case, for purposes of interpretation of the Tender, the
translation shall prevail.

2.7 Documents Comprising the Bid


The Tender submitted by the bidder shall comprise the following documents:
2.7.1 ENVELOPE ED: EARNEST MONEY DEPOSIT & ELIGIBILITY CRITERIA ENVELOPE

(a) Earnest Money Deposit (EMD)


Earnest Money Deposit (EMD) shall be furnished in accordance Notice Inviting Tender and Conditions of eTendering.

(b) Eligibility Criteria Documents


The bidder shall submit all necessary, relevant, authenticated Documents as evidence to his eligibility
required for participation in this Tender. The Bids with partial information or without substantial evidence of
bidders eligibility shall be summarily rejected.

(c) The bidders Proposal


The bidder's Proposal shall demonstrate that the Works offered by the bidder conform to the Employer's
Requirements. The bidder's Proposal shall include Process Write-up, Process & Hydraulic Designs,
Calculations, Drawings etc. and other Data necessary for proper evaluation of the bidder's Proposal.

2.7.2 ENVELOPE CI: PRICE BID


(a) Price Schedule:
Price Schedules, duly filled-up must be and submitted online.

2.8 Bid Evaluation and Selection of Successful Bidder.


2.8.1 Envelope ED containing the earnest money and application for the Eligibility Criteria Documents shall
be opened first. The tenders without full amount of earnest money in the desired shape shall be rejected and
no further evaluation shall be done for such cases.
2.8.2 The data provided by the bidder in support of its eligibility shall be scrutinized with respect to the
eligibility criteria specified in the tender document. The bids which do not fulfill the eligibility criteria shall be
rejected and Envelope CI shall not be opened for such cases.

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.

2.9 Tender Prices


The bidders shall quote for the entire works on a "single responsibility" basis such that the total Price covers
all the Contractor's obligations mentioned in or to be reasonably inferred from the tender documents in
respect of the Design, Manufacture, Procurement and Sub-contracting (if any), Delivery, construction,
Installation and Completion of the works. This includes all the requirements under the Contractor's
responsibilities' for testing, pre-commissioning and commissioning of the works, the acquisition of all permits,
approvals and licenses, etc.; the operation, maintenance and training services and such other items and
services as may be specified in the tender documents, all in accordance with the requirements of the
Conditions of Contract.

2.10 Currencies of Tender and Payment


All Prices shall be quoted in Indian Rupees and payment will be made in Indian Rupees only.

2.11 Earnest Money Deposit (EMD)


a) EMD for the Work shall be deposited by the bidder as mentioned in Notice Inviting Tender.
b) Any bid not accompanied by an acceptable Earnest Money Deposit shall be rejected by the Employer
as non-responsive.
c) EMD of unsuccessful bidders will be returned after allotment of work within reasonable time.
d) EMD may be forfeited:
e) If the bidder withdraws its bid.
f)

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.

2.12 Deadline of Submission of Tenders


Tenders will be submitted online, no later than the Time and Date as specified in the Notice Inviting Tender.
The Employer may, in exceptional circumstances and at its discretion, extend the deadline for submission of
Tenders by issuing an Addendum, in which case all rights and obligations of the Employer and the bidders
previously subject to the original deadline will thereafter be subject to the deadline as extended.

2.13 Late Tenders


Any Tender submitted after the deadline as specified in the Notice Inviting Tender will not be accepted.

2.14 Substitution and the Withdrawal of Tenders


Tenders once submitted cannot be withdrawn or modified by the bidder after the deadline for submission of
Tenders.

2.15 Tender Opening

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.

2.16 Process to be Confidential


Information relating to the examination, clarification, evaluation and comparison of Tenders and
recommendations for the award of a Contract shall not be disclosed to bidders or any other persons not
officially concerned with such process until the award to the successful bidder has been announced.
Any effort by a bidder to influence the Employer's processing of Tenders or award decisions may result in the
rejection of the bidders Tender.

2.17 Clarification of Tenders


During tender evaluation, the Employer may, at his discretion, ask the bidder for clarification of its Tender.
The request for clarification and the response shall be in writing and no change in the Price or substance of
the Tender shall be sought, offered or permitted.

2.18 Technical Evaluation


2.18.1 The bidders shall necessarily submit the following documents in their Technical Proposal.

Detailed Write-up on the Process

Detailed Process Design

Detailed Hydraulic Design

Process & Instrumentation Diagram

Plant Layout with Area requirement

Hydraulic Flow Diagram

Electrical Load List and Power Consumption Details

Details of Chemical and Consumable required

Technical Schedules and Data Sheets dully filled in all respect.

Details of Spares

Any other documents, if required

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.

Achievement of specified performance criteria by tendered works to be constructed under this


Contract.

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 Commercial Evaluation


All the Bids will be evaluated based on the Capital Cost, Operation & Maintenance Cost for 5 Years and
Energy Cost for 15 Years at 10% Discount Rate as explained below:

2.19.1 Capital Cost.....As per Volume III: Price Schedule


Capital Cost shall be taken from bidders Price Schedule. The Capital Cost shall be Cost of all components
including Civil, Mechanical, Electrical, Instrumentation, all interconnecting Piping, Erection, Testing,
Commissioning and Performance run etc. All Taxes, Duties, VAT etc. shall be included in the Capital Cost.

2.19.2 Operation &Maintenance.....As per Volume III: Price Schedule


Operation & Maintenance Cost shall be taken from bidders Price Schedule. The Operation & Maintenance
Cost shall be Cost of all components including Supply of Chemical and Consumables, Disposal of Plant
Residuals (e.g. Screenings, Grit and Dewatered Sludge), Manpower required, general maintenance of Civil
Structures, preventive and breakdown Maintenance of Mechanical Equipments, Electrical Items, Field
Instruments etc.

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

Rate of Power to be considered for evaluation

Rs. 4.50 per kW.hr/day

Discounting Factor for 15 years at 10% Discount Rate

7.61

Discounted Power Cost

(A) x 365 x 4.50 x 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.

2.20 Award Criteria


Subject to Clause 16.0, the Employer may award the work to the successful bidder whose bid has been
determined to be technically acceptable and is the lowest in terms of Evaluated Tender Price.

2.21 Employers Right


The Employer reserves the right to accept or to reject any Tender and to annul the Tender process and reject
all Tenders at any time prior to award of Contract, without thereby incurring any liability to the affected
bidders or any obligation to inform the affected bidders of the grounds for the Employer's action.

2.22 Notification of Award


Prior to the expiry of the Tender Validity, the Employer will notify the successful bidder. The notification of
award will constitute the formation of the Contract.
Upon the successful bidders furnishing of the Performance Security, the Employer will promptly notify each
unsuccessful bidder and will release its EMD.

2.23 Signing the Contract Agreement


After the Employer notifies the successful bidder that his Tender has been accepted, the

contractor shall

sign the Contract Agreement in the Office of Employer and receive one copy.

2.24 Corrupt or Fraudulent Practices


a) The Bidders / Contractors are to observe the highest of ethics during tendering, procurement and
execution of Contract. In pursuance of this policy, the Employer defines for the purpose of this
provision, the terms set forth below as follows:

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.

Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process


or the execution of a Contract to the detriment of the Employer, and includes collusive practice
among bidders (prior to or after Tender submission) designed to establish Tender prices at artificial
non-competitive levels and to deprive the Employer of the benefits of free and open competition.

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.

2.26 Rules & Standard Form of Agreement


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 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).

Approx Cost

: Rs. 1800.00 lacs

Time Limit

: 12 Months

HARYANA PUBLIC WORKS DEPARTMENT


PUBLIC HEALTH ENGINEERING DIVISION, SIRSA.
FORM: F-1
TENDER
&
CONTRACT FOR WORKS
General Rules and Directions for the Guidance of Contractor: CONTRACTORS SHOULD CAREFULLY STUDY THE RULES GIVEN BELOW WHICH ARE FOR THEIR
GUIDANCE. BEFORE SUBMITTING THE TENDERS & COMPLY WITH THE SAME, ANY
NONCOMPLIANCE OF THE SAME IS LIKELY TO RESULT IN FOREFEITURE OF EARNEST MONEY &
MAY RESULT IN CANCELLATION OF HIS CERTIFICATE OF ENLISTMENT.
Rule No. 1
[General]
Brief information about the works proposed for execution by contract have been notified in a shape of
Notice pasted on the Notice Board hung up in the office, duly signed by Executive Engineer. Further the
detailed document called NOTICE INVITING TENDERS can be seen in the office of the Executive Engineer

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

(a) For Schedule Items


Any person who submits a tender shall fill up the usual printed form starting the percentage above or below
the Ceiling Rates as defined in Rule 1 at which he is willing to undertake the work. Only one single rate of
percentage above or below on all schedule items of the contract schedule & for all purposes shall be
mentioned in the space provided in the Tender Form. For the purpose of this single rate. Explanatory Memo,
below may be seen which explains the manner in which the admissible payment shall be worked out after
taking into consideration the sanctioned Ceiling Premia as enumerated in the Schedule of Ceiling Premia
mentioned in Rule (I) together with the single rate quoted by the contractor. Any rate entered outside this
space may render the tender invalid. If a contractor quotes more than one rate in that case only lower or
lowest of the rates so quoted shall be considered and a counter offer shall be made to him accordingly at
the lowest of the rates quoted by him and in the event of his not accepting the same, the earnest money
that accompanied the tender shall stand forfeited and the contractor shall have no claim to the same
whatsoever.

(b) For Non-Schedule Items


A person submitting a tender shall fill up the rates against each item shown on page ____ No premium over
the rates quoted by him will be admissible over these NS items.

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

Dated the .. Day of . 200


Witness

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

Contractor remains liable


to pay, compensation if
action not taken under
clause 3

Power to take possession


of or require removal of
or sell contractors plant,

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

contractor of procured by him intended to be used for execution of the work or


any part thereof paying or allowing for the same in account at the contract
rates, or in case of thee not being applicable & correct market rates to be
certified by the Executive Engineer whose certificate there of shall be final,
otherwise the Executive Engineer may be notice in writing to the contractor or
his clerks of the works, foreman or other authorized agent require him to
remove such tools, plant materials or sores from the premises within a time to
be specified in such notice and the event of the contractor failing to comply
with any such requisition. The Executive Engineer may remove them at the
contractors expenses or sell them by action or private sale, on account of the
contractor & at his risk in all respect & the certificate of Executive Engineer as
to the expense for any such removal & the amount of the proceeds & expense
of any such sale shall be final and conclusive against the contractor.
Clause 5: If the contractor shall desire an extension of the time for completion of the
work on the ground of his having been unavoidable hindered in its execution or
on any other ground of his having unavoidable hindered in its execution or any
other ground, he shall apply in writing to the Superintending Engineer, Public
Health Engineering Circle, Sirsa through the Executive Engineer, Public Health
Engineering Division, Sirsa within 30 days of the date of hindrance but before
the expiry of the contractual period on account of which he desires such
extension as aforesaid, but before the expiry of contract period & the Executive
Engineer / Superintending Engineer shall in his opinion (which shall be final)
reasonable ground be shown therefore authorize such extension of time if any
as may, in his opinion be necessary or proper.
Clause 5 (a) The Contractor shall deliver in the office of the Executive
Engineer, on or before the 10th day of every month during continuance of the
work covered by this contract, a return showing details of any work claimed or
as a return showing details of any work claimed as extra & as such return shall
contain the value of such work as claimed by the Contract, which value shall be
based upon the rates and prices mentioned in the Contract or in the schedule
of rates in force in the district for the time being. The Contractor shall include in
such monthly return particulars of all claims of whatever kind and however
arising which at the date thereof he has or may claim to have against the
Executive Engineer under or in respect of, or any manner arising out of the
execution of work and the Contractor shall be deemed to have waived all claims
not included in such return will have no right to enforce any such claims not so
included whatsoever be the circumstances
Clause 6
Without prejudice to the rights of Government under any Clause hereinafter
contained on completion of the works, the Contractor shall be furnished with a
certificate by the Executive Engineer (hereinafter called the Engineer-in-charge)
of such completion, but no such certificate shall be given not shall the work be
considered to be complete until the Contractor shall have removed from the
premises on which the work shall be executed all scaffolding, surplus materials
and rubbish and cleaned off the dirt from all wood works, doors, windows,
walls, floors or other parts of any building, in upon or about with the work to be
executed, or of which he may have had possession for the purpose of the
execution thereof and the measurements in the said certificate shall be binding
and conclusive against the Contractor, if the Contractor shall fail to comply with

Payment on intermediate
certificate to be regarded
as advances

Bill to be on&
forms

printed

Stores supplied by the


Government

the requirements of this Clause as to removal of scaffolding surplus materials


and rubbish and cleaning off dirt on or before the date fixed for the completion
of the work, the Engineer-in-charge may at the expense of the contractor
remove such scaffolding, surplus materials & rubbish and dispose off the same
as he think and clean off such dirt aforesaid; and the Contractor shall forthwith
pay the amount of all expense so incurred and shall have no claim in respect of
any such scaffolding or surplus materials as aforesaid except for any sum
actually realized by the sale thereof less any expenses by the Engineer-inCharge in connection there with.
Clause 7
No payment shall be made for work estimated to cost less than one thousand,
till after the whole of the works shall have been completed and a certificate of
completion given. But in case of works estimate to cost more than One
thousand the Contractor shall be submitting the bill thereof be entitled to
receive a monthly payment proportionate to the part thereof then approved &
passed by the Engineer-in-Charge whose certificate of such approval and
passing of the sum so payable shall be final and conclusive against the
Contractor. But all such intermediate payments shall be regarded as payments
by ways of advance against the final payments only and not as payments for
work actually done and completed and shall not preclude the requiring of bad,
unsounded and imperfect or unskillful work to be removed and taken away and
reconstructed or re-erected, or be considered as an admission of the due
performance of the Contract or any part thereof in any respect, or the accruing
of any claim, nor shall it conclude or any of them as to the final settlement &
adjustments of the account or otherwise or in any other way or vary or affects
the contract. The final bill shall be submitted by the Contractor within one
month of the date fixed for completion of the work otherwise the Engineer-inCharges certificate of the measurement and of the total amount payable for
the work accordingly shall be final and binding on all parties.
Clause 8
A bill shall be submitted by the contractor each month on or Bill to be before
the date fixed by the Engineer-in-charge for all work executed in the submitted
monthly previous month & the Engineer-in-charge shall take or cause to be
taken the requisite measurement for the purpose of having the same verified &
the claim as far as admissible; adjusted if possible, before the expiry of ten
days from the presentation of the bill. If the contractor does not submit the bill
within the time fixed as aforesaid, the Engineer-in-charge may depute a
subordinate to measure up the said work in the presence of the Contractor,
whose counter signature to the measurement list will be sufficient warrant&
Engineer-in-charge may prepare a bill from such list which shall be binding on
the contractor in all respects.
Clause 9
The contractor shall submit all bills in triplicate on printed forms to be had on
application from the office of the Engineer-in-charge, the charge in the bill shall
always be entered at the rate specified in the tender or in the case of any extra
works ordered in pursuance of those conditions, & not mentioned or provided
for in the tender at the rates hereinafter provided for such works.
Clause 10: If the specification estimate of the work provide for the use of any special
description of materials to be supplied from Engineer-in- charges store or if it

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.

Rates for works not in


estimate or schedule of
rates of the district.

No compensation
for
alteration in restriction of
work to be carried out

Action & compensation


payable in case of bad
work

by the Engineer-in-charge & such alteration, omissions, additions or


substitutions shall not invalidate the contract, & any altered, additional or
substituted work which the contractor may be directed to do in the manner
above specified as part of the work shall be carried out by the contractor on the
same conditions in all respects on which he agreed to do the main work, & at
the same rates as specified in the tender for the main work. The time for the
completion of the works shall be extended in the proportion that the altered
additional or substituted work bears to the original contract work, & the
certificate of the Engineer-in-charge shall be conclusive as to such proportion.
And if the altered, additional of substituted work includes any class of work, for
which no rate is specified in this contract, then such class of work shall be
carried out at the rates entered in the schedule of item of the district, subject
to the same percentage above or below as for the items included in the
contract, & if such class or work is not entered in the schedule of item of the
district then the contractor shall within seven days of the date of his receipt of
the order to carry out the work inform the Engineer-in-charge if does not agree
to his rate, he shall give notice in writing be at liberty to cancel his order to
carry out such class of work, & arrange to carry to out in such manner as he
may consider advisable, provide always that the contractor or shall commence
work or incur any expenditure in regard thereto before the rates shall have
been determined as lastly herein before mentioned, than & in such case he
shall have been determined as lastly herein before mentioned, than & in such
case 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 Engineer-incharge. In the event of a dispute the decision of the Superintending Engineer,
Public Health Engineering Circle, Sirsa shall be final.
Clause 13:
If at any time after the commencement of the work, the Government shall for
any reason whatsoever not require the whole work thereof as specified in the
tender to be carried out, the Engineer-in-charge shall give notice in writing of
the fact to the contractor who shall have no claim to any payment
compensation, whatsoever on account of any profit or advantage, which he
might have derived from execution of the work in full but which he did not
derive in consequence of the full amount of the work not having been carried
out, neither shall have any claim for compensation by reason of any alteration
having been made in the original specification, drawings, design & instructions
which shall invoice any curtailment of the work as originally contemplated.
Clause 14: If it shall appear to the Engineer-in-charge or his subordinate in charge of the
work, that any work has been executed with unsound imperfect or unskillful
workmanship or with material of any inferior description or that any materials
or articles provided by him for the execution of the work are unsound or of a
quality inferior to the contracted for, or otherwise not in accordance with the
contract, the contractor shall on demand, in writing from Engineer-in-charge
specifying the work materials or articles complained of notwithstanding that the
same may have been inadvertently passed certified & paid for forthwith rectify,
or remove & reconstruct the work so specified in whole or in part as the case
may require or as the case may be, remove the materials or articles so
specified & provide other proper & suitable material or articles at his own

Work to be open to
Inspection.

Contractor or responsible
agent to be present

Notice to be given before


work is covered up.

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

And be liable for damages


arising
from
nonprovision
of
lights
fencings etc

Labor

or other documents forming part of the contract or referred to in these


conditions or not, or which may be necessary for the purpose of satisfying or
complying with the requirements of the Engineer-in-charge as to any matter as
to which under those conditions he is entitled to be satisfied or which he is
entitled to require together with carriage therefore to & from the work. The
contractor shall also supply without charging the requisite number of persons
with the means & material necessary for the purpose of setting out works &
counting, weighing & assisting in this measurement of examination at any time
& form time of the work or material, failing which the same may be provided by
the Engineer-in-charge at the expense of the contractor & the expense may be
deducted from any money due to the contractor under the contract, or from his
security deposit or the proceed of sale thereof, or of a sufficient portion thereof
the contractor shall also provide all necessary fencing & lights required to
protect, the public from accident & shall be bound to bear the expenses of
defense or every suit, action or other proceedings at law that may be brought
by any person for injury sustained due to neglect of the above precautions, &
to pay any damages & cost which may be awarded in any such suit, action or
proceedings to any such persons or which may with the consent of the
contractor be paid to compromise any claim by any such person.
Clause-18 A: - The final bill of the contractor shall not be paid unless or until
he furnishes to the satisfaction of the Engineer in Charge a proof of the
proof of the earth used for the works having been fully paid to the owner of the
land from which the earth was removed or of the matter having been amicably
settled with them. The contractor shall also be liable to indemnify the
government against all claims made proceedings & action taken by any person
in respect of the price of earth removed by the contractor from his land for the
work against all losses, damages, cost & expenses which the government may
suffer or incur as a result of such claims.
Clause 19 A: - No labour below the age of 18 years shall be employed on
the work
Clause 19 B: - The contractor shall pay his laborer not less than the wages
determined under minimum wages act for the District.

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

Clause 20 A: - In every case in which by virtue of the provisions of Section12,


sub section (1) of the workmans compensation Act, 1923 The Government is
obliged to pay compensation to workman employed by the contractor, in
execution of works The Government will recover from the contractor the
amount of the compensation so paid & without prejudice to the right of the
government under Section 12, sub section (2), of the said Act, the government
shall be at liberty to recover such amount or any part thereof by deducting it
from the security deposit or from any sum due by the government to the
contractor whether under this contract or otherwise The Government shall not
be bound to contest any claim made against it under section 12 sub section (1)
of the said act except on the written request of the contractor & upon his giving
request to Government full security for all costs for which Government might
become liable in consequence of contesting such claims.
Clause 21: The contract shall not be assigned or sublet without the written approval of the
Engineer-in-charge. And if the contractor shall reassign or sublet his contract or

Works not to be sublet.


Contract may be rescind
&
security
deposit

forfeited for subletting


bribing or if contractor
becomes insolvent

Sum payable by way of


compensation
to
be
considered as reasonable
compensation
without
reference to actual loss.
Deductions of amounts
due to The Government
on
any
account
whatsoever
to
be
permissible from sums
payable to a contractor

Changes in constitution of
firm
Work to be under
direction of
superintending Engineer.

Claims for payment of an


extra ordinary nature to
be
referred
to
Government for decisions

attempt to do so or become insolvent or commence any insolvency proceedings


or make any compensation with his creditors or attempts so to do or if any
bribe gratuity, gift, loan, perquisite, reward or advantage, pecuniary or
otherwise shall either directly or indirectly be given, promised or offered by the
contractor or any of his servants or agents to any public officer or person in the
employment of Government in any way relating to his office for employment or
if any such officer or person shall becomes in any way directly or indirectly in
the contract, the Engineer-in-charge may thereupon by notice in writing rescind
the contract & the security deposit of contractor shall thereupon stand forfeited
& be absolutely at the disposal of Government & the same consequences shall
ensure as if the contract has been rescinded under clause 3 hereof & in
addition the contractor shall not be entitled to recover or be paid for any work
therefore actually performed under the contract
Clause 22: - All sums payable by way of compensation under any of these
conditions shall be considered as reasonable compensation to be applied to the
use of Government without reference to the actual loss or damage sustained &
whether or not any damage shall have been sustained.
Clause 22-A:
Any excess payment made to the contractor inadvertently or otherwise under
this contract or on any account whatsoever & any other sum found to be due to
the Government by the contractor in respect of his contract or any other
contract or work order of any to account may be deducted from any sum
whatsoever, payable by the Government the contractor either in respect of this
contract or any other work order or by any other account by any other
department of the Government.
Clause 23: - In the case of tender by partners any change in the constitution
of the firm shall be forthwith notified by the Contractor to the Engineer-inCharge for his information.
Clause 24: - All works to be executed under the Contract shall be executed
under the direction and subject to the approval in all respects of the
Superintending Engineer of the Circle for the time being who shall be entitled to
direct at what point and in what manner they are to be commenced & from
time to time carried on.
Clause 25: - No claim for payment of an extraordinary nature, such as claim
for a bonus for extra employed in completing the work before the expiry of the
Contractual period at the request of the Engineer-in-Charge or claims for
compensation where work has been temporarily brought to a standstill through
no fault of the Contractor, shall be allowed unless and to the extent that the
same shall have been expressly sanctioned by the Government under the
signatures of one of its secretaries.
ARBITRATION CLAUSE
Clause 25 A:
1) If any question difference or objection whatsoever shall arise in any
way between the Governor of Haryana / his authorized agent and the
contractor in connection with or arising out of the contract, or the
execution of the work that in (I) whether before its commencement or
during the progress of the work or after its completion. (ii) And
whether before or after the termination, abandonment or breach of the

contract, it shall in the first instance be referred to for being settled by


the Executive Engineer-in-charge of the work at the work at the time
and he shall within a period of sixty days after being requested in
writing by the contractor to do so, convey his decision to the
contractor, and subject to arbitration as hereinafter provided, such
decision in respect of every matter so referred, shall be final and
binding upon the contractor. In case the work is already in progress,
the contractor will proceed with the execution of the work on receipt of
the decision by the Executive Engineer-in-charge as aforesaid, with all
due diligence whether he or the Governor of Haryana / his authorized
agent requires arbitration as hereinafter provided or not. If the
Executive Engineer-in-charge of the work has conveyed his decision to
the contractor and no claim to arbitration has been filed with him by
the contractor within a period of sixty days from the receipt of letter
communicating the decision, the said decision shall be final and binding
upon the contractor and will not be a subject matter of arbitration at
all. If the Executive Engineer in charge of the work fails to convey his
decision within a period of sixty days, after being requested as
aforesaid the contractor may, within further sixty days of the expiry of
first sixty days from the date on which request has been made to the
Executive Engineer-in-charge request the Engineer in Chief, that the
matters in dispute be referred to arbitration as hereinafter provided.
2) All disputes of differences in respect of which the decision is not final
and conclusive shall at the request in writing of either party, made in a
communication sent through Registered A.D. post, be referred to the
sole arbitration of any serving Superintending Engineer or Engineer in
Chief of Haryana Public Health Engineering Branch at the relevant time.
It will be no objection to any such appointment that the arbitrator so
appointed is a Government servant or that he had to deal with the
matters to which the contract relates and that in the course of his
duties as a Government servant, he had expressed his views on all or
any of the matters in dispute. The Arbitrator to whom the matter is
originally referred being transferred or vacating his office, his
successor-in-office, as such shall be entitled to proceed with the
reference from the stage at which it was left by his predecessor. In
case the arbitrator nominated by the Engineer in Chief is unable or
unwilling to act as such for any reason, whatsoever, the Engineer in
Chief shall be competent to appoint and nominate any other
Superintending Engineer or Chief Engineer, as the case may be, as
arbitrator his place and the Arbitrator so appointed shall be entitled to
proceed with the reference.
3) It is also a term of this arbitration agreement that no person other than
a person appointed by the Engineer in chief Public Health Engineering
Branch shall act as arbitrator and if for any reason that is not possible,
the matter shall not be referred to arbitration at all. In all cases where
the aggregate amount awarded exceeds Rs. 25000.00 (Rupees Twenty
Five thousand only) the arbitrator must invariably give reasons for his
award in respect of each claim and counter-claim separately.
4) The arbitrator shall award separately giving his award against each
claim and dispute raised by either party including any counter-claims

individually and that any lump-sum award shall not be legally


enforceable.
5) The following matters shall not lie within the purview of arbitration:
a. Any dispute relating to the levy of compensation as liquidated
damages, which has already been referred to the Superintending
Engineer and is being heard or / and has been finally decided by the
Superintending Engineer in charge of the work.
b. Any dispute in respect of substituted, altered, additional work / omitted
work / defective work referred by the contractor for the decision of the
Superintending Engineer In charge of the work if it is being heard or
has already been decided by the said Superintending Engineer.
c. Any dispute regarding the scope of the work or its execution or
suspension or abandonment that has been referred by the contractor
for the decision of the Government of Haryana and has been so
decided finally by the Haryana Government.
6) The independent claim of the party other than the one getting the
arbitrator appointed, as also the arbitrator notwithstanding will
entertain counter-claims of any party that the arbitrator has been
appointed at the instance of the other party.
7) It is also a term of this arbitration agreement that where the party
invoking arbitration is the contractor, no reference for arbitration shall
be maintainable unless the contractor, furnishes to the full satisfaction
of the Executive Engineer In charge of the work, a security deposit of a
sum determined according to details given below and the sum so
deposited shall, on the termination of the arbitration proceedings, be
adjusted against the cost, if any, awarded by the arbitrator against the
claimant party and the balance remaining after such adjustment in the
absence of any such cost being awarded, the whole of the sum will be
refunded to him within one month from the date of the award.
Amount of Claims
Rate of security deposited
a) For claims below Rs. 10,000
2% of amount claimed
b) For claims of Rs. 10,000 and above
5% of amount claimed and
Below Rs. 1,00,000
c) For claims of Rs. 1,00, 000 and
10% of amount claimed above
The stamp fee due on the award shall be payable by the party as desired by
the arbitrator and in the event of such partys default the stamp-fee shall be
recoverable from any other sum due to such party under this or any other
contract.
8) The venue of arbitration shall be such place or the arbitrator in his sole
discretion may fix places as. The work under the contract shall continue
during the arbitration proceedings.
9) Neither party shall be entitled to bring a claim for arbitration if the
appointment of such arbitrator has not been applied within six months:
Of the date of completion of the work as certified by the Executive
Engineer In charge, or
Of the date of abandonment of the work, or
Of its non-commencement within six months from the date of
abandonment, or written orders to commence the work as applicable,
or
Of the completion of the work through any alternative agency or

Fluctuation Railway
Freight

Action
where
specification

no

means after withdrawal of the work from the contractor in whole or in


part and/or its recession, or
Of receiving intimation from the Executive Engineer In charge of the
work that final payment due to or recovery from the contractor had
been determined which he may acknowledge and/or receive whichever
of (a) to (e) above is the latest.
If the matter is not referred to arbitration within the period prescribed
above, all the rights and claims of any party under the contract shall
deemed to have been forfeited and absolutely barred by time even for
civil litigation notwithstanding.
10) It is also a term of this arbitration agreement that no question relating
to this contract shall be brought before any Civil Court without
(I)
Involving and completing the arbitration proceedings as above
if the scope of the arbitration specified herein covers issues that
can be brought before the arbitrator i.e. any matter that can be
referred to arbitration shall not be brought before a Civil Court.
The pendency of arbitration proceedings shall not disentitle The
Government to terminate the contract and make alternative
arrangements for the completion of the work.
11) The arbitrator shall be deemed to have entered on the reference on the
day he issues notices to the parties fixing the first date of hearing. The
arbitrator may, from time to time, with the consent of the parties
enlarge the initial time for making and publishing the award.
12) If also a term of arbitration agreement that subject to stipulation here
in mentioned the arbitration proceedings shall be conducted in
accordance with the provisions of the Arbitration Act, 1996 or any other
law in force for the time being.
Clause 26: Any fluctuations in Railways freight, which may occur during the subsistence of
and affecting freights of any materials to be supplied under this contract shall
be brought to the notice of the Engineer-in-charge by the contractor within
Fifteen (15) days, from as such without prejudice to the right of The
Government should the contractor failed to comply with the above
requirements any excess or short charge on account of such increase or
decrease shall be admissible in consequence of fluctuation in railway freight
when such railway freight is on account of material which is required by a
contractor in the manufacture of an article to be supplied under this contract
e.g., fluctuations of railway freight on coal required for burning bricks will not
be taken into consideration, or for an article which form part of a finished work,
for purposes of this clause or similarly no alteration in rates will be allowed
when manufactured articles are transported by rail from place A to place B to
form part of finished work.
Clause 27: The contractor shall be responsible for making his own arrangements for
securing priorities & licenses for material & transportation require for the works
& Engineer in charge shall not be held responsible in any way for making
such arrangements for any of them.
Clause 28: In the case of any clause of work for which there is no such specification as is
mentioned in rule 1, such work shall be carried out in accordance with the

Definition of work

district specifications and in the event of there being no district specification,


then in such cases the work shall be carried out in all respects in accordance
with the instructions and requirements of the Engineer-in-Charge.
Clause 29: The expression Work or Works where used in these conditions shall, unless
there be something either in the subject or context repugnant to such
constructions be constructed and taken to mean the work by or by virtue of the
contract contracted to be executed whether temporary or permanent and
whether original, altered, substituted or additional.
Clause 30: The percentage referred to at page 3 of the tender will be calculated on the
gross amount value of finished work including cost of materials whether
purchased from The Government or direct of (1) the items of works to which
the rates in the tender apply any also (2) the items of work to which rates exist
in the schedule of rates of the district Sirsa.
Clause 31: The terms and conditions of the agreement have been explained to me / us
and I / we clearly understand them.

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)

The regulations aforesaid shall be deemed to be a part of this contract.

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.

HARYANA PUBLIC HEALTH ENGINEERING DEPARTMENT


CONTRACTOR'S LABOUR REGULATION
1. SHORT TITLE
These regulations may be called Haryana (I) Public Works Department Public Health Engineering Branch
contractor labor regulations.
2. DEFINITIONS
In these regulations, unless otherwise expressed or indicated, the following words and expressions shall have
the meaning hereby assigned to them respectively, that is to say:
1) Labour means worker employed by a Public Works Department Contractors directly or indirectly
through a sub contractor or other persons or by an agent on his behalf.
2) Fair Wages means wages whether for time or piece work notified at the time of inviting tenders for
the work & where such wages have not been so notified the wages prescribed by the Public Works
Department for the district in which the work is done.
3) Contractor shall include every person whether a sub-contractor or Headman or Agent, employing
labour on the work taken on contract.
4) Wages shall have the same meaning as defined in the payment of wages Act & include time and
piece rate wages.
3. DISPLAY OF NOTICE REGARDING WAGES, ETC.
The Contractor shall before he commences his work on Contract, display and correctly maintained and
continue to display and correctly maintain in a clean and legible condition in conspicuous places on the work,
notices in English and in local Indian language spoken by the majority of the workers, giving the fair wages
notified by the Executive Engineer, Superintending Engineer, Chief Engineer or regional Labour Commissioner
as fair wages & the hours of work for which such wage are earned a copy of sub notice to the District Labour
Welfare Officer.
4. PAYMENT OF WAGES
1) Wages due to every worker shall be paid to him direct.
2) All wages shall be paid in current coin or currency or in both.
5. FIXATION OF WAGE PERIODS
a) The contractor shall fix the wage periods in respect of which the wages shall be payable.
b) No wages period shall exceed one month.
c) Wages of every workman employed on the contract shall be paid before expiry of ten days after the
last day of the wage period in respect of which the wages are payable.
d) When the employment to any worker is terminated by or on behalf of the contractor, the wages
earned by him shall be paid before the expiry of the day succeeding the one on which his employment
is terminated.

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)

Wages actually paid for each wage period.

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.

8. REGISTER OF FINES ETC.


i.

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.

10. POWERS OF LABOUR WELFARE OFFICERS TO MAKE INVESTIGATION OR ENQUIRY


The Labour Welfare Officer or any other person authorized by the Government on their behalf shall have
power to make enquiries with a view to ascertaining and enforcing due and proper observance of the share
wage clauses and the provisions of these regulations. He shall investigate into any complaint regarding the
default made by the contractor or sub-contractor in regard to such provisions.

11. REPORT OF LABOUR WELFARE OFFICER


The labour welfare officer or any other persons authorized as aforesaid shall submit report of result or his
investigation or enquiry to the Engineer-in-charge concerned indicating the extent, if any, to which the default
has been committed, and the amount of fine recoverable in respect of acts of commission if the labourers with
a note that necessary deduction from the contractors bill be made and the wages and the other dues be paid
to the labourers concerned.

12. APPEALS AGAINST THE DECISION OF LABOUR WELFARE OFFICER


Any person aggrieved by the decision and recommendations of the Labour Welfare Officer or other person so
authorized may appeal, the decision to the Regional Labour Commissioner within 30 days from the date of
decision forwarding simultaneously a copy of appeal to the Executive Engineer concerned but subject to such
appeal, the decision of the Officer shall be final and binding upon the contractor.

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.

B. An employer shall be entitled to be represented in any investigation or enquiry under these


regulations by :a) An employer of an association of employees of which he is member.
b) An officer of an association of employees to which the association referred to in clause (a) if affiliated.
c) Where the employer is not a member of any association or employers by an officer of an association
of employers connected with or by any other employer is engaged.
14. INSPECTION OF REGISTER
The contractor shall allow inspection of the wage books and the wage slips & register of fines & reductions to
any of his workers or to his agent at convenient time and places after due notice is received or to the Labour
Welfare Officer or any other persons, authorized by the Government on his behalf.

15. SUBMISSION OF RETURN


The contractor will be (Regulation & Abolition Act, 1970) & the contract labour (Regulation & Abolition Central
Rules, 1971) enforced by Haryana labour & Employment Department memo no. 1226 78 four labour dated
10/06/79. The contractor shall submit periodical returns as may be specified from time to time.

16. LICENSING OF CONTRACTOR


Every contract who employs or who employed any day of the preceding 12 calendar months 23 or more
workmen is covered by the Act & is required to obtain a license. The contractor should obtain the necessary
license as required under section 12 of contract labour (Regulation & Abolition Act, 1970) before commencing
the work.

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:

DECLARATION BY THE CONTRACTOR

1. I/ we ____________________________ have read the general and special conditions of the


contract which are appended to the bid and I/we_______________________ agree to the
conditions laid therein if the contract is awarded to me/us.
2. I/we have also read the specifications, studied the drawings and understood the scope of works
included in the bid and to be executed by us.
3. I/we have visited the site of works and am/are well acquainted with the local practices,
availability of the materials, labour and their prevailing market rates.
4. I/we agree to abide by the departmental rules regarding deductions made in the bills like income
tax, sales tax, and security deposits etc.
5.

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___________________________

Instruction to Bidders, Additional and Special


Conditions of Contract
1. Definitions
In this contract as here in after defined, the following words and expressions shall have the meanings
hereby assigned to them (except where the context requires otherwise)
1) Owner means Haryana Public Health Engineering Department.
2) Employer means the party named in Section 2.1.1 that will employ the Contractor and the legal
successors in title to the employer, but not, except with consent to the Contractor, any assignee of
the employer.
3) Contractor means the person(s), firm or company whose tender has been accepted by the
Employer and who has concluded a contract with the employer to execute the works included in
the tender and contract agreement. This includes the contractor(s) personal representatives,
successors and assignees.
4) Sub contractor means any person, firm or company other than the contractor named in the
contract for any part of the work, or any person to whom any of the works/part of the works
included in the contract has been sublet with the consent in writing of the Engineer, and to sub
contractors legal personal representatives, successors and permitted assignees.
5) Tender means the bid.
6)

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.

21) Month means 30 days.


22) Day means calendar day.
23) Week means seven consecutive days.
24) Time for completion means the time as stipulated for completion of the works or any section or
portion there-of as stated in the contract or as extended under clause and shall be calculated from
the date specified in the contract. It will be the date when the contract enters into force for
fulfillment of any obligation as per necessary legal, financial or administrative requirements.
25) Defect liability period Defect liability period for the work is 12 months. It shall be counted after the
successful trial run for a period of 3 months or till prescribed parameters is not attained &
whichever is later of the two. During the defect liability period the contractor shall be responsible
for repair and replacement of any defective material used on the entire work & he will carry the full
liability to make good to the complete satisfaction of the engineer, any defects in the completed
work or any bad work visible or detected after words.
26) Cost means the amount which shall be deemed to include all overhead costs whether incurred on
or off the site, all taxes, excise duties, royalties etc. as applicable on the materials labour or any
other item which is required to complete the works.
27) Headings or Notes the headings and marginal notes in these conditions of contract shall not be
deemed to be taken into consideration in the interpretation or construction thereof or of the
contract.
28) Temporary Works mean temporary works of every kind required in or about the execution of
works.
29) Permanent Works means the permanent works to be executed and maintained in accordance with
the Contract.
30) Trial run, Trial run period for the work is 3 months of the entire scheme including achievement of
prescribed performance parameters. In the event of non-achievement of prescribed parameters
within a period of 3 months, specified above the trail run period could be extendable to a period till
the parameter parameters are achieved. During the trail run period the contractor shall be
responsible for the maintenance of the entire scheme including all staff, Labor material etc. repair
of any defects/ replacement of the defective material used at the cost at his own cost excluding
energy charges which will be borne by the department. The defect liability period shall start after
completion of trial run.

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.

ADDITIONAL AND SPECIAL CONDITIONS OF CONTRACT


Additional Conditions of Contract
All conditions of standard form of agreement shall form part of this agreement. In addition to that, following
additional conditions shall be applicable.
Site Facilities:
The contractor shall its own cost construct a site office and store shed for materials. He shall provide in the
premises of the site office place for the engineer and his representatives/visitors for joint discussions and
meetings. He shall also dismantle the same after three works are completed, and arrange for site cleaning
operations by removal of soil and debris. If the contractor fails to dismantle the temporary structure after the
works are completed it shall be treated as unauthorized occupation of the owners land and necessary action
as deemed fit under such circumstances shall be initiated for the vacation of the land.
TIME FOR FULL COMPLETION OF CONTRACT: Time for full completion of work under this contract is 12 months, excluding trial run for 3 months and
operation and maintenance during defect liability period of 12 months and 60 months thereafter for operation
and maintenance.
OPERATION & DEFECTS LIABILITY PERIOD: The contractor shall operate & be responsible for satisfactory performance & maintenance of the work under
all design & operation conditions for the duration of the defects liability period of 12 months and 60 months
thereafter, except for damages due to unprecedented natural calamities. The contractor has to provide for
the additional training of the staff.
Any constructional defect such as defects to premature use of materials, works not executed in accordance
with the contract, hidden faults in material & equipment not discovered during inspection & testing, fault in
design, manufacturing, erection & in construction shall be pointed out by the Engineer in Charge & shall have
to be rectified by the contractor during this period. The cost for repair of material, spare parts, transport,
tests & repairing staff has to be borne by the contractor. If the contractor fails to rectify the defect with in a
period of one month after aforesaid notice the Engineer in Charge may forfeit the security deposit or an
amount thereof required for the rectification through a third party without prejudice to any other right of
Public Health Engineering Division may have against the Contractor in respect of his failure to remedy such
defects.
FINAL CERTIFICATE: The Engineer in Charge shall issue a final certificate not later than 30 days after the expiry of the defects
liability period & 12 months and operation & maintenance period of 60 months thereafter. With the issue of
this certificate the contractor ceases to be under any obligation to Public Health Engineering Department.
FORCE MAJEUR: Neither party shall be liable to the other for any loss or damage occasioned by or arising out of acts of God,
and in particular, unprecedented flood, volcanic eruption, earthquake or other convulsion of nature and other

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.

Contractor to Employ competent, agents and foreman


During the execution of the works and until the work is taken over by the order of the Engineer, the
contractors shall employ competent agents and such foremen as may be necessary for the proper execution
of the works (and when work is carried on day and night there shall be a foremen in charge of each shift)
who shall be engaged constantly on the work to ensure proper management and efficient control.
Experience of Labour Force
The contractor shall employ in his pay roll only such workers who are well experienced in the trade of job for
which they have been employed. The engineer shall have full power to direct the contractor to removed and
engaged on work persons to do not possess any experience in the trade and whose work is not satisfactory.
If in the opinion of the Engineer a person is found to be incompetent an experienced person to the
satisfaction of the Engineer shall replace such person.

Working on Sundays and holidays and Night Work


Prior permission in writing should be taken from the Engineer-in-Charge to work on Sundays, Holidays, during
Nights and to work Overtime. No women labour should be engaged on works during night work.
Conduct of Labour
The contractor is solely responsible for the peaceful and orderly conduct of labour in the neighborhood of
work site. The Engineer-in-charge shall have full powers to order the contractor to prevent undesirable labour

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.

Adequate first aid and medical facilities shall be provided.

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.

Action where no specifications are provided


In the case of any class of work of which there is not mention in the specification, such work shall be carried
out in accordance with the instructions and requirements of the Engineer.
Deviations from drawings and specifications
No deviations or changes shall be made by the contractor himself without the expenses approval of the
Engineer, from the dimensions, sizes, material or workmanship specifications of works etc. shown in the
drawings, specifications, instructions issued on the same by the Engineer or his authorized representative. All
the works shall be executed strictly according to the drawings, and specifications using best quality of raw
and finished materials and best workmanship to the complete satisfaction of the Engineer.

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.

Shop drawings and schedules


Drawings showing workshop fabrications etc shall be submitted in advance and approvals shall be obtained
before commencement of works from the Engineer or his authorized representative. However, the approvals
shall not absolve the contractor from the responsibility of the performance of the plant.

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.

Power and water required for construction/ testing


Contractors shall make their own arrangements for power and water required for execution and testing of
works at their own cost and the rates quoted shall be deemed to include all such expenditure. The above
required for testing shall also be the contractors responsibility.

Dewatering and extra work in foundations


Dewatering of foundation, trenches etc. shall not be paid extra over and above the rates quoted and the
rates quoted shall be deemed to be inclusive of the above items of work. Shoring and strutting work required
for excavation, excavation in difficult conditions of soil shall not be paid extra.

Existing utility Services


The contractor at his own cost shall protect the existing electric, telephone, water supply and sewerage
utilities if met with during excavations by properly supporting the same by singing or otherwise as required at
site, without allowing for any disruption of services. If any damage is caused to the above said public utility
services or any other properly the contractor shall be responsible to make good the damages at his own cost
to the entire satisfaction of the concerned owner of such public utility service for private properly.

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.

Decision of the Engineer-in-Charge


Except where otherwise specified in this contract, the decision of the Engineer-in-Charge for the time being
shall be final, conclusive and binding on parties to the contract upon all questions relating to the meaning of
the specifications, drawings and instruction herein before mentioned and to the quality of workmanship and
materials used on the work or as to any other question, claim, right matter to things, whatsoever in any way
arising out of or relating to the contract drawings, specifications, estimates, instructions, orders or these
conditions, or otherwise concerning the works or the execution of failure, to execute the same, whether
arising during the progress of the work or after the completion or the sooner determination thereof of the
contract.

Tests Inspection and rejection of defective materials and work


The contractor shall without extra cost provide samples and cooperate in the testing of materials and
inspection of work. The Engineer shall have access at all times to the places above materials are being made
for use under the contract, to determine that manufacturer a proceeding in accordance with the drawings
and specifications and to the place of work.
The Engineer may reject at any stage, any work, which he considers being defective in quality of materials or
workmanship and he shall not be debarred from rejecting, wrought materials by reason of this having
previously passed them in an unworked condition. Any portion of the work or materials rejected shall be
removed from the work site at the contractors expense after written instructions to that effect by the
Engineer for replacement of such work. In lieu of removing the work or materials which are not in accordance
with the contract, the Engineer may allow such work or materials to remain, and in that case such work may
be paid at the reduced rates as may be decided by the Engineer.
The equipment shall be inspected and passed by the manufactures inspector. A certificate issued by the
manufactures inspection monitoring that the said equipment conforms to the required specifications shall
accompany each consignment. In addition, the Engineer or his representatives shall be entitled at all
reasonable times during manufacture and before dispatch of the goods to inspect, examine and test on the
contractors premises, the materials and workmanship of all equipment to be supplied under the contract, and
if part of the said equipment is being manufactured on other premises, the contractor shall obtain for the
Engineer, permission to inspect, examine and test as if the said equipment were being manufactured on the
contractors premises. Such inspection, examination or testing if made shall not relieve the contractor from
any obligations under the contract.
The contractor shall give the Engineer thirty (30) days notice in writing of the date and the place at which a
plant will be ready for testing as provided in the contract, unless the Engineer shall attend to the place so
named within ten (10) days of the date which the contractor has stated in his notice, the contractor may
proceed with the test which shall be deemed to have been made in the Engineers presence and shall forth
with forward to the Engineer duly certified copies of the results. The Engineer shall give the contractor 24
hours notice in writing of his intention to the tests.

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.

Patents rights etc.


The contractor shall fully indemnify the purchaser against all actions, suits, claims, demands, costs, charges
and expenses arising from, or incurred by reason of any arrangement for any letters, patent designs,
trademark or name, copyright or other protected rights in respect of any machine, plant, work material thing
or system or method of using, fixing, working or arrangement used or fixed or supplied by the contractor but
this indemnity shall not extend or apply to any action, suit, claim demand cost charges or expenses arising
from or incurred by reason of the use of the works or any part thereof otherwise than in the manner or for a
purpose contemplated by the contract. All royalties and other similar payments which may have to be paid for
the use of any such machine, plant work, material thing, system or method as aforesaid (whether payable in
one sum or by installments or otherwise) shall be covered by the contract price and payable by the
contractor.
In the event of any claim or demand being made or action or suit brought against the purchaser in respect of
any such matter or matters as a foresaid the contractor shall be duly notified thereof, and he shall conduct all
negotiations for the settlement of such claims or demand and such action of suit shall also be conducted by
him subject, if and as far as the owner shall think proper, to the supervision and control of the owner through
the officer duly authorized in his behalf.
Other Contractors
When two or more contractors are engaged on work in the same vicinity they shall work together in a spirit
of cooperation and accommodation. The contractor shall not take or cause to be taken any steps or actions
that may cause disruptions, discontent or disturbance to the works, labour and other arrangements of other
contract in neighboring and the project localities. In case of any difficulties amongst the contractors, the
Engineer shall direct the manner in which each contractor shall conduct shall conduct his work so far as it
affects others.

Discrepancies and adjustment of errors


The several documents forming the contract are to be taken as mutually explanatory of one another, detailed
drawings being followed in preference to small-scale drawing and the required dimensions in preference to
scale.
There are varying or conflicting provisions made in any document forming part of the contract, the accepting
officer, i.e. the Executive Engineer, Public Health Engineering Division, Sirsa shall be the sole deciding
authority with regard to the intention of the document and his decision in this respect shall be final and
binding.
Any error in description in the bid of quantities or any omission there from shall not vitiate the contract or
release the contractor from the execution of the whole or any parts of the works comprised therein according
to the drawings and specifications or from any of obligations under the contract.
If there are any discrepancies found in the tender documents and the same have not been clarified before
submission of the tender, the interpretation or clarification given by the Engineer is final and conclusive.
Special Conditions of Contract
Contractors Design of Equipment
Contractor is advised to read carefully all chapters and give complete information regarding his proposals,
substantiating the same with calculations, drawings literature, with clear reference to any standards adopted
(which are not mentioned in the tender), in such manner that there is no ambiguity or nothing is left to
chance. All relevant information, so as to make the proposal understandable shall be given. Vague remarks
and remarks like will be given later are not acceptable. If in the opinion of the engineer, the proposal is
grossly incomplete, this will form sufficient reason for complete rejection of the tender on technical grounds.
Contractor shall note that this is a lump sump rate tender. The bidder shall give rate for complete work.
However his proposals are subject to scrutiny and approval for unit wise / sub unit wise progressive
payments by the competent authority. He shall therefore take utmost precaution to offer very standard
equipment manufactured by only reputed manufacturers (wherever the makes are specified, the same shall
be offered).
However the bidder should note that after the tenders are opened, all modifications, corrections, changes
shall be carried out entirely to the satisfaction of the Engineer-in-Charge at no extra cost to Public Health
Engineering Department. The contractor shall not be allowed to change the price quoted.
Equipment Guarantee
All the equipment supplied shall be guaranteed for two year from the date of commissioning for completely
trouble free performance. This two-year shall be considered as defects liability period for such equipment
supplied under this contract.
All the equipment installed shall be thoroughly tested at the time of commissioning the plant and all initial
defects shall be rectified to the entire satisfaction of the engineer. Damaged or non-working parts shall be
replaced at no extra cost to Public Health Engineering Division Training of the Public Health Engineering
Division, Sirsa Haryana, and Staff before Handling over the Equipment/Instruments.

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.

4.1.2 Present Scenario


Topographically the Town is divided into two parts as far as flow of the sewage is concerned. From one part
the sewage is flowing by gravity towards the Intermediate Pumping Station, located in Punjab Territory. The
Size of the outfall sewerage discharging at this IPS is 600mm dia. The sewage collected at this IPS is pumped
in nearby low lying area. The Sewage from the Second part of the town is reaching to the disposal works,
located on Chautala Road through 900mm dia. Sewer. The Sewage collected at this Disposal Works is being
disposed off ultimately in nearby fields through open Effluent Channel. The final Disposal of untreated sewage
from both i.e. IPS in Punjab Territory & Disposal Works on Chautala Road is not proper.

4.1.3 Proposal in Brief


The Present System of Disposal of Sewage as explained in Para 4.1.2, is neither satisfactory nor hygienic. So it
is proposed to renovate the IPS in Punjab Territory and Pump the Sewage from this IPS to Proposed STP
through Rising Main. The length of the Rising Main from IPS to Proposed STP at Chautala Road is
approximately is 5.3 Km. Though the Capacity of the Structure such as collecting Tank, Screen Chamber, Pump
Chamber etc., is sufficient to meet the ultimate requirement for the year 2045 Population, but the structural
condition of Collecting Tank not satisfactory. So it is proposed to construct 1 No. Collecting Tank for the
ultimate capacity of 8 MLD with peak factor as 2.25. It is also proposed that minor repairs of the existing
structures along with collecting tank be carried out so that these can be used as standby. The Existing
Machinery also need replacement . It is further proposed to construct 1 No. Staff Quarter, 325m boundary wall
& concrete pathways in the IPS campus. The sewage from this renovated IPS will be directly pumped into
receiving chamber of STP through Rising Main.
Similarly renovation, augmentation & up gradation of the Disposal Works at Chautala Road is also proposed to
meet the ultimate requirement for the year 2045 population i.e., for 8.5 MLD Capacity with peak factor as 2.25.
Apart from minor repair of the existing structures, 1 No. Collecting Tank, Screen Chamber, replacement of
existing screen, replacement of existing machinery, Panel Board, development of the area, construction of
internal road are required. The sewage from this disposal works (MPS) shall be pumped to STP through Rising
Main. The length of the Rising Main is approximately 160m.

4.2 Location of Plant


The proposed 16.50 MLD Sewage Treatment Plant at Dabwali, Haryana is based on the Sequential Batch
Reactor (SBR) Technology. It is an advanced version of CPHEEOs proven Activated Sludge Process, in which
biological process shall be carried out in sequential batch mode using PLC/SCADA control.

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.

4.2.2 Laying of Rising Main


4.2.2.1 Laying of Rising Main from IPS to Proposed STP on Chautala Road
As explained in Para 4.1.2 & 4.1.3 it is proposed to pump the sewage from IPS Punjab Territory to Proposed
STP at Chautala Road. The length of the Rising Main is approximately 5.3 km. It is proposed to lay 500mm Dia
D.I. K-7, 5.3km Rising Main. D.I. Pipe shall be supplied/issued by the Department.
4.2.2.2 Laying of Rising Main from Disposal Works (MPS) on Chautala Road to STP
As explained in Para 4.1.2 & 4.1.3 it is proposed to pump the sewage from Disposal works (MPS) at Chautala
Road to Proposed STP. The length of the Rising Main is approximately 160m. It is proposed to lay 500mm Dia
D.I. K-7, 160m Rising Main. D.I. Pipe shall be supplied/issued by the Department.

4.2.3 Sewage Treatment Plant (STP):




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.

Treated Effluent Disposal from Chlorine Contact Tank to nearby Drain.

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.

4.3 Employers Inputs


4.3.1 During Construction & Installation:
The Employer shall make available the following inputs during construction and erection of the Plant:


Site on which the Plant is to be constructed, free of all encumbrances/encroachments.

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.

4.3.3 During Operation & Maintenance


The Employer shall make available the following inputs during Operation & Maintenance of the Plant:


Sewage in adequate quantity and quality.

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.

4.4 Terminal Points


The Terminal Points / Battery Limits shall be as follows:
4.4.1 Incoming Gravity Sewer Line:
Raw sewage shall be made available by the Employer at the Terminal Manhole, located near Boundary Wall of
the Plant. All the incoming sewer lines shall be terminated to this Terminal Manhole by the Employer. However,
conveyance of sewage from this Terminal Manhole to the Receiving Chamber of the Main Pumping Station
(MPS) through RCC NP 3 Class Pipe of adequate diameter shall be carried out by the Contractor.
4.4.2 Incoming Power Supply:
11 KV HT Power shall be made available by the Employer at the 2-Pole Structure, located near Contractors HT
Substation. The Contractors scope shall start from this 2-Pole Structure including providing HT Cable from this
2-Pole Structure up to the HT Substation.
4.4.3 Incoming Drinking Water Line:
Drinking Water Supply shall be arranged by the Bidder from the nearby existing Water Supply Distribution
System.
4.4.4 Disposal of Treated Effluent:
The disposal of the treated effluent from Chlorine Contact Tank into the nearby Drain through RCC Pipe shall
be carried out by the Contractor. The hydraulics of the Plant shall be maintained in such a way that treated
effluent from Chlorine Contact Tank can be discharged at 0.50 m above High Flood Level (HFL) of the Drain
and there shall not be any backflow of water into the Chlorine Contact Tank during in any condition.

4.4.5 Disposal of Plant Residues:


The disposal of the Plant Residues e.g. Screening, Grit and Dewatered Sludge generated in the Plant after due
treatment at a suitable place as directed by the Engineer-in-charge up to a lead of 5.0kms shall be carried out
by the Contractor.
4.5 Scope of Work
4.5.1 BRIEF Scope of Work
The Contractor shall ensure the technical feasibility of his Offer submitted after visiting the Site. It must be
clearly understood that as the Contract is a Turnkey Contract, the Contractor shall design and execute every
such Item(s) of Work(s) which are considered required or necessary for the satisfactory completion and
functioning of the entire Plant including Operation & Maintenance of the plant even if such Item(s) of Work(s)
are not specified in the Bid documents, but are essential to complete the Plant.
The scope of the work shall include but not be limited to the following:
Design, Construction, Supplying, Installation, Testing and Commissioning of Main Pumping Station (MPS) and
Sewage Treatment Plant (STP) of 16.50 MLD Capacity based on Sequential Batch reactor (SBR) technology,
Renovation & Augmentation of Civil Structures at existing IPS & Disposal Works (MPS), Replacement of Existing
Machinery at IPS & Disposal Works (MPS) & laying of Rising Main from existing IPS to Proposed STP & from

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.

Site Development including but not be limited to the following works

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.

Shifting of Pipe Lines, Cables and Poles etc. if required.

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.

Arranging Construction Power & Water.

Construction of temporary Labour Shelters nearby Site.

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 and External Plaster to Buildings 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 Rolling Shutters, Doors, Windows and Ventilators in all Buildings.

Providing External Epoxy Paint to all Steels Works made of MS or GI.

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.

Planting of Trees, Gardening and Landscaping by reusing treated effluent.

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.

Providing on the job training to the Employers personnel.

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.

Providing CCTV Cameras with NVR as per the detailed specifications.

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.

4.6 PROPOSED TREATMENT SCHEME


4.6.1 Receiving of Raw Sewage at Disposal Works (MPS)
Sewage from one part of the Town, is reaching Receiving Chamber at Disposal Works (MPS) by gravity outfall
sewer of 900mm dia. Whereas, the Sewage from other part of the Town will be pumped from the IPS, located
in Punjab Territory by 500mm Dia. D.I. Rising Main, directly into Inlet channel of STP. The Sewage from the
Receiving Chamber will be taken into downstream Coarse Screens. The function of the Receiving Chamber is to
reduce the incoming velocity. It shall be of adequate size to meet the requirements of workability inside it. It
shall be water tight to prevent seepage of the sewage outside.

4.6.2 Coarse Screening


Coarse Screen Channels shall be provided upstream of Wet Well for removal of floating and oversized material
coming with the sewage. Coarse Screens should be capable to screen out most of the medium & large floating
and oversized material such as plastic rags, debris, weeds, paper, cloth, rags etc. which could clog the
impellers of Raw Sewage Transfer Pumps. It shall be Rake type inclined Bar Screen and shall have sturdy
design to take care of all sorts of materials envisaged in the gravity sewer. The screenings shall be dropped on
the Conveyor Belt installed at the top of the Coarse Screens Channels. The screening material as collected will
drop automatically into wheel Barrows for its disposal.
4.6.3 Main Pumping Station (Raw Sewage Sump)
Sewage after coarse screening shall enter into Raw Sewage Sump (Wet Well). The capacity of the Wet Well
should be kept such that adequate hydraulic retention time is available during average and peak flow
conditions. The effective liquid volume shall be provided below the invert level of the incoming sewer after
leaving provision for freeboard. The capacity of the Wet Well shall be so kept that with any combination of
inflow and pumping, the operating cycle for any Pump will not be less than 5 minutes. Suitable combination of
submersible Pumps shall be provided in the Wet Well to cater the pumping requirements at average and peak
flow conditions. Based on incoming flow conditions, adequate numbers of pumps shall operate automatically to
cater the pumping requirements.
Pumping Station shall have a panels House for installing electrical panels required for Coarse Screens and
Pumps. Suitable arrangement shall be provided for lifting of Pumps.
The pumped flow from the Pumping Station shall be taken to the elevated Head Works of the Plant.
4.6.4 Flow Measurement
Online Flow measurement shall be done by installing an ultrasonic Flow Measurement Device on the common
discharge header of Raw Sewage Transfer Pumps.
4.6.5 Inlet Chamber
Raw Sewage, from Main Pumping Station & IPS shall be conveyed to the Inlet Chamber by pumping through
rising main, from where it will be taken into downstream Fine Screen Channels. The function of the Inlet
Chamber is to reduce the incoming velocity. It shall be of adequate size to meet the requirements of
workability inside it. It shall be water tight to prevent seepage of the sewage outside.
4.6.6 Fine Screening
Fine Screens Channels shall be provided upstream of Grit Removal Units. Fine Screens should be capable to
screen out most of the small floating materials above 6 mm size. It shall be of Mat type. The screenings shall
be dropped on the Conveyor Belt installed at the top of the Fine Screens Channels. The screening material as
collected will drop automatically into wheel Barrows for its disposal.
4.6.7 De-gritting
Screened sewage shall gravitate to Grit Separator Tanks for removal of grit and small inorganic particulate
matter of specific gravity above 2.65 and particle size above 150 microns. The Grit Separator Tanks shall be of

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.

4.6.11 Disposal of Treated Effluent


Properly disinfected and treated effluent shall be collected in treated effluent sump from where it shall be
discharged into Minor No. 6 through RCC NP-3 effluent Channel (Pipe).
4.7 DETAILED SCOPE OF WORK
4.7.1 Design Basis
4.7.1.1 Flow and other Site Data:
Sr.

Description

Value

Average Flow

16.50 MLD

Peak Factor

2.25

Peak Flow

37.13 MLD

Invert level of incoming sewer

234.06 m

Average Ground Level (AGL) at Site

242.16 m

High Flood Level of nearby Drain

241.25 m

Soil Bearing Capacity

8 Ton/m2 at 1.5 m below NGL

Ground Water Table

At surface of AGL

No.

4.7.1.2 Raw Sewage Quality:


Sr.
No.
1

Parameters

Values

UOM

pH

5.5 to 9.0

Biochemical Oxygen Demand (BOD5)

250

mg/l

Chemical Oxygen Demand (COD)

400

mg/l

Total Suspended Solids (TSS)

350

mg/l

Total Kjeldahl Nitrogen (TKN)

35

mg/l

Total Phosphorous (TP)

mg/l

Oil & Grease

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

Biochemical Oxygen Demand (BOD5)

10

mg/l

Chemical Oxygen Demand (COD)

100

mg/l

Total Suspended Solids (TSS)

10

mg/l

Ammonical Nitrogen (NH3-N)

mg/l

Total Nitrogen (TN)

10

mg/l

Total Phosphorous (TP)

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.

4.8 Technical Specifications


4.8.1 Main Pumping Station
Main Pumping Station comprising Receiving Chamber, Coarse Screen Channels, Raw Sewage Sump (Wet Well),
Valve Chamber and Pump House shall be designed for peak flow.
4.8.2 Receiving Chamber
Sewage from one part of the Town, is reaching Receiving Chamber at Disposal Works (MPS) by gravity outfall
sewer of 900mm dia. Whereas, the Sewage from other part of the Town will be pumped from the IPS, located
in Punjab Territory by 500mm Dia. D.I. Rising Main, directly into Inlet channel of STP. The total Sewage from
the Receiving Chamber will be taken into downstream Coarse Screens. It shall be designed for peak flow. It
shall be of adequate size to meet the requirements of workability inside it. It shall be open to sky and shall be
water tight to prevent seepage of the sewage outside. 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 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.

Hydraulic Retention Time

30 Seconds at Peak Flow (min.)

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

Peak Factor at STP

2.25

Peak Flow at STP

37.13 MLD

Number of Units

1 Mechanical (Working) + 1 Manual (Stand by) each of


100% of Peak Flow capacity.

Approach Velocity at Average Flow

0.30 m/s

Velocity through Screen at Average Flow

0.60 m/s (max.)

Velocity through Screen at Peak Flow

1.20 m/s (max.)

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

IPS in Punjab Territory

8.00 MLD

18.00 MLD

MPS

8.50 MLD

19.13 MLD

Peak Factor

2.25

Hydraulic Retention Time

5 minutes at Peak Flow (min.)

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.

4.8.7 Flow Measurement


Flow measurement shall be done online using an ultrasonic flow measurement device. The Ultrasonic Flow
Transmitter shall be installed on the existing Rising Main coming to Inlet Chamber from Raw Sewage Pumping
Station.
Average Flow

16.50 MLD

Peak Factor

2.25

Peak Flow

37.13 MLD

Number of Units

1 No.

4.9 Primary Treatment Units


Primary Treatment Units shall consist of Inlet Chamber, Fine Screen Channels, Grit Chambers and Bypass
Channel shall be designed for peak flow.
4.9.1 Inlet Chamber
Inlet Chamber will receive raw sewage from Main Pumping Station. It 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.
Average Flow

16.50 MLD

Peak Factor

2.25

Peak Flow

37.13 MLD

Number of Units

1 No.

Hydraulic Retention Time

30 Sec at peak flow (min.)

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

1 Mechanical (Working) + 1 Manual (Stand by) each of


100% of Peak Flow capacity

Approach Velocity at Average Flow

0.30 m/s

Velocity through Screen at Average Flow

0.60 m/s (max.)

Velocity through Screen at Peak Flow

1.20 m/s (max.)

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.

The grit from Classifier shall be collected in a Wheeled Trolley.

A Grit Scraping Mechanism.

Screw Classifier or Reciprocating Rake Mechanism to remove the grit.

One Organic Matter Return Pump + One Organic Wash Pump.

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

1 Mechanical (Working) of 100% of Peak Flow capacity each

Size of grit particle

0.15 mm

Specific gravity of grit

2.65

Maximum Surface Overflow Rate

960 m3/m2/day

Free Board

0.30 m (min.)

Side Water Depth

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:


Fill & Aeration

Settling (Sedimentation/Clarification)

Decanting (Draw)

Filling, during Settling or Decanting will not be acceptable.

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.

A minimum total SRT of 10 days shall be maintained to ensure digested sludge.

Minimum DO level maintained during aeration phase shall be 2 mg/l (min.)

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:

Rope Driven Decanters.

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.

There should be maximum one (1) Decanter per Basin.

The hydraulic design based on design flow rate as given above shall not exceed flow speed of 1.30
m/s.

Flexible rubber hose kind of decanter sealing is not acceptable.

4.9.6 Aeration System


The Aeration System shall be installed for average flow of 16.50 MLD.
Only Fine Bubble Type, EPDM / PU Membrane Diffusers shall be acceptable with minimum Membrane Diffusers
to Floor Coverage Area of 5%. Combination of aeration techniques using Aerators/Submersible Mixers etc. is
not acceptable. Diffusers shall be submerged, fine bubble / fine pore, high transfer efficiency, low maintenance
and non-buoyant type. Diffusers shall be panel / tubular type. In case tubular type Diffusers are used, only top
half surface area of the Diffuser shall be considered for supply of air. Material of construction for entire under
water system including accessories shall be of non-corrosive. Complete Diffuser as a unit shall be assembled at
the manufacturing factory level. The grid supports shall of adjustable type made of SS 304.
The Air Blower Arrangement shall be capable of handling Total Water Level and Bottom Water Level operation
conditions controlled by process sensors such as DO, Temperature and Level.
Each set of Air Blowers shall have dedicated standby. Minimum one working Air Blower in each set shall
operate via VFD while others may be operating at a fixed constant speed on soft starter configuration.
The Air Blowers shall be positive displacement (Roots) type and head for Air Blowers shall be decided on the
basis of S.O.R. of Diffusers and maximum Liquid Depth in Basin duly considering the losses governing point of
delivery (Diffusers) and the Air Blowers. Air Blowers shall be complete with Motor and accessories like Base
Frame, Anti Vibratory Pad, Reactive Silencer, Non Return Valve, Air Filter etc. as per requirements. Further, Air
Blowers shall have acoustic enclosure to ensure that the noise level at 2.00 m from Air Blowers is below 85 db.
The Air Blower House shall have Rolling Shutter, Windows, Exhaust Fans, Safety Equipments with sufficient
Ventilation, Lighting and Working Space. It shall be equipped with sufficient capacity Electrical Hoist with
Travelling Trolley (Min. 3 Ton or 1.5 times the weight of Air Blower whichever is more) to facilitate removal of
Air Blower / other Accessory for repairs.
The operation of Aeration System shall include PLC based control. The operation and speed of Air Blowers shall
be automatically adjusted using parameters like Oxygen Uptake Rate, Dissolved Oxygen and Temperature and
Liquid Level in the Basin such that the DO is supplied as per demand and power utilisation for operation of Air
Blowers is optimised.
The main Air Header/Ring Main shall be in MS as per relevant IS Code, painted with corrosion resistant paint as
per Manufacture's recommendations. The Air Header/Ring Main shall be supported on saddles at suitable
intervals or shall be protected against external corrosion in case laid below ground. The Sub-header shall have
Auto Valves to facilitate switch over of Aeration Cycle from one Basin to other by PLC. The Sub-header shall
supply air to fixed type Diffuser Grids at various locations through vertical Air Supply Pipes. These Air Supply
Pipes above water level shall be in MS, painted with corrosion resistant paint and below water shall be in SS
304. All under water Lateral Pipes shall be of UPVC. Junctions between horizontal Sub-header and vertical Air
Supply Pipes shall be suitably protected against corrosion due to dissimilar materials.
After Cooler arrangement shall be provided on Air Header to ensure desired Temperature at the Inlet of
Diffusers.
All other accessories, whether specified or not, but required for completion of Contract shall form the part of
Bidders Scope.

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

( MPS & IPS)

Temperature

( Running of pumps will be based on sewage required in SBR and


avail billing of sewage in receiving chamber).

DO Level

Oxygen Uptake Rate

Air Blower Speed

Decanter Speed

4.9.9 Disinfection (Chlorination) Units


Disinfection (Chlorination) Units including Chlorination Tank and Chlorinator cum Chlorine Tonner House shall
be designed for Average Flow.
4.9.9.1 Chlorine Contact Tank and Chlorinator cum Chlorine Tonner Storage House
Treated sewage from SBR Basins shall be taken to Chlorine Contact Tank by RCC Channel / RCC Pipe. Gas
Chlorine shall be added at suitable dosing rate for disinfection. Baffle Walls shall be provided in the Tank to
facilitate hydraulic mixing of treated sewage. The entire construction shall be in M30 grade reinforced cement
concrete and as per IS 3370.
Design Flow

Average Flow or Decant Flow whichever is more

Number of Units

1 No.

Hydraulic Retention Time

30 Minutes (excluding Outlet Channel after Weir)

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

Average Flow or Decant Flow whichever is more

Type

Vacuum Type

Chlorine Dosing

5 ppm (min.)

Quantity of Chlorinator

2 Nos. (1Working + 1Standby)

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.

Hydraulic Retention Time

6 hrs of Average Hourly Sludge Production (min.)

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.)

Hold-up Time (Each)

Suitable for 12 hours of Operation in a day (min.)

Free Board

0.50 m min.

Capacity and Head

As per the requirement

Type

Mechanically Actuated Diaphragm Type Metering Pump

Liquid

Polyelectrolyte Solution of 0.1% Strength

Quantity

As per requirement + 1 Standby

Dosing Pumps:

4.9.15 Treated Water Collection Sump and Pump


Design flow

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

As per the requirement

4.9.16 Conveyance of Treated Effluent from STP to Minor No.6


Design Flow

16.50 MLD

MOC

RCC NP-3

Type

RCC NP-3 Pipe below ground or on Pillars wherever required

Approximate length

4500 m

4.10 Plant Utilities


4.10.1 SBR Air Blower cum Administrative cum MCC & PLC/Control Building
The SBR Air Blower cum Administrative cum MCC & PLC/Control Building shall be G+1 type RCC (M25) Frame
and Brick Masonry Structure. SBR Air Blower House, Workshop & Tool Room shall be constructed at ground
floor whereas Administration Block (comprising Office & Conference Hall and Laboratory), MCC Room and
PLC/Control Room shall be placed at first floor.
SBR Air Blower House shall house Air Blowers for SBR Basins. It shall be equipped with Rolling Shutters, UPVC
Windows/Ventilators, Exhaust Fans and an Electric Hoist with Travelling Trolley of minimum 3 Ton capacity or

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

Personal Computer in PLC/Control Room

2 Nos. of latest version & configuration complete.

Printer in PLC/Control Room

Telecommunication Facility

Plant Model

Air Conditioner

1 No. of A3 Size Laser Printer of latest version &


configuration complete.
Min. 1 No Telephone Line with a Broad Band facility. The
chargers will be borne by the Contractor up to the O & M
Period.
1 No. Wall Mounted Process Model (Electronic Plant
Display Model) with Flow Diagram (Minimum size 3 m x
1.5 m)
1 No. 3D Model with display of flow direction and lighting.
Adequate nos. of Air conditioners shall be provided as
directed by Executive Engineer.

4.10.2 Electrical HT Substation Building


The Electrical HT Substation Building shall be provided to accommodate HT Components comprising Metering
Kiosk, HT Panel, Indoor Transformers and Power Control Centres. It shall be RCC (M25) Frame and Brick
Masonry Structure equipped with Rolling Shutters, Windows / Ventilators, Exhaust Fans and Safety Equipments
including Sand Buckets, Fire Extinguishers and Fire Alarms etc. complete. Also it shall be provided with IPS
Flooring, Internal and External Plaster with Painting and Plinth Protection along the periphery as per
specifications.
4.10.3 DG Set House
The DG Set House shall be provided to accommodate DG Set of adequate rating capable of running the entire
Plant at Peak Flow including AMF Panel, Fuel Tank and other Accessories. It shall be RCC (M25) Frame and
Brick Masonry Structure equipped with Rolling Shutters, Windows/Ventilators, Exhaust Fans and Safety
Equipment including Sand Buckets, Fire Extinguishers and Fire Alarms etc. complete. Also it shall be provided

with IPS Flooring, Internal and External Plaster with Painting and Plinth Protection along the periphery as per
specifications.

4.10.4 Security Cabins


One Security Cabin of size 3.00 m x 3.00 m shall be provided at each entry Gate of the Plant. It shall be RCC
(M25) Frame and Brick Masonry Structure equipped with Doors, Windows/Ventilators, etc. complete. Also it
shall be provided with Flooring, Internal and External Plaster with Painting and Plinth Protection along the
periphery as per specifications.
4.10.5 Staff Quarters
1 Nos. 41M^2 Staff quarter as per standard drawing attached with the DNIT and as per specifications
detailed under the head general specification for civil works shall be provided.
4.10.6 Schedule of Finishes
Sr.
No.
1

Unit

Flooring

Doors

Administrative Block, Laboratory, MCC


Room, PLC & Control Room, Security
Cabins, Staff Quarters

Solid Core Flush


Door with heavy
duty
Brass
Fittings
of
approved make

Air Blower House, Workshop & Tool

Mar bonite flooring of


approved make. The
size of Mar bonite tiles
shall be min 600 mm x
600 mm & thickness
min 10 12 mm
IPS
Flooring
with

Room,

Abrasion

Shutter

(See
Type)

Chlorinator

cum

Chlorine

Resistant

Rolling

Tonner House, Sludge Pump Houses,

Additives of approved

Through

Electrical HT Substation, Gas Engine

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

Vehicle Parking Area

Coloured

Pre-cast

Heavy

Duty

Paving

Blocks

with

Lacquer

Finish
5

Toilet Blocks

Staircase: Inside Building

Coloured Glazed Tiles

Grey Granite Flooring

UPVC

of

UPVC

approved make

approved make

---

---

of

of approved make

4.10.7 Roads, Pathways & Vehicular Parking Area


All internal Roads shall be provided with Drainage and constructed to prevent standing water. All Roads shall be
in RCC 4.00 m to 5.00m wide as per design & drawings approved by the Engineer in charge.

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.

4.10.13 CCTV CAMERAS


Complete surveillance kit shall be provided consisting of series of cameras connected to a Network Digital Video
Recording (NVR) which will be record the images and in turn will display on a monitor. The NVR are capable of
connecting to network that will send CCTV images to outside. The internet connections will be arranged by the
client. The CCTV cameras will control the surveillance system from as far as possible and the brief description
of the equipments to be provided is given as below subject to approval of the Engineer in- Charge. The make
of the equipment will be of reputed makes such as Honeywell & Captures.
4.11 Interconnecting Piping and Valves
All interconnecting Piping, Gates, Valves, Specials and other appurtenances, auxiliaries and accessories required
as per Process Design and Scope of Work. In case of Rising Mains, thrust blocks shall be provided wherever
required. In case of buried Pipes, warning tapes shall be provided of the appropriate colours. The material of
construction for major interconnecting Piping shall be as follows:
Piping: Guide Line for Velocity
Sr.
No.

Service

Design Velocity
m/s

Gravity Lines for


Water

Effluent&

Pressure Lines for


Water

Effluent&

0.6 1.2
Designed as
flowing full.

Limitations

pipe

line

Min. Velocity shall not be less than


0.6 m/sec. Max. Velocity up to 1.2
m/sec is allowable at Peak Flow.

0.6 2.5

Min. Velocity shall not be less than


0.6 m/sec. Max. Velocity up to 2.5
m/sec is allowable at Peak Flow.

Air (Pressurized Lines)

18 22

Max. Velocity shall not be more than


25 m/sec in any section.

Scum & Sludge Lines

0.6 1.5

Chemical Feed Lines

0.6 1.5

Irrespective of flow, Diameter shall


not be less than 150 mm for Gravity
Lines.
Irrespective of flow, Diameter shall
not less than 20 mm.

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.

Salient features of the proposed System shall be as follows:




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.

Run/Trip indication of all Drives shall be displayed 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)

Raw effluent transfer to Equalization tank.

ii) Sludge Pump House.


iii) Pre-Dual Media Filtration pump house.
iv) Treated effluent pump house.
v) Pumps used in sludge dewatering system.
vi) Pump House for Finally Treated Effluent.

4.13.3 Technical Requirements for PLC & control Cabinet/Desk


The treatment plant instrumentation shall be linked to a PLC. The conceptual PLC- operating plant philosophy &
technical requirement is a follows
1. Objective
The Objective of the PLC is to :1) Provide Control function for plant operation.
2) Record data of the listed drives/parameters in plant is operating hours per day etc.
3) Record and provide Trending of critical parameters as listed below
4) Provide Alarm of faults /breakdown.
The data record and trending data, alarms from the PLC should go to a printer which should record the
information as follows:
1) Alarm as and when it takes place with time and details of fault.
2) Data record of drives - to be automatically printed on a daily basis at a given time- say 1200 hrs.
However a facility should be provide to a take a status print our at any required moment using a manual
signal can be given from a pressure sensitive key board. The log report shall give service / preventive
maintenance alarms for the drives - like lubrication, oil change, filter cleaning etc. after a set number of
operating hours of each drive - these alarms are to be repeated until the service alarm accept button
has been pressed by the operator.
3) Trending data of the said parameter to be available as follows:


For the past 8 hours period

For the past 24 hours period

For the past 7 days period

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 .

4.13.5 PLC Specification

The PLC shall be non-redundant.

PLC of individual equipment shall be selected to carry out necessary operations without overloading the
PLC memory.

The PLC shall have adequate I/O per card.

There shall be 15% spare I/O of each type.

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.

Change in programme / modifications to programme shall be possible by a portable laptop.

It is preferred to have all PLCs in the plant from same manufacturer.

4.13.6 HMI/SCADA system


The HMI system shall be designed as a minimum 6, color, touch-screen on the panel. Whereas SCADA system
must be computer based.
All displays must be designed by the Contractor with graphic sophistication and all texts in the visualization
system must be displayed in English.
A sub-menu for each operating mode and further menus for editing the system parameters, fault archive, etc.,
must be developed. It must be as simple as possible to switch between the various menus and to edit the
system parameters.
When designing the user interface or the assignment of the function keys, attention must be paid that the
function key assignment remains the same in all sub-menus so that it is possible to jump to another menu
without first having to jump back to the main menu.
It must be possible to edit the following parameters at the touch-panel and SCADA:

Operating mode

Changes in the speeds of frequency converter-controlled equipment

Start-up times

Shutdown times

Duration of the operation of warning devices

Limit values for sensors, etc.

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.

4.13.7 Computer hardware and software


All programs required for operation of the system must be correspondingly compatible. The corresponding
licenses must be supplied for the standard programs. The operating systems must be agreed upon with the
Client. Minimum requirements shall meet:
Complete Project shall operate in auto mode. As a minimum, following controls must be considered in Bidders
Control Philosophy:
i) Coarse screens
Each mechanical coarse screen shall be installed with Differential level transmitter across it; the same shall be
operated on the basis of set differential level in SCADA. Also if differential level is not reached for certain time
period, the screen shall be operated on the basis set time in SCADA.
A conveyor shall work in tandem with screen so as to convey the screened material to a container for disposal.
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
coarse screen.
ii) Raw Sewage Sump and Pumps
The sump will employ an Ultrasonic level transmitter to measure level. The combined operation of Raw Sewage
Pumps will be dependent on rate of change of level with reference to time. The selection of Auto/Manual and
Working/Stand-by shall be made available in SCADA. In manual mode the pump Start/Stop will be done through
SCADA screen.
A clamp on type Ultrasonic flow transmitter shall be provided at common header of pumps for measurement of
flow to sewage treatment plant. PLC shall calculate instantaneous flow as well as cumulative flow, both shall be
displayed on SCADA.
Necessary interlocks, controls, alarms, report generation, etc. shall be considered in PLC for auto operation of
Raw Sewage Pumps.
iii) Inlet chamber
A clamp on type Ultrasonic flow transmitter shall be provided on inlet pipe of inlet chamber for measurement of
flow coming to Sewage Treatment Plant. PLC shall calculate instantaneous flow as well as cumulative flow, both
shall be displayed on SCADA.
iv) Fine screens
Each mechanical fine screen shall be installed with Differential level transmitter across it; the same shall be
operated on the basis of set differential level in SCADA. Also if differential level is not reached for certain time
period, the screen shall be operated on the basis set time in SCADA.
A conveyor shall work in tandem with screen so as to convey the screened material to a container for disposal.

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

accept buttons, data print signal

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.

c) Process / Hydraulics Design


The Contractor shall provide his own design system and equipments based on Sequential Batch Reaction
process to treat the raw sewage up to the effluent quality as said in Clause 1.3.3 or even better.
Bidder shall design the plant in such a way that in case of non-availability of sufficient sewage at the time of
commissioning, plant can be commissioned with a minimum quantity of sewage equal to 30% of the average
capacity.
d) Treatment Objective
Considering the raw sewage quality and the required treated effluent quality, the Contractor shall furnish a
process train to achieve the following objectives


To achieve guaranteed treated effluent quality or even better.

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

so that it can be easily disposed off.




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.


Oils/lubes/fuels/media/chemicals etc. to be used will be defined by Bidder.

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)

Assurance Programme/Sample Tests

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.

4.14.2 Electrical and Instrumentation / Automation System


The Contractor shall design, shop test, supply, transport, storing at site, erecting, testing and commissioning all
electrical equipments and instruments required for the plant as per general specifications, specific specifications
for electrical works, typical power distribution scheme and typical control system architecture.

4.14.3 Disposal of Sludge/Screenings/Debris


The screenings/debris/dried sludge cakes from the Centrifuge of the STP shall be disposed off by the
Contractor to a suitable location which is away from the residential area. The place of sludge disposal shall be
as per the decision of the Engineer In-charge,
4.14.4 Disposal of Excavated Stuff
It will be the responsibility of Contractor to dispose all the excavated stuff within the Employer limits as
directed by Engineer In-charge.
4.14.5 General Utilities
For the proper functioning of the proposed works of sewage treatment plant, connection for rising mains,
effluent channel, the other general utilities necessary for the proper functioning of the proposed works which
shall be included under this Contract are :


Internal & outdoor lighting, plant water supply and sanitation, waste disposal, etc.

Electric substations and distribution of power supply to all necessary points

Street and yard lighting and fire hydrant system for the STP.

4.14.6 Safety Equipment:


Safety Equipments should be provided at STP as per the recommendation of Inspector of Industries. Contractor
shall also take care of safety compliance as applicable from time to time as per safety rules/Factory act/Indian
Electricity regulations /manuals /manufacturer's special instructions.

4.14.7 Model of the Project:


A 3D Model of the Plant shall also be submitted by the Contractor. The size of the Model shall not be less than
1.0 m x 2.0 m. The Model shall be within a wooden Box having glass on its top and kept over a Table for
display.

4.14.8 Scope of Work for Operation & Maintenance


The Bidder shall operate and maintain the Sewage Treatment Plant and all other allied works under this
Contract for a period of 6 years. For this period, the scope of work shall include, but not be limited to the
Operation and Maintenance of the following:

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.

General Facilities and Utility Services.

PLC/SCADA based Automation system.

All other in-plant facilities listed in the detailed Scope of Work

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:

Guarantee for Quality of Treated Effluent.

Guarantee for Power Consumption.

Guarantee for Automation System.

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.

4.16 TESTING AND COMMISSIONING


The equipment for the treatment plant shall be tested in the factory and under operating conditions during the
commissioning period. Smaller equipment and standard equipment can be accepted against quality control
certificates. During commissioning, the equipment individually and as part of the whole plant shall perform
according to the performance, quality and capacity parameters laid down in the tender documents & contractor
shall arrange collection of samples & testing of the same from any approved laboratory of any concerned
Pollution Control Board at his cost during commissioning & there after regularly as per the requirements of
PHED for obtaining NOC from Pollution Control Board, beside regular testing & maintaining record in the
laboratory in STP
Raw Effluent is available at the plant site. Testing and commissioning of the plant can be started after
completion of the work.

4.17 OPERATION AND MAINTENANCE FOR A PERIOD OF 72 MONTHS


It is mandatory that the bidder must operate and maintain the plant for a period of Five years, beyond
successful commissioning, as per the terms detailed below:

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.

Cleaning of screen chamber at STP, Collection and disposal of dried Sludge

from Sludge drying beds,

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

Keeping the down time of any equipment as low as possible.

Maintaining all the plant & machinery and tools and making necessary repairs.

Technical and administrative monitoring of the STP;

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.

4.19 Electrical work


The Electric supply at the Sub Station shall be received from 11 KV from the Supply Distribution Company up to
one point near battery limit near boundary.
The scope of work shall cover but not restricted to the following


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

Main Electrical Panel &

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.

Batteries & Battery Charger.

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.

All valves & Gates are actuator & manually operated.

Flow Meters, Low & High level indication with automatic on & off of all pumps & blowers with pressure
gauges at common header shall be provided.

Electrical works for power supply to all motors and drives.

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.

Tools and plants.

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.

Fire Safety Arrangements

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.

First Aid Kit

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.

Laboratory equipments as per list in technical data sheets.

4.21 Testing and Commissioning


The equipment for the treatment plant shall be tested in the factory and under operating conditions during the
commissioning period. Smaller equipment and standard equipment can be accepted against quality control
certificates. During commissioning, the equipment individually and as part of the whole plant shall perform
according to the performance, quality and capacity parameters laid down in the tender documents & contractor
shall arrange collection of samples & testing of the same from any approved laboratory of any concerned
Pollution Control Board at his cost during commissioning & there after regularly as per the requirements of
PHED for obtaining NOC from Pollution Control Board, beside regular testing & maintaining record in the
laboratory in STP
Raw Effluent is available at the plant site. Testing and commissioning of the plant can be started after
completion of the work.

4.22 ON LINE WATER QUALITY MONITORING AT STP


List of suggestive minimum Influent /Effluent Water Parameter monitoring required at each treatment process
stage at STPs contractor can add more parameter which can indicate/ record better performance.
a) At Inlet: Ultrasonic Flow meter
pH
BOD
COD
Total Suspended Solids (TSS)
Universal Multi Controller with Display Unit
Wireless Remote Data Logger for Transmitting Data Using GSM / GPRS
b) Aeration
Ultrasonic Flow meter at sludge recycling.
Dissolved Oxygen Luminescent in Each Tank
Nitrate
Phosphate
Universal Multi Controller
Wireless Remote Data Logger for Transmitting Data Using GSM / GPRS
c) Third Point at filters outlet
Ultrasonic Flow meter
BOD
COD
Total Suspended Solids (TSS) with self cleaning
Universal Multi Controller
Wireless Remote Data Logger for Transmitting Data Using GSM / GPRS
d) Outlet
Residual Chlorine
Wireless Remote Data Logger for Transmitting Data Using GSM / GPRS
e) Multi-Channel Controller
Multi-Channel Controller shall be microprocessor based capable to handle the Waste Water quality sensors.
Connections between the sensors and the controller shall be plug and play. The controller shall consist of a
portable display module connected to one or more probe modules.
The Multi-Channel controller shall have up to four potential free relays Output, four analog outputs and four
analog inputs per probe module for local control of the whole process purpose.
The Multi-Channel controller should have internal memory for data storage. Logged data shall be downloading
on a SD card in XML Format.
The Multi-Channel controller shall have the option for MODBUS (RS485).

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

Colour LCD Touch Screen

Keyboard

Software Key Board or External USB Key Board

Sensor Inputs

RS 485,SDI-12 and RS232

Programming

Ethernet, USB

Local Data Retrieval

Allow local data retrieval (download) without use of a PC or other external


device other than the portable storage media.

System Data Storage

Non Volatile memory, Storage up to 1

year for all parameters with

measurement interval of 15 minutes


Telemetry

Integrated GPRS/3G modem compatible with Indian Telecommunication


System

User Interface Software

Shall display Data in Graphical and tabular format for all parameters and
spectral absorption curve

Data Transfer

TCP/IP,HTTP or FTP

Network Connection

Ethernet RJ45 Connector, Wi-Fi or Via Modem

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

&

Contamination alarm Software

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.

All instruments should be pre-calibrated.

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.

No interference on analysis with chemical and physical basics of measuring sample.

pH & temperature measuring principle must be unique, non-porous / non-leaking combined


reference electrode for technically consistent pH performance, long term stable and maintenance
free in operation
Sensor must have automatic cleaning with compressed air

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

Sensor must have multi-wavelength scanning double beam spectrophotometer.

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.

Automatic Compensation to parameter cross sensitivities & matrix change

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.

i) Parameter Specifications of Real Time STP Water quality Station


Real Time Water Quality Monitoring Organic/In-Organic Parameter/Analyzer Specification
Specification of BOD
Measuring Principle
multi wavelength scanning 220 to 720 nm
Measurement Range

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

Calibration & Background

Multi Point calibration (at least 10 points) with factory

Matrix Change Correction

calibration for STP

Protection Class

IP68 with integral rugged cable

Sensor Cleaning

Automatic with compressed air

Specification of COD
Measuring Principle

multi wavelength scanning 220 to 720 nm

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

Calibration & Background

Multi Point calibration (at least 10 points) with factory

Matrix Change Correction

calibration for STP

Protection Class

IP68 with integral rugged cable

Sensor Cleaning

Automatic

Specification of TSS
Measuring Principle

Multi wavelength scanning 220 to 720 nm

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

Calibration & Background

Multi Point calibration (at least 10 points) with factory

Matrix Change Correction

calibration for STP

Protection Class

IP68 with integral rugged cable

Sensor Cleaning

Automatic compressed air

Specification of NO3
Measuring Principle

multi wavelength scanning 220 to 720 nm/ISE

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

Calibration & Background

Multi Point calibration (at least 10 points) with factory

Matrix Change Correction

calibration for STP

Protection Class

IP68 with integral rugged cable

Sensor Cleaning

Automatic with compressed air

Specification of Chlorine in water


Measuring Range

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

Automatic using compressed Air

Interference Correction

pH & flow independent sensor

Specification for TOC analyzer


Measuring Principle

multi wavelength scanning 220 to 720 nm

Light Source

Xenon Flash lamp

Measurement Term

Total Organic Carbon

Measuring Range

0 to 3750 ppm

Standard Output

4-20 mA

Digital Output

2 potential free Contacts, Programmable

Resolution

0.01 ppm

Accuracy

+/- 5%

Operating Temperature

0 to 45 degree Celsius

Humidity

0 to 95% RH

Power

230 VAC or 24 VDC

Calibration & Background

Multi Point calibration (at least 10 points) with factory

MatrixChange Correction

calibration for STP

Protection Class

IP68 with integral rugged cable

Cleaning

Automatic from Compressed air

SPECIFICATION FOR pH
Measuring Range

0.0 to 14.0 units of pH

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

Compatible with Data Acquisition System

Cleaning

Inbuilt Self-Cleaning (Automatic) with compressed air

Installation/ mounting

Submersed or in a flow cell

Protection Class

IP68 with integral rugged cable

Integrated Temperature

0-100 degree C

Automatic compensation

Temperature

SPECIFICATION FOR DISSOLVED OXYGEN


Measuring Range

0 to 25 mg/L

Accuracy

1% of full scale

Measuring Principal

Optical without need of any consumables

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

IP68 with integral rugged cable

Power

12 VDC Nominal

Signal Output

Compatible with Data Acquisition System

Cleaning

Self- Cleaning (Automatic)

SPECIFICATION FOR TOTAL DISSOLVED SOLIDS


Measuring Range

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

Compatible with Data Acquisition System

Measuring Principle

Electrochemical

SPECIFICATION FOR TEMPERATURE


Measuring Range

0- 90C

Accuracy

0.1C

Resolution

0.1C

Response Time

60 seconds

Cleaning

Automatic with compressed Air

Protection Class

IP68 with integral rugged cable

Power

7 to 30 VDC

Signal Output

Compatible with data Acquisition System

4.23 LABORATORY EQUIPMENT


The minimum requirement of laboratory equipment to be provided under this project is listed below. In case
some other equipment is required for better operation and maintenance of STP, the contractor shall arrange
the same and nothing shall be payable extra for the same.
S. No.

Description of Items

Qty.

A.LABORATORY INSTRUMENTS AND EQUIPMENTS


1

Oil free Diaphragm type vacuum cum pressure pump improved model.

No.

No.

Free air displacement 55 lit/min. pressure 44 psi complete (1/2 HP


motor)
2

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.

Digital pH meter electronic indicator, model 101 E

No.

Portable pen type digital pH meter range 0-14 pH.

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

Single pan Digital Balance, electrically operated with built in weights,


latest Model super sensitive with pre-weighing facility, capacity 20 gm,
Platform size 80mm Dia least count 0.1 mg. Accuracy 0.1 mg. It should
be supplied along with the voltage stabilizer of required capacity.

Laboratory thermometer Mercury in glass yellow back, range

individual sun Vic energy regulator control, indicator light, maximum


surface temperature : 3500 C with horizontal rods and gut keys
9

Digital Display electronic hand held stop watch with extra facility for
day date and time reading 1/100 second.

10

Digital fully automatic electronically controlled BOD incubator with


digital indicators cum controllers temp. range 5-60 c, accuracy 0.5 c.
volume: 285 liters with working space 58 x 52 x 95 (cm), with three
removable and adjustable shelves, stainless steel chamber. It should be

S. No.

Description of Items

Qty.

supplied with the voltage stabilizer

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

Pipette stand plastic

No.

14

Set of clamp and boss head made of brass

No.

15

Burette clamp festered type made of brass

No.

16

Stainless steel tongs


6 inch

No.

inch

No.

10 inch

No.

17

Asbestos hand gloves size 14

No.

18

Bottle cleaning brush Nylon

No.

19

1.5 tonne capacity window type air conditioner for conference room

Nos.

complete with voltage stabilizes to match the capacity of AC.


B

Chemicals, Laboratory Glassware

1.

Gooch crucibles disc Dia, 40mm, porosity G-3, Borosil R 50ml

Nos.

2.

Vacuum flask i.e. filtration flask capacity 500ml. With side tubular

Nos.

Borosil R.
3

Evaporating dishes

50

Nos.

Desiccators large with cover size 250mm Borosil R.

Nos.

Buchner funnel capacity 80 ml, disc Dia 40mm, porosity G-3

Nos.

S. No.

Description of Items

Measuring cylinder graduated Borosil R

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

Volumetric pipettes i.e. Bulb pipette Borosil R


50 ml capacity

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

Burette with straight bore stop cock Borosil R

Conical flask Borosil R

Volumetric flask

Serological pipettes i.e. graduated pipette Borosil R.

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

Imhoff cones Borosil R


Sediment sharp tip

Nos.

Sediment Blunt tip

No.

16

Kjeldahi apparatus

No.

17

Plastic filter funnel Dia 4

No.

Filter funnel Dia 4 brosil R.

Nos.

18

Labolene solution. (Glaxo 5 lit.)

Nos.

19

Wash bottle polythene filted with stopper & delivery tube capacity 500

Nos.

ml.
20

Glass rod 8mm Dia length 12

Nos.

21

Glass beads

No.

22

Connecting tube T shape

Nos.

23

Sample bottle with screw cap. Borosil R cap. 30 ml.

10

Nos.

24

BOD bottles cap. 300 ml Borosil R

50

Nos.

25

Carriage of materials

---

L.S.

Laboratory Chemicals And Reagents

PH tables
PH = 4(10 tablets)
PH = 7(10 tablets)

10

Nos.

10

Nos.

S. No.

Description of Items

Qty.

Filter papers (12.5 cm Dia) whatman make no.40(100 papers in one

10

Nos.

Nos.

pocket)
3

Filter papers (0.45cm) whatman make 47 mm Dia (100 papers in one


pocket)

Concentrated sulphuric acid

Nos.

Mercuric sulphate (Hg 2 SO 4)

Nos.

Ferrous Ammonium Sulphate

500gm

Potassium Dichromate (K2Cr2 07)

500gm

Silver sulphate (Ag2SO4)

25gm

Ferrous sulphate (FeSO4. 6H2O)

500gm

10

1.10 phenanthroline Monohydrate GR.

5gm

11

Alkaline Pyrogalial Reagent

100gm

12

Hydrochloric acid (N/10) in ampoules pkg.

10

AMP

13

Sodium hydroxide (N/10) in ampoules pkg.

Ltrs.

14

Potassium Hydroxide

500gm

15

Potassium phosphate dibasic anhydrous

500gm

16

Potassium phosphate monobasic

500gm

17

Disodium hydrogen phosphate

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

Glucose reagent grade

500gm

26

Methylene Blue indicator solution

250ml

27

Phenolphthalein indicator solution

100ml

SECTION 5
ELIGIBILITY CRITERIA DOCUMENT
SCHEDULE 1
STRUCTURE AND ORGANIZATION
1.

Name of Company/Firm
Registered Address
Telephone Number
Fax Number

2.

Description of the company giving detail of activities

3.

Number of years of experience as a General Contractor

4.

Number of years of experience as a Sub-Contractor

5.

Names of members of Board of Directors


Names of principals who sign documents on behalf of the company

6.
Attach a Company organization chart
7.
Previous names of the company with the dates of changes ( if any)
8.
9.

Previous partners with dates of changes( if any)

10. State if a member of any contractors association/organization.


11.

ln which field of Construction/Engineering construction do you claim specialization &


Interest.

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.

NOTE: (The following information is mandatory)


The average annual financial turnover during the last 3 years ending 31st March of previous financial
year should clearly be indicated.
Audited Annual Reports including profit and Loss account for last five financial years
The applicant should have positive net worth. This will be judged from audited balance sheet of the
last financial year ending on a date not prior to 18 months from the due date of submission of this
document.

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

After secondary treatment


Requirement

pH

TSS

BOD

COD

Oil & Grease

Chromium Total

Phenolic Compound

Achievement

After Tertiary Treatment


Requirement

Achievement

SCHEDULE 6
ELIGIBILITY CRITERIA DOCUMENT
LIST OF CURRENT PROJECTS
PROJECT
TITLE

Note

WORKS
INVOLVED

CLIENT

CONTRACT
VALUE

: - Works to be listed separately as per the similarity.

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)

a) Is the applicant currently involved in any arbitration/litigation to the Yes/No


contract works.
If yes, give details
Has the applicant or any of its constituent partners been
debarred/expelled by any agency in India during the last 5 years

Yes/No

If yes, give details


Has the applicant or any of its constituent
partners failed to complete any contract work

Yes/No

In India during the last 5 years due to any reason. If yes, give details

Note:- If any information in this schedule is found to be incorrect or concealed, participation of


applicant will be summarily rejected at any time.
The applicant is supposed to fill-up the correct details of arbitration/litigation during last five years
with their outcome
Details of
dispute

Year

Award for or Name of client,

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.

(Signed by an Authorized Officer of the Firm)

Name and Title of Officer

Name of the Firm

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:

1. Registration of company, partnership deed, Article of Association, Registration under


Labour Law, Registration under Sales Tax Act.

2. EPF No., PAN No. and Service Tax No. etc.

3. Details of available site testing equipments.

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

PERFORMANCE BANK GUARANTEE


To
____________________________ [name of Employer]
____________________________ [address of Employer]
____________________________ [Name of work]
WHEREAS ______________________________________ [name and address of Contractor] (hereafter called
the contractor) has undertaken, in pursuance of Contract No. _________________ dated _____________
to execute ____________________________ [name of Contract and brief description of Works] (hereinafter
called the Contract).
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a
Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his
obligation in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on behalf of the
Contractor,
up
to
a
total
of
___________________________
[amount
of
guarantee]*
_______________________ (in words), such sum being payable in the types and proportions of currencies in
which the Contract Price is Payable, and we undertake to pay you, upon your first written demand and
without
cavil
or
argument,
any
sum
or
sums
within
the
limits
of
________________________________[amount of guarantee] as aforesaid without your needing to prove or
to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor before presenting us
with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed there under or of any of the Contract documents which may be made between you
and the Contractor shall in any way release us from any liability under this guarantee, and we waive notice of
any such change, addition or modification.
This guarantee shall be valid until 28 days from the expiry of the Defect Liability Period.

Signature and Seal of the guarantor_______________________


Name of Bank________________________________________
Address _____________________________________________
Date________________________________________________
*

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

FORMAT FOR EARNEST MONEY DEPOSIT IN SHAPE OF BANK GUARANTEE


Whereas,__________________(Name of Bidder) (hereinafter called the bidder) has submitted his bid
dated____________(date) for the work of 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 , 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) (name of contract hereinafter called the Bid).
Know all people by these presents that we___________________(name of bank) of
____________________(name
of
country)
having
our
registered
office
at
____________________(hereinafter called the bank) are bound unto Executive Engineer, Public Health
Division, Sirsa (hereinafter called the Employer) in the sum of Rs.36.00 lacs (Rupees Thirty Six Lacs only)
for which payment well and truly to be made to the said Employer, the bank binds itself, his successors and
assigns by these presents.
Sealed with the common seal of the said Bank this____________day of _________2014.
The Conditions of this obligation are:
If after Bid opening, the Bidder withdraws his bid during the period of Bid validity specified in the bid
documents.
or
If the Bidder having been notified to the acceptance of his Bid by the Employer during the period of bid
validity.
(a) Fails or refuses to execute the form of Agreement in accordance with the instructions to Bidders, if
required; or
(b) Fails or refuses to furnish the performance security, in accordance with the instruction to Bidders.
We undertake to pay to the employer up to the above amount upon receipt of his first written demand,
without the Employer having to substantiate his demand, provided that in his demand the Employer will note
that the amount claimed by him is due to him owing to the occurrence of one or any of the above conditions,
specifying the occurred condition or conditions.
This guarantee will remain in force up to and including the date 31st March 2014. Any demand in respect of
this guarantee should reach the bank not later than the above date.

DATE____________

Signature of the Bank___________________

Witness _____________

Seal__________(Signature, name and address)

Contractor

Witness
140

Executive Engineer

SUB SECTION 6.1


General Specifications of Civil & Structural Works
6.1 General Technical Specifications
The scope of work for the contractor under the contract for civil works shall include all civil construction works,
including excavations, foundations, buildings, trenches, all water retaining structures including sumps, together
with ducts and piping etc. and clearing of the site after completion of the work. The limits of the contract, for
provisions of space, shall be the same as shown on the tender drawings and as described in the works
description of the tender documents.
The civil works shall be carried out in accordance with the National Building Code, the PWD Haryana
specification and explanatory notes for building and house drainage in the latest versions. In case of any
variation between the PWD Haryana specifications and specifications given herein the latter shall prevail. In
cases where the PWD Haryana specification and the specifications given below are silent about any aspects in
respect of any item, the work shall be carried out as per the relevant IS code of practice in the latest version
and as per sound engineering practice as decided by the Engineer in charge.
The excavation items will include all lifts, lateral leads with in limit so works, labour, dewatering, lowering of
subsoil water table, shorting wherever necessary, backfilling around completed structures and disposal of
surplus soil as directed. If any road is dug up for any purpose whatsoever, the contractor shall reinstate it to
the standard required by the Employers representative or the statutory body, at no extra cost.
The contractor shall programme his construction activities, in such a manner that all inlet and outlet
arrangements are ready for testing purposes to avoid any delays.
The Contractor shall submit to the Employers representative or his representative, samples of the materials
which will form part of the permanent works, sufficiently in advance of the start of the work within 15 days of
the issue of orders, so that necessary tests can be carried out for the approval of the Employers representative
or his representative, before using any such material on site. Samples for the following basic materials shall be
submitted from every supplier and from each consignment; if materials differ from one consignment to another
the consignment differing from the accepted sample shall be replaced by the Contractor free of cost.
The building and the Pump house & shall be designed and constructed as a RCC framed structure. All masonry
shall be in 1:5 cement sand mortar. Pre cast cement concrete blocks can be approved if suiting to requirement
at interior/ non-load bearing walls.

6.1.1. Design and drawing


The contract is turnkey contract and the Contractor shall design and construct all civil works in accordance with
the standard specifications. All detailed drawings for the plant components including site plans, general layouts,
architectural drawings with isometric views, will be submitted for the approval of the Engineer in Charge. He
shall ensure that the building is as compact as possible, it should be convenient for movement of the staff and

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)

Other structures: concrete shall be M-25.

(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: 456 Code of Practice for plain and reinforced concrete.

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: 1893 Criteria for earthquake resistant design and structures.

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

of practice for design & construction of Raft foundations.




IS: 1974 Part 1 & 2 Code of practice for design & construction of machine foundations. IS: 12269 53

Grade Portland cement.




IS: 8112 43 Grade Portland cement.

IS: 383 Course & fine aggregate from natural source of concrete.

IS: 2212 Code of practice for brick - work.

IS: 1199 Method of sampling & analysis of concrete.

6.1.2. Water stops


The material for PVC water stops shall be plastic compound with the basic resin of PVC & additional resins,
plasticizers, inhibitors, which satisfy the performance, characteristics specified below as per IS: 12200 & tested
in accordance with IS: 8543. PVC water stops shall be either bar type, serrated with central bulb & end grips
for use with in concrete element or of the surface type for external use.
PVC water stops shall be of approved manufacturer & shall be got approved by an in charge before
procurement & incorporation in the work.
Pre formed fillers & joint sealing compounds:
Pre formed filler or expansion / isolated joints shall be non-excluding & resilient type of bitumen impregnated
fibber confirming to IS: 1838 part I & II. Bitumen coat to concrete/ masonry surface for fixing the pre formed
bitumen filler strip shall confirm to IS: 702 & bitumen primer shall confirm to IS: 3384. Sealing compound for
filling the joints above the pre formed filler shall confirm to grade A as per IS: 1834.
6.1.3. Exterior Finish
The type of finishing and the colour scheme of the external surfaces of the building will have to be decided
according to the designed elevation after approval of the engineer in charge. However it shall be any or a
combination of the following: Water proofing cement paint: This shall be of approved shade and brand to give an even shade on the work in
3 or more coats on cement concrete surfaces smoothened and cleared by rubbing. Cement plaster followed
with water proofing cement paint: This shall provide for cement sand plaster 1:4 mix 20 mm thick followed with
paint.

Contractor

Witness
145

Executive Engineer

6.1.4. Interior Finishes


The following table gives the general elements of the specifications of the building. They are not
comprehensive and the contractor is expected to complete the building and the plant to make it complete and
useable building of a standard generally reflected in these specifications:
S. No

Unit

Floor

Walls Finish

Doors & Windows

Walk ways.

CHQ. Tiles

MCC Room.

KS

DT (oil bound)

SSI+SSII

Office & Laboratory

Glazed tiles

DT (oil bound)

AL

Corridor & Lobby.

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.

Viii Damp proofing


Suitable damp proofing should provide on the roofs with one layer of fibber-based bitumen felt in two coats of
hot applied bitumen. All brick walls shall be provided with one layer of bitumen felt (resin type) for damp
proofing.

6.1.5. Doors and windows


The buildings shall have a suitable number of doors and windows of suitable sizes in order to ensure easy
access and escape in case of emergency, to ensure adequate ventilation, natural lighting and protection from
heat and dust in summer and from cold in winter. As a general guideline the total area of doors and windows
shall be not less than about 25% of the floor area.

i) Flush Doors (FD)


Hollow core construction with internal frame of 1st grade wood having styles and top rails of 100 mm width and
bottom and lock rails of 150 mm width with three numbers cross batons of 50 mm thick width using 4 mm thick
commercial ply on both faces of shutters and 6 mm thick bidding of respective wood using with approved heavy
duty aluminum fittings in MP teak wood frame (FD). Anti termite treatment is to be given on all the woodwork.
ii) Metal Pressed doors (SS1)
Steel doors with frame of hollow metal pressed section size 80* 50 mm as per ISI 1.25 mm thick with single
sheet shutter 0.8 mm MS sheet to be spot welded and embossed with rib type design front vertical including
hold fast of 15 * 3 mm MS oxidized fittings such as hinges sliding bolts handles tower bolts etc. complete in all
respects including applying priming coat of approved steel primer (SSI) & epoxy painted.

iii) Metal Pressed doors (SS2)


Steel doors with frame of hollow metal pressed section size 105* 60 mm as per ISI 1.25 mm thick with double
sheet shutter 1.0 mm MS sheet to be spot welded and embossed with rib type design front vertical and back
side horizontal and spot welded including hold fast of 15 * 3 mm MS oxidized fittings such as butt

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.

6.1.10. Check of reinforcement and concreting


All reinforcement shall be checked and recorded prior to pouring of concrete, by a representative of the
Engineer in Charge. Similarly, the entire concrete pouring work shall be done in the presence of an officer not
below the rank of Junior Engineer. The Contractor shall therefore, give a notice of a minimum three days to the
Employers representative or his representative, such that the works can be checked by him or his
representative.

i) Main standards for civil works


Some of the important IS codes referred during execution of the work are as follows:
a) Earthwork
IS: 3764 Safety code for excavation works
IS: 3720 Methods of tests for soils
b) Concrete Works
IS: 280 Mild steel wire for general engineering purposes
IS: 269 Portland cement
IS: 383 Coarse and fine aggregate
IS: 432 Medium tension steel bars and hard drawn steel wire
IS: 456 code of practice for plain and reinforced concrete
IS: 516 Methods of testing for strength of concrete
IS: 1199 Method of sampling and analysis of concrete
IS 1566 Fabric reinforcement IS 1786: Fabric reinforcement IS: 2062 Structural steel
IS: 2062 Structural steel
IS: 2386 Method o tests for aggregates of concrete
IS: 2502 Code of practice for bending and fixing of bars for concrete reinforcement
IS: 3370 Code of practice for concrete structures for the storage of liquids
c) Building works
Shall be as per National Building/ PWD Haryana specifications only.

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.

h) Failure to meet Strength Requirements


In cases where concrete tested fails to meet the test requirements, the Employers representative shall have the
right to require any one or all the following additional tests, the Contractor at his own expense shall carry these
out. The Employers representative shall be the final authority for interpreting the results and shall decide upon
the acceptance or otherwise.
Curing and load testing of the concrete member concerned represented by the test, which fail, replacement of
any such portions of the structure. No payment shall be made for the dismantling of the concrete, relevant
formwork, or reinforcement shall be made. The Contractor at his own expenses shall make good, embedded
fixtures and reinforcement of adjoining structures damaged during dismantling well & extended curing of the
structure of the concrete repaired by the specimen & collecting and testing of a core specimen from the
hardened concrete. The location number and size of such specimen shall be taken as directed by the Engineer.
Any other test i.e. ultrasonic and /or rebound hammer tests to be decided by the Engineer, at the Contractors
own cost.

i) Water Retaining Structures


In addition to the tests of the concrete structure regarding Failure to meet Strength Requirements referenced
above, each water retaining structure shall also be tested for water tightness at top water level as follows:
The structure shall be thoroughly cleaned and as far as practicable before any earth or other filling is placed
against the outside wall face, water retaining structures shall be filled with water at a uniform rate of not
greater than 2m in 24 hours. A period of 21 days shall be allowed for stabilization, after which the water level
shall be recorded by an approved method, at 24- hour periods for a test period of 7 days. During the test
period the total permissible drop, after allowing for evaporation and rainfall, shall not exceed 1/500 of the
average water depth of the full tank or 10mm, whichever is less.
In the case of structures whose external faces are exposed, such as elevated tanks, the test requirements shall
be deemed to be satisfied if the external faces show no signs of leakage and remain apparently dry over a
period of seven days, after allowing an initial seven days period for absorption after filling.

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.

6.1.11. List of Furniture to be supplied by bidders in this contract: -

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.

Pump Houses each.


Visitors Chair.
Steel Almirah.
Office Table
Sub Station.
Executive Table
Revolving Chair
Visitors Chair.
Steel Almirah.
Side Racks.

:
: 4 Nos.
: 1 No.
: 1 No.
: 1 No.
: 1 No.
: 1 No.
: 4 Nos.
: 1 No.
: 2 Nos.

Contractor

Witness
154

Executive Engineer

SUB SECTION 6.2


General & Technical Specifications for Mechanical Works
6.2.1 Technical Specifications
The Bidder shall prepare his bid on the basis of General Mechanical Requirements and Technical
Specifications for Mechanical works given below for the various items. The requirements of these
specifications are subject to the General conditions of contract. Other applicable sections of the
specification shall be construed to form a part of this section where the context so requires
specific characteristic dimensions and other details applicable to any particular equipment shall be
given in the schedule of Technical Data provided at the end of the relevant Section. The
contractor shall provide all the required labourer, permanent equipment and electrical tools,
construction plant and equipment, safety equipment, transportation and test equipment for
supplying installing adjusting and fully testing all the mechanical work shown on the Drawings
included in these schedules or ordered by the Engineer-in-charge.
a) Standards
All mechanical equipment and the materials used shall comply with the relevant Indian Standards
and Manual of Sewerage and Sewage Treatment published by CPHEEO unless a more rigorous
requirement is specifically stipulated and as per PWD Specifications.
b) Extra works
Any item of equipment or material or materials not shown on the drawings or specified elsewhere
but is clearly essential to make the system operatable shall be supplied and installed by the
contractor as if it has been shown or specified there in. subject however to the above
requirements, work that is not included in the contract documents shall not be performed except
when approved in writing by the Engineer-in-charge.
c) Quality Standards
Whereas the name of one or more manufactures have been shown on the drawings or mentioned
in these specifications, it has been so done to indicate type and equality required and acceptable.
No, restrictive choice is either implied or intended, and tendered are free to offer other makes of
equipment or materials provided they comply with these specifications and the requirements
shown on the drawings.
All equipment furnished shall have a data plate fabricated or engraved out of 316 Stainless steel
with a minimum thickness of 6.6 mm with embosses or reprinted lettering and fastened to the
frame with corrosion resistant pins. Nameplates shall have stamped on number type. Operating
and performance data and other pertinent information, letters and numerals shall not be smaller
than4.75 mm high.
d) Tagging
Nametags shall be provided and attached with each item of equipment and device to identify it.
The name tag shall be of rectangular shape and shall be approximately 37 mm x 76 mm in size.
They shall be made from brass or stainless steel metal and have a minimum thickness of 0.75mm.
Letters and numbers shall be engraved or etched in the name tag and shall not be less than 4.75
mm. high. The name and number of each item or equipment or device, as shown on the drawing
shall be shown on each nametag. A 4.75 mm diameter hole shall be provided in the upper left
hand corner of each tag and shall be used to attach the nametags to the equipment and devices,
with 2 mm Stainless steel chain.

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

C I FG 260 as per IS:210-1962

Impeller
Motor Cooling Jacket Shell (if applicable)

Cast Austenitic Stainless Steel ( CF 8M )


SS 202

Pump Motor Shaft

Stainless Steel only ( SS 410 or SS 431 )

Pedestal

Aluminum Die Cast / Copper Bar


Copper Bar type
Primary ( Inboard ) : Silicon Carbide v/s Silicon Carbide (
solid rings without shrink fitting )
Secondary ( Outboard ) : Carbon v/s Cast Chrome
Molybdenum Steel.
All O rings of Viton only & Bellows of either Viton OR
Nitrile
BHT Alloy Steel
C I FG 210 or above (IS:210-1962)

Bracket

Ductile Cast Iron (SG 400/12)

Pump Motor
Rotor

Mechanical
Seals

Upto 180 HP
200 HP & above
Faces

Elastomers
Fasteners
Auto
Coupling
System

Guide Pipe / Wire


SS 202
Fasteners & Foundation Bolts

Impeller Design, Speed & Motor Rating

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)

Enclosure Max No of Vanes allowable

50

Min Solid Handling Ability

Minimum Vertical Delivery Pipe Size (mm)

Minimum Pump Delivery Nozzle Outlet Size (mm)

(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

Rated Voltage / Rated


KW

415 V / Suitable for pump as per previously outlined margin norms.

Supply Condition
Method of Staring
Class of Insulation

+6% & -15 % voltage variation


5% frequency variation
DOL up to 5kW
Star Delta up to 45kW
ATS or Soft Starter for > 45 K.W.
Minimum Class F but Temperature rise restricted to that of class B i.e.
75C

Operating Head Range

+ 15% & - 20% of the rated Duty Point

Liquid to be handled

Raw screened Sewage of specific gravity 1.05 containing : fibrous admixes


, plastic carry bags, contraceptives, etc. liable to bunch & twis, soft solids
like aluminum food cans, tetrapack cans, sanitary cotton wastes, etc

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

Sewage and drainage pumps

2.

IS 9137

Acceptance tests for pumps

3.

BS 5316

Acceptance test for pumps

4.

IS 325

Squirrel cage induction motors

IS 1231

Dimensions of three phase foot mounted induction motors

IS 2223

Dimensions of flange mounted AC induction motors

IS2253

Types of construction of mounting arrangement

8.

IS 4691

Type of enclosures

IS 4729

Rotating electrical machine vibration

10

IS 4722

Rotating electrical machines

11

IS 4889

Methods of determination of efficiency of electrical machinery

12.

IS 6362

Method of cooling

13.

IS 4029

Testing of induction motors

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.

Pump Characteristics curves.


Instruction manual for installation, operation and maintenance for pump sets.

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

Make of Pump set

Model

Design Capacity LPM

Total Head Mt

Shut Off Head

Rated Speed & Supply


Frequency

Type of Impeller Vortex


/ Semi Open/ Enclosed
(tick the correct)

Vortex / Semi Open/


Enclosed

Vortex / Semi Open/


Enclosed

Vortex / Semi Open/


Enclosed

No. of Vanes (tick the


correct

1 /2

1 /2

1 /2

/3

/3

/3

Permissible Solid size


9
--mm dia
10

Pump Efficiency @ duty


point

11

bkW at duty point for


1.05 Sp Gr

12

Maximum bkw
throughout the Curve
for 1.05 Sp Gr

13

Motor Rating offered


(kW)

14

Motor Efficiency at Duty


point %

14.1

Overall Efficiency %

14.2

Motor Margin @ Duty


Point @ 1.05 Sp Gr

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

Air / Oil / Water

Air / Oil / Water

Air / Oil / Water

___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

Cable Size & MoC

21

Pumps Delivery Nozzle


size

mm

mm

mm

22

Recommended Rising
Delivery Pipe size

mm

mm

mm

23

MoC of motor-pump
Shaft

24

MoC of Pump Casing

25

MoC of Impeller

26

Weight of Pump set

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

10. The number of pumps required for STP


i) Intermediate Pumping Station
3200 LPM Head = 35M,
(4No Working + 1 No. Standbye)
a) Main Pumping Station
3500 LPM Head = 20M,
(4No Working + 1 No. Standbye)
ii) RAS Pumps
Capacity and Head
:
As per requirements
Type
:
Submersible
Liquid
:
Biological Sludge of 0.8 1% solids consistency
Specific Gravity
:
1.05
Solid Size
:
40 mm (max.)
Quantity
:
1 No. per Basin + 1 No. Store Standby
iii) SAS Pumps:
Capacity and Head
:
As per requirements
Type
:
Submersible
Liquid
:
Biological Sludge of 0.8 1% solids consistency
Specific Gravity
:
1.05
Quantity
:
1 No. per Basin + 1 No. Store Standby
iv) Sludge Sump Air Blowers
Capacity and Head
:
As per the requirement
Air Mixing Rate
:
1.20 m3/hr/m3 of Volume of Sludge Sump
Type
:
Positive Displacement (Roots) Type
Liquid
:
Biological Sludge of 0.8 1% Solids Consistency
Specific gravity
:
1.05
Quantity
:
2 Nos. (1W + 1S)
All other accessories, whether specified or not, but required for completion of Contract shall form the part of Bidders
Scope.
v) Sludge Transfer (Centrifuge Feed) Pumps
Sludge Transfer (Centrifuge Feed) Pumps shall be of positive displacement type Screw Pumps suitable for handling
biological sludge of 0.8 1% solids consistency.
Capacity and Head
:
As per the requirement
Type
:
Positive Displacement Type Screw Pump
Liquid
:
Biological Sludge of 0.8 1% Solids Consistency
Specific gravity
:
1.05
Solid size
:
40 mm (max.)
Efficiency
:
more than 30%
Quantity
:
As per requirement + 1 Standby
All other accessories, whether specified or not, but required for complete shall form part of contractors scope

Contractor

Witness
166

Executive Engineer

vi) Mechanical Sludge Dewatering Device (Centrifuges)


Capacity
:
Operating Hours
:
Type
:
Liquid
:
Specific gravity
:
Quantity
:
11.D.I Pipes and Specials :

As per the requirement


18 hrs per day (max.)
Solid Bowl Type
Biological Sludge of 0.8 3% Solids Consistency
1.05
As per requirement + 1 Standby

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

The pipes used shall be as follows


S. No. Type of pipe

Class

IS for supply

1.

Ductile Iron S&S

K-7 & K-9

8329

2.

Cast Iron S&S

LA

1536

3.

Cast Iron Flanged

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.

RCC Pipe S&S

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

SGI IS1865 Gr 400/15 or 500/7


SS IS 6603 Gr 12 Cr 12
Bronze as per IS 318 Gr LTB2
Bronze as per IS 318 Gr LTB2
Jute and Hemp
Natural Rubber
Bronze as per IS 318 Gr LTB 2
(for sizes 300 mm and above)
Bronze as per IS 318Gr LTB2
Bronze / bronze
( for size 350 mm and above.)

Codes and standards


The design, manufacture, shop testing, erection, testing and commissioning of valves shall conform to the latest
revision of the following IS codes and /or equivalent:-

Contractor

Witness
168

Executive Engineer

S. No.

Standard

Title

IS-778

Gunmetal gate, globe and check valves for general purpose.

IS-2685

Code of practice for selection, installation and maintenance of valves.

IS-14846

DI Sluice valves for water works purpose (50 to 1200 mm)

API-594

Spring loaded dual plate check valve

IS-3042

Single faced Sluice Gate for the distribution chamber and filter inlet.

13. Sluice Gates


Sluice gates according to IS 3042 shall be provided square or circular, in standard sizes, according to the outlet
conditions. The gates shall generally be mounted on the side from where the higher pressure shall be expected
(seating).The gates shall be mounted on frames and provided with a non-rising spindle with headstock or electrical
drive according to the site of installation.
In case of alternative load from either side, the sluice gate shall be designed to tight close against a maximum
unbalanced head (forcing the door away from the seat/frame) corresponding to 150% of the minimum difference in
the water levels or the difference plus 1M, whichever is higher.
The frame shall be with gunmetal seating faces, machined to match with the faces to the door.
The frame shall have a sufficiently broad flange of adequate section with drilled holes to fix it with anchor bolts. It
shall have an integrally cast in spigot of the nominal size of the opening to be cast into the concrete. It shall have a
side guide strip with a machined face up to the maximum open position of the door. The upper part of the frame shall
have machined face to support a thrust plate. All anchors bolts and nuts of galvanized mild steel, joints and fixing
elements shall be provided.
The door shall have reinforcement ribs depending on the size of the door and the unbalanced head. The adjustable
sealing faces on the sides, bottom and top are of gunmetal and machined to match the seat on the frame. Sufficient
margin should be there for wear and tear in course of use. On the back, tapered snug shall be provided to match the
tapered side guide strips of the frame. There shall be an integrally cast pocket in the upper part for the unmated nut
threaded to suit the non-rising.
The spindle shall be rolled on trapezoidal thread. It shall be provided with torsion couplings, cast iron guide brackets,
mild steel extension rod up to the headstock/ drive Ball thrust-bearing arrangements shall be provided for long
spindle. The headstock shall be a cast iron pillar with and operating rod operated by a hand wheel on top, fitted with
gunmetal index and pointer. The hand wheel is to be designed, for operation by one man against the full unbalanced
head (not more than 10 kgf). If required, gearing shall be provided.
Materials of Construction
Frame
Door
Sealing faces
Spindle
Head stock
Hand Wheel

Contractor

CI
CI
Gun Metal
S.S IS 410
CI
CI

Witness
169

Executive Engineer

14 Valve/ Sluice gate Actuators


Specifications
Conditions of operations
Isolation service

As per IS/ ANSI/ NEMA etc.


Hot, Dusty, Outdoor, Tropical atmosphere.
Actuator shall be rated for three successive open close
operations of the valves/ gates of 15 Minutes, whichever is
longer.
The actuator shall be suitably time rated for the duty cycle involved with necessary number of starts per
hour.
: The actuator shall open & close the valve/ gates completely & make leak tight closure without jamming.
The actuator shall attain full speed operation before valve / gate load is encountered & impact an
unsealing blow to start the valve or gate in motion
The actuator shall operate the valve/ gate at standard stem speed & shall function against differential
pressure across the valve/ gate seat.
The actuator motor reducing gearing shall be sufficient to lock the shaft when motor is reenergized&
prevent drift from torque switch spring pressure.
The entire mechanism shall withstand shock resulting from closing with proper setting of limit switch or
from lodging of foreign matter under the valve/ gate seat.
The actuator shall essentially comprise the drive motor, torque/ limit switches, gear train, clutch, hand
wheel for manual operation, position indicator/ transmitter, space heater thermal overload protector &
internal wiring.
Design
: Totally enclosed, dust tight, weather-proof, suitable for outdoor
installation without necessity of canopy.
Mounting.
: In any location or position without lubricant leakage or operational
difficulty.
Finish
: Tropical finishes preventing fungus growth.
Actuator Motor.
: Three phase, squirrel cage, induction motor.
Insulation.
: Class B.
Specification for degree of
: IP 55 or IP 65.
protection
Suitability.
: Designed for high torque & reversing services.
Starting current.
: Designed for full load voltage direct on line start with starting current
limited to 6 times full- load current.
The motor of actuator shall be capable of starting at 85% of rated voltage & running at 80% of rated
voltage at rated torque& 85% rated voltage at 33% excess rated torque for a period of 5 minutes each.
Earthing terminals shall be provided on either side of the motor.
Torque limit switch.
: 2nos, one number for each direction of travel, self- locking, adjustable
torque type.
End of travel switches.
: 4 Nos., two numbers for each direction of travel.
Position limit switch.
: 2 Nos., one for each direction of travel, each adjustable at any position
from fully open to fully closed position of valves/ gates.
Each limit switch shall have 1 NO + 1 NC potential free contacts. Contact rating shall be 5A at 240 V
The torque switch shall have a minimum accuracy of 3% of set value. The torque switch shall be provided
with calibrated knobs for setting torque & separate knobs shall be provided for open & close torque
switches.
The torque & limit switch shall be housed in a separate enclosure with protection glass as that of actuator.
Each actuator shall be provided with a hand wheel for emergency manual operation. The hand wheel shall
be de- clutched automatically when the motor is energized.
: Each actuator shall have position indicator for 0 to 100% travel.

Contractor

Witness
170

Executive Engineer

Two position transmitters, potentiometer type of 199 ohm rating for


remote indication.
Wiring.
: All electrical devices shall be wired up to terminal box. The internal
wiring Shall be of sufficient size for the power rating involved but in no
case less than 1.5mm 2copper. All wiring shall be identified at both ends
with ferrules.
Terminal Box.
: All weather proof with removable front cover & cable glands for cable
Connection. The terminal shall be suitable for connection of 2.5mm2
copper conductors.
All terminals, terminal boards, terminal boxes, winding tails & associated equipments shall be suitable for
connection to supply system having adequate short-circuit capacity & clearance time determined by
associated fuses. The terminal boxes shall be totally enclosed.
All terminals of limit & torque switches, space heaters, position transmitters, shall be brought to a common
terminal box. There shall be five (5) terminals spare to terminate spare cores of cable.
The actuator shall be painted with epoxy base paints. The colour shall be got approved from Engineer In
Charge.
The name plate shall be provided on the actuator as per IS. In addition the torque rating & full travel time
shall be marked.
15. Gears for valves & gates
Type.
Specifications

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.

Self locking type with or without additional spur gear arrangement to


ensure that the effort on hand wheel is limited to the pull specified.
All valve/ gate operators shall be equipped with adjustable mechanical stop- limiting devices to prevent
over travel of the valve or gate disc in the open & close positions. Either end of the worm shaft must be
provided with needle roller bearing to take on the lateral thrust.
All housing for the gearing must be enclosed & sealed in such a way that there is no leakage of oil/ grease
even after long period of un- use & there is no ingress of rain water. Operator for valves/ gates which are
likely to be submerged in water for long period during the rainy season, must be water tight.
: The actuator shall attain full speed operation before valve/ gate load is encountered &impact an
unsealing blow to start the valve or gate in motion (hammer blow effect).
The hand wheel may be provided with extension for easy grip. The hand wheels must have a provision for
locking with a chain & pad lock. App operators when fitted to the valves/ gates shaft must ensure clock
wise closing & this must be indicated on the housing. A mechanical indicator is to be provided to show disc
travel & end of travel.
Material of construction: Housing & cover.
Quadrant.
Spur Gears.
Worm
Bearings.
O Ring.
Hand Wheel.

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

SGI IS 1865 Gr 400/15 or 500 / 7


SGI IS 1865 Gr 400/15 or 500/7 upto 300mm
CS ASTM A 216 Gr WCB for 350 mm & above
Bronze as per IS 318 Gr LTB2
AISI 410
SGI SI 1865 Gr 400/15 or 500/7
Bronze as per IS 318 Gr LTB2
CS IS : 1367, CL- 4.6/4.0
Natural Rubber

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.

From FFL to truck height.

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.

For Lifting of pumps.

2 MT

Manual.

For Chlorine
Toners.

For Lifting of toners from location to


truck height.

3 MT hoist
With chain pulley lock.

Manual.

For Centrifuge
Building

For Lifting of centrifuges from location to 3 MT hoist


truck height
With chain pulley lock.

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.

ii) Rope Drums


Rope drums shall be of cast steel or fabricated from seamless tubes, conforming to the relevant Indian Standards.
Fabricated rope drums shall be stress relieved before any machining takes place. The sizing of drum shall conform to
IS 3177 Clause 5.

iii) Rope Sheaves


Rope sheaves shall be of cast steel or fabricated from rolled steel plates, conforming to Clause of IS 3177.
iv) Wire Ropes
The wires shall be hampered for all cranes. Ropes shall be of regular right hand lay as per IS2266. The
rope construction shall be 6 x 37 up to 16 mm diameter and 6 x 36 above 16 mm diameter, with a factor
of safety specified as per Clause 5.6.1 of IS 3177 and of approved makes only.
v) 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.
vi) Lifting Hooks
The lifting hook shall be one that will best suit this type of crane and as per IS 3177. Hooks shall be quality
tested by a third party agency such as IS or Lloyds
vii) Gears and Gear Boxes
Straight and helical 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 alloy
steel having metric module.
Overhung gears shall not be used. The design and general arrangement of gear boxes shall be as per Clause 11 of IS
3 I 77. All gearing shall be totally enclosed/ immersed in oil.

Contractor

Witness
173

Executive Engineer

viii) Track Wheels


Crab/ Crane wheels shall be double flanged. Wheels shall be mounted in antifriction roller bearings housed
in "L" shaped bearing brackets for ease of removal during routine maintenance. Flangeless wheels with
guide rollers would also be acceptable. Solid wheels shall be of forged/rolled steel or cast steel. In general
the track wheels shall conform to Clause II of IS 3 I 77.
ix) Rails
The rails shall be specified as being suitable for the crane duty used, no square bars will be acceptable.
The rails shall be complete with end stops, holding down bolts and taper washers and shall be suitable for
connection to the station earth. Access to the crane for maintenance purposes from the walking platform
by means of a steel ladder with cage shall be provided. The crane shall be provided with full length
walkway on drive side girder and small walkway on other girder. Walkway shall be at least 500 mm clear
inside.
x) Couplings
All couplings shall be of steel or cast iron of grade 260 conforming to IS 210 and shall be designed to suit
the maximum torque that may be developed. The manual drive shaft and hoist drum shall be connected to
the gearbox input shaft through a flexible shock absorbing coupling as per Clause 8 of IS: 3177
xi) Bearing and Bearing Housing
Anti-friction bearing housings shall be used throughout, except where required otherwise for technical
reasons, conforming to Clause 7 of IS 3177.
xii) Shafts
All shafts shall be made of steel as per Clause of IS 3177.
xiii) Electrical details
The general technical details for the electrical systems specified elsewhere in the document will apply to
the electrical equipment for the gantry crane also. The following points deal with the special requirements
for the crane. In case of any contradiction with the electrical specifications described elsewhere in this
document, the special requirements detailed hereafter shall have precedence.415 V, 3 Phase, 4 wires
electric power supply will be available at one point for the crane bus. The Bidder shall provide a metal
enclosed switch box housing a 63 A TPN switch, CT operated ammeter and voltmeter, with selector switch.
The switch box shall be located approx. 1.2 meters above the floor level. The incoming cable must be of
suitable size aluminum conductor, PVC insulated, sheathed and strip armoured.
xiv) Double Girder Crane Power Supply
The power supply shall be 415 Volts +/- 10%, 3 Phase, 4 Wire, 50 Hz +/- 5%, A C through trolley lines.
xv) Current Collector
Two numbers per trolley line shall be provided; each rated for 100% of total crane rating. Double collectors
on each earth trolley shall be provided and these shall be different from those on the power trolley line.
Collector rollers and shoes shall be designed to reduce sparking to the minimum level possible Power
Distribution on Crane. An off/ load manual isolator, with a locking facility shall be provided immediately
after the current collectors on the incoming line on the crane.
Power from the isolator shall be taken to the air circuit breaker / MCCB located in protective panel of the crane. The
breaker shall be provided with under voltage, overload and short circuit release or relays. The breaker can only be
closed when:
All controllers are in neutral position;
None of the stator or directional contactors are in closed position
Door/gate switches are not actuated;

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

-standard red button.

Witness
175

Executive Engineer

Hoisting push button

- standard black button.

Lowering push button


Micro hoisting push button
Micro Lowering push button
Micro Lowering push button
Cross traverse reverse push button
Micro Cross traverse forward push button
Micro Cross traverse reverse push button
Long traverse forward push button
Long traverse reverse push button
Micro Long traverse forward push button
Micro Long traverse reverse push button
Crane light ON/OFF push button.

-standard yellow button.


- standard black button.
- standard black button.
- standard black button.
- standard black button.
- standard black button
- standard black button.
- standard black button.
- standard black button
- standard black button.
- standard black button.

Bell ON/ OFF push button.

*Lighting, Socket Outlets, and Bell etc.


Lighting shall be provided on stair-case, platforms and working areas, including one No. Flood light on the
underside of bridge. Fluorescent lamps with necessary fittings shall be used for staircases, platforms etc.
Adequate number of hand lamp socket outlets shall be provided, along with switches. A hand lamp, with
suitable guard protection for bulb, shall be provided for each crane.
18.1 Technical Particulars
A ) Capacity and size required sewage submersible Pump
Sr.No.
1.0.
2.0.
3.0.

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

Specification of the hoists


Rope Drums

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

Single flanged wheels shall be mounted in anti-friction roller bearings housed in


L shaped bearing brackets for ease of removal during routine maintenance.
Solid wheels shall be of forged/ rolled steel or cast steel.

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

Dynamic Balancing of rotor

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.

Suction Air Filter

Yes

5.

Silencer

Yes

6.

Pressure Relief Valve

Yes

7.

Pressure Gauge

Yes

8.

Bearing Temperature Detector

Yes

9.

Spare parts (for 3 years operation from original manufacturer)

Rotating assembly (2 sets)

10.

Special Tools and Tackle

Yes

j) Drawings and information to be provided


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.
Cross-sectional drawings with bills of material
The Performance- curves of the anticipated blower model.
Technical particulars enclosed with this specification.
21. Mandatory Spares
Following minimum spares needs to be maintained all the times at the site during entire period of O &
M:
SL.
NO.

EQUIPMENT

SPARES

QUANTITY

Pumps: Non clog Sewage Submersible

2 Set of each type

Pumps: Screw

Pumps: Metering for Polyelectrolyte


Dosing

Air Blowers

Impeller duly machined, set of


Mechanical Seals, set of O-rings and
gasket,
Bearing set, set of spanners,
Seal Monitoring Kit
Mechanical Seal
Stator
V-Belt
Bearing
Ceramic Balls
O Ring
Suction Valve
Discharge Valve
Anti-siphon Valve
Suction Air Filter
V-Belts

Contractor

Witness
181

2 Set of each type

2 Set of each type

1 Set
1 Set

Executive Engineer

Centrifuges: Solid Bowl Type

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

1 Set of each type


1 Set
10% of each type
1 Lot

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

Specifications of G.O Switch

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)

ON/OFF switch assembly


D.O fuse assembly
Lightening arrestor
An operating handle manually operated.

6.3.3 Specifications of transformer


The transformer confirming IS 2026-1962 of specific KVA as per Schedule 1, 11/.440 KV 3 Phase 50 cycle copper
wound indoor/outdoor type. No load voltage ratio 11000/433 V with off load taping :
The Transformer shall confirm to the following requirements
Type.
: Oil immersed distribution transformer.
Location.
: Out door.
Rated Continuous output.
: As per design
Type of tap Changer
: Off Load
Standards
: IS : 2062 amended uptodate
Tap provided on
: HV windings
Tap Changer Range.
: - 10% to + 5%
No. Of Steps.
:7
Variation per step.
: 2.5%
Method of tap change

: 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

Temperature rise winding


Windings

: 550C
: Copper, Double

Maximum Current Density.

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

Rating making capacity


:
62.5 KV Peak
Total breaking time
:
7 Cycles (Max)
Control Circuit
:
Power pack of 110 V AC to DC
Space Heating and Illumination Lamp
:
230 AC
and equipped with.
1 Housing for circuit breaker carriage
1- Mechanical interlock and automatic safety shutter gear including padlocking arrangement.
6- Isolating plugs
1 No. - 26.3 KA at 12KV of suitable capacity Vacuum Circuit Breaker comprising of :
Assembly of 3 Vacuum interrupters, complete with epoxy support insulators and self aligning finger type isolating
contracts.
Truck having integral racking-in device for insertion and withdrawal of VCB complete with necessary interlocks.
Hand charged independent spring closing/ spring tripping, trip free, operating mechanism with manual closing and
tripping push buttons and mechanical breaker closed/open Spring charge/ discharge indication
Mechanical operation counter
Electrical release coil of 220 VDC
Shunt trip coil of 220 VDC/AC
Breaker operated auxiliary switch 4 (N/O & N/C).
1- Busbar chamber including a set of 3 phase, suitable capacity copper busbars.
2-230 V AC single phase 80 W rated strip type heater
1-11000/110 V PT with suitable accuracy class
1-current transformer chamber incorporating : 3 single phase resin cast CTs of suitable ratio with suitable VA burden
and accuracy class.

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

Maximum Temperature of Bus Bars : 850C


Short circuit withstand (one second) : 50 KA
6.3.5 Specification of Main Control Panel
The control panel shall be of L shaped with indicators, ON/ OFF indicating lamps and annunciation son the front side
and manual push buttons, manual controls etc. on the slanted desk. Control panel shall be fabricated out of the cold
rolled sheet of thickness not less than 3 mm for all front/ side / rear / top and bottom sides. Control panel after
having given the pre-printing treatment and two coats of red oxide, shall be painted with final paint shade of 631 as
per IS 5.The CP shall be of free standing type with bottom cable entry and rear access with hinged door. The slant
portion of the CP shall also be provided with hinge for easy access to the internal wiring. The CP shall be provided
with thermostat controlled space heater and internal illumination facility. The slant portion of the CP shall also be
provided with hinge for easy access to the internal wiring. The CP shall be provided with thermostat controlled space
heater and internal illumination facility. The overall size of the CP when viewed from front shall be limited to
maximum 1800 mm in height and 1500 mm in depth. The length of the CP shall be decided suitably to accommodate
the equipment. All instruments on the front of the panel shall be flush mounted. The instruments shall be mounted at
such an elevation from ground that the operator should be able to read them easily. Centrally located suction an on
the rear side and louvers on the bottom of the side panels for cross ventilation shall be provided to enable the CP
operator to control the same in case of A/C failure.
A good clear earth shall be provided for the instrument control panel. This earth shall be independent and separate
Earthing provided for electrical installations.
Annunciation system from the shall be located on the front vertical surface of the panel. The approved inscriptions
shall be labelled on each annunciation window. Annunciation shall be complete with Accept/ Reset / Test PBS. All
cables shall be terminated inside the panel on properly arranged DIN rail mounted terminal blocks. All cables shall be
provided with double compression type brass cable glands while terminating the cables inside the panel. Cable entry
shall be from the bottom. All field mounted junction boxes for signal and control cables shall be weather proof and
with canopy. The control panel indicating status of various motors, pumps, blowers, the various system parameters
e.g. levels, etc. All ON indications shall be in Red LED and OFF indications in Green LED.
The panels will be made dust and vermin proof by providing proper neoprene gaskets. Each panel will have
compartmental design, where in the incoming and outgoing feeders bus bars etc will be mounted in separate
compartments having its own front door. The main switch of each feeder will be interlocked with its front door so that
the door cannot be opened in the CLOSED position of the switch.
6.3.5.1 Indoor Cubical type dust proof and vermin proof LT Panel extensible type free standing, floor mounting with
IP 52 degree protection made out of 14 gauge CRCA sheet with angle iron 40 x 40 x 6mm base frame painted with
stove synthetic light grey enamel paint with suitable size of cable chamber with compression type glands to receive
incoming and outgoing cables in sheet steel cubical comprising of following :Battery cum charger as per specifications given under specifications of DG Set
Incoming
1 No. suitable capacity, LT MCCB/ACB conforming to IEC - 60947 - II 2014 suitable for operation for 400 / 430 volts
3 phase 4 wires 50 cycles A.C supply, four pole with minimum 50 KA breaking capacity, interlocked, horizontal draw
out type manually operated shall meet the following requirement :

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

6.3.5.2 Electrical Panel

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.

Star Delta Starters


Fully Automatic factory manufactured star delta starter suitable of having following accessories of suitable rating for
respective motors.
MCCB of suitable capacity
1 No
Contactor of suitable capacity (AC 3 duty)
3 No
Electronic Motor protection relay with display
(i) Timer Electronic 0.60 second
1 No
(ii) Single phase preventor 415 voltage AC
1 No
(iii) Push button
2 No
(iv) Amp. Meter 0 -400 Amp with selector switch
- 1 No
(v)Volt Meter 0-500 Amp with selector switch
- 1 No.
vi) CTS of suitable ratio, VA burden and class of accuracy 3 No
vii) Auto manual switch
viii) Pump running indication lamp pump
ix) fault indicating lamps
x) Phase indicating lamps
xi) Low level indication lamps.

DOL Starter :i) MCCB of suitable capacity

1 No

ii) Contactor of suitable capacity (AC 3 duty)


1 No
iii) Electronic Motor protection relay with display
iv )Timer Electronic 0.60 second
1 No
v) Single phase preventor 415 voltage AC
1 No
vi) Push button
2 No
vii) Amp. Meter 0 -400 Amp with selector switch
- 1 No
viii) Volt Meter 0 -500 Amp with selector switch
- 1 No
ix) CTS of suitable ratio, VA burden and class of accuracy 3 No

Contractor

Witness
194

Executive Engineer

Following relays shall be provided in motors starters


a)
Over temperature protection for motors,
b)
Single phasing preventer
c)
Seal monitoring relay
d)
Automatic level controller
e)
Phase Reversal
f)
Under Voltage / Over Voltage
g)
Motor stalling
The automatic liquid level controller should control the pump while the pumps run in auto mode. The electrodes
should be fixed in the wet well and the connections from electrodes should be made to the individual control panel
through the cable duct necessary control wiring should be made so that the pump starts/ stops on auto.
Type of starter should be as under
HP Rating
Type of starter
Sl. No.
1
Up to 5
DOL
2
7.5 to 50
Star Delta.
3.
Above 50
VFD or Soft Starters
The two incomers of the electrical panel as described above will have mechanical Castle Key interlocking facility
having two locks and one Key so that only one of the two incomers can be closed with the help of the key. After
closing the selected incomer the key inserted in the Castle lock gets trapped and remains there so long as the
incomer is ON. The other incomers cannot be closed due to non-availability of the trapped Key. This would serve a
fool proof interlocking for avoiding paralleling of the grid supply and generator supply. All panels will be completely
wired internally with terminals brought out to terminal blocks for external wiring due to the heavy corrosive
atmosphere in the STP, the sheet work of the panels will be painted with 1 coats epoxy based primer after giving
through red oxide paint treatment and then will be finished with 3 coats of epoxy paint of approved shade. The
component details of each panel would be as per the specification. Cabinets for same type of use shall be the product
of a single manufacturer. Do not install surface-mounted cabinets in finished areas unless so indicated. Where
conflicting data is indicated verify mounting requirements prior to ordering cabinets.
L.T. switchgear
Standards: S. No. Standard Description
1.

60947

Switchgear general requirement

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

Danger notice plates

5.

1248

Electrical indicating instruments.

6.

722

AC electric meters.

7.

2705

Current transformers.

8.

3156

Voltage transformers.

9.

10118

Installation and maintenance of switchgear.

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)

Designation & quantity

MCC

b)

TPN bus bar details

High conductivity Aluminium grade E91E for TPN bus type, size to
suit current rating.

c)

Min. clearance

Phase to earth 20mm

d)

Earth Bus

50 x 6 GI strip for other switchgears

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

Ratings and static releases Contractor to release.

i)

Operating duty cycle for

0-3 min co-3 min co.

j)

CT details

Cast resin, bar primary type, I A CT of suitable CT ratio, burden


and class of accuracy.

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)

Motor control supply

415/ 110V, AC, 1 ph, common control transformer.

o)

Selector switch details

As for Ammeter with R, Y, B Off positions and VS for

p)

Indicating Meter Details

q)

Integrating Meter details

Train gear type, calibrated for reqd. CT-PT ratio Accuracy Class 1.0

r)

Push button details

OFF PB; momentary type, 2 NO & 2NC contacts of 10A

s)

Indicating lamp details

7 Watts filament type with series resistance

t)

Control fuse details

HRC cartridge type with base & carrier Ratting contractor to select

Contractor

Voltmeter with RY, YB, BR, OFF positions


Moving iron type, 90 deg scale, for Am & VM, Suppressed scale in
case of AM for motors. AM dial range to suit CT primary current
VM dial range to suit PT primary voltage. Size 144 mm sq for
incomer feeders. Size 96 mm sq for outgoing feeders. Accuracy
Class 1.0

Witness
196

Executive Engineer

u)

Miscellaneous details

Control Wiring shall be with standard copper conductor, PVC


insulated, 650 V grade wires of 2.5 mm 2 for Ct circuits and 1.5
mm2 for other circuits. Control terminals shall be provided with
shorting link and earthling facility Control wiring shall be marked
with ferrule no at both ends. All boards shall be provided with
thermostat control space heater, cubicle illumination with control
switches. Degree of protection for enclosure of all boards shall be
IP 52. All boards shall be applied with 2 coats of red oxide after
cleaning and with final finish with enamel paint of shed no 631 as
per IS-5

Local control panels


Local control panels wherever required shall be provided standard vertical or slanted panel type only depending upon
the number of components viz. Control switches, indicating lamps meters etc. Sheet of local panel shall be of MS and
thickness not less than 2mm.Local control panel after having the pre painting treatment and two coats of red oxide,
shall be painted with final paint shed of 631 as per IS: 5. The control panel shall have bottom entry for cables, hinged
type lockable door arrangement and easy access for wiring. Mounting arrangement for the control panel shall be
suitable for the application and location and easily accessible for the operator.
Drawing and documents required: GA drawing of panel with foundation details
Single line diagram
Schematic diagrams for various modules
Instruction manual for installation, operation and maintenance of various components of switchgear.
6.3.6 Specification of Automatic power factor correction device :
Cubical type dust and vermin proof 125 KVAR capacitors MPP type heavy duty automatic power factor correction
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 :
Oil filed capacitors of suitable capacity in the unit of 10/ 5 KVAR each with 8 step power factor controller relay, power
factor meter and suitable outgoing power contractors rating as per bank capacitor duty contractor arranged in such a
way that the power factor does not go down lower than 0.95 on no load condition and load conditions with following
specifications.

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

:
:
:
:
:
:
:
:

400/440 Volt AC + 20%


5A
50 Hz
3
3000 Volt Ac
2% from 0.7 lag to 0.8 lead
0.7 lag to 0.95 lead
60 sec.

:
:
:
:

Provided in the form of suitably rated tinned copper wire


Provided with discharge resistars
As per IS 2834 1986 revised
As per IS 13947 (part 1 and part IV) 1993 revised upto date.

1- MCCB of suitable capacity


1-TPN Busbar of suitable capacity
3 core armoured aluminum cable of suitable size for connecting with LT side of transformer
2 core copper control cable size 1.5 sq.mm
1- voltmeter with selector switch size 144 sq.mm
3 Nos phase indicating lamps
Red & Green lamps for On & Off indications
Push button for manual selection
6.3.7 Specification of Metering Panel :
Metering panel for metering on HT (11KV) consisting of one No. digital electronic trivector meter 3 phase, 4 wire with
0.5 class of accuracy on kilowatt hour point basis.
One set of three Nos HT (11KV) CTs of 0.5 class of accuracy of suitable ratio and suitable VA burden.
One No. HT 11KV/110V PT of 0.5 class of accuracy and suitable VA burden.
One no. metering cubical with TTB should be made out of 16 gauge CRC sheet duly painted with three coats of
synthetic enamel including one coat of primer. It should be insulated from inside, complete internal wiring shall be
provided. It should have open-able shutters both on front and back side. The front openable shutter should have
toughened glass opening of required size for reading the meter alongwith toughened glass. The panel should have
two chambers such as to seal HT trivector meter in one and CTs and PT in the other. The panel should have
arrangement for connecting the cable boxes on both sides for incoming and outgoing supply. The panel should have
two nos. bolts with nuts welded to its body for earthing it. The trivector meter, CTs, PT, TTB and metering cubical
shall be of the makes approved by HVPN. The trivector meter, CTs PT are to be get tested from HVPN.
6.3.8 Specification of Diesel Generating Set
Supply, erection, testing and commissioning of D.G set including all ancillary equipment such as base frame,
coupling, coupling guard, control panel(AMF), Change over switch and exhaust piping system etc. Including electric
wiring between control panel (AMF)and starting batteries.
Engine:The generating set should be of make specified in NIT Turbo Charged, after cooled, 4 stroke cycle, 6/8 cylinder,
industrial type, developing required BHP while running at 1500 RPM confirming to BS 5514 the rating should be
equivalent to IS: 10000, ISO 3046 or DIN 6271 Rating I with the following accessories:

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

One No. EDO type ACB adequate capacity.


AC Voltmeter 0-600 V, 96 sqmm with Selector switch
AC Ammeter 0-40 amp, 96 sqmm with Selector switch
Frequency meter 96 sqmm size.
Kilowatt meter 96 sqmm size
KWH meter 96 sqmm size
400 Amp. Moulded case circuit breaker with overload, short circuit and under voltage protection
Starting push Button and Key switch (on/off)
Engine protection unit with audiovisual alarm and shut down for low lubricating oil pressure and high coolant
temperature
Indicating lamps for low lubricated oil pressure, high coolant temperature, set running, load on, D.C. control on.
Instrument fuses +3C Ts
Copper bus bar of suitable size
Cable entry gland plate with cable gland
Ammeters, Voltmeters & other instruments for Generator:
The instruments shall confirm to IS 1248-1968 for direct acting electrical indicating instrument. The construction of
the instruments shall be mechanically sound so as to give assured, performance in mechanical, electrical & magnetic
adjustment, the design and manufacture of the instrument shall ensure the prevention of the fogging of the
instrument glass. The case of the instrument shall be dust proof. No Material whose properties are deteriously
affected by exposure to temperature and humidity shall be used.
Instrument shall be sealed in such a way that the access to the measuring element and to accessories within the case
shall not be possible without removal of the seal.
Battery cum Charger
The battery cum charger include 2 Nos. 12V 180 AHDC Station Batteries with leads along with accessories for
charging equipment as required for energizing and running of 200 KVA/160KW Diesel Generating set.
The storage batteries are required for providing an independent, adequate and reliable source of 24 Volts DC supply
having a capacity of 180 amp./hrs at 10 hrs. rate of discharge to final voltage of 1.85 volts per cell confirming to IS:
1651 or latest amendments. The batteries are required for energizing and running of 200 KVA/160KW Diesel
Generating set. These batteries kept instate of floating trickle charge and premium for rapting charging as required.
The battery charger equipment shall be of float cum boost type. The charger shall be suitable for operation for single
phase 240 volts 10%, 50 cycles, A.C. supply and shall be designed for meeting the continuous full load of the
system in addition to trickle boost charging of 24 volts storage battery.
The storage battery & the battery charger both shall be housed in a panel fabricated with 14 gauge thick CRCA sheet,
well ventilated duly painted, floor mounting with two compartments. The station storage battery be housed in the
lower compartment in the cubical, the upper compartment shall house the complete charging equipments, hinged
door for access to battery compartment shall also be provided. Proper rubber mats shall also be provided in the
compartment for protections against acid spilling.
Change-over Switches:
Change-over switches shall comply with IS/IEC 60947-3.

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

One No. 8 insulated plier


One No. hammer of one lb. capacity
One No. 10 screwdriver
24 Hours running trail
The generating set will be tested by the contractor at site for a continuous period of 24 hrs. During this period diesel
and mobile oil shall be provided by the contractor at his own cost.
6.3.9 Alarm Annunciation Panels (AAP)
The AAP will get 240 V AC supply from the respective Pump Houses local panel. The AAP will be of wall mounting type
fabricated from 14SWG CRCA sheet steel it will have front cover door of which the alarm windows will be fixed. The
alarm windows will be of solid-state fascia type having small rated flashing lamps. Total 4 such fascia windows will be
provided on each AAP in addition to the windows the AAP shall have alarm Acknowledge PB Alarm Reset each PB and
Alarm Test PB and an electronic heater. This will have On & Off indicating lamp for each pump for knowing the status
of pumps. This should be dust and vermin proof with enclosure protection IP 54.
In case of faults such as Low-Low level in LPS etc. the fascia window will start flashing till it is acknowledged by
pressing the ACK PB After pressing the ACK PB the window will stop flashing and will grow steadily until the fault is
cleared and Reset PB is pressed. The AAP shall have the following fault indicating windows.
Alarm Annunciation Panel for Local Pump Stations (LPS)
2- LPS Pump Trip
LPS level LL
LPS level HL
The Electrical works would cover the power distribution form the Main LT electrical panel and from there to respective
Local Control Panel in all Pump Houses& from LT local electric Panel to Local on & off panels located near the each
prime mover of STP. The bidder should design the scheme & prepare his General arrangement& SLD showing cable
sizes & submit along with technical part of his offer on the basis of the schematic and technical specifications for the
various units.
6.3.10 Exhaust fans
General
The total number of fans installed in HTVCB panel room and LT panel room shall create a required ventilation system,
which shall limit the temperature rise to a maximum 5 degrees centigrade above the ambient temperature. The
ambient temperature for the area is taken as 42 Degrees Centigrade.
Technical particulars
Operating Conditions
1.

Fan designation

Exhaust duty

2.

Design capacity

To be decided during detailed design

3.

Type

Wall mounted, centrifugal

Features of Construction
1.

Impeller

Mild steel or Cast aluminium

2.

Hub

Cast Iron / Die cast Aluminium

3.

Casing

Mild Steel

4.

Wall cowl

Galvanized iron sheet 22 gauge

5.

Bird screen

14 gauge galvanized iron with 12 mm bird screen

6.

Motor

TEFC IP 54, 750 rpm synchronous

Contractor

Witness
202

Executive Engineer

6.3.11 Electrical Wiring including HT & LT cables :


The work of electrical wiring and cabling shall be carried out in accordance with the Indian Electricity Rules and IS
732 1963
Sizes of the cables shall be such that it should be possible to run all the pumping sets at one turn
The contractor shall include cost of providing and installing complete HT cabling LT cabling and wiring work from
DHBVN GO switch including earthing.
The supply, erection, testing and commissioning of XLPE HT cable from HVPN GO switch to metering panel to HT
panel to transformers including cost of cable boxes as per specification given below :
XLPE cable (ISI marked) of suitable size 3 core galvanized steel strip amoured cable HT/11KV grade with aluminum
conductor of standard make conforming to IS 7098 Part II 1985 including cost of thimbles solder etc.
The Epoxy/tapex type cable boxes of standard make for XLPE cable of suitable size 3 core galvanized steel strip
armoured cable HT/11 KV grade with aluminum conductor including material such as thimbles, lugs solder compound
for
a) Outdoor duty installation
b) Indoor duty installation
The LT cable from transformer to LT panel in pump chamber to Motor Starter to motor including cost of thimbles lugs
solder etc for making connection as per specifications given below :
ISI marked suitable size 1100 volts 3 & 3 core armoured cables aluminum conductor conforming to IS 1554 (Part
I) 1993 in ground covered with sand & brick / in trench/ in pipe / on steel bridges.
The maximum current that will flow under normal condition of service in a motor circuit shall be taken as that
corresponding to the full load current of the motor, when rates in accordance with the relevant current rating as given
in IS 325-1978. The size of PVC copper cable/ wiring used shall be capable of carrying the full load current
corresponding to the rating of the motor. It will include the cost of thimbles, solder etc.
The maximum current that flow in the rotor circuit of inductions motor shall be taken as that marked on the rating
plate of the motor. The size of the cables for each circuit shall be suitable for the maximum current as mentioned in
the para above. The final connection from LT motor starter panel to motor shall be through flexible pipes.
Cabling system Installation
The cables shall be laid in trenches, trays or conduits or buried in ground as specified in cable schedule. Cable routing
given on the drawings shall be checked at site to avoid interference with structures, piping and ducting. Minor
adjustments shall be made to suit the field conditions.
All cables shall be carefully measured and cut to the required length, leaving sufficient length for final connections to
the equipment on both sides.
The contractor shall ascertain the exact requirement of cable for particular feeder, by measuring at site along the
actual finalized route.
Cable shall be laid in complete uncut lengths from one item of equipment to another.
Cable shall be neatly arranged in the trenches/ trays in such a manner, that crisscrossing is avoided and final take off
to the motor/ switchgear is facilitated LV Cables shall be laid maximum in two layers in each tray for cables up to
3.1/2C x 95 mm2. Arrangement of cables within the trench/ tray shall be the responsibility of the contractor.
Cable numbers as per schedule shall identify all cables close to their termination point. Cable numbers will be bunched
on aluminium straps, (2 mm thick), securely fastened to the cable and wrapped around it.
Underground cables shall be provided with cable markers. These posts shall be located at every 50 meters and every
corner.

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

IS 7098 part 1 XLPE cables for low and medium voltage

IS 7098 part 2 XLPE cables for high voltage

1554 part 1

PVC insulated cables for low and medium voltage

1554 part 2

PVC insulated Cables for high voltage.

5.

8130

Conductors for insulated electric cables.

6.

5831

PVC insulation and sheath of electric cables.

7.

3975

Mild steel wires, strips and tapes for armouring of cables.

8.

1753

Aluminium conductors for insulated cables

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

PVC insulated, taped PVC inner sheath, 650/1100 V grade, with


multistage aluminium/ copper conductor, armoured and overall PVC
sheathed

Cable selection

Cable shall be selected considering following points


Current rating of the load de rating due to grouping of cables Voltage
drop up to 3% in cable due to cable resistance de rating factor due to
ambient temperature.

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

Local control station, street light op

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

General & Safety requirements for electric lighting fittings.

2.

IS: 1777

Industrial lighting fittings with metal reflector.

3.

IS: 5077

Decorative lighting outfits

4.

IS: 2149

Luminaries for street lighting

5.

IS: 6665

COU for Industrial Lighting

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.

Rated Voltage (with variants)

230 V +/- 10%

2.

Incoming cable/ conduit fixtures

Cable entry for HPSV/ HPMV lamps

3.

Painting

Vitreous Enamelled

4.

Type Outdoor

Weather proof for outdoor fixtures

5.

Outdoor
Earthling

Commercial for office areas and Industrial for other areas


One Terminal Outside

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

6.3.15 Safety Instruction Chart


Providing and fixing of safety instruction charts in panel room duly mounted on wooden frame with 5mm thick glass
as one in English and one in Hindi (approx front area 1.20 sq.mt)
6.3.16 shock treatment chart
Providing and fixing of Shock Treatment Chart in panel room duly mounted on wooden frame with 5 mm thick glass
one in Hindi and one in English (approx front area 1.20 sq.mt)
6.3.17 Sand buckets
Providing of two sets (one in HT substation area and one in panel room) of 4 Nos 9.5 litre capacity GI bucket painted
in post office red colour with prior coat of red oxide paint and written with white paint FIRE and mounted on MS angle
iron frame with bracket of appropriate size & capacity i/c filing sand etc.
6.3.18 Fire extinguishers
a) Providing and fixing of 4 Nos. 4.5 Kg capacity carbondiodxide (CO2) type fire extinguishers confirming to IS 2878
:1976 and cylinders fully charged complete as required.
b) Providing and fixing of 4 Nos. foam fire extinguishers portable type 9 lit capacity hanged on wall with bracket
complete as required.
6.3.19 Rubber Mats
a) Providing of rubber mats one meter vide and 12mm thick to with stand 15 KV dielectric strength as per IS 15652 :
2006 for HT sub station
b) Providing of rubber mats one meter vide and 12mm thick to with stand 3.3 KV dielectric strength as per IS 15652 :
2006 for LT panel room.
6.3.20 Civil works
All civil/ structural works, required for electrical installation is included in the contractors scope. However some of the
major items are listed below:
Foundations for lighting poles.
Road Crossings by RCC pipes
Excavation, cable protection bricks / tiles, sand filling, back filling etc. for directly buried cables and earthing
conductors.
Any other minor civil works required such as making openings in wall, floor etc.
Built up trenches for Outdoor cabling
All openings made by the contractor for lying of conduit / cable / earthing strip etc. shall be made good at no extra
cost.
6.3.21 Specifications of Pressure Gauges
S. No. Title

Description

1.

Instrument

Pressure gauge

2.

Type

Bourdon Tube Type

3.

Required Range

As required

4.

Dial size

150 mm

5.

Process Connection BSP

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

0-10 Kg/ cm2

Contractor

Witness
209

Executive Engineer

10.

Accuracy

+/- 1.0% FSR

6.3.22 Specifications of Level Switches


S. No. Title
Description
1.

Instrument

Level switch

2.

Type

Magnetic Float type / Capacitance type

3.

Process connection

As per model selected

4.

Accessories

As per model selected

5.

Application

Sewer/ Clarified Sewer water.

6.

Power supply

230 V AC, 50 Hz

7.

Output

Potential free contacts DPDT rated for 5A

8.

Enclosure

Weather proof, IS 2147 / IP 65

9.

Accuracy

+/- 1.0 % FSR

6.3.23 Specifications of Flow Meter / Transmitters (Ultrasonic Type)


A flow meter/ flow transmitter (Ultrasonic type) shall be provided for measurement of raw effluent flow in open
channel.
S. No. Title

Description

Instrument

Flow Transmitter

2.

Type

Ultrasonic Type, for water in open channel &pipe.

3.

Static Pressure Range

As required

4.

Required Floe Range

As required

5.

Pipe ID

As required

6.

Process Connection

As per model selected

7.

Mounting

Socket alongside sensor and bracket fabricated at site

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

Multi stand Cu conductor, 1.5 sq mm with PVC ins screened Armoured

14.

Cable Glands

NPT Double Compression in S.S.

15.

Enclosure

Weatherproof, IS 2147 / IP 65

16

Accuracy

+/- 2% FSR

6.3.24 Site Calibration


All field instruments shall be calibrated at site under supervision of suppliers Engineer. Standard calibration
procedures shall be followed for calibration. All reference equipments such 25 pressure gauges, scales etc. shall be
certified from authorized/-approved agency. All such certification shall be in the scope of contractor. For all

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)

RCC water retaining structures/thanks

Natural Cement Colour

ii)

Steel tanks

Grey

iii)

Structural steel support structures

Black

(iv)

Piping
(1) Waste Water

Contractor

(2) Service water

Grey-changing to Blue as per


quality
Dark Blue

(3) Chemical solution lines

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

Black & Yellow

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

The Procedure of band cleaning consists of :

Handling

Hand scraping

Hand wire brushing

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

Temperature of metal surface greater than 6000C

Contractor

Witness
213

Executive Engineer

All Wetted Parts requiring epoxy paint.

Surface Treatment on concrete surface dilute acid wash may be used in addition to wire brushing.

Primer 2 coats of zinc rich / zinc chromate with a DFT of 25 microns/coat.

Finish 2 coats of finish with a DFT 250 300 microns.

All other surfaces Synthetic Enamel Paint

Primer 2 coats of zinc chromate with 25 microns DET per coat.

Finish 2 coats of Synthetic enamel with total DET of 25 microns.

Method of Application


Primer coats shall be applied by brushing.

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.

Sufficient time shall be allowed between coats for through drying.

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.

6.4.4 Unit / Equipment Identification Name Tags Painting


The name of the Equipment / Unit shall be tie indicated on the respective equipment/unit and the Flow
direction with arrows shall be indicated on the pipes.
The following size of lettering shall be stencilled on the pipe or equipment in such a way that the writings
clearly & easily visible from a maximum number of locations around the area.
Pipe dia etc

Size of Letter in mm

Up to 25 mm

10 mm Above

Above 25 mm & up to 150 mm

30 mm

Above 80mm & up to 150 mm

40mm

Above 150mm & up to 250 mm

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.

A thorough knowledge of the processes.

Proper and adequate tools.

Adequate stock of Spares and Chemicals.

Assignment of specific maintenance responsibilities to operating staff.

Systematic and periodic inspection and strict adherence to servicing schedules.

Training of all operating Staff in proper Operating Procedures and Maintenance Practices.

Overall supervision of Operation & Maintenance Schedules.

Good housekeeping.

Proper logging of all Operation& Maintenance activities.

Observation of safety precautions & procedures.

Provision for water supply for drinking and other uses.

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

b) Operation of the Plant


The Plant shall be operated according to the rules and procedures laid down in the Operation & Maintenance
Manual as required according to the required raw effluent characteristics of the STP. The Plant must be in a
position to work at the design and overload capacity at any time and to produce the design / overload output.
c) Carefulness and Cleaning
The Contractor and his staff have to ensure a maximum of carefulness in the operation and maintenance of
the Plant. At any time, the Plant and its equipment and surroundings have to be kept clean and proper.
d) Preventive maintenance frequency
The preventive maintenance will be made according to the Preventive Maintenance Schedule of the Plant.
Short term specialists of the Contractor for special maintenance tasks may reinforce the regular staff. The
operation, maintenance and repair shall be made with the help of the equipment and tools available at the
Plant, backed-up and completed with the facilities of the Contractor at his HQs or brought to the Plant by him
temporarily for a special maintenance.
e) Repairs
Repairs shall be made as and when needed on the spot or at the Contractors Workshop has to be defined in
co-ordination with the PHED and according to the status of the spare parts availability.
f) Spare Parts
The Contractor has to keep reasonable stock of Spare Parts so that the downtime of equipment can be kept
in the limits. The content of the stock has to be approved by PHED.
g) Transportation
All necessary transports shall be arranged and made by the Contractor at his own costs.
h) Diesel Reimbursement
All the consumable for laboratory testing & running of Electrical / Mechanical items including Lubricants,
Diesel etc., during trial run of the plant shall be arranged by the contractor except Electric Power and now
extra cost will be paid. However during defect liability period & 5 years thereafter, all the consumable for
laboratory testing & running of Electrical / Mechanicals items including Lubricants, diesel etc., also be
arranged and consumed by the contractor. Only the cost of diesel shall be reimbursed by the department at
prevailing rates on actual consumptions basis to the calculated from the hour meter of the generator. The
electric power shall also be supplied by the department during trial run period, defect liability period for one
year & 5 years thereafter. The chlorine gas shall be supplied and injected by the contractor at their own cost.

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.

Repairing and replacing motors

Repairing and replacing starters, circuit breakers, capacitors

Repairing and replacing vanes and/or gears of agitators

Repairing and replacing transformer.

Contractor

Witness
220

Executive Engineer

Repairing of blowers, diffusers, chlorinator, chemical dosing equipments & Centrifuge.

ii) Building and Civil Structures




Water proofing leaking roofs of the Buildings.

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.

7.9. Advice Early Warning:


The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or
circumstances that may adversely affect the operations or the condition of the facilities and / or system. The
Contractor shall cooperate with the Engineer in making and considering proposals for how the effect of such
an event or circumstances can be avoided or reduced and in carrying out any resulting instruction of the
Engineer.
The Contractor shall also advise the Employer from time to time, on improving the quality of operations,
reduction in water / energy losses and betterment practices.

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

7.11. Employers Responsibilities


The Employer shall be responsible for procuring obtaining and maintaining Employer Clearances required,
however that the Contractor shall be responsible for maintaining the conditionality of any such clearance, if
such maintenance falls within the purview of the Contractor.
The Employer shall supervise the Contractors Operations at all times and notify the Contractor of any defects
that are found. Such checking shall not affect the Contractors responsibilities. The Engineer-in-charge may
instruct the Contractor to search for a defect and to uncover and test any work that the Employer considers
may have a defect.
The Employer shall be responsible for:
 Treated effluent testing charges from State PCB if required.
 Maintaining administrative control over the personnel, facilities and system.
7.12. Contractors Responsibilities
The Contractor shall maintain properly and keep intact all assets / works/facilities / system of the Employer
throughout the Contract period and shall hand over the same in good working condition at the end of the
Contract. The Contractor shall not modify or alter any operations regarding the facilities and / or system
without prior written permission of the Employer or its representative.
The Contractor shall procure all spare parts required for the maintenance of equipment excluding those to be
supplied by the Employer. The Contractor shall warrant to the effect that all the spares shall be procured
from the authorized sources and be of the best quality and fit for the purpose for which it is being used.
The Contractor is expected to carry out the work in such a manner as not because any damage to public
property on account of negligence or otherwise. The Contractor shall be fully responsible for making good the
damages so caused by him entirely at his own cost.
The assets / works / facilities / systems of the Employer shall be at the risk and in the sole charge of the
Contractor and it shall be responsible for making good any loss or damage there to arising from any cause
whatever including that due to a theft or robbery.
The Contractor shall provide adequate engineering equipment, maintenance staff, inventories plant and
machinery and all other things, whether of a temporary or permanent nature required for carrying out
operations under the Contract.
The Contractor shall carry out its Operations, so far as compliance with the requirement of the Contract
permits, so as not to interfere unnecessarily or improperly with:


The convenience of the public

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.

C. Contract Performance Review and Progress


Management Meetings:
Either the Employer or the Contractor may require the other to attend a management meeting. The business
of a management meeting shall be to review the plans for remaining Operations and to deal with matters
raised in accordance with any advice. The Employer shall record the business of management meetings and
is to provide copies of its record to those attending the meeting and to the Employer either at the
management meeting or after the management meeting and stated in writing to all who attended the
meeting.
The Employer may instruct the Contractor to rectify defects and deficiency in its Operations. Alternatively, the
Employer shall carry out the operations on its own and deduct the amount incurred in attending to such
defaults from the next payment due to the operation. The deduction of such damages shall not relieve the
Contractor from its obligations to carry out the operations, or from any other of its obligations and liabilities
under the Contract.

Notwithstanding anything stated above:


If the Employer is of the opinion that the actions of the Contractor is deemed as an event of default of
services and the event persists beyond one (1) day the Employer shall be entitled to invoke the Security
deposit and carry out the operations through another Contractor or departmentally. The Employer shall then
proceed as per Tender conditions.

Contractor

Witness
224

Executive Engineer

7.14 Intellectual Property & Confidential Information


The Parties agree that all details, plans, manuals documentation, specifications, schedules, programs, reports,
calculations and other work relating to the Facilities and / or Systems and the provision of operations
pursuant to this Contract (hereafter referred to as Proprietary Material) which have been or are hereafter
written, originated or made by any of them or any of their respective employees, sub-contractors or agents
and by the persons related to the Contractor in connection with this Contract shall be owned by and be the
property of the Employer. The determination of information as Proprietary Materials shall be made at the sole
discretion of the Employer.
The Contractor shall have an irrevocable royalty-free, non-exclusive license to use the Proprietary Material
during the term of this Contract for all purposes connected with fulfilling its obligations hereunder. However,
this license shall not be transferable to any party other than to a permitted assignee under this Contract.
Such license shall not continue after the suspension or termination of this Contract or the discharge by the
Contract of its duties hereunder.
7.15 Confidentiality
The Contractor shall cause the persons related to the Operator not to, without the prior written consent of
the Employer, at any time, divulge or disclose to any person or use for any purpose unconnected with the
operations, proprietary material under this contract. This shall not apply to information.


Already in the public domain otherwise than by breach of this Contract.

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:


The provision of labour or

The purchase of materials specified in the Contract.

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


Has repudiated the Contract

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.

c) Gross misconduct of the Contractor.


d) Despite previous warning from the Engineer, in writing, is otherwise persistently or flagrantly neglecting
to comply with any of its obligations under the Contract.
e) Contractor persistently fails to follow good operating practices in execution of the Contract.
f)

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)

If the Contractor is in breach of any law or statute governing the operations.

j)

The Contractor does not maintain a security which is required.

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:


The Contractor enters into voluntary or involuntary bankruptcy, or liquidation.

The Contractor becomes insolvent.

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.

7.17.2 Consequences of Default


a) If a default by the Contractor is said to have occurred pursuant to the Employer may after giving three
days notice to the Contractor enter upon the Site, the facilities and / or system and terminate the
Contract without thereby releasing the Contractor from any of its obligations under the Contract, or
affecting the rights and authorities conferred on the Employer by the Contract. The Employer may use so
much of the Contractors equipment, temporary works and materials as it may think proper.
b) If the Contract is terminated because of an Contractors event of default, the Employer shall be entitled
to invoke the Security Deposit and carry out the Operations through a successor Contractor or
departmentally and at the risk and cost of the Contractor. If the total amount due to the Employer
exceeds any payment due to the Contractor the difference shall be a debt payable to the Employer.
c) If the Contract is terminated because of an Contractors event of default, all materials on the site, plant,
equipment and temporary works shall be deemed to be the property of the Employer.
d) Unless prohibited by law, the Contractor shall, if so instructed by the Engineer within 3 days of such entry
and terminated referred to, assigns to the Employer the benefit of any Contract for the supply of any
goods or materials or operations which the Contractor may have entered into for the purposes of the
Contract.
7.18. Default of Employer
7.18.1 Events of Default
a) An event of default on the part of the Employer, affecting the performance of the Contractors operations
shall be deemed to have occurred due to any of the following causes.
b) The Employer does not give access to part of the Site by the commencement date.
c) The Employer does not make a payment certified by the Engineer within 90 days from the day of receipt
of the Engineers Certificate.

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.

7.19. Risks, Indemnification's & Insurance


A. Risks
All risks of loss of or damage to physical property and of personal injury and death which arise during and in
consequence of the performance of the Contract other than the risks stated, is the responsibility of the
Contractor.

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:


Payment of wages Act 1936

Minimum Wages Act 1948

The Employers Liability Act 1938

The Workmens Compensation Act 1923

Industrial Dispute Act 1947.

Indian Factories Act 1948 and

Maternity Benefit Act 1961.

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.

Personal injury or death; and

The Contractors All risk (CAR) Insurance Policy.

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

Loss or damage to the Facilities and / or System and

Loss of or damage to equipment.

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.

7.20 Force Majeure


A. Force Majeure Events
A Force Majeure Event as defined is said to have occurred if any such event arises after the issue of the
Letter of Award of Contract and extends for a period greater than thirty days, outside the control of both
parties, thereby rendering it impossible or unlawful for either party to fulfil its Contract obligations under the
law governing the Contract. The Force Majeure Events are:


War, invasion, mobilization, requisition or embargo;

Rebellion, revolution, insurrection or military or usurped power or civil war.

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

7.24 Taking over Process


At the end of the Contract period and subject to the provisions or its earlier terminations except on account
of default of the Contractor, the Contractor shall request the Engineer to take over the Facilities and / or
System. The Employer shall take over the facilities and / or System within 7 days of such a request being
made. The Contractor shall:
Cease all further operations except for such operations as may be necessary and instructed by the Engineers
Representative for the purpose of making safe or protecting those parts of the Facilities and / or System and
any operations required to leave the Site in a clean and safe condition.
Hand over all documents and supplies for which the Contractor has received payment and
Remove Contractors equipment which is on the Site and repatriate its entire staff and labour from the site.
Provide adequate training to ensure complete transfer of technology of entire operation & maintenance of
systems/automation etc. to the successor Contractor to the satisfaction of the Engineer.
The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor
considers payable under the Contract before the end of the Contract Period. The Engineer within 28 days of
receiving the Contractors account shall certify any final payment that is due to the Contractor, or indicate to
the Contractor the corrections or additions that are necessary. If the final account is still unsatisfactory, after
the Contractor resubmits it, the Engineer shall decide on the amount payable to the Contractor and issue a
payment certificate.
The Employer shall any time, within a period of 90 days from the Completion Date or Termination Date as
applicable, carry out an independent assessment of the facilities and / or system departmentally or through a
Successor Contractor. Any deficiencies in the facilities and/ or System shall be made good by or at the cost of
the Contractor so as to bring the facilities and or /system into Good Repair and proper working condition as
handed over at the Commencement Date and subsequent works done pursuant and normal wear and tear
excepting.

7.25 Repairs and Maintenance Schedules


7.25.1 Effluent Treatment Plant Complex:
As per indicated period checking the operation, correcting defects, attending to calibration and setting is
required attending to minor repairs and proper up keeping) such as cleaning and painting) required for the
following :
i. Monthly
 Roof and surroundings and
 Lightning arrestors.
ii. Annual


Leakages in structures

Ladders





Railings
Structural damages to the wet and dry well and
Overflow drain.

Contractor

Witness
231

Executive Engineer

7.25.2 Pumping Machinery and Treatment Plant Equipment:


As per indicated period checking the operation, correcting defects attending to calibration and setting is
required attending to minor repairs and proper up keeping) such as cleaning and painting) required for the
following:
i. Daily


Screens/ Grit Channels

Moving parts of screens and grit removal equipment, Blowers /Agitators / Pumps/ Agitators /Return
Sludge pumps/ Chemical mixer/Centrifuge

Stuffing box

Bearing and

Cable insulation near the lugs.

Panels Breaker and Starter

Contacts of relay and circuit breaker and

Setting of over-current relay, no-volt coil and tripping mechanism and off in the dash pot relay.

Transformer Sub-station

Ground Operated Dis-connectors (GOD)

Contacts of GOD and of Over Current (OC) relays

Radiators and Earth pit

ii. Monthly


Screens and Grit channels

Chains in mechanically operated components

Screens performance

Transformer

Oil in transformer

Relay alarm circuit

Load (Amperes) and

Voltage

iii. Quarterly


Transformer

Bushing and

Dehydrating breathers

iv. Half -Yearly




Pumps / Blowers /Agitators / Compressor /Centrifuge

Gland of stuffing box

Gland bolts

Gland packing

Alignment of pump aerator and drive and

Oil lubricated bearings

Contractor

Witness
232

Executive Engineer

Motors

Tripping elements for motor protection

Contact points and

Fuse ratings

v. Annual


Paint screens, grit removal mechanism, scrapers, scrapers , motors, pipes,

Valves, fittings agitators and inlet/outlet weirs with two coats of anticorrosive paints.

Replace worn out parts of mechanical equipment in effluent treatment plant.

7.25.3. Buildings and Civil Structures:


Carry out routine maintenance and minor repairs including cleaning, repairs to plaster, doors, windows and
painting.
1. Daily


Sweep the premises

Clean the floors and parts inside the Building

Clear the cobwebs and other biological growth

Maintenance of horticulture

Disposal and transportation of dewatered sludge

2. Half - Yearly


Repair damaged floor, plaster, roof, leakages and

Repair damaged doors, windows and other fixtures.

7.26 SCHEDULE OF PREVENTIVE MAINTENANCE


7.26.1 Centrifugal pumps
S.
No

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

Hot ball or roller bearing point


to too much oil or grease; hot
sleeve bearings need more oil
or heavier lubricant. If does
not correct, dissemble and
inspect the bearing alignment
of pump and driver.

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.

7.26.2 Electrical Motors


S.
Name
of Maintenance
No section or part carried out
to be attended

1.

Induction motor
stator and rotor

2.

Slip ring
device

3.
4

Bearings
Windings

to

Six months

Six months

year

be

Opening of end covers


dust blowing and checking
of air gap
Cleaning of slip rings and
adjustment
of
carbon
brushes short circuiting
jaws, oiling of clutch etc.
Proper lubrication
Checking of motor after
taking out its rotor. Dust
blowing. Checking of end
connections
of
stator.
Rotor and taking insulation
test, no load test before
putting the motor on load

Frequency/time
Internal at which
inspection
and
maintenance
to
be done.
One month

Remarks

Depending on the working


conditions & maintenance
staff available.

One month

Two months
Two years

7.26.3 Power Transformer


S.
No.

Name of section or part to


be attended.

Maintenance to
be carried out

Frequency/time
Internal at which
inspection
and
maintenance
to
be done.

1.

Checking of silica gel. Topping


of
transformer
oil.
Temperature gauge vent pipe,
voltage tap changing switch

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.

Filtration of oil, checking of


dielectric. Strength, checking
of viscosity of oil, terminal
boxes
(HT
&LT
both)
insulators, neutral earthing,
lightening of nuts bolts, cable
sockets stopping of leakages if
any through points.
Checking of its functioning
Checking of condition of core
of the transformer and its
windings insulation conditions.

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.

Oil circuit breaker


or air circuit breaker

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

Cleaning & topping


of oil & checking dielectric
strength of transformer oil.

3.

Contacts

4.

Oil circuit breaker


or air circuit breaker

Changing of old & wearing


out contacts (fixed moving
auxiliaries etc.)
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.

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

7.27 Maintenance Staff


O & M Personal shall dedicate their 100% time and the Contractor will ensure that adequate number of his
staff shall be available on duty 24 hours, 7 days per week including all holidays. Minimum following O&M
Personnel to be provided by the Contractor shall be suitably qualified and he will get their CV duly vetted by
the Engineer-in-charge before engaging them.

Contractor

Witness
235

Executive Engineer

Sr.
No.

Designation

Qualification

Period of
Employment

Supervisor

Diploma in Civil / Environmental


Science / Engineer or B.Sc,
Chemistry
having
2
years
experience in O & M of similar
works

Full time

Operators

Certificate ITI or Matric with 5


years experience

Full time

Electrician

Certificate ITI

Part time

Mechanical
Operator

Certificate ITI or Matric with 5


years experience

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.

Maintain record book/log book with the help of computer.

ESI & PF Registration & Record keeping.

Providing Safety Gear to O & M Staff.

Maintain the log sheet for various equipments and systems.

Draw samples and get analyzed for the parameters required and make the necessary process correction.

Maintain a record of stock levels and assist client on reordering levels.

Maintain history card for the equipments.

Submit report in the form and frequency required by the client.

Housekeeping of the entire plant allocated area.

Maintain clear record of attendance for his workmen and staff.

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.

7.29 Laboratory and stores


The minimum lab equipment needed & tests recommended to be carried out at the STP are in accordance
with the employer requirements chapter earlier.

7.30 Waste Disposal


The disposal of the effluent/waste water/beyond battery limits site shall be the responsibility of the
contractor. Disposal of hazardous sludge to a common hazardous waste management facility will be under
the scope of contractor.
7.31 Extra Work
No extra work charges of any kind shall be entertained by the PHED during O & M contract period.

Contractor

Witness
237

Executive Engineer

7.32 Scope classification Chart


Sr.
No
1.
2.
3.
4.
5.
6.
7.
8
9.
10.
11.
14.
12.
13.
14.

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

7.33 LIQUIDATED DAMAGE:


Rate for Various Liquidated Damages and non Performance of the Plant or not Meeting the Guaranteed
Parameters
In case the guaranteed conditions are not fulfilled during O & M period. PHED will have right to impose
penalties on contractor for various items as per following rates:
1.

For failing to meet effluent quality

That in case the Contractor fails to achieve the

standards (applicable for the period

prescribed out let parameters (As per DNIT or

when treated effluent quality is not

prevailing Pollution control Board Norms) he shall

equivalent to the guaranteed effluent

pay liquidated damages @ Rs. 5,000/- per day of

quality)

delay shall be recovered from monthly bills in


addition.

Note: For the payment calculations, a month shall consist of 30 days.

Contractor

Witness
238

Executive Engineer

SECTION 8
APPROVED VENDOR LIST
Sr.No

Item

Make

1.

Non clog submersible

Kishor / KSB / Pullen / Flyght / ABS / Grundfos / Aqua / Ebara /

pumps

Kirloskar/ M & P - wilo

2.

Centrifuge Pumps

Kirloskar / Mather & Platt / Jyoti / KSB / Grundfos/ ABS/ Becaon.

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

ROTO / Netzsch / Alpha Helical / Ramo

5.

Knife Gate Valves

VAG / Forbes / IVC / YASH

6.

Zero Velocity Valves

Kirloskar Brothers Ltd./ Indian Valve Company (Nasik)./ VAG

7.

Pressure Release Valves

Kirloskar Brothers Ltd./ Indian Valve Company (Nasik)./ VAG

8.

Air Valves

Kirloskar Brothers Ltd./ Indian Valve Company (Nasik)/ VAG

9.

Sluices Valves

Kirloskar Brothers Ltd./ Indian Valve Company(Nasik)/ VAG

10.

Sluices Gates

11.

Non Return Valves

JASH / Oriental / Upadhyay / Kirloskar Brothers Ltd./ Indian Valve


Company (Nasik).
Kirloskar Brothers Ltd. / Indian Valve Company(Nasik) / VAG

12.

Gas Valves

AUDCO / BDK

13.

Exhaust Fans

Bajaj Electronics Ltd./ Crompton Greaves Ltd./ General Electric Co. /


Havells / ALSTOM/ Jay Engg. Works.

14.

Pressure Gauge

Bells Controls / Forbes Marshal / H. Guru / Manometer India Ltd.

15.

a) Crane

Hercules Hoist Ltd./ INDEF / W.H. Brady & Co. Ltd.

b) Chain Pulley Block

Hercules Hoist Ltd./ INDEF / W.H. Brady & Co. Ltd.

16.

HT/ L.T. Switchgear

GEC/ L&T/ Siemens/ Kirloskar / Schneider

17.

415V Switchgear Control

ABB/ L&T/ Siemens / Voltas / Jyoti / English Electric Ltd./ Electric

Gear Components / Bus

Control Gear Ltd., / ASPL/ Schneider

Duct
18.

11 KV Switchgear

Siemens /ABB / Areva/ L&T / Crompton/ Schneider.

19.

HT / LT Cables

Indian Cables Ltd./ Finolex / Havells / Gloster / Universal / Fort Gloster


Industries Ltd./ Indian Cable Co. / Asian Cables Corporation Ltd./
Gemscab.

20.

Optical Fiber Cables

Delkin / CORDS/ RR Cables / ICON / AKSH

21.

Sanitary Wares.

Hindustan / Perry Ware / KOHLER / CERA

22.

Gaseous Chlorinators

JASICO / PENWALT / Chloro Control / Industrial Devices.

23.

Actuators

AUMA / BEACON ROTORK / LIMIT TORQUE / MARSH / L&T

24.

Switches

Siemens / L&T / Culter Hammer / GE / Schneider

Contractor

Witness
239

Executive Engineer

25.

HRC Fuses

Schneider India / C&S / GE / L&T

26.

Contactors

Siemens/ L&T / GE / Schneider

27.

Bimetal O/L Relay

Siemens / L&T / GE / Schneider

28.

Thermostat Relay

L&T / Siemens / GE / Schneider

29.

Control Fuses

L&T / GE Power / Siemens / Schneider

30.

Push Buttons

Siemens / L&T / Concord / Culter Hammer / C&S / Vashinov / Bhartiya


Culter Hammer / Leygrand

31.

For Non Flame Proof

Siemens

32.

Flame proof / Weather

FCC / BALIGA

Proof
33.

Indicating Lamp

Siemens / L&T / Concord / Cutler Hammer / Vashinov / Bharatiya


Cutler Hammer / Schneider

34.

Timers

Siemens / L&T / Schneider

35.

C.T.S & P.T.S.

Siemens / AEP / Pactil / Kappa

36.

Outdoor

Transformer

GE / Crompton / Kirloskar / ITE / VOLTAMP / EMCO (Nasik) / ETC

HT Panel

(Thana)/ Voltas / CG/ Areva

37.

Indicating Instrument

AEP / Meco / MECIBUS / PYROTECH

38.

Protective Relays

ABB / Easun / Rerolley / GE/ SEG/L&T.

39.

Terminals

Elmex / C & PHONIX

40.

MCB

GE / L & T / Schneider/ Leygrand

41.

MCCB

Siemens / L&T / Schneider

42.

IDMT Relay

GE / C&S / ABB

43.

Wires / Cables

Finolex / Fort Closter / KEI/ L &T

44.

Monorail with Trolley

Brasdy / ELDROF / Everest

45.

Fire Extinguishers

Safex / Newage / Firexe / Minimax / Vijay/ Amco / Ahluwalia

46.

Battery

Exide / SF / Standard batteries Ltd. / Chloride India Ltd./ Amco Batteries


Ltd./ Tata Green.

47.

Battery Charger

UPTRON / AEL/APCO/ CHABI / STATCOM

48.

Butterfly Valve

Kirloskar / Fouress / Audco / IVC / VAG

49.

Air Blowers

Kay / Everest / Swam / Ingersoil Rand / Chicago Pneumatic (I) Ltd.

50.

PH Meter (online)

Lvibond / Systeronics / HATCH / ELICO / TATA HONEYWELL / Forbes


Marshall/ SCAN / Polymetron / Chemtrols / Dr. Lange / Royce / Endress

51.

Jar Testing Apparatus

Philips & bird company / Geo miller / Metrex

52.

Vacuum Pump

Kirloskar / Inger Sole Rand / Promivac.

53.

Turbidity Meter (Online)

Tata Honey Well / Lectro Tex / Aplav / Plico / Systeronics / Forbes


Marshall/ Polymetron / SWAN / SCAN/ Analytical Instruments /
Chemtrols / Dr. Lange / Royce / Endress / Hauser / Hach.

Contractor

Witness
240

Executive Engineer

54.

Levels Sensing Probe

EPIC / Level Tech / Nova / GE

55.

Transmitter

Level Tech / Nova / Lectro Tex / Tata Honey Well / GE.

&

Level

Controllers
56.

Instrument control panel

ICA / Siemens /GE / Pyrotech / Rittal / SAI Technologies / Newtch

along with logic control


system.
57.

Instrument & Meters

Universal Electrics Ltd./ Automatic Electric Ltd. / Meco Instruments (P)


Ltd. / Havells / Gollica /Industrial Motors Ltd.

Instrument Transformer

Mysore Electrical Industries / Automatic Electric Pvt. Ltd.

59.

Flow integrators

Blue Star / Level Tech / Nova / Fobres / GE

60.

Flow Meters

Forbes Marshall / ABB / Schumburger / Endress Hauser / YBL Yokogawa

58.

/ Magnetrol.
61.

Ultrasonic Insertion Type

Danfoss, Endress + Hauser, ABB, Ultaflux, France, GE

Flow Meter
62.

Electromagnetic

Flow

Endress + Hauser, Rosemount (Emerson), ABB

meter
63.

Level switches

Nova / EPLC / Levcon

64.

Digital LED Indicators

Nishko / Switzer / Lectro Tex / System devices / MEASIBUS / MECO.

65.

Multimeter

Excrope / Motwane

66.

Timer

GEC / L&T / Siemens / BCH / Concorde

67.

Chlorine Toner

ISGEF / ANUP

68.

Chlorinator

Toshcon Jesco / Pennwatt / Aldos / Metito

69.

PLC

A Bradley / Siemens / L&T / GE FANUC

70.

Lighting Fixtures

BAJAJ / Crompton Greaves / Philips / Wipro Ltd.

71.

415 V Air Circuit Breaker

English Electrical / L&T / Siemens/ Schneider

72.

Power Capacitors

Crompton Greaves./ L&T/ Voltas / Domain / Siemens (Apcos).

73.

Voltage

Jindal / Surya / Sercocon / Logicstat / Globe / Allied Electronic Ltd.

&

Frequency

Stabilizer
74.

Lightening Protection unit

NELCO / LPT

75.

Relays (for 1.1KV 11 KV

EEL / Areva/ Universal Electrics/ Easun Reyrolles Relays / Asian Brown

Switchgears)

Boveri / Siemens / L&T / Domain

76.

Nuts & Bolts

TATA /B&W

77.

Ceiling Fans

BAJAJ/ORIENT/USHA/CROMPTON/Khaitan/HAV ELLS

78.

CEMENT

JK / ULTRA TEC/ AMBUJA / BIRLA / VIKRAM / GRASIM / SHRI

79.

STEEL (TMT)

TISCO / SAIL / RINL

80.

PCC/MCC

Tricolite / L & T / SIEMENS / Bhartiya Cutler Hammer / C&SG.

Contractor

Witness
241

Executive Engineer

IS- 61947-II
81.

Flow indicating Totalizer

Lectro Tex, Masibus, Nishko, GE, ABB, ULTRE FLUX

82.

Open Channel Ultrasonic

Endress + Hauser, Honeywell, Hycontorls, UK

Flow Meter
83.

Ultrasonic

Type

Level

Endress + Hauser, Honeywell, Hycontorls, UK

Measurement Device
84.

Float & Board Type Level

Nivo (Toshniwal), Endress + Hauser, Pune Techtrol

Measuring System
85.

86.

Conductivity Type Level

Pune Techtrol / Endress Hauser / Nivo (Toshniwal)/ SBEM / HATCH/

Switch

Orbit / EIP / ABB / Level Cone / Magnetrol / Fobres Marshall

Pressure Transmitter

Fisher Rosemount, Foxbro System, Endress + Hauser, ABB, Warne,


YOKOGAWA / Hach

87.

Differential

Pressure

Fisher Rosemount, Foxbro System, Endress + Hauser, ABB, Warne,

Transmitter

YOKOGAWA / Hach

88.

Pressure Switch

Danfoss, Switzer, Varma / Varna Trifag / High Tech (Orion)

89.

Gear Reducer

Essen Pro / Radicon / Elecon / Garves / Graves Cotton / Allen Beri.

90.

Electronic Ballast

Philips / OPAL / WASH / BAJAJ/HAVELLS / Crompton Greaves.

91.

Micro

Processor

Based

relays

for

Motor

GE Power / Rockwell/ L&T / Siemens / Areva/Schneider

Protection
92.

Scrubber

Pilani / Eurotech / Innovative Environmental Technology / Green Power

93.

Bar Screen

JASH Eng. / Johnson Screen Ind. Ltd./ Hans Huber / Geo Miller

94.

Wash Compactor

Geo Miller / Jash Eng. Ltd

95.

Sump Pump

SU Motor P. Ltd./ Mody Ind./ FC Pvt. Ltd./ Grunfos Pumps / Darling /


Harison / Aqua / Kishore Pumps / KSB.

96.

VFD

ABB / Siemens/ L&T

97.

Agitator

REMI / Shivpal / Micro Transmission / Triveni

98.

Submersible Mixer

Grundfos/ ABB/ Siemens

99.

Temperature Scanners

Pyrotech/ Masibus/ Nishko/ Lectrotex

100.

Instrumentation

Thermpad/ Hyderabad/ Suyog Chords/ Thermo Control Systen

and

Control Cable
101.

SCADA Software

Siemens (Win CC)/ Rockwell Software/ GE/ FANUC/ L&T

102.

Alarm Annunciation

Instaalarm Controls/ Industrial Control & Applicances/ Aplab/ Minilec

103.

Multi

Function

power

Trinity/ Enercon/ L&T/ Masibus

Monitor
104.

Receiver

Indicator

Masibus/ Sai Tech/ Nishko/ Lectrotex/ PYROTEC

(Micro processor Based)

Contractor

Witness
242

Executive Engineer

105.

Analog Signal Multiplier

Secure/ Sai Tech/ MTL/ INSTS/ NISHKO/L&T

106.

Printer

Epson/ Wipro/ HP/ Samsung

107.

Monitor

Philips/ L.G./ Samsung/ Dell

108.

Lightening Protection Unit

MTL Instruments/ Rittmeyer/ P&F

109.

UPS

Tata Emerson/ Merlin Gerin / Mitsubishi / APC / Numeric, Hirel

110.

Panel

Enclosures & PC

Rittal/ President/ Manshu/ Cuttler Hammer/ Schmeider/ Pyrotec/L&T

consoles
111.

Computer

(Servers

&

HP Compaq/ IBM/DELL

Workstation)
112.

113.

Communication

System

Sheetal Wireless Tech. Pvt. Ltd. Pune/ Saravani Telecom, Hyderabad /

Integrator

MIDAS, Ahemdabad / Sai Technologies, Baroda / VIOLA - FINNLAND

On Line Turbidity, TOC,

Endress + Hauser / Fobres / Khrone Marshal / Fisher Rosemount

MLSS, Residual Chlorine,

(Emerson), HACH, Honeywell, Pennwalt

- Do meter measuring
system
114.

Furniture

Godrej / Durian / Wipro / Evok

115.

Level Transmitter

Toshniwal / Hack / Level Tech / OTT / GLI

116.

Diesel Generating Set

117

a) Engine

Cummins / Greaves Cotton / Kirloskar / Lyland / Catter Pillar

b) Alternator

Crompton / Jyoti / Stampford / NGEF / GEC / SYMO

Hoist

Monorail

with

Brady / ELDROF

trolly
118

Clarifier & Thickener

Shivpal / Triveni / Micro transmission / Voltas

Note on Vendor List:


1) The bidder may suggest some other manufacturers as a part of their Offer which may be accepted or
rejected during the technical review of the Bidders Offer by the Engineer-in-charge/ Consultant after due
consideration prior to opening of the Price Bid. Addition Vendors should be clearly indicated in the Offer
giving reasons as to why they should be accepted and confirmation to what standard they are made to
with an installation reference list to be considered.
2) This List of Vendors shall form part of the Contract and the Bidders shall provide equipment from these
Vendors only.

Contractor

Witness
243

Executive Engineer

PROCESS CALCULATIONS: 16.50 MLD STP AT DABWALI DISTRICT, SIRSA


1
1.1

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

Ultimate Average Flow

Peak Factor
Peak Flow

Ultimate Peak Flow

1.2

1.3

2
2.1

DESIGN QUALITY OF RAW SEWAGE

DESIGN QUALITY OF TREATED SEWAGE

RAW SEWAGE PUMPING STATION (PUNJAB TERRITORY)


RECEIVING CHAMBER
No. of Units
= 1
Design Flow
= Peak Flow
= 18.00

MLD

= 750

m3/hr

= 0.208

m3/sec

Hydraulic Retention Time (HRT) at Peak = 30


Contractor

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

Side Water Depth (SWD) provided


Width provided
Length provided
Freeboard provided

=
=
=
=

Volume provided

= 6.48

m3

COARSE SCREEN CHANNELS


No. of Mechanical (Working) Screens
No. of Manual (Standby) Screens
Total No. of Screens

= 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

2.2.1 COARSE SCREEN CHANNEL: MECHANICAL


No. of Mechanical Screens
Design Flow

Average Flow

Design Flow in each Screen

Average Flow in each Screen

m
m
m
m

MLD

No.

= 0.208

m3/sec

= 0.092

m3/sec

1
= 0.092

No.
m3/sec

Maximum Velocity through Screen at Peak


= 1.2
Flow

m/sec

Minimum Velocity through Screen at


= 0.6
Average Flow

m/sec

Clear Area of Opening through Screen at


= 0.208
Peak Flow

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

Design Flow in each Screen

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

=
=
=
=
=
=
=
=

Width of Screen provided

Say
Width of Side Frame provided
Width of Screen Channel provided
Liquid Depth of Screen Channel provided
Length of Screen Channel provided
Freeboard provided

=
=
=
=
=
=
=
=

Assuming Depth of Screen Channel


Gross Width of Screen
No. of Bars

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

(Gross Width of Screen / Center to Center Spacing of Bars) - 1

(0.43 / ( (20 + 10 )/1000) - 1


13.44
Nos.
16
Nos.
(Number of Bars+1) x Clear Spacing + (Number of Bars x
Bar Thickness)
(16+1) x 20 + (16x 10)
500
mm
600
mm
50
mm
700
mm
600
mm
6500
mm
300
mm

RAW SEWAGE SUMP (WET WELL) OF RAW SEWAGE PUMPING STATION


No. of Units
= 1
Average Flow
= 8.00

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

Hydraulic Retention Time (HRT) at Peak


= 5
Flow
Volume required
= 0.208 x 5 x 60
= 62.40
Hydraulic Retention Time (HRT) at Average
=
Flow
=
<
Volume of Receiving Chamber (Inside Wet
=
Well)

2.4

min
m3

Volume / Average Flow


11.25
30

min
min

m3

Total Volume of Wet Well

= 62.40

m3

Side Water Depth (SWD) provided

= 2.00

Plan Area of Wet Well

= 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

RAW SEWAGE TRANSFER PUMPS


Present Average Flow (8000 m3/24)

= 333.30

m3/hr

Peak Flow (18000 m3/24)

= 750

m3/hr

= 12.50

m3/min

12500 LPM

Provide 4 No. Pumps

2
2.1

Discharge of each Pump (12500/4)


= 3125
SAY
= 3200
Hence provide 5 Nos. (4W+1S) Capable of delivering 3200 LPM , head 35 m.
RAW SEWAGE PUMPING STATION (CHAUTALA ROAD )
RECEIVING CHAMBER
No. of Units
= 1
Design Flow
= Peak Flow
= 19.125
= 796.87
= 0.222
Hydraulic Retention Time (HRT) at Peak
= 30
Flow
Volume required
= 0.222 x 30
= 6.641
Side Water Depth (SWD) provided
= 2.00
Width provided
= 2.00

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

COARSE SCREEN CHANNELS


No. of Mechanical (Working) Screens
No. of Manual (Standby) Screens
Total No. of Screens

= 1
= 1
= 2

Nos.
Nos.

2.2.1 COARSE SCREEN CHANNEL: MECHANICAL


No. of Mechanical Screens
Design Flow

Average Flow

Design Flow in each Screen

Average Flow in each Screen

=
=
=
=
=
=
=
=

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

Maximum Velocity through Screen at Peak


= 1.2
Flow
Minimum Velocity through Screen at
= 0.6
Average Flow
Clear Area of Opening through Screen at
= 0.222
Peak Flow
1.2
= 0.185
Clear Area of Opening through Screen at
= 0.0984
Average Flow
0.6
= 0.164
Considering maximum Area of Opening
= 0.185
through Screen
Clear Spacing of Bars
= 20
Thickness of Bars
= 10
Gross Area of Screen
= 0.185 x (20+10) / 20
= 0.2775
Assuming Depth of Screen Channel
= 0.60
Gross Width of Screen
= 0.2775 / 0.60
Contractor

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

Design Flow in each Screen

Average Flow in each Screen

= 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.

=
=
=
=
=
=
=
=
=

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
= 0.222
Peak Flow
1.2
= 0.185
Clear Area of Opening through Screen for
= 0.0984
Average Flow
0.6
Contractor

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

Considering maximum Area of Opening


= 0.185
m2
through Screen
Clear Spacing of Bars
= 20
mm
Thickness of Bars
= 10
mm
Gross Area of Screen
= 0.185 x (20+10) / 20
= 0.2775
m2
Assuming Depth of Screen Channel
= 0.60
m
Gross Width of Screen
= 0.2775 / 0.6
= 0.4625
m
No. of Bars
= (Gross Width of Screen / Center to Center Spacing of Bars) - 1
= (0.4625 / ( (20 + 10 )/1000) - 1
= 14.41
Nos.
Say
= 18
Nos.
(Number of Bars+1) x Clear Spacing + (Number of Bars x
Width of Screen provided
=
Bar Thickness)
= (18+1) x 20 + (18 x 10)
= 560
mm
Say
= 650
mm
Width of Side Frame provided
= 50
mm
Width of Screen Channel provided
= 700
mm
Liquid Depth of Screen Channel provided
= 600
mm
Length of Screen Channel provided
= 6500
mm
Freeboard provided
= 300
mm
RAW SEWAGE SUMP (WET WELL) OF RAW SEWAGE PUMPING STATION
No. of Units
= 1
No.
Average Flow
= 8.50
MLD
= 354.16
m3/hr
= 0.0984
m3/sec
Design Flow
= Peak Flow
= 19.125
MLD
= 796.87
m3/hr
= 0.222
m3/sec
Hydraulic Retention Time (HRT) at Peak
= 5
min
Flow
Volume required
= 0.222 x 5 x 60
= 66.60
m3
Hydraulic Retention Time (HRT) at Average
= Volume / Average Flow
Flow
= 11.29
min
< 30
min
OK
Volume of Receiving Chamber (Inside Wet
= 0
m3
Well)
Total Volume of Wet Well
= 66.60
m3
Side Water Depth (SWD) provided
= 2.00
m

Contractor

Witness
251

Executive Engineer

2.4

3
3.1

Plan Area of Wet Well


One Side
Other Side
Freeboard provided
Volume of Sump provided
RAW SEWAGE TRANSFER PUMPS
Present Average Flow (8500 m3/24)
Peak Flow (19125 m3/24)

=
=
=
=
=

33.30
4.71, say 5.00
7.50
0.50
75.00

= 354.16
= 796.87
= 13.28

Provide 4 No. Pumps


Discharge of each Pump (13280/4)
= 3320
SAY
= 3500
Hence provide 5 Nos. (4W+1S) Capable of delivering 3500 LPM , head 20 m.
PRIMARY TREATMENT UNITS (SEWAGE TREATMENT PLANT)
INLET CHAMBER
No. of Units
= 1
Design Flow
= Peak Flow
Peak Flow
= 37.13

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

Side Water Depth (SWD) provided


Width provided
Length provided
Freeboard provided

=
=
=
=

m
m
m
m

Volume provided

= 15.00

m3

= 1
= 1
= 2

Nos.
Nos.

FINE SCREEN CHANNELS


No. of Mechanical (Working) Screens
No. of manual (Standby) Screens
Total No. of Screens

3.2.1 FINE SCREEN CHANNELS: MECHANICAL


No. of Mechanical Screens
Design Flow

Average Flow
Contractor

=
=
=
=

1
Peak Flow
37.13
1547

Nos.
MLD
m3/hr

= 0.430

m3/sec

= 16.50
Witness
252

MLD
Executive Engineer

Design Flow in each Screen

= 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

Maximum Velocity through Screen at Peak


= 1.2
Flow

m/sec

Minimum Velocity through Screen at


= 0.6
Average Flow

m/sec

Clear Area of Opening through Screen at


= 0.430
Peak Flow

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

= 0.0729 (V2 - v2)


=
=

v = Velocity in approach Channel at Peak


=
Flow
=
Head Loss across Screen at Peak Flow
=

Peak Flow through Screen Channel / Clear Area of


Opening through Screen
1.091
Peak Flow through Screen Channel / Cross Sectional Area
of Screen Channel
0.537
0.066

Head Loss across Screen at 50% Clogged


Condition
Velocity through Screen at 50% Clogged
= 2.183
Condition at Peak Flow
Head Loss across screen at 50% Clogged
= 0.326
Condition at Peak Flow
> 0.300
3.2.2 FINE SCREEN CHANNELS: MANUAL
No. of Manual Screen
Design Flow

Average Flow

Design Flow in each Screen

= 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

Average Flow in each Screen


Contractor

MLD

No.

= 0.430

m3/sec

= 0.191

m3/sec

Witness
254

NOT OK

Executive Engineer

1
= 0.191

No.
m3/sec

Maximum Velocity through Screen at Peak


= 1.2
Flow

m/sec

Minimum Velocity through Screen at


= 0.6
Average Flow

m/sec

Clear Area of Opening through Screen for


= 0.430
Peak Flow

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

Considering maximum Area of Opening


= 0.358
through Screen
Clear Spacing of Bars
= 10
Thickness of Bars
= 3

m2

Gross Area of Screen

= 0.358 x (10+3) / 10

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
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

Head Loss across Screen


Head Loss across Screen

= 0.0729 (V2 - v2)

Peak Flow through Screen Channel / Clear Area of


Opening through Screen
= 0.997
v = Velocity in approach Channel at Peak
Peak Flow through Screen Channel / Cross Sectional Area
=
Flow
of Screen Channel
Head Loss across Screen at Peak Flow
= 0.671
Head Loss across Screen at 50% Clogged
= 0.040
condition
V = Velocity through Screen at Peak Flow

Head Loss across Screen at 50% Clogged


Condition
Velocity through Screen at 50% Clogged
= 1.995
Condition at Peak Flow

3.3

Head Loss across screen at 50% Clogged


= 0.257
Condition at Peak Flow
< 0.300

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

3.3.1 GRIT CHAMBER: MECHANICAL


No. of Mechanical Grit Chamber
Design Flow
Peak Flow

Design Flow to each Grit Chamber

OK

= 37125 / 1
= 37125

m3/day

= 1547

m3/hr

= 0.430

m3/sec

According to "Manual on Sewerage &


Sewage Treatment" published by Central
Public
Health
and
Environmental
Engineering Organisation (CPHEEO),

Contractor

Witness
256

Executive Engineer

Surface Overflow Rate for 0.15 mm dia.


= 1555
Particle Size with Specific Gravity Ss > 2.65

m3/m2/day

Considering Design Overflow Rate

= 959

m3/m2/day

Area of Grit Chamber required

= 37125

m3/day

959

Square Side of Grit Chamber required

= 38.71

m2

=
=
=
=

m
m
m

38.71
6.22
6.50
6.50

Length of Chamber provided


Width of Chamber provided
Hydraulic Retention Time (HRT) in Grit
= 60
Chamber at Peak Flow
Volume of Grit Chamber required
= 0.43 x 60
= 25.781
Depth required in Grit Chamber
Say
Grit Storage Depth
Total Liquid Depth required
Total Liquid Depth provided
Freeboard provided

m3/m2/day

=
=
=
=
=
=
=

25.781 / (6.5 x 6.5)


0.61
0.65
0.25
0.90
0.90
0.30

sec

m3

m
m
m
m
m

PROCESS DESIGN FOR C-TECH BASINS

4.1

TREATMENT SEQUENCE

Sewage to be treated in a day

= 16,500

m3

B
C
D
E

Time for "Fill & Aerate" phase provided


Time for "Settle" phase provided
Time for "Decant" phase provided
Total Cycle Time provided = B + C + D
No. of Cycles provided per Basin per day
= 24 / E

=
=
=
=

hrs
hrs
hrs
hrs

F
G
H
I
J
K

Aeration Time provided per Basin per day


=BxF
No. of Basins under "Fill" simultaneously
No.
of
Basins
under
"Aerate"
simultaneously
No.
of
Basins
under
"Decant"
simultaneously
Flow Rate = A / 24

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

Volume of Sewage to be treated in day

= 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

Side Water Depth (SWD) provided


Width provided
Length required
Length provided

=
=
=
=

Volume provided = I x J x L

= 2723

m3

N
O
P

Total Volume provided = M x G


Freeboard provided
Total Depth provided = I + O
Hydraulic Tetention Time (HRT) provided
= N x 24 / A

= 5445
= 0.50
= 5.50

m3
m
m

= 7.92

hrs

Flow Rate to each Basin = K / H

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

Solids Retention Time (SRT) provided


= (N x C) / (Excess Sludge x 1000)

= 7.09

days

Recirculation Ratio provided

= 25%

of Feed Flow
per Basin

Feed Flow to each Basin

= 687.50

m3/hr

Recirculation Flow required = T x S

= 171.88

m3/hr

Capacity of Return Activated Sludge (RAS)


= 175.00
Pump provided
SELECTOR ZONE
Design Flow = Feed Flow + Recirculation
= 862.50
Flow
Hydraulic Retention Time HRT) provided at
= 60
Design Flow

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

ACTUAL OXYGEN REQUIREMENT (AOR) CALCULATIONS


Volume of Sewage to be treated in day
= 16,500

m3

Inlet BOD5

= 250

mg/l

Outlet BOD5

= 10

mg/l

BOD5 removed = C - D

= 240

mg/l

BOD5 removed in a day = A x D / 1000

= 3,960

Kg/day

O2 required for oxidation of BOD

= 1.20

Kg/Kg BOD

O2 required for oxidation of BOD = E x F

= 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

NH3-N nitrified in a day = A x K / 1000

Kg/day

O2 required for nitrification of NH3-N


= 4.56
O2 required for nitrification of NH3-N = L x
= 2,393
M

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

NO3-N that is denitrified


=OP

= 20

Kg/day

Amount of NO3-N that is denitrified


= A x Q / 1000

= 329

Kg/day

O2 credit during de-nitrification of NO3-N

= 2.86

Kg/Kg NO3-N

O2 credit available during de-nitrification


=RxS

= 941

Kg/day

Total O2 required including O2 credit


= 6,203
during de-nitrification = G + N T

4.6
A

STANDARD OXYGEN REQUIREMENT (SOR) CALCULATIONS


Actual Oxygen Transfer Rate (AOTR) under
= 6,203
field conditions

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

CS,T = Oxygen Saturation Concentration in


= 8.24
Clean Water at Temperature 'T'

mg/l

g = Acceleration due to Gravity

= 9.81

m/s2

M = Mole of Air

= 28.97

Kg/Kg-mole

zb = Elevation (Altitude 'H')

= 227

za = Elevation (Altitude Zero)

= 0

R = Universal Gas Constant

= 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

g = Acceleration due to Gravity

= 9.81

m/s2

M = Mole of Air

= 28.97

Kg/Kg-mole

zb = Elevation (Altitude 'H')

= 227

za = Elevation (Altitude Zero)

= 0

R = Universal Gas Constant

= 8,314

Nm/Kg-mole.K

T = Temperature

= 298.15

Kelvin

Hence, Patm,H

= 9.87

Pd = Pressure at the Depth of Air Release


= Patm,H + Effective Aeration Depth

= 13.42

mWC

Ot = Percentage Oxygen Concentration


= 19.00
leaving Tank

18 - 20

Hence, C'S,T,H

= 9.09

mg/l

CL: Operating Oxygen Concentration

= 2.00

mg/l

Contractor

Witness
260

Executive Engineer

CS,20: Dissolved Oxygen Saturation


Concentration in Clean Water at 200 C and = 9.08
1 atm

Table
D,
Appendix D
Pg No 1745

mg/l

: Oxygen Transfer Correction Factor


= 0.65
: Salinity - Surface Tension Correction
= 0.95
Factor

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

Air required at Field Conditions per Basin


=D/(JxKxL)

= 94,715

Nm3/day/Basin

Hours of Aeration per Basin per day

= 12

hr/day/Basin

Air required per hour per Basin = M / N

= 7,893

Nm3/hr/Basin

P
Q

No. of Operating Air Blowers per Basin


Capacity of Air Blowers required = O / P

= 2
= 3,946

Nos.
Nm3/hr

Capacity of Air Blowers provided

= 4,000

Nm3/hr

S
T

Number of Basins per set of Air Blowers


Number of Basins
Number of Operating Air Blowers = P x T /
S
Number of Standby Air Blowers
(50% of Working Air Blowers)

= 2
= 2

Nos.
Nos.

= 2

Nos.

= 1

Nos.

U
V

4.7

SLUDGE WASTING

Specific Sludge Yield

= 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

Sludge to be Wasted per Cycle per Basin =


= 235
E/F
Solids Consistency in the Wasted Sludge
= 0.80%
Volume of Sludge to be Wasted per Cycle
= 29
per Basin = G / (H x 1000)

Cycles/day/
Basin
Kg/day

m3

Considering Running Time pf Surplus


= 15
Activated Sludge (SAS) Pump per Cycle

min

Capacity of SAS Pump required= (I x 60) / J

= 118

m3/hr

Capacity of SAS Pump provided

= 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

Side Water Depth (SWD) provided


Width provided
Length required
Length provided

=
=
=
=
=

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

Design Chlorine Dosage (Max)


Quantity of Chlorine required

=
=
=
=
=
=
=
=
=
=

mg/l

5.2

No. of Working Chlorinator provided


Capacity of Chlorinator required
Capacity of Chlorinator provided
No. of Standby Chlorinator provided
Quantity of Chlorine required
Considering Storage Period as
Contractor

= Average Flow or Decant Flow whichever is more

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

Quantity of Chlorine required


Available Capacity of one Chlorine Tonner
No. of Chlorine Tonners required
Say
No. of Chlorine Tonners in use at any time
Total No. of Chlorine Tonners provided
6
6.1

=
=
=
=
=
=
=
=

49.5 x 30
1485
928
1485 / 928
1.60
2
1
3

SLUDGE HANDLING SYSTEM


CENTRIFUGE FEED SUMP
Quantity of Sludge to be wasted from C= 3762
Tech Basins
Solids Consistency of Waste Sludge
= 0.8%
considered
Volume of Sludge to be wasted in a day
= 3762 / (0.008 x 1000)
= 470
= 19.58
Hydraulic Retention Time (HRT) provided
= 6.00
in Sludge Sump
Volume of Sludge Sump required
= 19.58 x 6

6.2

6.3

Kg
Kg
Nos.
Nos.
Nos.
Nos.

Kg/day

m3/day
m3/hr
hrs

Side Water Depth (SWD) provided


Width provided
Length provided

=
=
=
=

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

Design Air Agitation Rate

= 1.20

m3/hr/m3

Air required for mixing

= 148.50

m3/hr

Number of Working Air Blower considered

= 1

No.

Capacity of each Air Blower required

= 148.50

m3/hr

Capacity of each Air Blower provided

= 150.00

m3/hr

Number of Standby Air Blower provided


Head provided

= 1
= 0.35

No.
Kg/cm2

CENTRIFUGE & CENTRIFUGE FEED PUMPS


Volume of Sludge to be fed to Centrifuge
= 470
in a day

m3/day

No. of Operating Hours of Centrifuge


= 18
considered

hr/day

Capacity of Centrifuge required

m3/hr

Contractor

= 26.20
Witness
263

Executive Engineer

No. of Working Centrifuge considered


Capacity of each Centrifuge required

= 1
= 26.20

Nos.
m3/hr

Capacity of each Centrifuge provided

= 27.00

m3/hr

No. of Standby Centrifuge provided

= 1

No.

Capacity of Centrifuge Feed Pump


= 27.00
provided
No. of Working Centrifuge Feed Pump
= 1
provided

6.4

No. of Standby Centrifuge Feed Pump


= 1
provided
Head provided
= 15
POLYELECTROLYTE DOSING SYSTEM
Quantity of Sludge to be dewatered in a
= 3762
day

m3/hr
Nos.
No.
mWC
Kg/day
Kg/Ton of Dry
Solids
Kg/day

Design Polyelectrolyte Dosage (Max)

= 2.00

Quantity of Polyelectrolyte required


Design Strength of Polyelectrolyte Solution
Volume of Polyelectrolyte Solution

= 7.52
= 0.1%
= 7.52 / (0.001 x 1000)

No. of Dosing Tanks provided

= 7.52
= 2

m3
Nos.

Volume of each Dosing Tank required


Side Water Depth (SWD) provided
Length/Width required
Length/Width offered
Volume provided

=
=
=
=
=

m3
m
m
m
m3

Freeboard provided

= 0.50

3.76
1.50
1.58
1.60
3.84

No. of Working Polyelectrolyte Dosing


= 1
Pump provided

m
Nos.

Capacity of each Polyelectrolyte Dosing


Total Volume of Polyelectrolyte Solution / (No. of Dosing
=
Pump required
Pumps x No. of Hours of Operation of Centrifuge)
= 7.52 / (1 x 18)
= 0.418
= 418

m3/hr
LPH

Capacity of each Polyelectrolyte Dosing


= 570
Pump provided

LPH

No. of Standby Polyelectrolyte Dosing


= 1
Pump provided

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

Sewage Treatment plant Unit

A-1

Intermediate Pumping Station (old Disposal Works in Punjab Territory)

Design, construction, erection, testing and commissioning of IPS with


following components:-

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

Sewage Treatment plant Unit

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

Disposal Works / Main Pumping Station


Design, construction, erection, testing and commissioning of MPS 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 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

Sewage Treatment plant Unit

Unit

Qty

Rate to be
quoted by
the
contractor

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 MPS 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.
A-3

SEWAGE TREATMENT PLANT

(i)

Design, construction, erection, testing & commissioning of 16.50 MLD capacity


Sewage Treatment Plant based on Sequential Batch Reactor (SBR) Technology
complete in all respect including disposal of treated effluent by pumping,
Landscaping, MCC Panel Room & all other contingent Electrical, Mechanical,
Piping & Instrumentation works. With PLC & SCADA Arrangement for STP, MPS &
IPS along with Synchronizing it with each other.

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

TRANSFORMER, D.G. SET & FENCED ENCLOSURES INCLUDING BLOWER


a) Design, Supply & Erection of 1No. Transformers of 315 KVA & 1 No. 630 KVA
capacity of standard make outdoor type, V.C.B. Panel (only for 630 KVA
transformer), G.O. Switch, H.T. Metering Panels, APFC Panels along with for each
Transformer, 11KV Substation, entire cable network from G.O. Switch to H.T.
Metering equipment and from H.T. Metering to Transformer Main to L.T. Panel,
Earthing, safety equipment and any other contingent thereto complete in all
respect as per DNIT at IPS, Punjab Territory & STP site at Chautala road and
getting it passed from Chief Electrical Officer.

Contractor

Witness
267

job

Executive Engineer

Sewage Treatment plant Unit

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

Construction of HT / LT Panel room, PLC room, Centrifuge house, blower room


and Lab cum office building with toilet block etc. as per drawings attached in
DNIT at IPS & STP site

Per sqm

599
sqm

A-6

Treated effluent pipe line


Per

4000

Sr.
No

Providing, Laying, Jointing, Cutting, Testing and Commissioning of 1000mm


diameter RCC Pipe sulphate resistant NP-3 as per IS: 458-1988 with spigot and
socketed, joints manufactured with ISI marked Sulphate resistant cement as per
IS: 12330 including excavation, supporting pillars if any complete. One rubber
ring ISI marked anti termite shall be supplied free of cost with each length of
complete in all respects (on pillars).

A-7

Rate to be
quoted by
the
contractor

meter

OPERATION & MAINTENANCE


The rate to be quoted shall include operation & maintenance of MPS, STP, IPS
units and Roads, Staff Quarters, office building with toilet block & Boundary Wall
etc. as illustrated in the scope of work (including one existing DG set of 160KVA
at IPS, Punjab Territory).
a) For One Year defect liability period immediately after expiry of three months
trial period.

Per year

1 Year

b) For 1st Year O&M after completion of defect liability period.

Per year

1 Year

c) For 2nd Year O&M after completion of defect liability period

Per year

1 Year

d) For 3rd Year O&M after completion of defect liability period

Per year

1 Year

e) For 4th Year O&M after completion of defect liability period

Per year

1 Year

f) For 5th Year O&M after completion of defect liability period

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%

After completion and satisfactory testing, commissioning of main

10%

pumping station / sewage treatment plant up to the satisfaction of the


Engineer in- Charge after trial run period
Detailed Breakup of Price of SBR Based STP for Capital Works (For payment purpose only)
S.No
1

Process Units & Buildings


INLET Chamber / Stilling Chamber

Percentage
2%

Fine Screen Chambers

2%

Grit Chambers

6%

SBR Reactors

49%

Sludge Sump

2%

DWPE Dosing Tank

1%

Sludge Pump House

2%

Centrifuge Shed

4%

Sludge Storage Platform

1%

Contractor

Witness

Executive Engineer

10

Operations Building & Toilet Block for Works

7%

11

Process Piping & Drain Piping

8%

12

Chlorine Contact Tank, Chlorine Mixing Tank

4%

13

Tonner Shed and Chlorination Room

4%

14

Treated Effluent (Sump + Pump House)

2%

16

External (Service) Water Supply in the Plant

1%

17

External Sewerage System

2%

18.

Site Development

1%

19.

Painting, Whitewashing and allied works

2%

(B) Mechanical Works


S.No
1

Item
Fine Screen

Mechanical Detritor

5%

Air Blowers (SBR)

11%

Fine Bubble Diffusers

15%

Decenters

22%

RAS Pumps

1%

SAS Pumps

1%

Air Blowers (Sludge Sump)

1%

Centrifuge Feed Pumps

1%

10

Centrifuge Units

8%

11

Polyelectrolyte Agitator

1%

12

Polyelectrolyte Dosing Pumps

1%

Contractor

Percentage
3%

Witness

Executive Engineer

13

Electric Hoist / Chain Pulley Block etc

2%

14

Manual & Auto Valves for the Plant, Control Gates ( Sluice Gates)

10%

15

Chlorination System

10%

16

Laboratory Equipment

2%

17

Submersible Treated Effluent Pump

4%

18

Plant utilities

2%

(c) Electrical Works


S.No
1.

Item
HT Breaker Panel

2.

Transformer & Panel

10%

3.

DG Set

25%

4.

Main PCC with APFC

10%

5.

Sub MCC & DB

12%

6.

PLC SCADA

10%

7.

Instrumentation

8%

8.

Cabling & Earthing

12%

9.

Plant Lighting

6%

Contractor

Percentage
7%

Witness

Executive Engineer

HSR ITEMS (INTERMEDIATE PUMPING STATION, PUNJAB TERRITORY)


BOUNDARY WALL
Detail Cost for Brick Masonry Boundary wall for Existing Intermediate Pumping Station ( 1.52 mtr high)
S.
No.
1

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

Damp proof course 25 mm thick of cement 1:2:4 using


stone aggregate 40 mm nominal size with 2 coats of
bitumen 20/30 penetration at 1.65 kg. per sm laid not
and sand
468.28 x 0.23

Contractor

Ceiling
premium

First class brick work laid in cement sand mortar 1:6 in


foundation and plinth.
468.28 x 0.45 x 0.34
468.28 x 0.34 x 0.34
468.28 x 0.23 x 0.68

Amount

Cement concrete 1:4:8 with Stone aggregate 40 mm


nominal size in foundation and plinth.
468.28x0.60x0.10

Rate

Earth work in excavation in foundation trenches etc., in


all kind of soils not exceeding 2 Mtrs. depth including
dressing of bottom and sides of trenches excavation and
subsequent 15 cum layers with compaction, disposal of
all surplus soil, as directed with in a lead of of 30 meters
for depth upto 2 meters below natural ground level.
468.28x0.60x0.91

Unit

Witness

Executive Engineer

6
7

11.7

15.6
15.60

First class brick work laind in cement moratr 1:6 in first


storey upto 4 metre above plinth level
468.28x 0.23 x 1.37

147.56

cum

414.45

61156

600%

428094

12 mm thick cement plaster 1:5


468.28 x 1.37

641.54

sqm

11.60

7442

500%

44651

711.79

sqm

9.90

7047

500%

42280

Cement pointing 1:2 deep variety on brick and tile work


468.28 x 1.52

Total

Contractor

Witness

1155968

Executive Engineer

CEMENT CONCRETE PATHWAY


Construction of Cement Concrete Path, size 335 mtr x 3.0mtr
S.
No.

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

Design Mix Cement Concrete of Grade M-25 with


minimum cement contents 405kg/cum in foundation and
plinth
335 x 3.0 x 0.25

251.25

251.25

Total

Contractor

Amount

Cement concrete 1:4:8 with Stone aggregate 20 mm


nominal size in foundation and plinth.
335x3.0x0.15

Rate

Earth work in excavation in foundation trenches etc., in


all kind of soils not exceeding 2 Mtrs. depth including
dressing of bottom and sides of trenches excavation and
subsequent 15 cum layers with compaction, disposal of
all surplus soil, as directed with in a lead of of 30 meters
for depth upto 2 meters below natural ground level.
335x3.0x0.10

Unit

Witness

1431942

Executive Engineer

STAFF QUARTER

7.

8.

6.6

Earth work in excavation in


foundation trenches etc., in all
kind of soils not exceeding 2
mtrs. depth including dressing of
bottom and sides of trenches
stacking the excavated soils clear
from the edge of excavation &
subsequent
filling
around
masonry
10.34
Cement concrete 1:5:10 with
brick ballast 40 mm nominal size
in foundation and plinth.
11.1
First class brick work laid in
cement sand mortar 1:7 in
Foundation & Plinth
11.6
First class brick work laid in
cement sand mortar 1:7 in First
storey up to 4 meters above
plinth level & Plinth level
10.114 DPC 40mm thick of cement
concrete 1:2:4 suing stone
aggregate as per HSR
10.82
Cement concrete 1:2:4 with
stone aggregate 20mm Nominal
size for reinforcement concrete
work in slab With inclination not
exceeding
25
degree
with
horizontal
excluding
steel
reinforcement
but
including
centering & shuttering laid in
position, complete in
10.86
Cement concrete 1:2:4 with
stone aggregate 20mm nominal
size for reinforced concrete work
for walls exceeding 20 cm
thickness (straight and curved)
beams girders, stairs columns
(square or rectangular) battens
and inlets etc. excluding steel
reinforcement
10.89
Cement concrete 1:2:4 with
stone aggregate 20mm nominal
size for reinforced concrete work
in facias parapets and other thin
vertical sections, not covered by
item Nos. 10.82,10.86 to 10.88
Contractor

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

not exceeding10 cm thickness


excluding steel reinforcement but
excluding
centering
and
shuttering
laid
in
position
complete in all respect.
11.43 cm thick brick wall laid in 60
cement sand mortar 1:4 in
superstructure.
Terracing consisting of tiles 22.86 160
cm x 11.43 cm x 3.81 cm laid
over 87.50 mm mud filling on a
layer of 25mm mud plaster and
an othr layer of mud mortar for
laying the tiles including two
coats of bitumen laid hot at 1.65
Kg per sqm on top of RCC slab
Providing and fixing cast iron rain
water non pressure Pipe, I.S.I.
mark with screw and wooden
plugs fixed 1:2 Excluding head
and shoe, etc.
100mm Dia Pipe
28
Providing and fixing cast iron
4
head for rain water pipe wooden
plugs fixed on wall face including
filling the joints with spun yarn
and cement mortar 1:2
Providing and fixing cast iron
4
shoe for 100mm dia rain water
pipe on wooden opluge fixed on
wall face including filling the
joints with spun yarn and cement
mortar 1:2
Top khurra 0.6 m x 0.6m for rain
4
water pipe in 25 mm thick
cement concrete 1:2:4 over
50mm thick cement concrete
1:8:16
Bottom khurra on ground 1.2m x
4
0.6m consisting of brick on edge
laid in cement mortar 1:3 over 75
mm cement concrete 1:8:16
including 12mm thick cement
plaster 1:3
Conglomerate floor 40mm thick 160
cement
concrete
1:2:4
on
100mm cement concrete 1:8:16
Witness

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

and 100mm sand or stone filling


Prov. & fixing glass strips, 4mm 220
thick in floor
a) 40mm wide
12mm thick cement plaster 1:5
700

Sqm

11.60

8120

500%

40600

48720

19 15.52

10mm thick cement plaster 1:4

100

Sqm

12.65

1265

500%

6325

7590

20 15.60

Cement pointing 1:2 deep variety 800


on brick and tile work.
White wash three coats
900

Sqm

9.90

7920

500%

39600

47520

Sqm

1.25

1125

230%

2588

3713

Finishing walls with exterior 800


decorative cement based paints
such as snowcem, Robbiacem
etc. on new work, two coats to
give an even shade
Applying pink primer or aluminum 90

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

priming coat on wood work including


preparation of surface, knotting and
stopping etc
Painting two coats excluding priming
coat with synthetic enemal paint in
all shades on new wood work or
metallic or plastered or concrete
surface to give an even shade.

Chowkets of commercial hard


wood such as hillock champ,
chikrassy and chaplash, etc,
(Non-coniferous timber other
than teak conforming to I.S
specification no.
1003 kiln
seasoned), of doors and window
including iron hold fasts corner
straps screws, bolts for hold fasts
etc complete fixed in position
Commercial hard wood such as
hollock, champ, Chiksassy and
champlash, etc. (Non-coniferous
timber
Other
than
teak
conforming to I.S. specification
No.1003 Kiln seasoned, shutters
with vertical styles and rails, With
2 Nos. plywood panels
a) 35mm thick (12mm thick
commercial plywood panel.

Witness

Executive Engineer

27 18.22

28 18.38

29 31.1

Fe. 500 EQR TMT steel bars for


RCCks, where not included in the
complete rate of RCC including
bending binding and placing in
position complete
Providing & fixing fan hooks 80
cm long of required shape and
size :L.R
Wiring in 1.5 sq. mm. PVC
insulated aluminum conductor
cable in 1.6 mm thick conduit
pipe.
i) Fan Point

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

viii) 3 pin 5/15 amp., multi plug


point including earthing the 3rd pin
etc., with 4 sa.mm PVC insulated
aluminum conductor cable
a) Short Point

12

Each

93.00

1116

130%

1451

2567

Supply and erection of miniature


circuit breaker/isolator 240/415 V
in the existing distribution board
including
making
necessary
connections:a)Miniaturecircuitbreakersof9K.A.
breaking capacity
i) 0.5 amp. to 4 amp.

Each

112

448

30%

134

582

ii) Light Point

30 31.17

TOTAL

Contractor

1165200

Witness

Executive Engineer

RISING MAIN

Sr.no

HSR
Item
No.

Description

6.8

Excavation for pipelines running under pressure in trenches and


pits, in open areas, where disposal of surplus earth is done
along with the alignment including trimming & dressing sides,
leveling of beds of trenches to correct grade, cutting joint holes,
cutting trees and bushes, etc., refilling consolidation and
watering of refill, in 15cm layers and restoration of unmetalled
or unpaved surface to its original condition, including the cost of
dewatering of rain water, diversion of traffic, night signals,
fixing caution boards, watching, fencing etc., and outside the
town in ordinary soil.

(a)

Without timbering and shoring upto 1.5mtr depth


5310 x 0.90 x 1.70 = 8124.30 cum

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

Stringing out C.I/D.I. Pipes and specials castings along trenches


and laying the same in trenches to correct, alignment and
gradients including cartage from divisional stores or nearest
railway station to site of works and return of pieces of pipes to
stores.
500mm internal diameter pipeline laid complete

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

PROPOSES SEWAGE TREATMENT PLANT


BOUNDARY WALL
Detail Cost for Brick Masonry Boundary wall ( 1.52 mtr high)

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

Damp proof course 25 mm thick of cement 1:2:4 using


stone aggregate 40 mm nominal size with 2 coats of
bitumen 20/30 penetration at 1.65 kg. per sm laid not
and sandel
335 x 0.23

Contractor

Amount

First class brick work laid in cement sand mortar 1:6 in


foundation and plinth.
335x 0.45 x 0.34
335 x 0.34 x 0.34
335 x 0.23 x 0.68

Rate

Cement concrete 1:4:8 with Stone aggregate 40 mm


nominal size in foundation and plinth.
335x0.60x0.10

Unit

Earth work in excavation in foundation trenches etc., in


all kind of soils not exceeding 2 Mtrs. depth including
dressing of bottom and sides of trenches excavation and
subsequent 15 cum layers with compaction, disposal of
all surplus soil, as directed with in a lead of of 30 meters
for depth upto 2 meters below natural ground level.
335x0.60x0.91

Quantity

Witness

Executive Engineer

11.7

15.6

15.60

First class brick work laind in cement moratr 1:6 in first


storey upto 4 metre above plinth level
335 x 0.23 x 1.37

105.56

cum

414.45

43749

600%

306245

12 mm thick cement plaster 1:5


335 x 1.37

458.95

sqm

11.60

5324

500%

31943

509.2

sqm

9.90

5041

500%

30246

Cement pointing 1:2 deep variety on brick and tile work


335 x 1.52

Total

Contractor

Witness

826934

Executive Engineer

CEMENT CONCRETE PATHWAY


Construction of Cement Concrete Path, size 550 mtr x 5.0mtr
S.
No.

HSR
Item
No.

Description

6.6

Earth work in excavation in foundation trenches etc., in


all kind of soils not exceeding 2 Mtrs. depth including
dressing of bottom and sides of trenches excavation and
subsequent 15 cum layers with compaction, disposal of
all surplus soil, as directed with in a lead of of 30 meters
for depth upto 2 meters below natural ground level.
550x5.0x0.10

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

Cement concrete 1:4:8 with Stone aggregate 20 mm


nominal size in foundation and plinth.
550x5.0x0.15

Quantity

Design Mix Cement Concrete of Grade M-25 with


minimum cement contents 405kg/cum in foundation and
plinth
550 x 5.0 x 0.25

687.5

687.5

Total

Contractor

Witness

3918248

Executive Engineer

Staff Quarter, 440 Sqft


1

7.

8.

6.6

Earth work in excavation in


foundation trenches etc., in all
kind of soils not exceeding 2 mtrs.
depth including dressing of bottom
and sides of trenches stacking the
excavated soils clear from the
edge of excavation & subsequent
filling around masonry
10.34
Cement concrete 1:5:10 with brick
ballast 40 mm nominal size in
foundation and plinth.
11.1
First class brick work laid in
cement sand mortar 1:7 in
Foundation & Plinth
11.6
First class brick work laid in
cement sand mortar 1:7 in First
storey up to 4 meters above plinth
level & Plinth level
10.114 DPC 40mm thick of cement
concrete
1:2:4
suing
stone
aggregate as per HSR
10.82
Cement concrete 1:2:4 with stone
aggregate 20mm Nominal size for
reinforcement concrete work in
slab With inclination not exceeding
25
degree
with
horizontal
excluding steel reinforcement but
including centering & shuttering
laid in position, complete in
10.86
Cement concrete 1:2:4 with stone
aggregate 20mm nominal size for
reinforced concrete work for walls
exceeding
20
cm
thickness
(straight and curved) beams
girders, stairs columns (square or
rectangular) battens and inlets
etc. excluding steel reinforcement
10.89
Cement concrete 1:2:4 with stone
aggregate 20mm nominal size for
reinforced concrete work in facias
parapets and other thin vertical
sections, not covered by item Nos.
10.82,10.86
to
10.88
not
exceeding10
cm
thickness
excluding steel reinforcement but
excluding centering and shuttering
laid in position complete in all
respect.
11.48 11.43 cm thick brick wall laid in
cement sand mortar 1:4 in
Contractor

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

Terracing consisting of tiles 22.86 160


cm x 11.43 cm x 3.81 cm laid over
87.50 mm mud filling on a layer of
25mm mud plaster and an othr
layer of mud mortar for laying the
tiles including two coats of
bitumen laid hot at 1.65 Kg per
sqm on top of RCC slab

Sqm

52.95

8472

600%

50832

59304

11 13.45

Providing and fixing cast iron rain


water non pressure Pipe, I.S.I.
mark with screw and wooden
plugs fixed 1:2 Excluding head
and shoe, etc.
100mm Dia Pipe

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

Providing and fixing cast iron head


4
for rain water pipe wooden plugs
fixed on wall face including filling
the joints with spun yarn and
cement mortar 1:2
Providing and fixing cast iron shoe
4
for 100mm dia rain water pipe on
wooden opluge fixed on wall face
including filling the joints with
spun yarn and cement mortar 1:2
Top khurra 0.6 m x 0.6m for rain
4
water pipe in 25 mm thick cement
concrete 1:2:4 over 50mm thick
cement concrete 1:8:16
Bottom khurra on ground 1.2m x
4
0.6m consisting of brick on edge
laid in cement mortar 1:3 over 75
mm cement concrete 1:8:16
including 12mm thick cement
plaster 1:3
Conglomerate floor 40mm thick 160
cement concrete 1:2:4 on 100mm
cement concrete 1:8:16 and
100mm sand or stone filling
Prov. & fixing glass strips, 4mm 220
thick in floor
a) 40mm wide
12mm thick cement plaster 1:5
700

Sqm

11.60

8120

500%

40600

48720

19 15.52

10mm thick cement plaster 1:4

100

Sqm

12.65

1265

500%

6325

7590

20 15.60

Cement pointing 1:2 deep variety 800


on brick and tile work.

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

White wash three coats

900

Sqm

1.25

1125

230%

2588

3713

22 16.61

Finishing walls with exterior 800


decorative cement based paints
such as snowcem, Robbiacem etc.
on new work, two coats to give an
even shade
Applying pink primer or aluminum 90

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

priming coat on wood work including


preparation of surface, knotting and
stopping etc
Painting two coats excluding priming
coat with synthetic enemal paint in all
shades on new wood work or metallic
or plastered or concrete surface to
give an even shade.

Chowkets of commercial hard


wood such as hillock champ,
chikrassy and chaplash, etc, (Nonconiferous timber other than teak
conforming to I.S specification no.
1003 kiln seasoned), of doors and
window including iron hold fasts
corner straps screws, bolts for
hold fasts etc complete fixed in
position
Commercial hard wood such as
hollock, champ, Chiksassy and
champlash, etc. (Non-coniferous
timber Other than teak conforming
to I.S. specification No.1003 Kiln
seasoned, shutters with vertical
styles and rails, With 2 Nos.
plywood panels
a) 35mm thick (12mm thick
commercial plywood panel.

Fe. 500 EQR TMT steel bars for


RCCks, where not included in the
complete rate of RCC including
bending binding and placing in
position complete
Providing & fixing fan hooks 80 cm
long of required shape and size
:L.R
Wiring in 1.5 sq. mm. PVC
insulated aluminum conductor
cable in 1.6 mm thick conduit pipe.
i) Fan Point

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

viii) 3 pin 5/15 amp., multi plug


point including earthing the 3rd pin
etc., with 4 sa.mm PVC insulated
aluminum conductor cable
b) Short Point

12

Each

93.00

1116

130%

1451

2567

Supply and erection of miniature


circuit breaker/isolator 240/415 V
in the existing distribution board
including
making
necessary
connections:a)Miniaturecircuitbreakersof9K.A.b
reaking capacity
i) 0.5 amp. to 4 amp.

Each

112

448

30%

134

582

b) Medium Point
ii) Light Point

30 31.17

TOTAL

1165200

Cost of 1 No. Staff Quarter of 440 sq ft area = Rs. 1165200


Cost of 2 No. Staff Quarter of 440 sq ft area = 2 x 1165200 = Rs. 2330400.00

Contractor

Witness

Executive Engineer

Basis of Design for STP & Machinery


Total Population of Dabwali as per 2001 census

53811 persons

Population served under old disposal work in Punjab territory

26242 persons

Population served under disposal work on Chautala Road

27569 persons

i) For old disposal work in Punjab territory

35427 persons

ii) For disposal work on Chautala Road

37218 persons

Present Population @2.5% increase per year

Projected population @50% increase over present population for next 15 years
i) For old disposal work in Punjab territory

53141 persons

ii) For disposal work on Chautala Road

55827 persons

Projected population @80% increase over present population for next 30 years
i) For old disposal work in Punjab territory

63769 persons

ii) For disposal work on Chautala Road

66992 persons

Sewage reaches into old disposal works in Punjab territory with Peak Factor 2.25
63769 x 155 x 0.8 = 7907356litres =

7.91 MLD , Say 8.00 MLD

Sewage reaches into disposal works on Chautala Road with Peak Factor 2.25
66992 x 155 x 0.8 = 8307008 litres =

8.31 MLD, Say 8.50 MLD

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.

Existing Intermediate Pumping Station, Punjab Territory


Sub Head No.1
Sub Head No. 2
Sub Head No. 3

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

Corrigendum/Addendum to the DNIT for Construction of IPS in


Punjab Territory, MPS and STP of 16.50 MLD at Chautala Road,
Dabwali.
Reference your letter No. 8897 dated 11.09.2014, on the subject noted above.
The approval of the Engineer-in-Chief, Haryana for clarifictions raised by

various agencies/firms/contractor regarding discripencies in the DNIT of construction of IPS in


Punjab territory, MPS and STP of 16.50 MLD at Chautala road, Dabwali is hereby conveyed
and reproduced as under:A) Clarification regarding DNIT clauses :Sr.
No

1.

DNIT Clause
No.
Notice
inviting
tender

2.

Eligibility
Criteria

3.

2.27 (g) and


(h) (Deduction
of Taxes)

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

All gantries shall be electrically operated

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

Executive Engineer (U)


Engineer-in-Chief, Haryana,
PHED,Panchkula.

CC to CHD(U) for information please.

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

Sewage Treatment plant Unit

A-1

Intermediate Pumping Station (old Disposal Works in Punjab


Territory)

Design, construction, erection, testing and commissioning of


IPS with following components:-

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, providing and
3
3
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
Contractor

Witness

Executive Engineer

Sewage Treatment plant Unit

Sr.
No

Unit

Qty

Complete
Job

1 Job

Rate to be
quoted by
the
contractor

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 Department before
actual execution of work.
3. All DI pipes within the campus at IPS will be provided
by the Agency.
A-2

Disposal Works / Main Pumping Station


Design, construction, erection, testing and commissioning of
MPS 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
meters, landscaping of the campus, providing and
3
3
installing 1 No. of 720mt / hour, 2 No. of 360mt / hour
3
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

Contractor

Witness

Executive Engineer

Sewage Treatment plant Unit

Sr.
No

Unit

Qty

Complete
job

1No. job

Rate to be
quoted by
the
contractor

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.
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 MPS
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.
A-3

SEWAGE TREATMENT PLANT

(i)

Design, construction, erection, testing & commissioning of 16.50


MLD capacity Sewage Treatment Plant based on Sequential Batch
Reactor (SBR) Technology complete in all respect including
disposal of treated effluent by pumping, Landscaping, MCC Panel
Room & all other contingent Electrical, Mechanical, Piping &
Instrumentation works. With PLC & SCADA Arrangement for STP,
MPS & IPS along with Synchronizing it with each other.

Contractor

Witness

Executive Engineer

Sr.
No

Sewage Treatment plant Unit

(ii)

Providing and Installing 13 CCTV Cameras (8 Cameras for STP and


5 Cameras for IPS) complete as per satisfaction of the Engineer inCharge, 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.

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) Design, Supply & Erection of 1No. Transformers of 315 KVA & 1


No. 630 KVA capacity of standard make outdoor type, V.C.B. Panel
(only for 630 KVA transformer), G.O. Switch, H.T. Metering Panels,
APFC Panels along with for each Transformer, 11KV Substation,
entire cable network from G.O. Switch to H.T. Metering equipment
and from H.T. Metering to Transformer Main to L.T. Panel, Earthing,
safety equipment and any other contingent thereto complete in all
respect as per DNIT at IPS, Punjab Territory & STP site at Chautala
road and getting it passed from Chief Electrical Officer.
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.
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.

A-5

Construction of HT / LT Panel room, PLC room, Centrifuge house,


blower room and Lab cum office building with toilet block etc. as per
drawings attached in DNIT at IPS & STP site

A-6

Treated effluent pipe line


Providing, Laying, Jointing, Cutting, Testing and Commissioning of
1000mm diameter RCC Pipe sulphate resistant NP-3 as per IS: 4581988 with spigot and socketed, joints manufactured with ISI
marked Sulphate resistant cement as per IS: 12330 including
excavation, supporting pillars if any complete. One rubber ring ISI
marked anti termite shall be supplied free of cost with each length
of complete in all respects (on pillars).

Contractor

Witness

job

Complete
job

1 Job

Complete
job

1 Job

Per sqm

599
sqm

Per

4000

meter

Executive Engineer

Sewage Treatment plant Unit

Unit

Qty

Per year

1 Year

b) For 1st Year O&M after completion of defect liability period.

Per year

1 Year

c) For 2nd Year O&M after completion of defect liability period

Per year

1 Year

d) For 3rd Year O&M after completion of defect liability period

Per year

1 Year

e) For 4th Year O&M after completion of defect liability period

Per year

1 Year

f) For 5th Year O&M after completion of defect liability period

Per year

1 Year

Sr.
No

A-7

Rate to be
quoted by
the
contractor

OPERATION & MAINTENANCE


The rate to be quoted shall include operation & maintenance of
MPS, STP, IPS units and Roads, Staff Quarters, office building with
toilet block & Boundary Wall etc. as illustrated in the scope of work
(including one existing DG set of 160KVA at IPS, Punjab Territory).
a) For One Year defect liability period immediately after expiry of
three months trial period.

Total A-1 to A- 7
In words

Contractor

Witness

Executive Engineer

Contractor

Witness

Executive Engineer

Contractor

Witness

Executive Engineer

Contractor

Witness

Executive Engineer

Note :The clarification, if any required shall


be submitted to Executive Engineer, Public
Health Engg. Divn. No. 1, Sirsa at least 7
days prior to the date of start of online bid
preparation. The request received thereafter
will not be entertained.

Contractor

Witness

Executive Engineer

Contractor

Witness

Executive Engineer

You might also like