bid document - Government of Haryana eProcurement | Works Tender

Transcription

bid document - Government of Haryana eProcurement | Works Tender
BID DOCUMENT
ongc
FOR
Providing sewerage scheme & Construction of Sewage Treatment Plant for
Haily Mandi Town of District Gurgaon “Designing, construction, erection,
testing & commissioning of automatic & PLC controlled with SCADA 5.50 MLD
Main Pumping Station, construction of automatic & PLC controlled with
SCADA 5.50 MLD Sewage Treatment Plant based on Moving Bed Biological
Reactor Technology (Attached Growth Process), including Tertiary Treatment
(Dual Bed Filters), Disposal of sludge and Disposal treated effluent into Nala
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
MPS & Sewage Treatment Plant including Operation & Maintenance for 12
months during defect liability period after trail run of 3 months and five years
thereafter at Haily Mandi Town of District Gurgaon (Under State Plan)”.
Amount: Rs. 690.00 Lacs.
EXECUTIVE ENGINEER PUBLIC HEALTH ENGINEERING
DIVISION SOHNA, HARYANA
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, Sohna
Notice Inviting Tender
No. ________________
1.
Dated: ____________
Online bids are hereby invited on behalf of Governor of Haryana for the works mentioned
below:-
E-Tender No.
Providing sewerage scheme & Construction of Sewage Treatment Plant for Haily
Mandi Town of District Gurgaon “Designing, construction, erection, testing & commissioning of
automatic & PLC controlled with SCADA 5.50 MLD Main Pumping Station, construction of
automatic & PLC controlled with SCADA 5.50 MLD Sewage Treatment Plant based on Moving Bed
Biological Reactor Technology (Attached Growth Process), including Tertiary Treatment (Dual Bed
Filters), Disposal of sludge and Disposal treated effluent into Nala 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
MPS & Sewage Treatment Plant including Operation & Maintenance for 12 months during defect
liability period after trail run of 3 months and five years thereafter at Haily Mandi Town of District
Gurgaon (Under State Plan)”.
Estimated Cost
SR. No.
of work
1.
Rs. 690 Lacs
Time Limit
12 Months
Earnest Money
Rs. 1380000/-
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 :- ……….at 15:01 to …….. at 15.00
b.
Bid Preparation , EM Deposit, Submission of Bid- (Ist stage):- …. at 15:01 to
………….at 15.00.
c.
Submission of bid- (IInd & Final stage):- ……….. at 15:01 to ………….. 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
Public Health Engg.
Division, Sohna.
SECTION-1
PUBLIC HEALTH ENGINEERING DEPARTMENT, HARYANA
PUBLIC HEALTH ENGINEERING DIVISON, SOHNA
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 Department/Board/Corporation of Central Government or any State Government
on the date of calling of tender as per the eligibility criteria.
Sr.
No.
1
Estimated
Name of Work
Cost
Rs. in Lacs
Providing sewerage scheme &
690
Construction of Sewage Treatment
Plant for Haily Mandi Town of
District
Gurgaon
“Designing ,
construction, erection, testing &
commissioning of automatic & PLC
controlled with SCADA 5.50 MLD
Main
Pumping
Station,
construction of automatic & PLC
controlled with SCADA 5.50 MLD
Sewage Treatment Plant based on
Moving Bed Biological Reactor
Technology
(Attached
Growth
Process),
including
Tertiary
Treatment (Dual Bed Filters),
Disposal of sludge and Disposal
treated effluent into Nala 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 MPS &
Sewage Treatment Plant including
Operation & Maintenance for 12
months during defect liability period
after trail run of 3 months and
five years thereafter at Haily
Mandi Town of District Gurgaon
(Under State Plan)”.
Earnest
Money
Rs. in Lacs
13.80
Time of Completion
12
months
for
Completion, include one
month for submission of
design and drawings by
the
contractors
and
thereafter one month for
approval by competent
authority Operation &
Maintenance
for
12
months during defect
liability period after trail
run of 3 months and five
years thereafter.
B) 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.
Time Limit
:
Closing Date of Sale of Tender
:
Date of Opening of Pre-qualification Documents
:
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.
1
Eligibility Criteria
Supporting Documents to be submitted
along with Bid
Experience of having successfully
completed similar works in India /
Abroad, 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:
(a) Three similar completed works,
costing not less than the amount equal
to 40%of the DNIT Cost or 40% of the
Capacity of the Plant,
Details of STP Works during the last Seven
years. The documents should include duly
attested 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.
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,
If the operation and maintenance of STP,
constructed by the bidders, have not been
in the bidder’s scope, the bidder may
arrange a certificate from the client as well
as analysis report from the Pollution Control
or
Board that, these STP, constructed by the
(c) One similar completed work, costing bidder, are successfully operating as on
not less than the amount equal to 80% date of submission of bid, since the
of the DNIT Cost or 80% of the capacity commissioning of these plants. However, in
that case, bidders will also have to submit
of the Plant.
O&M experience certificate of other STP of
at least equivalent capacity, as required in
the bid document.
Sr.
No.
Eligibility Criteria
Supporting Documents to be submitted
along with Bid
2.
Item No. 2 Deleted
Item No. 2 Deleted
3.
Item No. 3 Deleted
Item No. 3 Deleted
4
The Bidder should provide details of Affidavit.
litigation during past 3 financial years.
5
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
Certified copies of Balance Sheets, Profit &
Loss Accounts, Income Tax Returns and
Assessment Orders for the last 3 financial
years.
Note:A) Similar completed work is defined 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.
B) 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
One year old
Two years old
Three years old
Four years old
Five years old
Six years old
Seven years old
Multiplying Factor
1.10
1.21
1.33
1.46
1.60
1.76
1.94
3. The applicant’s 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.
4. 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.
5. The Agency shall have sufficient experience for Designing, Providing Key Equipments 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.
6. 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.
7. 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 Distt. Gurgaon.
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 cost 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, Sohna, 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.
16. 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 Engineering Division,
Sohna, Haryana
GUIDELINES FOR JOINT VENTURE
Following stipulations shall be applicable for Joint Venture (JV) of firms (hereinafter Called JV).
Separate Identity/Name should be given to the Joint Venture firm.
Number of members in a JV firm shall not be more than three.
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
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.
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.
General Conditions:
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.
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.
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.
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.
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.
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.
Memorandum of Understanding Joint Venture Agreement
The Memorandum of Understanding (MOU) between JV partners shall be submitted along with the
bid.
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.
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.
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-in-charge 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:
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.
The attested copies of documents in support of the JV should be submitted.
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.
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.
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.
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:
The Bids from the Joint Ventures are acceptable as per the guidelines attached.
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.
1
Eligibility Criteria
Supporting
Documents
submitted along with Bid
to
be
Experience of having successfully
completed similar works in India /
Abroad, 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:(a) Three similar completed works,
costing not less than the amount equal
to 40%of the DNIT Cost or 40% of the
Capacity of the Plant,
Details of STP Works during the last Seven
years. The documents should include duly
attested 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.
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,
If the operation and maintenance of STP,
constructed by the bidders, have not been
in the bidder’s scope, the bidder may
arrange a certificate from the client as well
as analysis report from the Pollution Control
or
Board that, these STP, constructed by the
bidder, are successfully operating as on
(c) One similar completed work, costing
date of submission of bid, since the
not less than the amount equal to 80%
commissioning of these plants. However, in
of the DNIT Cost or 80% of the capacity
that case, bidders will also have to submit
Sr.
No.
Eligibility Criteria
Supporting
Documents
submitted along with Bid
to
be
of the Plant.
O&M experience certificate of other STP of
at least equivalent capacity, as required in
the bid document.
2
Item No. 2 Deleted
Item No. 2 Deleted
3.
Item No. 3 Deleted
Item No. 3 Deleted
4
The Bidder should provide details of Affidavit.
litigation during past 3 financial years.
5
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
Certified copies of Balance Sheets, Profit &
Loss Accounts, Income Tax Returns and
Assessment Orders for the last 3 financial
years.
Note:A) Similar completed work is defined 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.
B) 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
One year old
Two years old
Three years old
Four years old
Five years old
Six years old
Seven years old
Multiplying Factor
1.10
1.21
1.33
1.46
1.60
1.76
1.94
Note:
Contractual payments received by a member in an earlier JV firm shall be reckoned only to the extent
of the concerned member’s share in that JV firm for the purpose of satisfying compliance of the
abovementioned financial eligibility criteria in tender under consideration.
The JV shall qualify in all items of Essential Qualifying Criteria to get short-listed.
PUBLIC HEALTH ENGINEERING DEPARTMENT, HARYANA
PUBLIC HEALTH ENGINEERING DIVISON, Sohna
NOTICE INVITING E-TENDERING
Online bids are hereby invited on behalf of Governor of Haryana for the following work as mentioned
below:-
Providing sewerage scheme & Construction of Sewage Treatment Plant for Haily Mandi Town
of District Gurgaon “Designing , construction, erection, testing & commissioning of automatic
& PLC controlled with SCADA 5.50 MLD Main Pumping Station, construction of automatic &
PLC controlled with SCADA 5.50 MLD Sewage Treatment Plant based on Moving Bed
Biological Reactor Technology (Attached Growth Process), including Tertiary Treatment (Dual
Bed Filters), Disposal of sludge and Disposal treated effluent into Nala 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 MPS & Sewage Treatment Plant including Operation & Maintenance
for 12 months during defect liability period after trail run of 3 months and five years
thereafter at Haily Mandi Town of District Gurgaon (Under State Plan)”.
E-Tender No.
S. No. of Estimated Cost
Work
Time Limit
Earnest Money
Tender Document
Fee
1.
12 months
Rs. 13.80 Lacs
Rs. 20,000.00
Rs 690.00 Lacs
Important Dates for the activities of the bidder:Sr. No
Activity
1
Downloading of tender document &
payment of tender document fees.
2
Online bid preparation, Earnest
Money deposit, finalization of rates&
submissions of bids – First stage(bid
seal/ Hash Submission)
3
Submission of online bids- Final
Stage (Re-encryption of bids)
Start Date and Time
Expiry Date and Time
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.
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
Contractor Stage
Start
Date Expiry
Date
and Time
and Time
1
Release
of
Document
2
-
Downloading of Tender
Document & payment of
tender Document Fees
3
-
Online bid preparation,
Earnest money deposit,
finalization of rates &
submissions of bids – First
stage
(bid
seal/Hash
submission)
4
Close For Bidding
-
5
-
Submission of online bids
–
Final
stage
(Reencryption of bids)
Tender -
6
Manual submission
additional documents
7
Technical/Eligibility
Criteria Opening
-
8
Technical/Eligibility
Criteria Evaluation
-
9
Opening & Evaluation
of Financial Bids
of
Note: The clarification, if any required shall be submitted to Executive Engineer, Public Health
Engineering Division, Sohna at least 7 days prior to the date of start of online bid preparation. No
request received thereafter will be entertained
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, Sohna bank account No.
…………… in Bank name State Bank of India Sohna & Bank IFSC CODE ………………...
Following particulars are to be given online at the e-tendering web portal of the department.
Name of a/c holder from whose a/c payment for earnest money has been made by the agency
A/C No.
Name of the Bank
Transaction ID
Date & time of transaction
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.
The tender shall be submitted by the bidder in the following two separate envelops online:
Earnest Money and all the documents in support of eligibility criteria - Envelope ‘ED’
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.
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 ‘CI’ containing financial bid 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 tender document.
The bidder will submit the necessary documents as under.
Envelope ‘ED’: EMD and eligibility criteria envelope.
Physical EMD Envelope: Photocopies in support of eligibility criteria and photocopy of document of
transaction made in support of EMD.
Online EMD Envelope: Reference details of the EMD 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 bid documents as per the dates mentioned in the schedule above.
CONDITIONS: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 etendering.
The tender without earnest money payment will not be opened.
The jurisdiction of court will be at Gurgaon.
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 bid- Ist 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
Public Health Engineering
Division, Sohna.
Endorsement No.
Dated
A copy of above is forwarded to the following for information and wide publicity:
1.
Deputy Commissioner, Gurgaon
2.
Engineer-in-Chief Haryana, PHED, Panchkula
3.
All Superintending Engineers/Executive Engineer, PHED Haryana.
For and On Behalf of Governor of Haryana
Executive Engineer
Public Health Engineering
Division, Sohna
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 [email protected] 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:
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.
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.
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.
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
6. National Informatics Centre Ministry of Communication and Information Technology
A-Block CGO Complex, Lodhi Road,
New Delhi-110003. Website https://nicca.nic.in
7. e-Mudhra CA
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 protected]
2. 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
Contact Person: Manmit Sharma - 09815034028
Kanwarjeet Singh- 09592259876
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 loses 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.
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.
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 user’s 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:


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.
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:
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.
Refund of Earnest Money Deposit to the unsuccessful bidders will be made through cheque issued in
the name of contractor / agency.
Payment of EMD may be made upto specified time of “Online bid preparation and submission of bidIst 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.
If any agency withdraws its bid after “Submission of bids- Final Stage (Re-encryption 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:
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:




Click on “Main” after login into the portal.
Select “Tender Search” and click on “Go”
Next screen will appear on the screen and click on “Search” button to view the list of various
tenders.
Select the tender whose status is to be viewed by clicking on the tender no.
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. 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.
2. 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:
 A list of all documents accompanying the sealed envelope containing the tender documents.
 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.
3. 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.
PART-I
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 Bidder’s 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:
Part– 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
Part– 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
Part– 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 e-Tendering”.
(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 bidder’s eligibility shall be summarily rejected.
(c) The bidder’s 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)
EMD for the Work shall be deposited by the bidder as mentioned in Notice Inviting Tender.
Any bid not accompanied by an acceptable Earnest Money Deposit shall be rejected by the Employer
as non-responsive.
EMD of unsuccessful bidders will be returned after allotment of work within reasonable time.
EMD may be forfeited:
If the bidder withdraws its bid.
If the bidder does not accept the correction of its Tender Price, pursuant to Clause 16.0: Commercial
Evaluation.
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
bidder’s 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 bidder’s 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 bidder’s 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 Part III: Price Schedule
Capital Cost shall be taken from bidder’s 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 Part III: Price Schedule
Operation & Maintenance Cost shall be taken from bidder’s 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 (The energy cost is required only for technical evaluation
purpose only to ensure energy efficiency.)
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 Employer’s 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 bidder’s 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
shall sign the Contract Agreement in the Office of Employer and receive one copy.
contractor
2.24 Corrupt or Fraudulent Practices
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 noncompetitive levels and to deprive the Employer of the benefits of free and open competition.
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.
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 subcontractor’s qualifications and previous
experiences of similar types of works shall be listed.
2.26 Rules & Standard Form of Agreement
Name of Work : Providing sewerage scheme & Construction of Sewage Treatment Plant
for Haily Mandi Town of District Gurgaon “Designing, construction, erection, testing &
commissioning of automatic & PLC controlled with SCADA 5.50 MLD Main Pumping Station, ,
construction of automatic & PLC controlled with SCADA 5.50 MLD Sewage Treatment Plant
based on Moving Bed Biological Reactor Technology (Attached Growth Process), including
Tertiary Treatment (Dual Bed Filters), Disposal of sludge and Disposal treated effluent into
Nala 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 MPS & Sewage Treatment Plant
including Operation & Maintenance for 12 months during defect liability period after trail run
of 3 months and five years thereafter at Haily Mandi Town of District Gurgaon (Under State
Plan)”.
Approx Cost
: Rs. 690.00 Lacs
Time Limit
: 12 Months
Haryana Public Works Department
Public Health Engineering Division, Sohna
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
[Contractor’s 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
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.
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.
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.
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.
The Executive Engineer shall have the right of rejecting all or any of the tenders without assigning any
reason.
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) -
Providing sewerage scheme & Construction of Sewage Treatment Plant for Haily Mandi
Town of District Gurgaon “Designing , construction, erection, testing & commissioning of
automatic & PLC controlled with SCADA 5.50 MLD Main Pumping Station, construction of
automatic & PLC controlled with SCADA 5.50 MLD Sewage Treatment Plant based on Moving
Bed Biological Reactor Technology (Attached Growth Process), including Tertiary Treatment
(Dual Bed Filters), Disposal of sludge and Disposal treated effluent into Nala 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 MPS & Sewage Treatment Plant including Operation &
Maintenance for 12 months during defect liability period after trail run of 3 months and five
years thereafter at Haily Mandi Town of District Gurgaon (Under State Plan)”.
a)
b) Estimated Cost (as given in Notice Inviting Tender): - Rs. 690.00 Lacs
c) Earnest Money (as given in Notice Inviting Tender): -Rs. 13.80 Lacs.
d) Security to be deposite including ernest money, performance, guarntee, security
Security deposit and deduction will be 7% of the total agreement cost.
e) Release of Rretention 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
period after defect liability period.
ii. 2nd Bank Guarantee of 5% will be released after two year of satisfactory completion of
period after defect liability period.
iii. 3rd Bank Guarantee of 10% will be released after Three year of satisfactory completion of
period after defect liability period.
iv. 4th Bank Guarantee of 10% will be released after Four year of satisfactory completion of
period after defect liability period.
v. 5th Bank Guarantee of 20% will be released after Five year of satisfactory completion of
period after defect liability period.
OR
i.
ii.
iii.
O&M
O&M
O&M
O&M
O&M
In case the O&M cost quoted and accepted is less than 7.00 lacs for any year during O&M
period then 100% retention money (i.e. earnest money, security and performance guarantee)
shall be released after completion of defect liability period of one year against Bank Guarantee
(BG) of equivalent amount. This Bank Guarantee shall be submitted in five parts which will be
released in the following manner:1st Bank Guarantee of 10% will be released after one year of satisfactory completion of O&M
period after defect liability period.
2nd Bank Guarantee of 10% will be released after two year of satisfactory completion of O&M
period after defect liability period.
3rd Bank Guarantee of 20% will be released after Three year of satisfactory completion of
O&M period after defect liability period.
iv.
4th Bank Guarantee of 20% will be released after Four year of satisfactory completion of O&M
period after defect liability period.
v.
5th Bank Guarantee of 40% will be released after Five year of satisfactory completion of O&M
period after defect liability period.
e) Time allowed for the work from date of written order to completion 12 months.
f) On completion of O&M period as per agreement, the contractor will hand over the complete plant
in good working order after making good all the deficiencies. Sale Tax and Income Tax will be
deducted from contractors all bills on Gross amount as per Govt. Rules.
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. 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 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. 13.80 Lacs deposited vide deposit at call in the name of Executive Engineer PHED
Division Sohna 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.
13.80 Lacs shall be retained by the Haryana Public Health Engineering Division Sohna 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, Sohna
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
PART-I
SECTION - 3
CONDITIONS OF CONTRACT
This will be the same Clause – 1
percentage as that in
The person/persons whose tender may be accepted (hereinafter called
the tender
the Contractor) shall permit the Executive Engineer, Haryana Public Health
Engineering Division, Sohna 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 5% all money so payable in addition of 5% of
the estimated cost of work already deposite as security before
commencement of the work including earnest money and performance
security. Such deductions to be held by Govt by way of security deposits.
Compensation of delay
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-inCharge 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 one-half 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-inCharge, 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 Clause – 3
security
deposit
is
In any case in which under any Clause or Clauses of this Contract, the
forfeited
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.
Contractor
remains
In the event of any of the above courses being adopted by the
liable
to
pay,
Executive Engineer, the contractor shall have no claim to compensation
compensation if action
for any loss sustained by reason of his having purchased or procured and
not taken under clause
materials, or entered into any engagement for made advances on account
–3
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
Power
to
take Clause – 4: possession
of
or
require removal of or In any case in which any of the powers conferred upon Executive
Engineer by clause 3 hereof shall have become exercisable & the same
sell contractor’s plant,
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
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 clerk’s 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 contractor’s 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.
Extension of time
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, Gurgaon
through the Executive Engineer, Public Health Engineering Division, Sohna
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.
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.
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
Final Certificate
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 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-in-Charge in connection there with.
Payment
on Clause 7
intermediate certificate
No payment shall be made for work estimated to cost less than one
to be regarded as
thousand, till after the whole of the works shall have been completed and
advances
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-in-Charge’s certificate of the measurement and of
the total amount payable for the work accordingly shall be final and
binding on all parties.
Clause 7 (A) Attached on page 4
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.
Bill to be on & printed Clause 9
forms
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.
Stores supplied by the Clause 10: Government
If the specification estimate of the work provide for the use of any special
description of materials to be supplied from Engineer-in- charge’s store or
if it 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-in-charge’s 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.
Works to be executed Clause – 11:
in accordance with
The contractor shall execute the whole & every part of the work in the
specifications,
most substantial & workman like manner & both as regard materials and
drawings, orders
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
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-incharge. 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.
Alterations
in Clause – 12:
specifications & design
do
not
invalid The Engineer-in-charge shall have power to make any alteration or
omissions or additions to, or substitutions for the original specifications,
contracts.
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 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
Extension of time in class of work, for which no rate is specified in this contract, then such
consequence
of 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
alterations.
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 for works not in rates as aforesaid according to such rate or rates as shall be fixed by
estimate or schedule of Engineer-in-charge. In the event of a dispute the decision of the
rates of the district.
Superintending Engineer, Public Health Engineering Circle Gurgaon shall
be final.
No compensation for Clause 13:
alteration in restriction
of work to be carried If at any time after the commencement of the work, the Government
shall for any reason whatsoever not require the whole work thereof as
out
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.
Action & compensation Clause 14: payable in case of bad
If it shall appear to the Engineer-in-charge or his subordinate in charge of
work
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
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.
Work to be open to Clause 15:
Inspection.
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,
Contractor
or either himself be present for that purpose order given to the contractor’s
responsible agent to be agent shall be considered to have the same force as if they had been
present
given to the contractor himself.
Notice to be given Clause 16:
before work is covered
The contractor shall give not less than five day’s notice in writing to the
up.
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-incharge 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.
Contractor liable for Clause –17:
damage done & for
imperfections for 3 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
months certificate
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-incharge may cause the same to be made good by other workman, &
deduct the expense (of which the certificate of the Engineer-in-charge
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.
Contractor to
ladders
scaffolding etc
supply Clause-18:
plant,
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-charge’s 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 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-incharge at the expense of the contractor & the expense may be deducted
from any money due to the contractor under the contract, or from his
And be liable for security deposit or the proceed of sale thereof, or of a sufficient portion
damages arising from thereof the contractor shall also provide all necessary fencing & lights
non- provision of lights required to protect, the public from accident & shall be bound to bear the
fencings etc
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.
Labour
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 workman’s 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.
Works not to be sublet.
Contract
may
be
rescind
&
security
deposit forfeited for
subletting bribing or if
contractor
becomes
insolvent
Clause 21: -
Sum payable by way of
compensation to be
considered
as
reasonable
compensation without
reference to actual
loss.
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.
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 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
Deductions of amounts
due
to
The
Government on any
account whatsoever to
be permissible from
sums payable to a
contractor
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.
Changes in constitution Clause 23: - In the case of tender by partners any change in the
of firm
constitution of the firm shall be forthwith notified by the Contractor to the
Engineer-in-Charge for his information.
Work to be
direction
superintending
Engineer.
under Clause 24: - All works to be executed under the Contract shall be
of 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.
Claims for payment of
an
extra
ordinary
nature to be referred
to Government for
decisions
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
2.
3.
4.
5.
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.
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.
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.
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.
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 party’s 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
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.
Fluctuation
Freight
Railway Clause 26: -
Action
where
specification
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.
no 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 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.
Definition of work
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 Hissar.
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
contractor’s part of this agreement the contractor shall comply with or cause to be complied with
Haryana Public works Department Contractor’s Labour’s 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-à-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:
a) “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.
b) “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.
c) “Contractor” shall include every person whether a sub-contractor or Headman or Agent,
employing labour on the work taken on contract.
d) “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
a) Wages due to every worker shall be paid to him direct.
b) 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 with in 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.
a. 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.
b. 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 contractor’s 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: 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.
That the above said contractor / persons / firms do not have any substituting in my business.
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 contractor’s control.
12. I/we have based our bid rates having the full knowledge of the statements and facts.
Place____________________________
Signature___________________
Date_____________________________
Name______________________
Address___________________________
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Instruction to Bidders, Additional and Special
Conditions of Contract
1. Definitions
1) 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)
2) ‘Owner’ means Haryana Public Health Engineering Department.
3) ‘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.
4) ‘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.
5) “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 contractor’s legal personal representatives, successors and permitted
assignees.
6) ‘Tender’ means the bid.
7) ‘Bidder’ means the contractor/agency who submits the bid against the invitation for bid.
8) Award means the written acceptance of bid by the Haryana Public Health Engineering
Department to the successful bidder.
9) 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-inCharge’s representatives at the site of works. The Engineers representatives will carry out
such duties of the Engineer’s like issuing of instructions certificates and orders as are
required in the execution of the works. Engineer’s 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 Engineer’s
representatives with the approval of the Engineer will have the authority to relieve the
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
10) ‘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.
11) 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 Gurgaon.
12) ‘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.
13) ‘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.
Providing sewerage scheme & Construction of Sewage Treatment Plant for Haily
Mandi Town of District Gurgaon “Designing , construction, erection, testing &
commissioning of automatic & PLC controlled with SCADA 5.50 MLD Main Pumping
Station, construction of automatic & PLC controlled with SCADA 5.50 MLD Sewage
Treatment Plant based on Moving Bed Biological Reactor Technology (Attached Growth
Process), including Tertiary Treatment (Dual Bed Filters), Disposal of sludge and Disposal
treated effluent into Nala 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 MPS &
Sewage Treatment Plant including Operation & Maintenance for 12 months during defect
liability period after trail run of 3 months and five years thereafter at Haily Mandi Town of
District Gurgaon (Under State Plan)”.
14) Public Health Engineering Department means Public works Department of Haryana.
15) ‘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.
16) The ‘contract sum’ means the sum identified in the contract for the completion of works
as per contract.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
17) ‘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.
18) ‘Contractor’s 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.
19) ‘Portion of the work’ means a part of the work or section of the work.
20) ‘Sections of the works’ mean the sections into which the works are divided for the
purposes described and set out in the specifications.
21) 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.
22) ‘Month’ means 30 days.
23) ‘Day’ means calendar day.
24) ‘Week’ means seven consecutive days.
25) ‘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.
26) ‘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.
27) ‘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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
28) ‘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.
29) ‘Temporary Works’ mean temporary works of every kind required in or about the
execution of works.
30) ‘Permanent Works’ means the permanent works to be executed and maintained in
accordance with the Contract.
31) 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
GENERAL CONDITIONS
1) The entire material including Cement, Steel, Pipe under specially provided in BOQ,
Pipe Fittings is in the scope of Contractor & no material will be issued by the
Department for works.
2) The DI Pipes and HD PE Pipes under specially provided in BOQ of all sizes along with
one Tyton joint per pipe shall be arranged by the contractor.
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 grades, 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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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 sample testing charge will be borne by the Department. In case in
any samples test fails then the prescribed standard, the testing charges will be
charged to the contractor.
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-inCharge 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
ADDITIONAL AND SPECIAL CONDITIONS OF CONTRACT
Additional Conditions of Contract
The following additional conditions shall be applicable as under:
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 owner’s 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
Contractor’s 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 herewith. The contractor
shall give all notice as per provision of 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
contractor’s failure to give notice under the Workman’s 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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 Engineer’s 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 enactment’s 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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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 PHED 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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 shall submit his rate and if the engineer does not agree to this rate, 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 mentioned 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 express
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 traders 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
Engineer’s 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, fabrication 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 cannot 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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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 wet and other 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 signing
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 property, 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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, brought
materials by reason of this having previously passed them in an un worked condition. Any
portion of the work or materials rejected shall be removed from the work site at the
contractor’s 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 manufacture’s inspector. A certificate issued
by the manufacture’s 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 contractor’s 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 contractor’s
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 Engineer’s presence and shall forth with forward to the Engineer duly certified copies of the
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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-1, Gurgaon
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
Contractor’s 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Equipment Guarantee
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 to ensure 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 Department Training as per
instructions of Engineer shall be given to 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-3, Gurgaon.
Design check, inspection of material at factory and Third Party Inspection at site
of work: Public Health Engineering Department reserves the right to appoint any organization/
institution for checking of design of works during currency of the contract for which the cost
shall be payable by contractor on this account. The inspection charges of the equipment to
be supplied by the agency for inspection at factory / manufacturer premises, which are part
of the contract agreement, shall be paid by the contractor. However the 3rd party inspection
charges for supervision of works at site of work will be borne by Public Health Engineering
Department.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
PART-I
SECTION – 4
SCOPE OF WORK
4.0 SCOPE OF WORK
The scope of the work of the bidder under this project includes.
Providing sewerage scheme & Construction of Sewage Treatment Plant for Haily Mandi
Town of District Gurgaon “Designing , construction, erection, testing & commissioning of
automatic & PLC controlled with SCADA 5.50 MLD Main Pumping Station, construction of
automatic & PLC controlled with SCADA 5.50 MLD Sewage Treatment Plant based on Moving
Bed Biological Reactor Technology (Attached Growth Process), including Tertiary Treatment (Dual
Bed Filters), Disposal of sludge and Disposal treated effluent into Nala 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 MPS & Sewage Treatment Plant including Operation & Maintenance for
12 months during defect liability period after trail run of 3 months and five years thereafter at
Haily Mandi Town of District Gurgaon (Under State Plan)”.
4.1 Project
4.1.1 Location
Haily Mandi town is situated on Delhi-Alwar Road about 28 Km from Gurgaon & 58 Km from Delhi.
Haily Mandi is located at 28°19’120’’ N 76°46’88’’ E. Delhi is nearer Major Airport 40 KM from here.
The railway station is at Haily Mandi/Pataudi Road. Other nearby cities of Home Distt are Pataudi
(25 km), Sohna (18 km) & Farrukh Nagar (22 km). Few other famous places near to town are
Pataudi Place, Sohna Lake, and Sultanpur Lake.
Haily Mandi Town's population is about 35000. Municipality system runs in town and its divided into
13 wards, Haily Mandi falls in Pataudi Vidhan Sabha constituency. People enjoying here every
facility same like average cities. Haily Mandi have its own Shopping Areas, Police Station, Civil
Hospital, Private Nursing Homes, Govt. & Private Schools. Good Bus system of Private Limited &
Roadways Buses is available for Nearby Towns & Villages.The town is attached with railway line.
4.2 Disposal Works
The proper sewerage System is not in the town. The work of laying of underground sewerage
Network taken in the DPR and shall be taken in hand shortly.
4.3 Proposed Site for Sewage Treatment Plant
The Site for the proposed MPS & STP is on West Side of the Haily Mandi Town on Faridpur road.
4.4 Estimation of Sewage Flow
The average flow of sewage is 5.50 MLD whereas peak flow is 16.50 MLD with peak factor as 3.00.
4.5 Raw Sewage Characteristics
For the design purpose of the proposed STP following parameters have to be adopted.
PH
7 – 7.5
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
TSS
BOD5
COD
Oil & Grease
Total Coliform
375.00 mg/L
200.00 mg/L
500.00 mg/L
7-8 mg/L
106 – 107 MPN / 100 ml
4.6 Treated Sewage Characteristics
Following norms for discharge of treated sewage water are to be attained.
Sr. No. Parameters
Values
1
pH
5.5 to 9.0
2
Biochemical Oxygen Demand (BOD)
≤ 10
3
Chemical Oxygen Demand (COD)
≤ 100
4
Total Suspended Solids (TSS)
≤ 10
5
Ammonical Nitrogen (NH3-N)
≤1
6
Total Nitrogen (TN)
≤ 10
7
Total Phosphorous (TP)
≤1
8
Oil &Grease
≤5
9
Fecal Coliform
≤ 100
UOM
mg/l
mg/l
mg/l
mg/l
mg/l
MPN/100 ml
mg/l
MPN/100 ml
The treated effluent shall be disposed off in the Nala on Haily Mandi-Kulana Road through
construction of about 3000 m effluent channel of suitable size as per design.
4.7 Climatic Conditions
The climate in the area is marked by the tropical conditions:
 Temperatures almost level with very little variation in levels, cold winters & rainy season & up
to 47 degree-centigrade in summer.
 Humidity is high in the south-west monsoon season.April and May are the driest monts when
the relative humidity in the morning is about 45% in the after noons goes iess than 30%.
 Rainfall of about 500 mm per year.
4.8 Scope of Work for Contractor
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 or 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 the gravity main sewer near outer of boundary wall of STP, All
Civil/electrical/mechanical treatment units at STP, chlorine tank to fields to discharge above HFL of
N.G.C., all consumables and manpower during trial run/O&M 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 5.50 MLD Capacity based on MBBR
including but not be limited to the following works:
technology
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon

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 1600 mm above Average
Ground Level by filling with suitable earth. The average ground level will also be kept 500mm
above high flood level.

Leveling and grading to improve the aesthetics and to facilitate the vehicular movement.

Construction of Site Office with required Furniture, 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 Bitumanistic Paint on all structures coming in contact
with sewage and External surfaces coated with 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 SS/304 Hand Railing along all the Stairs and Walkways of all Process Units. SS
railing shall be of grade 304, 90cm height, vertical member 50mm diameter, 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon

No covering is required over the walkways but all the electrical/mechanical equipments
installed for MPS/STP outside the building and open to sky shall be adequately covered with
polycarbonate sheet supported on SS 304 pipe structures.

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.

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 & on line water quality monitoring at STP as detailed in Specifications.

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 all weather ornamental Trees, planting seasonal flowers, grassy lawns, gardening
and Landscaping by reusing treated effluent.

Trial Run of the constructed & hydraulically tested MPS and STP for a period of three (3)
months, 12 months during defect liability period and Operation & Maintenance (O&M) for 5
years thereafter 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 Employer’s personnel.
Defects Liability Period of 12 months from the date of successful completion.
Preparation and submission of As-Built Drawings and Operation & Maintenance Manuals for
Mechanical, Electrical & Instrumentation Items.
Providing CCTV Cameras with DVR as per the detailed specifications. CCTV Cameras are to be
provided both at STP & MPS sites. The broad band Internet connection and its charges will be
borne by the agency. The Agency will provide online output/32 inch LED Display of CCTV’s at
STP site.
The bidders are advised to visit the STP site before quoting for the proposed STP.
3000 m Treated effluent channel upto Nala on Kulana road as per design.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
No separate payments will be made for the reconnaissance, survey, laboratory tests, design,
drawings, factory and performance tests, inspections etc. unless they are specifically provided and
quantified. They shall be included in the rates and prices of the physical works itemized. The
payments are to be made for all supplies and physical works as per prorate payments as approved.
According to the Public Health Engineering Department, Haryana concept, the turn-key job will
include the entire scope of work between: The inlet connection from sewer near STP site to STP including sludge drying beds, recycling of
filtrate to MPS, Clarified sewage storage sump, & all electrical, mechanical, piping, instrumentation
work including DG Set & Transformer with necessary cabling from transformer to main MCC Panel
& all necessary works contingent thereto.
4.9 Plants Capacity
4.9.1 Normal Conditions
The Plants Capacity is as follows:Normal operation period
:
Average Discharge
:
Peak Flow
:
Sub Soil Water Table Used for Designing :
NSL at MPS Site (Average)
:
NSL at STP Site (Average)
:
FFL for buildings
:
Formation Level
:
Invert Level of Last Manhole
600 mm sewer near MPS
:
24 Hrs
5.50 MLD
16.50 MLD
Upto Ground Level
225.18 M
225.18 M
227.00 M
226.78 M
219.20 M
4.10 Scope of Work for Main Pumping Station (MPS) located inside the STP
4.10.1 CIVIL WORKS
 Sewer Connection / Rising Main
 Inlet Chamber
 Screening Chamber
 Main Collection Sump
 Valve Chamber
 Piping and Specials
 Bypass Arrangement
 Pump Chamber / Control Room
4.10.1.1 Sewer Connection/Rising Main
Raw sewage will be conveyed to the STP site through Proposed sewer line from last M.H. near STP
site. The depth of last manhole in the premises of MPS is approximately 6.00 m below ground level.
The contractor shall lay 600 mm RCC NP -3 Pipe sewer from last manhole of 600 mm RCC NP -3 Pipe
sewer up to proposed Main Pumping Station including connection with sewer and provision of
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
intermediate manholes. Length of sewer line shall depend upon the layout plan proposed by the
bidder and as per approval by the department.
4.10.1.2 Inlet Chamber
The inlet chamber is proposed to act as a receiving structure for the sewage flow from the gravity
sewer of the MPS. The sewage from the inlet chamber overflows into screen chamber where it
undergoes screening.
No. of unit
=
1.00
Average flow (MLD)
=
5.50
Peak factor
=
3.00
Peak flow (MLD)
=
16.50
Free Board (m)
=
0.50
Hydraulic Retention time at peak flow
=
30 seconds (minimum)
4.10.1.3 Screen Chamber
Two number screen channels with 2 Number mechanical bar coarse screens (1working +1 standby)
shall be provided. C.I. sluice gates shall be proposed on upstream and downstream of all the
channels to regulate the flow. RCC Platforms shall be provided at suitable level to enable operation
and maintenance of the unit.
Number of Units
=
2 Nos. Mechanical (1working +
1 No. Standby)
Approach Velocity at Average Flow (m/sec.)
=
0.3
Velocity through Screen at Average Flow (m/sec.)=
0.6 maximum
Velocity through Screen at Peak Flow (m/sec.) =
1.2 maximum
Free Board u/s of screen (m)
=
0.5
Average flow for each screen (MLD)
=
1.5
Peak flow for each screen (MLD)
=
4.5
Mechanical screen channel shall have access through ramp from the ground level upto screening
platform. Provision of access of barrel side of manual screen, barel side of mechanical screen and
downstream side of mechanical screen shall be made and suitable PVC steps shall be provided.
4.10.1.4 Main Collection Sump
Main Collection sump is rectangular RCC Structure with two compartments for receiving and
collection of sewage from screening chamber. Hydraulic retention time shall be minimum 10 minutes
at peak flow. The working depth of sump shall be considered below bed level of screening chamber /
weir level at the downstream end of screening chamber. Additional depth of sump to take care of
minimum submergence of pumps shall be provided. Main collection sump shall be divided into two
compartments with a full height partition wall separating the two compartments. Each compartment
shall have walkway all along the sump. Each compartment shall have RCC staircase. Civil structure
for pump lifting with Mono rail mounted Electric Hoist shall be provided. A CI sluice gate (1000 x
1000mm) shall be provided in the partition wall of the sump. The gate shall be operatable from the
top of sump, with the help of operating stock. The sluice gate shall be capable of withstanding
unbalance head. 5 numbers submersible raw sewage pumps, non clog type, shall be provided in the
main collection sump. Complete piping, valves, cabling, earthing etc shall be included in the scope of
work of the contractor. Based on incoming flow conditions, adequate no. of pumps shall start / stop
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
automatically to cater the pumping requirements. Automation shall be controlled through the PLC
provided for operation of the plant. Suitable arrangement shall be made for emptying either of the
two sump portions for maintenance.
4.10.1.5 Valve Chamber
Valve Chamber shall be a rectangular enclosure, 3 m wide, 2 to 2.5 m deep and length equal to the
length of Raw Sewage Sump. It will house all the specials of delivery line i.e. Check Valves, Sluice
Valves, Tees, Bends, Dismantling Joints etc. and common delivery header (rising main).
Two numbers of 80 mm dia. puddle pipes with Sluice Valves shall be provided in the wall common
with the Raw Sewage Sump to drain off the water from the Valve Chamber into the Raw Sewage
Sump. In addition, a Pit of 1.00 x 1.00 x 0.50 m shall be provided in one corner of the Chamber for
collection of water which can be pumped out by a moveable pumping set.
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
4.10.1.6 Delivery Piping and Specials
This shall include providing, laying, cutting, jointing, testing etc complete of following pipes along
with specials:
 Pipe from last manhole of existing sewer line up to inlet chamber of MPS : RCC NP-3
 Delivery line for individual pump up to common header : DI K-9
 Non return valve, sluice valve, dismantling joint , Pressure gauge on each pump
delivery line
 Common header up to inlet of STP : DI K-9
 Sluice valve in the common header
 All other required specials such as bends, tees etc.
 The common header pipe shall be minimum 250 mm dia DI K-9 pipe.
4.10.1.7 Bypass Arrangement
A bypass RCC channel / RCC NP-3 pipe shall be provided in the Receiving Chamber of MPS to enable
the incoming raw sewage to be bypassed whenever required. When the pumps are non operational
or calamity flow has reached the MPS, the sewage level will rise in the MPS. When the level reaches
the invert level of the bypass channel / pipe, the sewage will start flowing to this bypass channel /
pipe. The flow through the bypass channel / pipe is to be controlled by DI Sluice Gates / Sluice
Valves. The bypass channel / pipe shall terminate into the treated effluent disposal pipe / channel to
be constructed to dispose off the treated effluent into the Northern Ghaggar Canal.
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
4.10.1.8 Pump Chamber /Control Room
1 No. Pump Chamber /Control Room with clear height of 6 mtr to house to all the control panels of
the machinery, D.G. Set, transformer at the back courtyard of the control room with Kota stone
floorings and kota stone dado upto 1.8 mtr on inside of all the walls of the control room, cable
trenches. The entire construction will be in 1:5 brick masonry duly plastered the outer face will have
Architectural look and shall be designed by an qualified Architect and shall be got approved from
Engineer in Charge before getting it implemented.
4.10.2 ELECTRICAL & MECHANICAL WORKS of MPS
 Mechanical Coarse Screens
 Raw Sewage Transfer Pumps
 Electrical Panels
 Cabling & Earthing
 Instrumentation
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
 Control Gates
 Electrically operated Hoist Mechanism
 PLC / SCADA
4.10.2.1 Mechanical Coarse Screens
This includes supply, erection, testing and commissioning of 2 No. Mechanically Operated Coarse Bar
Screen (1working +1 standby). These shall be provided in the screen chamber after the flow is
received in the receiving chamber. The screens should be of sturdy design to take care of all sorts of
materials envisaged in the gravity sewer.
Design Criteria
Avg. flow through each screen
:
Peak flow through each screen
:
Mechanical Bar Screen
:
Approach velocity at Average Flow (m/sec.) :
Velocity through Screen at Average Flow (m/sec.):
Velocity through Screen at Peak Flow (m/sec.) :
5.50 MLD
16.50 MLD
2 No. (1working +1 standby)
0.3
0.6 maximum
1.2 maximum
The clear opening for mechanical screen shall be 20 mm. The mechanical bar screens shall be of 10
mm thick Stainless Steel (SS-304) flats. Conveyor Belt and chute arrangement shall be provided to
take the screenings. A conveyor system for mechanical screens of suitable width shall be provided
which shall into a wheel barrow for its disposal.
The mechanical bar screen shall be fabricated from 75 x 10 mm thick SS flats with 20 mm clear
opening. The assembly (SS bars and frames by using stainless steel ISLC of suitable size) shall be
installed in such a way that it can be installed and removed as and when required. Ultrasonic type
differential level transmitter shall be provided in each Screen.
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
4.10.2.2 Submersible Sewage Pumps
It is proposed to install 5 No. submersible sewage pumps c a p a c i t y o f 5 0 0 m 3 / h r h e a d
20mtr.(1 No),
2 5 0 m3/hr, head 20 mtr (2 Nos) and 125 m3/hr, head 20 mtr (2Nos) along
with motors in the main collection sump.
The automated working of the main pumping station shall be governed by the level of sewage in
the Main Collection Chamber. It will have following features:
There shall be provision of the pumps turning on depending upon the level of sewage in the
collection chamber. The ultrasonic level indication mechanism shall be fitted on the top of the
Collection sump which shall transmit signal for starting or stopping of specific number of pumps
as per level of sewage in the collection sump.
4.10.2.3 Electrical Panels
The following panels would be provided in the Panel Room in Operations Building for feeding and
controlling the electrical loads.
a. Main Electrical Panel for incoming Power Supply (HT)
Electricity Panel HT with equipment before transformer
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
H.T. Metering Panel
H.T. VCB Panel
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
b. Main Electrical Panel for incoming Power Supply (LT)
This includes supply, installation, testing and commissioning of LT Main Electrical Panel complete in
all aspects with suitable switchgear. It shall be provided with incoming ACBs (MDO type) with S/C,
O/L & CG31 Relay, Switch/Fuse Units, Lamps, Bus bars, capacitor panel for controlling the power
factor and suitable Nos. of outgoings MCCB of suitable capacity etc. The accessories used shall
conform to the latest IS codes.
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
c. MPS Main Electrical Panel For Distribution of Supply to MPS Load
The Panel will act as main distribution panel through which supply shall be fed to the Mechanical
Coarse Bar Screen, Flat Belt Conveyer, Raw Sewage Transfer Pumps etc. The incoming supply to this
Panel will be obtained from the Main Electric Panel (LT).
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
d. Individual Starter Panel for Mechanical Screens
Individual starter panel shall be provided for mechanical coarse screen. Necessary control wiring
should be made so that the screens start / stops on auto.
e. Individual Starter Panels for Submersible Sewage Pumps (5 Nos.)
Individual starter panel shall be provided for each Submersible Sewage Pumps. The pumps should be
controlled by the automatic liquid level controller while the pumps run in auto mode. Necessary
control wiring should be made so that the pump start / stops on auto.
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
4.10.3 Instrumentation
This includes supply, erection, testing and commissioning of various instruments used. The details of
the instruments are as follows:
Sr.
No.
1
2
3
Instrument
Location
Quantity
Pressure Gauge: Sealed Diaphragm On delivery line of Raw 5
Type
Sewage Transfer Pumps
Level Transmitter: Ultrasonic Type
Raw Sewage Sump
2
Differential
Level
Ultrasonic Type
Transmitter: Mechanical
Coarse 2
Screen Channels
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
4
Ultrasonic flow transmitter
5
Actuators for valves & gates
Common
discharge 1
header of raw sewage
transfer pumps
Valves / Gates
As per requirement
4.10.4 Control Gates
CI Sluice Gates shall be provided at following locations for flow control:

Upstream and downstream of Mechanical Coarse Screen Channel

Dividing Wall of Raw Sewage Sump (Main Collection sump)

Bypass Channel/Pipe
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
4.10.5 Electrical Hoist Mechanism
This includes supply, erection, testing and commissioning of electrical operated Hoist with electrical
operated Travelling Trolley with all the accessories, suitable for lifting Raw Sewage Transfer Pumps.
Minimum capacity of the hoist shall be 3 tonnes.
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
4.10.6 PLC / SCADA
PLC based automation system along with SCADA to control all pumps, valves, gates at MPS & STP
etc shall be provided.
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
4.10.7 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.
S.
No.
1
Specifications
8 Channel NVR, H.264 Compression, Real Time Recording @ D1 Resolution / 15
fps @ 960H (WD1) Resolution, 2 Channel Audio, 1 SATA, HDMI, No Alarm
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
2
¼” Sony Super HAD CCD, 27x IR Speed Dome Camera, 540 TVL, ICR, IP66
(Bracket & Power Supply included), IR Range : 100 Mtrs. CTCSPD2754speed
doom 18-23X
3
CTCBCS1000IRVF40M1000 TVL IR Bullet Metal Body, 1/3" Sony Exmore Sensor,
2.8 mm ~ 12 mm lens, ICR, OSD, 30 ~ 40 M IR Range, IP 66, DC 12V
4
CTCBCS1000IRVF60M1000 TVL IR Bullet Metal Body, 1/3" Sony Exmore Sensor,
9 mm ~ 22 mm lens, ICR, OSD, 50 ~ 60 M IR Range, IP 66, DC 12 V
6
7
8
CTCDCS1000IRM361000 TVL IR Metal Dome, 1/3" Sony Exmore Sensor, 3.6 mm
fixed lens, OSD, ICR, 10 ~ 15 M, IR Range, IP 66, DC 12V
'12V, 10 Amp. Without rechargeable Ckt. With MS Box
Usb 3g Router
DC Power Connector+ RF Pin & VNC
9
Cable 3+1 Pure Copper
10
HDD 1B for recording (audio/video)
11
NVR Installation & Configure Charges for online services of one year on mobile,
all Camera Installation
5
4.10.8 Make of Submerged Metallic Material
All the Metallic submerged material will be of SS – 304 and no other material will be allowed to use in
case of submerged metallic material / component.
4.10.9 Oil & Grease Removal Tank
RCC M25 Oil & Grease Removal Tank of suitable size of peak flow shall be constructed.
4.11 Scope of Work for Sewage Treatment Plant
4.11.1Civil Works
 Inlet Chamber
 2 No.Fine Screen Channels (1 Working + 1 Stand)
 Mechanical Grit Chambers (2 Working)
 Distribution Box/ Splitter Box
 MBBR Units
 Secondary Clarifier
 Tertiary Treatment Units
 Chlorination Room, Chlorine Mixing Tank, Tonner Shed & Contact Tank
 Filtered Effluent Storage Tank
 Pump House for Pumping Finally Treated Effluent
 Treated Effluent Channel
 Sludge Thickener
 Sludge Sump
 Polyelectrolyte Dosing Tanks
 Sludge Pump House
 Centrifuge
 Sludge Drying Bed ( 1 No. 10m x 5m)
 Sludge Storage Platform
 Plant Utilities
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon




Interconnecting Piping & Valves
Electrical & Instrumentation Works
Instrumentation
Mandatory Spares
4.11.1.1 Inlet Chamber
Inlet Chamber will receive raw sewage from Main Pumping Station. 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
:
5.50 MLD
Peak Factor
:
3.00
Peak Flow
:
16.50 MLD
Number of Units
:
1 No.
Hydraulic Retention Time
:
30 Sec min. at Peak Flow
Free Board
:
0.50 m min.
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
4.11.1.2 Mechanical Fine Screens
2 No. Mechanical Fine Screen Channels, each designed for Peak Flow shall be provided. Sluice Gates
shall be provided at upstream and downstream of both the Channels to regulate the flow. Each
Screen Channel shall have a CI/DI DF down take pipe with a Sluice Valve/Knife Gate Valve to drain
out sewage into a Pit from where the spillage and drain water will be discharged into the Receiving
Chamber of MPS through external sewerage system of SW/RCC Pipes. RCC Platform/Walkway,
minimum 1.20 m wide with Hand Railing of SS 304 flats 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 entire
construction shall be in M30 grade reinforced cement concrete and as per IS 3370. RCC Platform /
Walkway minimum 1.20 m wide with SS/304 Hand Railing. RCC Staircase minimum width of 1.20 mtr
and provided with SS/304 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.
The angle of inclination of the mechanical bar screen with the horizontal shall be approximately 60
degrees. The bar screen shall be fabricated from 50 mm x 10 mm thick SS flats with 10 mm clear
opening. The assembly (bars and frames by using SS, 75 mm x 40 mm x 6 mm) shall be installed in
such a way that in can be installed and removed as and when required.
Average Flow
:
5.50 MLD
Peak Factor
:
3.00
Peak Flow
:
16.50 MLD
Number of Units
:
2 Mechanical (1working +1 standby) for peak flow
Flow capacity.
Approach Velocity at Average Flow
:
0.30 m/s
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Velocity through Screen at Average Flow :
Velocity through Screen at Peak Flow
:
Free Board
:
Minimum Length
:
0.60 m/s max.
1.20 m/s max.
0.30 m min. on upstream side of the Screen at
maximum water level
6m
The Mechanical screen channels are controlled by Aluminum sluice gates at the upstream and
downstream end to regulate the flow. Each screen channel shall have a down take CI / DI DF pipe
with a sluice valve to drain out sewage into collecting chamber from where the spillage and drain
water will be discharged into the collection sump of MPS through external sewerage system of
SW/RCC pipes.
The angle of inclination of t h e bar s c r e e n with the horizontal shall b e approximately 60
degrees. The mechanical bar screen shall be fabricated from 50 mm x 10 mm thick SS flats with
10 mm clear opening. The assembly (bars and frames by using S.S 75 mm X 40 mm X 6 mm)
shall be installed in such a way that it can be installed and removed as and when required.
The opening of mechanical bar screen shall be 6 mm. Detailed specifications
screen are given in Mechanical Section.
of mechanical bar
4.11.1.3 Mechanical Grit Chambers
Two working mechanical grit chambers are proposed after fine screen units. The mechanical grit
chambers shall be Square Mechanical detritor Tanks.
Each Grit Chamber shall have the following:
 One tapered inlet channel running along one side with deflectors for entry of sewage into the
Grit Chamber.
 One tapered outlet channel for collecting the degritted sewage, which will overflow over a
weir into the outlet channel.
 One sloping grit classifying channel into which the collected grit will be classified.
 The grit from classifier will be collected in a wheel barrow of approx. 0.5 m3 capacity.
 A Grit Scraping Mechanism.
 Adjustable Influent Deflectors.
 Reciprocating Rake Mechanism / Screw Mechanism to remove the grit.
 Organic Return Pumps.
To enable easy operation, RCC platforms with railing shall be provided. Also access is provided from
this level to the mechanism support beam of the grit chamber.
Design Criteria
Average Flow
:
5.50 MLD
Peak Factor
:
3.00
Peak Flow
:
16.50 MLD
No. of Units
:
2 Mechanical (Working) for Peak Flow capacity each
Design peak flow for each grit chamber :
8.25 MLD
Type
Mechanical
:
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Free Board
:
0.50 m min.
Side Water Depth
:
0.70 m min.
Bypass arrangement with sluice gates shall be provided to bypass either of the two grit chambers or
both the chambers simultaneously for maintenance. The ground surface below this unit will be
finished with Rubber moulded interlocking paver blocks of Cement Concrete M-30, 60mm thick laid
over 75mm thick P.C.C 1:4:8 with kerb stone all around.
All other accessories, whether specified or not, but required for completion of Contract shall form the
part of Bidder’s Scope.
4.11.1.4 Distribution Box / Splitter Box
A Distribution Box / Splitter Box shall be provided downstream of Grit Chambers prior to MBBR
Reactors for uniform flow distribution to MBBR Reactors. The Distribution Box shall be equipped with
suitable motorized Sluice Gates and outlet Weirs.
All other accessories, whether specified or not, but required for completion of the work shall form the
part of bidder’s scope.
4.11.1.5 Moving Bed Biological Reactor (Aerobic Attached Growth Biological Reactor).
The bioreactor shall be designed to treat the sewage with aerobic attached growth moving bed
process. There shall be minimum two number streams of rectangular reactors (MBBRs) in parallel
of 50 % capacity each constructed in RCC (M-30) of suitable size to take the organic & suspended
solid load in the raw sewage & to deliver consistently the outlet sewage quality as per treated
waste water quality mentioned. Further, each reactor (MBBR) will be partitioned in two parts of
equal capacity the reactor of MBBR shall be designed at 2.0 Kg s BOD5 /M3 reactor volume / day.
The bidder shall also include BOD5
load during peak flow of influent sewage for 5 hours
additionally while designing volume of reactor, media & air diffusion.
There shall be a one mtr wide platform with pipe railing all around the reactors & a RCC Stair of 0.9
mtr width for approach. All the walkways around the structures should be minimum 1 mtr. Above
the FSL of the corresponding structures and all the walkways should be interconnected.
Each reactor shall have minimum 200 mm diameter cast iron pipe connection with sluice valve in a
separate valve pit for scouring the reactors & each valve shall have extended rod with wheel for
operation & shall also CI rungs in valves chambers & as well in reactors for maintenance & shall be
connected to common pit or sump for drainage of reactors in to the main sump by gravity.
There shall be suitable piping arrangement with valves / gates operating reactors in two streams of
half capacity each having two reactors in series.
The media shall be of virgin HDPE (white) with maximum upto 0.93 to 0.95 gm/cm3specific gravity
non degradable & UV stabilized. The material of media should be virgin. The media quantity shall
be adequate to provide sufficient surface area for maintaining the microbial strength as required
achieving the quality.
The BOD5 loading on media shall not be taken more than 1.4 Kg s / 100 M2 of surface area of
MBBR media / day for designing purpose & the volume of media shall not be less than the 25%
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
volume of the reactor in the tank. All the reactors in these proposed two streams of MBBR shall be
of equal capacity & having same quantity of media.
The surface area of media to be used for designing purpose shall be considered not more than 500
M^2 / M3, where as in actual it shall not be less than 600M2/ M3 of approved make and certificate
of the manufacturer shall be submitted. The quantity of media in the reactors will be as per design
but not less than 25 % of the reactor volume. Peak flow of effluent sewage for 5 hours additional
will be considered while designing volume of reactor and are diffuser only.
The sample of media shall be drawn by the concerned Superintending Engineer PHED Circle
Gurgaon & Executive Engineer PHE Division, Sohna or there authorized representative & samples
so drawn shall be got tested from Shri Ram Test Laboratory Delhi.
The oxygen requirement for BOD5 removal shall be considered not less than 1.2 Kg O2/Kgs of
BOD5 removed.
The air quantity required shall be sufficient for maintaining minimum necessary dissolved Oxygen
as 2 PPM at 200C liquid temperatures & mixing conditions at 8000 MLSS whichever is more. The air
shall be supplied using positive placement rotary type air blower out door type with acoustic
enclosure minimum 3 numbers (2W + 1SB) each of 50% capacity.
The diffusers used shall be suitable for coarse bubble air diffusion & for design Purpose the O2
transfer efficiency shall be considered not more than 20 %. The air agitation or diffusion is to be
applied continuously to circulate the media & keep in suspension. The RPM of blowers & motors
shall not be more than 1500 RPM maximum.
At the 2nd reactor of each stream of MBBR a DO meter shall be provided to enable blowers to
maintain DO level not less than 2 PPM using VFD (Variable Frequency Drive) controlled blowers
through PLC.
The entire piping for distribution of air in reactor shall be of SS – 304 material & diffusers of EPDM/
Silicon, UV resistant material.
Provision to maintain bio film carriers in reactor by providing media retention cylindrical sieves of
SS 316 suitably designed at peak flow with maximum 5 to 6 mm clear spacing between two sieves
These sieves may be wedge wire or mesh with supporting structures. The configuration to be used
shall be horizontally cylindrical sieves inserted in reactor walls at 30 to 50% submergence under
the side water depth from reactor one to reactor 2 & from reactor 2 to a common pipe header of
suitably sized pipe designed at peak flow at a velocity not less than 0.9 MPS leading to secondary
clarifiers.
The approach velocity for computation of sieves area shall range between 0.006 to 0.009MPS at
peak flow & accordingly length & numbers of cylindrical sieves shall be calculated.
The aeration system with diffusers shall be so arranged to provide a mixing pattern that causes the
media to be thoroughly mixed through the whole depth, width & length of the Oxic volume & shall
prevent media from floating at the tank surface or at the corners of the basins. This shall be
achieved by spacing the diffusers with gaps between groups of diffusers in order to create rolling
action.
The contractor will also provide overhead RCC approach way of width 1 mtr. with railing height 1.2
mtr. from reactors to settling tanks / clarifiers as per specifications mentioned in the NIT. SS railing
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
shall be of grade 304, 90cm height, vertical member 50mm diameter, 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.
Note: The Bio Media, Aeration system & media retention sieves shall be guaranteed against
manufacturing defects for a period of minimum 10 years.
4.11.1.6 Secondary Clarifier: There shall be one Clarifier of full capacity shall be of RCC (M-30) suitably designed at 12 M^3/
M^2/ Day surface Loading & solids loading at average flow 70 Kg s/ M^2/ Day at 8000 MLSS with
Hydraulic retention not less than 3 hours & shall be provided with inlet SS-304 pipe of suitable size
with central column & inlet drum of diameter not less than 10% of clarifier Diameter with minimum
50 % submergence below liquid depth to achieve steady velocity throughout the cross section of
the tank & avoid turbulence.
These circular secondary settling tanks with peripheral driven, centrally supported MS Bridge with
suspended scrappers of SS-304 shall be provided having minimum 1.2 M wide walkway with 6mm
thick chequerred plate / grating. This secondary settling tank shall have inside launders at the
periphery of the Outer wall with V notches of SS- 304 material for allowing 186 M^3/ M/ Day
maximum weir loading as per data sheet for collection of clarified water & the bridge shall have a
suitable arrangement for scum scrapping at the top of the water level with a separate launder
inside the outer periphery wall with separate pit & pipe for discharge of scum. The sludge hopper
will be designed to collect the sludge & allow moving towards drain pit with mechanical scrappers.
The solids separated shall be drained out with established frequency for further disposal. Preferable
sludge so produced should be totally digested. There shall be 250 mm diameter CI sluice valve with
sludge decanting System, telescopic type, for continuous sludge bleeding & scouring of the settling
tank. The Valve shall be installed in a separate pit with rungs as provided in the MBBR as above.
The clarified water is to be collected in a distribution sump of suitable HRT for flow in to effluent
channel by gravity.
a) Rotating Scraper Bridge and Accessories: The Rotating Bridge supplied by the Contractor shall generally be manufactured in steel, epoxy
painted and protected. The rotating bridge structure shall incorporate a walkway having a
minimum effective width of 120 cms, which shall be surfaced with M.S., 6 mm thick checked
plates, painted black. The bridge shall be designed to take its own dead weight together with
uniformly distributed loading of 250 kg/ m2 over the full span and width of the walkway bridge and
a moving point load of 500 kg. Maximum deflection of the bridge under the specified loading shall
not exceed 1/360th of the span. The positive camber shall be kept initially to compensate for the
maximum deflection under dead weight and superimposed loads.
The bridge shall be so braced as to limit lateral deflection to less than 80 mm measured at mid span under a full load condition.
The bridge shall have hand railing to both sides forming an enclosure at the center in between. The
finished height of the railing shall be 1 m above the walkway. Toe guards shall be provided and
secured around the bridge walkway, which shall not be less than 100 mm high and 5 mm thick.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
The bridge structure shall be supported at the peripheral walls of clarification and & in center shall
be guide by means of central bearing assembly.
Oil fills and drain points, where applicable shall be extended to provide a convenient access for
filling and draining the system. Catch drains shall be provided under all oil and grease points to
prevent spillage from reaching the water surface. The wheel carriage assembly shall be suitably
proportioned to provide adequate stability to the rotating bridge structure, whilst providing the
suitable base for the motors, gearbox, driving and idling wheels, shafts and bearings.
The bridge drive shall comprise of either (a) motor with reduction gear a chain sprocket or (b) a
geared motor. The assembly shall be rigidly mounted and shall be adequately rated for continuous
service in a Sewer water treatment works environment.
All lubrication points and all necessary provisions shall be made for routine maintenance and for
prevention of oil and grease spillage. A deflector shall be provided and fitted to the leading edge of
the driving carriage.
Scrapers shall be suspended and arranged to give continuous and progressive scrapping of the
configuration of blades shall be designed to carry sludge and deposited suspended solids from the
periphery of the tank and deposit it efficiently in the withdrawal hopper/ sludge pocket.
The number and length of individual blades shall be designed by the Contractor, but the depth
shall not be less than 300 mm and the thickness not less than 6 mm. Renewable fabric reinforced
rubber wearing strips of cross section not less than 12mm x 100 mm shall be fitted to each blade
to provide a continuous contact surface which is adjustable for wear. The material shall have
hardness not greater than 40 and be manufactured from well-proven compound.
Backing strips shall be fitted to give support to the fixing of the rubber wearing strips and the
assembly shall be secured by means of galvanized bolts. Appropriate washers shall be fitted
beneath all bolt heads and nuts.
The top connections shall permit the blades to follow slight undulations in the tank floor. The
bottom connections shall allow the blades to maintain contact with the floor throughout its length,
while accommodating slight variations in the radial plane of the tank floor.
The electrical supply to bridge drive motor shall be taken through a multi ring and slip ring collector
unit mounted in a fully water proof enclosure. The unit shall be fitted at the center of rotation of
bridge and shall be complete with all necessary support brackets, anti - rotation device. A suitable
means of lubrication shall be provided.
The slip ring assembly shall be mounted above the top level of the tank walls. Sufficient rings shall
be included to cover the motor supply and any ancillary circuits. Bridge drive and Flocculation
motors shall be of squirrel cage type, protected and shall be rated 25% above design duty.
All cables shall be connected to a termination box at the wall of the Clarifier. From there cables are
connected to the main control panel.
The bridge drive shall be controlled from an outdoor panel installed in the central part of the
bridge. The bridge drive shall be controlled from an outdoor panel installed in the central part of
the bridge.
MATERIAL OF CONSTRUCTION
Tank
RCC
Feed Well
SS-304
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Bridge
MSEP
Rake Arm
SS-304
Vertical shaft / Center Cage
SS-304
Blades
SS-304
V-notch weir
FRP
Squeegees
Neoprene
Platform
MS Chequerred Plate / Grating
Handrail
40 NB MSPVC Coated.
Vertical Post
CI
Scum skimmer
SS-304
Scum Box
SS-304
Scum Baffle
SS-304
Anchor Bolt
Fasteners – Under Water
SS-304
Fasteners – Above Water
SS-304
4.11.1.7 Clarified water collection Chamber.
There shall be one no collection chamber of size suitable for HRT not less than 20 minutes of
average flow Constructed in RCC (M-30) for collection of clarified liquid from the Secondary
clarifiers.
4.11.1.8 Tertiary Treatment Units
Tertiary Treatment Units including Filter Feed Pumps and Dual Bed Media Filters shall be
designed / constructed / installed for 5.50 MLD.
4.11.1.9. Aeration System
The Aeration System shall be installed for average flow of 5.50 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 Top 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. Each blower working and stand by shall be provided with
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
the high torque VFD. All blowers with canopy & necessary arrangements to avoid noise pollution will
be fixed inside the building. All MS pipes to be used shall be of minimum 6 mm thick with outer
epoxy coating and inner surface to be dipped with bituminous protective coating.
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 (Thickness shall not be less than 6 mm) /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 Bidder’s Scope.
Filter Feed Pumps
Filter Feed Pumps shall pump the chlorinated effluent from the Outlet Chamber / Channel of
Chlorination Tank into a common Inlet Channel of Deep Bed Media Filters. They shall be
submersible / horizontal centrifugal type non-clog design.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Average Flow
:
5.50 MLD
Peak Factor
:
1.00
Peak Flow
:
5.50 MLD
No. of Pumps
:
250 m3/hr (2 Nos.: 1W + 1S)
Head of the Pumps
:
5 Mtr
Deep Bed Media Filters
The filters shall be Constant Head, Constant Rate Deep Bed Multimedia Filters. Minimum 2
numbers of filters shall be provided. The filters shall be designed so as to have a minimum
runtime of 24 hrs. The filters shall be equipped with electrically actuated Inlet &Wash Water
Outlet Gates and Outlet and Backwash & Air Scour Valves. Each filter shall be fitted with a
minimum 200 mm diameter Drain Valve to allow complete emptying of the filter. The filters shall
be designed for backwash by simultaneous Air Scour and Water Wash.
A Pipe Gallery shall be provided to house the Filtered Effluent Outlet Channel and the Backwash
and Air Scour Pipe work. The floor of the filters shall provide access to the filter installations and
shall permit the observation of the water surface in each filter and to allow maintenance and
necessary operation of the Inlet and Wash Water Outlet Gates / Valves. Hand railing shall be
provided as per specifications around each filter. The filter installation shall be completely
covered by a shell type roof. The filters and associated superstructure shall be of reinforced
concrete construction. The Backwash Air Scour Blowers, the Dirty Backwash Water Transfer
Pumps and associated plant shall be located in near filter installation.
Average Flow
:
5.50 MLD Present Flow
Peak Factor
:
1.00
:
5.50 MLD
No. of Units
:
2 Nos.
Filtration Rate
:
8 m3/hr/m2 max.
Peak Flow
Minimum Size of each Filter Bed shall be 25 m2.
Filter Media
The filters shall comprise a watertight structure. It shall comprise of a bed of Sand and
Anthracite serving as a dual medium supported on gravel overlying an under drainage system.
The thickness of the gravel layers shall not be more than 150 mm. Coarse Sand Media and
Anthracite shall be hard and resistant quartz or quartzite and free of clay, fine particles, soft
grains, dirt of every description. The Coarse Sand shall consist of hard, durable grains of silica
and shall have a specific gravity between 2.55 to 2.65. Silica content shall not less than 90%.
The Anthracite media shall have high carbon content of not less than 90% (minimum) and ash
content not more than 7% (maximum), low specific gravity to reduce backwash rates and energy
consumption. The particles shall be angular in shape for low head loss and better filtration rate.
The Anthracite shall confirm to the UK and European Standards EN12909-2005 and American
Standards of AWWA-B100-1 NSF61. The filter media shall be as follows:
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Coarse Sand Media:
Specific gravity
Depth
Effective size
Uniformity coefficient
Anthracite Specific gravity
Depth
Effective size
Uniformity coefficient
Standing depth of water
Freeboard
:
:
:
:
:
:
:
:
:
:
2.55 to 2.65
2.0 m (minimum)
0.4 to 0.8 mm
1.3 to 1.5
1.50 to 1.60
0.5 m (minimum)
0.8 to 1.0 mm
1.3 to 1.5
2.0 m (minimum)
0.5 m
Filters
The filters shall be of reinforced concrete construction. The Filter House shall include a Filter
Annexe Building to accommodate Air Scour Blowers with Acoustic Enclosures, Dirty Backwash
Water Transfer and Electrical Panels. An Electrical Hoist with l Travelling Trolley of suitable
capacity shall be provided to run the full length of the Annexe.
Under drain System
The filters shall be designed for backwashing by the simultaneous use of air scour and wash
water. The water used for backwashing the filters should be chlorinated to keep the filter media
free from biological growth. The filter media and under drain system shall be designed to achieve
uniform distribution of both filtrate and backwash water and air.
The filter under drain system shall be of monolithic reinforced concrete slab or SS plates
supported on concrete dwarf walls. The means of collecting filtrate and distributing air shall be
by use of nozzles set in the reinforced concrete floor. Polypropylene filter nozzles with fine slots
shall be used for collecting filtrate and distributing backwash water and air. A uniform distribution
of the nozzles of not less than 60 numbers per square metre shall be employed.
The nozzles shall:

Incorporate separate air and water entrances.

be set at an exactly uniform level.

be capable of replacement.

be designed to avoid ingress of sand.

purge valve.

All apertures in filter floors shall be plugged during construction to avoid ingress of debris to
the under drainage system.
Filter Control
(i) General
The normal steady state flow through the filters shall be controlled by mechanical means which
shall adjust the position of the outlet valve in order to maintain a constant water level within the
filter.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Before starting the filters, backwashing shall be done at increasing rates until the sand bed is
stratified vertically by the wash water. The use of slow starting gear shall be provided to prevent
the very high initial filtration rates that would otherwise occur whilst setting the filter to work
after backwash. The term ‘slow starting’ means increasing the filter output in a controlled
manner over a period of about 20 minutes in order to achieve a steady increase in flow through
the filter. Investigations shall be carried out during initial operation of the filter installation in
order to establish the slow start settings.
As filtration progresses, the suspended solids removed are retained in the filter pores and the
flow resistance increases which in turn decreases the pressure available for maintaining the flow
rate.
The outlet weir level shall be set above the top of the filter media so that negative pressure
cannot occur within the filter media during operation of the filter. A separate valve drain shall be
provided to allow emergency access to the underside of each filter floor.
(ii) Power, Control and Instrumentation
Each filter shall be equipped with an instrument for measurement of the differential head across
the filter bed. Each instrument shall be installed using stainless steel pipe work, needle isolating
valves and drain valves. A central MCC cum Control Panel shall be provided comprising PLC for
and HMI. It shall provide the following facilities and indications:











Filter Status (i.e. in service, out of service, backwashing, etc.)
Backwash and Air Scour Blower Status.
Facilities for selection of duty Air Scour Blower.
Alarm Annunciation.
Set Point Adjustment Facilities.
Overhead Wash water Tank Level.
Feed Flow Rate.
Filtered Water Flow Rate.
Backwash Water Flow Rate.
Head loss Value Indication.
Turbidity Value Indication.
The Control System shall be provided for fully automatic operation of filters. However, controls
shall be provided to permit the backwashing of any filter to be carried out manually.
Filters shall be washed in sequence automatically under the control of a preset timer, adjustable
from 24 hour to the required.
(iii) Turbidity Meter Monitoring Installation
A Turbidity Meter shall be installed to measure the turbidity of the filtrate from each filter.
Turbidity levels over 5 NTU (adjustable) shall cause an alarm at central Control Panel.
(iv) Filter Backwashing
Filter washing shall be achieved by air scour followed by simultaneous air and water washing.
The washing conditions shall be so designed that the filters can be effectively cleaned. Facilities
shall be provided for the following minimum air scour and wash water rates:
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Sr.
No.
1
2
3
Backwash
Regime
Air Scour
Combined
Air/Water
Water only
Duration
(mins)
3
50
Wash water
(m3/hr)
---
4
50
18
8
---
50
Air (m3/hr)
The rate of backwashing and air supply shall be adequate for the purpose of cleaning the bed
and removing material but shall not dislodge the media layers or disturb the consistency of the
bed. Backwashing shall be carried out using an overhead Wash water Tank to supply the
backwash flow under gravity.
(v) Gravity Backwash
An overhead Wash water Tank shall be provided and sized to hold enough water for a minimum
of two full backwashes of one filter simultaneously without replenishment. The Tank shall be at
sufficient elevation to facilitate water washing at the maximum rate when the water level in the
Tank is at the minimum level. The minimum capacity of the over head wash water tank is 250M3.
(vi) Air Scour Blowers
Two numbers of (1Working + 1 Standby) positive displacement type (Roots) Air Blowers with
acoustic enclosure shall be provided in the Filter House. Typically, the air scouring rate shall be
up to 50 m3/h.
The Blowers will be capable of delivering oil free air at the specified output pressure and volume.
The horizontal inlet and delivery lines shall be sized so that air velocity does not exceed 25 m/s.
The Blowers shall have the following components but not limited to:






Inlet Silencer and Filter.
Non Return Valve in delivery branch.
Butterfly Valves in both inlet and delivery branches.
Pressure Relief Valve or excess pressure safety device.
Bellows type Couplings on inlet and delivery branches.
Direct Coupling.
The delivery pipe work shall be carried to a height above the maximum possible water level in
the filters so that, under all circumstances, it is impossible for water to flow back to the blowers.
The delivery pipe work and valves shall be sized to limit the air velocity to a maximum of 13 m/s.
The noise emitted from the Blower shall not exceed 85 d BA at 1.86 m from the blower. (ISO
10816-1995)
Filter Building Ventilation
Forced ventilation equipment shall be provided to give four changes of air per hour in the filter
central gallery and plant room area.
Dirty Backwash Water Collection Sump & Transfer Pumps
A Dirty Backwash Water Collection Sump of adequate capacity, considering holding of backwash
quantity of minimum 1 filter, shall be provided to receive the back wash from filter installations.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
The Transfer Pumps shall be submersible 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.
Volume
:
to hold Dirty Backwash Water generated from two full backwash of one
filter
No. of Pumps
:
2 Nos.: 1W + 1SB
All other accessories, whether specified or not, but required for completion of Contract shall form
the part of Bidder’s Scope.
4.11.1.9 Disinfection (Chlorination) Units
Chlorination Tank and Chlorinator cum Chlorine Tonner House
Treated effluent from MBBR Basins shall be taken to Chlorination Tank by RCC Channel/RCC Pipe
of Class NP-3. Gas Chlorine shall be added for disinfection at suitable dosing rate. Baffle walls
shall be provided in the Tank to facilitate hydraulic mixing of treated effluent. The entire
construction shall be in M30 grade reinforced cement concrete and as per IS 3370 (Part -1)
(2009).
Design Flow
:
5.50 MLD
Number of Units
:
1 No.
Hydraulic Retention Time :
30 Minutes
Free Board
:
0.50 m min.
Minimum Size of the Chlorination Tank shall be 200 m3.
A Chlorinator cum Chlorine Tonner House shall be provided above/near Chlorination Tank to
house Chlorination System. It shall be RCC Frame cum Brick Masonry Structure with Rolling
Shutter, UPVC Windows & Ventilators, Electrically operated 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 Equipments including Sand Buckets, Fire Extinguishers, Fire
Alarms and lime bed in case of leakage of chlorine . Also it shall be provided with IPS Flooring,
Internal and External Plaster, Internal Oil Bound Washable Paint and External Aluminium
Composite Panel Cladding. Plinth Protection shall be provided along the periphery as per
specifications.
Minimum Size of the Chlorinator cum Chlorine Tonner House shall be 25 m2.
All other accessories, whether specified or not, but required for completion of Contract shall form the
part of Bidder’s Scope. 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).
Chlorination System
Gas Chlorination System comprising Vacuum Chlorinators (2 Nos.), Water Feed Pumps (2 Nos.),
Piping, Ejectors, Chlorine Tonners (Suitable for 30 days’ Storage.), Grunions, Lifting Device with
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Weighing Scale, Safety Equipments like Canisters, Gasmasks etc., Chlorine Leak Absorption
System and other ancillary shall be provided.
Design Flow
Type
Chlorine Dosing
Capacity of Chlorinator
Quantity
:
:
:
:
:
5.50 MLD
Vacuum Type
3-5 ppm max.
1 Kg/hr min.
2 Nos. (1Working + 1Standby)
All other accessories, whether specified or not, but required for completion of Contract shall form
the part of Bidder’s Scope.
4.11.1.10 Filtered Effluent Storage Tank (FEST)
One number filtered effluent storage tank in two compartments with common wall in
reinforced concrete structure (M-30) of HRT not less than 10 minutes at 5.50 MLD with free
board of 500 mm shall be provided. The distribution Chamber shall be provided with two
numbers Sluice Gates for regulating the flow in to these tanks. Both these Tanks shall also
be interconnected with Sluice Gates provided at the common wall.
The outlet to the FEST shall have 2 numbers wall duct with a flanged puddle collar each shall
be connected to the centrifugal non clog pumps with variable frequency drive, with positive
suction to pumps for reuse or disposal of effluent treated water. The treated effluent shall
be disposed off through effluent channel by gravity in the fields for Agriculture use which is
covered in the bidder scope. Structure at S.T.P. shall be so designed so that the treated effluent
is disposed of by gravity above H.F.L. of Northern Ghaggar Canal through the proposed RCC
treated effluent channel of suitable size.
4.11.1.11 Sludge blending & thickener.
The sludge from the secondary clarifier shall be taken in to sludge blending sump in RCC M30 of
minimum 2 hours HRT with aeration facility for sludge mixing with clarified water, been drawn from
clarified water sump under gravity, to ensure surface loading minimum as 12 M^3/ M^2/ Day for
sludge thickener & this blended sludge be pumped using non clog submersible pumps 2 units (1W
+ 1 SB) in to sludge thickener.
Thickener
Thickener is a circular RCC construction in M-30 tank of suitable size designed at 30Kg s/ M^2/ Day
Solids loadings. The excess sludge wasted shall be 0.3125 Kg / Kg BOD5 removed & excess of TSS
shall be considered as non-volatile solids with 4 hours loading for peak flow for design of thickener
with mechanical scrapper shall be provided for Concentration of Sludge from 1% to 3 to 3.5 %.
The supernatants shall be collected in the launders outside/ inside the periphery of the tank &
thickened sludge shall be collected in a sludge tank of suitable size.
Sludge consistency after sludge thickener shall be 3.5%. The supernatants shall be collected in the
launders outside / inside the periphery of the tank & thickened sludge shall be collected in a sludge
tank of 6 hours hydraulic retention time with coarse bubble diffused aeration mixing facility.
(i) Thickener Mechanism (Central Driven Fixed Full Bridge Type)
The Thickener Mechanism shall be suitable for installation in RCC tank of specified size. The
mechanism shall comprise of the following main components:
 Bridge Superstructure spanning the tank diameter
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon








Drive assembly complete with drive head, chain & sprocket, geared motor etc.
Feed Well
Center Shaft
Cone scraper
Rake arms
Tie rods for rake arms
Plow blades & squeegees
Weir plate
(a) Brief Technical Specifications
Bridge Superstructure
The bridge shall span the entire diameter of the tank. The width of the walkway shall be minimum
1.2 M. The bridge shall rest on the clarifier wall at both the end. The bridge shall be of truss type
welded steel construction with walkway of gratings / chequerred plates for full of the bridge and
center platform. The truss bridge shall be provided with one row of handrail in the middle.
Drive Assembly with Drive Head
The central drive head shall rest on the bridge at the center. The drive head shall be coupled to a
geared motor through chain & sprocket and shall support the center shaft at the bottom for
rotating the rake arms.
Feed Well
A fixed feed well shall be hung from the bridge superstructure. The inlet feed pipe shall run
under the bridge up to the feed well.
Center Shaft
The center shaft shall be of SS welded ERW pipe and shall be attached to the output shaft of the
drive head. The center shaft shall be bolted to the drive head at the top and shall support the rake
arms at the bottom through a torque frame.
Cone Scraper
A cone scraper shall be attached to the bottom of the center shaft and shall serve to stir the
sludge in the bottom hopper.
Rake Arms & Tie Rods
Two sets of rake arms shall be attached to the center shaft torque cage in diametrically opposite
direction through a hinged connection. The rake arms shall be attached to the center shaft
through tie rods with provision for adjustment of inclination of the rake arms. Each rake arm shall
be provided with plow blades at the bottom and adjustable renewable squeegees for scraping of
sludge.
Weir Plate
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
V-notch weirs of size 5mm thick x 150mm wide shall be provided along the periphery of
thickener for uniform draw-off of the overflow. The weir plate shall be fixed to the tank wall by
means of plate washers.
(ii) Inclusions
 All civil works along with anchor bolts, inserts etc.
 All electrical, instrumentation & cabling including motor starters.
 Inlet piping and sludge outlet piping
(iii) MATERIAL OF CONSTRUCTION
Tank
Feed Well
Bridge
Rake Arm
Vertical shaft / Center Cage
Blades
V-notch weir
Squeegees
Platform
Handrail
Vertical Post
Scum skimmer
Scum Box
Scum Baffle
Anchor Bolt
Fasteners – Under Water
Fasteners – Above Water
RCC
SS-304
MSEP
SS-304
SS-304
SS-304
FRP
Neoprene
MS Chequerred Plate / Grating
40 NB MSPVC Coated.
CI
SS-304
SS-304
SS-304
SS-304
SS-304
4.11.1.12 Sludge Sump and Pump House
A Sludge Sump shall be provided to hold excess sludge. It shall be equipped with submersible
Mixer to facilitate mixing of its contents on continuous basis. It shall be constructed in M30 grade
reinforced cement concrete and as per IS 3370.
Design Capacity
Number of Units
Hydraulic Retention Time
Free Board
:
:
:
:
Suitable for 5.50 MLD
1 No.
8 hours min. to hold Sludge produced in MBBR System
0.50 m min.
A Pump House shall be provided near Sludge Sump to house Sludge Transfer Pumps. It shall be
Brick Masonry Structure with Rolling Shutter, UPVC Windows & Ventilators and Electrically
operated Hoist with Travelling Trolley of minimum 1 Ton capacity or 1.5 times the weight of the
single Unit whichever is more to lift the Pump/Air Blower and Safety Equipments including Sand
Buckets, Fire Extinguishers, Fire Alarms etc. Also it shall be provided with IPS Flooring, Internal
and External Plaster, Internal Oil Bound Washable Paint and External Aluminum Composite Panel
Cladding. Plinth Protection shall be provided along the periphery as per specifications.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
All other accessories, whether specified or not, but required for completion of Contract shall form
the part of Bidder’s Scope.
4.11.1.13 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 – 3% solids consistency.
Capacity and Head
Type
Liquid
Specific gravity
Solid size
Efficiency
Quantity
:
:
:
:
:
:
:
Suitable for 5.50 MLD
Positive Displacement Type Screw Pump
Sludge of 0.8 – 1% Solids Consistency
1.05
40 mm max.
more than 30%
2 Nos. (1W+1SB) min.
All other accessories, whether specified or not, but required for complete shall form part of
contractors scope.
4.11.1.14 Mechanical Sludge Dewatering Device (Centrifuges)
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.
The device shall be so located that the dewatered sludge can be loaded into Trucks/ Trolleys /
Containers directly. Preferably the device 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% (measured as dry
solids w/w basis) so that it can disposed by open body Trucks/Trolleys.
The Centrifuge shall be solid bowl type of co-current/counter current design, as decided by the
Bidder. 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.
Capacity and Head
Type
Liquid
Specific gravity
Operating Hours
Quantity
:
:
:
:
:
:
Suitable for 5.50 MLD
Solid Bowl Type
Biological Sludge of 0.8 – 1% Solids Consistency
1.05
16 hrs/day max.
2 Nos.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
All other accessories, whether specified or not, but required for complete shall form part of
contractors scope. The centrifuge sludge shall be pumped on the sludge drying beds with the
help of 2 no suitably sized non clog screw pumps (one working & one stand by).
A Centrifuge House designed for 5.50 MLD shall be provided near Centrifuge Feed Pump House
to house Centrifuges. It shall be a Stilt + 1 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.
4.11.1.15 Sludge Drying Beds (SDB).
Sludge Drying Beds of size 10m x 5m constructed in Brick Work (1:5), with minimum wall
thickness 34cm thick duly plastered in 1:3 cement mortar, C.C. flooring shall be laid on properly
compacted sub-grade. The flooring shall consist of 75mm thick PCC 1:8:16 bottom layer laid on
sub grade, and 75m thick P.C.C 1:2:4 laid over 1:8:16. The 150mm open jointed pipes shall be
provided for drainage arrangement. The sludge shall be supplied in the central trough from
where it will be charged to sludge drying beds. The filtrate will be taken to separate chamber
provided for each drying bed from where it will be taken to combined chamber meant for all
drying beds and from there it shall be taken to main pumping station wet well. The sludge drying
beds shall be designed and constructed for a dry cycle of 10 days. Separate C.C. platform of
minimum 30 sqm shall be provided for storage of sludge taken out from the all the sludge drying
beds.
The filter media shall confirming to specification as laid down in manual sewerage and sewage
treatment published by Govt. of India.
The sludge bed shall consist of bottom layer of 30 cm of gravels of size 3mm to 6mm & overlaid
with 30cm of clean sand of effective size of 0.5 to 0.75 mm with uniformity coefficient not
greater than 4.
The sludge thickness applied over sludge drying beds should be 300 mm. There should be access
of 4.0 M width from one side of every Sludge Drying Beds. HFL shall be 300 mm above formation
level & shall have 0.2 M free board. The bed of the sludge drying beds shall be laid over LDPE
film so as to avoid the seepage of sewage in the ground.
4.12 Plant Utilities
4.12.1 Air Blower cum Administrative cum MCC & PLC/Control Building
The MBBR Air Blower cum Administrative cum MCC & PLC/Control Building shall be G+1 type RCC
(M25) Frame and Brick Masonry Structure. MBBR Air Blower Room, 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.
A Blower Room of minimum 150 m2 area and 5.50 m clear height shall be constructed to
accommodate Air Blowers for MBBR Basins. It shall be RCC (M25) Frame and Brick Masonry
Structureand shall be provided with adequate ventilation. It shall be equipped with Rolling Shutters,
UPVC Windows/Ventilators, Exhaust Fans and an Electric Hoist with Travelling Trolley of minimum 3
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Ton capacity or 1.5 times the weight of Air Blower whichever is more. Remaining 30m2 shall be
utilized for Staircase, Workshop & Tool Room and Toilet Block.
Administration Block (comprising Office & Conference Hall), Laboratory, MCC Room and PLC/Control
Room shall be at first floor. The MCC Room shall be of minimum 40 m2 area which shall
accommodate MCC Panels. The PLC/Control Room shall be located besides MCC Room with minimum
15m2 area. The PLC Room shall be provided with Split Type Air Conditioners of suitable capacity.
A Laboratory of 20m2 size shall be located on the same floor. It shall be fully equipped with all
necessary Equipments, Instruments, Chemicals, Reagents, Glassware and Furniture. There shall be
two working platforms for keeping various glassware and test equipment. Stainless steel Sinks shall
be provided for washing of glassware and other equipments.
An Administration Block (comprising Office & Conference Hall) of around 60 m2 shall be located on
the first floor.
Adequate number of Toilets and Washbasins shall be provided separately for Men & Women at each
floor. 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.
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 Engineer-in-charge. Plinth Protection shall be provided along the periphery
as per specifications.
Detail of Buildings proposed to be constructed is as under:
S. No.
Detail of Buildings
Quantity
1.
Staff Quarters
2
2.
Blower Platform at STP
1
3.
Transformer Room & Platform at MPS & STP
1
4.
DG Set Room & Platform at MPS & STP
1
5.
Office, MCC, Kitchen & Toilet
1
6.
HT / LT Panel Room
1
7.
Roads & Pavements at STP & MPS
2
8.
Compound wall at STP
1
9.
Chlorinator Building
1
10.
Toner Shed
1
11.
Security Room
1
The total building area will be 637 sq mt, out of which 50 sq mt is for Panel Room, PLC Room
including Toilet Block. The balance area 587 sq mt consisting of 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
The Building shall be provided with the following:
Sr.
No.
Item of work
Work
2 Nos. of latest version & configuration complete.
2
Personal Computer in PLC/Control
Room
Printer in PLC/Control Room
3
Telecommunication Facility
4
Plant Model
5
Air Conditioner
1
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.
2 No Split AC of 1.5 Ton and 1 No Split A/C of 2.0
Ton Capacity with 5 star Rating and Digital Stabilizer
at MPS/STP site.
4.12.2 Electrical HT Substation
The Electrical HT Substation of minimum 90 m2 area shall be provided to accommodate HT
Components comprising HT Panel, outdoor 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, Fire
Exit Route Chart etc. Also it shall be provided with suitable Flooring, Internal and External Plaster
with Painting and Plinth Protection along the periphery as per specifications.
4.12.3 DG Set House
The DG Set House of minimum 60 m2 shall be provided to house DG Set of adequate rating capable
of running the entire Plant at Peak Flow including AMF Panel, Fuel Tank and other Accessories
required.
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 suitable Flooring, Internal and External
Plaster with Painting and Plinth Protection along the periphery as per specifications.
4.12.4 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
complete. Also it shall be provided with Flooring, Internal and External Plaster with Painting and
Plinth Protection along the periphery as per specifications.
4.12.5 Staff Quarters
2Nos. 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.
4.12.6 Schedule of Finishes
Sr. Unit
No.
1
Administrative Block, Laboratory,
MCC Room, PLC & Control Room,
Security Cabins, Staff Quarters
2
3
4
5
6
Flooring
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
Abrasion
Resistant
Additives
of
approved make
Doors
Windows
/
Ventilators
Solid
Core Aluminum
of
Flush
Door approved make
with
heavy
duty
Brass
Fittings
of
approved
make
MS
Rolling Aluminum
of
Shutter
(See approved make
Through Type)
of
approved
make
-----
Air Blower House, Workshop &
Tool Room, Chlorinator cum
Chlorine Tonner House, Sludge
Pump Houses, Electrical HT
Substation, Gas Engine House
Centrifuge Platform
Anti
Skid
Tile
Flooring of approved
make
Vehicle Parking Area
Coloured
Pre-cast --Heavy Duty Paving
Blocks with Lacquer
Finish
Toilet Blocks
Coloured
Glazed UPVC
Tiles
approved
make
Staircase: Inside Building
Grey Granite Flooring --of approved make
---
of
UPVC
of
approved make
---
4.12.7 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 3.00 m to 4.00m 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
4.12.8 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.
4.12.9 Boundary Wall and Gate
Boundary Wall having architectural and elegant view shall be provided along entire periphery of the
Plot (at MPS and STP site). 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.
4.12.10 Internal Water Supply and Water Supply for Gardening
Proper water facility shall be provided at STP & MPS site. 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.
4.12.11 Disposal of Plant Residuals Treated Effluent
Plant Residuals i.e. Screenings, Grit and Dewatered Sludge shall be disposed off suitably by the
Contractor as per norms established for the same. The Contractor Shall be at liberty to sell the
dewatered sludge to the prospective buyers.
4.12.12 Landscaping
Landscaping involves beautification of the balance area left after constructions of structures at MPS &
STP sites 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 of Effluent Treatment Plant site by cultivating lands,
plants and trees of environmental value and suitably modifying the appearance of MPS & STP site. It
shall add scenic value to the MPS & STP site to obtain maximum visual impact. Contractor has to
develop proper landscaping in the MPS & STP site from professional landscaper approved by
Engineer – in- charge.
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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
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.
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 atleast once a month by providing plenty of compost materials.
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.
4.13 Interconnecting Piping and Valves
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
Service
No.
1
2
3
Design Velocity
m/s
Limitations
Min. Velocity shall not be less
0.6 – 1.2
Gravity Lines for Effluent&
than 0.6 m/sec. Max. Velocity up
Designed as pipe line
Water
to 1.2 m/sec is allowable at Peak
flowing full.
Flow.
Min. Velocity shall not be less
Pressure
Lines
for
than 0.6 m/sec. Max. Velocity up
0.6 – 2.5
Effluent& Water
to 2.5 m/sec is allowable at Peak
Flow.
Air (Pressurized Lines)
Max. Velocity shall not be more
than 25 m/sec in any section.
18 – 22
4
Scum & Sludge Lines
0.6 – 1.5
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.
Piping: Guide Lines for MOC
Sr.
Service
No.
Type of Flow
MOC
1
Waste Water / Sludge
Gravity
RCC NP-3 Class
2
Waste Water / Sludge
Pressurized
CI / DI K-9
3
Service Water
Gravity / Pressurized
GI “C” Class
4
Air Lines: Headers, Vertical DownPressurized
comers
Above
Water:
MS
Sand/Shot Blasted, Epoxy
Painted
Under Water: SS 304
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Sr.
No.
Service
Type of Flow
MOC
5a
Air Grid Piping: Aeration Zone
Pressurized
UPVC Schedule 40
5b
Air Grid Piping: Selector Zone
Pressurized
SS 304
6
Chemicals
Gravity / Pressurized
SS 304 except Chlorine &
FeCl3
7
Chlorine & FeCl3
Gravity / Pressurized
Schedule 40 UPVC
Valve: Guide Line
Sr.
Service
No.
A
Effluent / Sludge
Type
1
Gravity / Pressurized
Knife Gate
2
Delivery of Pump
Swing Check
3
Suction & Delivery of Pump
B
Service Water
1
Gravity / Pressurized
Ball
2
Delivery of Pump
Swing Check
3
Suction & Delivery of Pump
Butterfly
C
Air
1
Pressurized
Ball
2
Delivery of Blower
Swing Check
3
Suction
Blower
D
Chemicals
1a
&
Delivery
of
Knife Gate
End
Connection
MOC
CI Body & SS
Gate & SS
Spindle
CS Body & SS
Internals
CI Body & SS
Gate & SS
Spindle
304
410 Flanged
304
Wafer
304
410 Flanged
CS Body & SS 304
Flanged
Internals
CS Body & SS 304
Wafer
Internals
CI Body & SS 304
Flanged
Internals
CS Body & SS 304
Flanged
Internals
CS Body & SS 304
Wafer
Internals
Butterfly
CI Body & SS 304
Flanged
Internals
Gravity / Pressurized
Ball
As
per
Chemical
Flanged
Compatibility Chart
1b
Gravity / Pressurized
Diaphragm
As
per
Chemical
Flanged
Compatibility Chart
1c
Gravity / Pressurized
Plug
As
per
Chemical
Flanged
Compatibility Chart
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Notwithstanding the above, the Tenderer shall submit a Valve Schedule with Tag No., Flow, Size,
Type, Material of Construction, End Connection etc. with detailed P & ID for approval of the
Engineer-in-charge prior to any further engineering or procurement/fabrication and installation.
4.14 Electrical & Instrumentation Works
It shall be the Contractor’s 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-in-charge.
Adequate nos. of Transformers with 10% overload shall be provided. These shall be oil filled, air
cooled and step down Transformers suitable for outdoor 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 Contractor’s 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
MBBR 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
4.15 Instrumentation
4.15.1 PLC/PC/SCADA BASED AUTOMATION SYSTEM FOR ENTIRE PLANT
The entire Sewage Treatment Plant including Primary Treatment Units, Biological Treatment Units
based on MBBR technology, Tertiary Treatment, Disinfection (Chlorination) Units, Sludge Dewatering
Units and MPS 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.
4.15.2 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 Sewage transfer pumps to Inlet Chamber of STP.
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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
4.15.3 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 follows1. 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.
4.15.4 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
4.15.5 PLC Specification
1) The PLC shall have not more than 16 I/O per card.
2) There shall be limited to saving the recorded data and saving the programmed logic in case of
power failure.
3) Change in programme /modification to programme shall be possible by a portable lap top
computer.
4.15.6 Plant Operation Modes
The plant shall be operated in two modes:
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).
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)
4.15.7 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.
4.15.8 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. Digital flow meters shall be provided at inlet and outlet of for each
MPS and STP and shall be connected with SCADA.
4.15.9 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.
4.16 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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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 Moving Bed Biological
Reactor 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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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 manufacturer’s 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.
4.16.1 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.
4.16.2 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
4.16.3 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,
4.16.4 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.
4.16.5 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.
4.16.7 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.
4.16.8 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.
4.16.9 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 excluding the cost of power is to be borne by the Contractor. Within
his quoted cost, the Bidder is to ensure that the following guarantees are maintained. The
reimbursement of consumable have been fully explained in the NIT.
 Guarantee for Quality of Treated Effluent.
 Guarantee for Power Consumption.
 Guarantee for Automation System.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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 Employer 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.
4.17 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 exists 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.
4.18 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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
4.19 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 Six 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 60 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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
4.20 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.
4.21 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
the GO switch to Metering Panel to 11 KV VCB Panel & from there to primary of Suitable
rating Step down Transformers.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
 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.
4.22 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 Manual OT
for lifting.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
 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.
 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.
 SS railing shall be of grade 304, 90cm height, vertical member 50mm diameter, 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.
 No covering is required over the walkways but 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.
 The top of any structure shall not be below formation level at site.
 The thickness of SS sheet in pipes used in treatment units shall not be less than 3 mm.
 The thickness of MS sheet in pipes used to carry sewage or air to treatment units shall not be
less than 6 mm.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
 The thickness of Aluminum sections used in door and windows in components of STP or MPS
shall not be less than 10 gauge. The thickness of glass shall not be less than 5mm.
 All MS pipes to be used shall be of minimum 6 mm thick with outer epoxy coating and inner
surface to be dipped with bituminous protective coating.
4.23 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. All
Testing charges from Pollution Control Laboratories or any other approved laboratory shall be borne by the
Department.
Raw Effluent is available at the plant site. Testing and commissioning of the plant can be started
after completion of the work.
4.24 ON LINE WATER QUALITY MONITORING AT STP
List of suggestive minimum Influent /Effluent Water Parameter monitoring required at each
treatment process stage at STP’s 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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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. 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.
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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
System Data Storage
Telemetry
User Interface Software
Non Volatile memory, Storage up to 1 year for all parameters with
measurement interval of 15 minutes
Integrated
GPRS/3G
modem
compatible
with
Indian
Telecommunication System
Data Transfer
Shall display Data in Graphical and tabular format for all parameters
and spectral absorption curve
TCP/IP,HTTP or FTP
Network Connection
Ethernet RJ45 Connector, Wi-Fi or Via Modem
Operating temperature
0 to 60°C
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
4-20 mA outputs for all parameters for future integration with
SCADA
Onsite Data Validation & System should contain data validation software installed for basic
Contamination
alarm QA/QC of data and send contamination alert notifications to central
Software
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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
Specification of COD
Measuring Principle
Measurement Range
Resolution
Accuracy
Operating temperature
Operating Humidity
Operating Pressure
Calibration & Background
Matrix Change Correction
Protection Class
Sensor Cleaning
Specification of TSS
Measuring Principle
multi wavelength scanning 220 to 720 nm
0 to 3750 ppm
0.01 ppm
+/-5 %
0 to 45 degree Celsius
95 % relative Humidity
0 to 3 Bar
Multi Point calibration (at least 10 points) with factory
calibration for STP
IP68 with integral rugged cable
Automatic
Measurement Range
Resolution
Accuracy
Operating temperature
Operating Humidity
Operating Pressure
Calibration & Background
Matrix Change Correction
Protection Class
Sensor Cleaning
Specification of NO3
Measuring Principle
0 to 2000 ppm
0.01 ppm
+/- 5 %
0 to 45 degree Celsius
95 % relative Humidity
0 to 3 Bar
Multi Point calibration (at least 10 points) with factory
calibration for STP
IP68 with integral rugged cable
Automatic compressed air
Multi wavelength scanning 220 to 720 nm
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
Accuracy
Resolution
Response Time
Measurement Principle
Operating Temperature
0- 10 mg/L
±2% of reading
≤ 0.01 mg/L
≤ 60 seconds
Amperometric
0- 40°C
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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
Measuring Principal
± 1% of full scale
Optical without need of any consumables
Resolution
Response Time
Operating Temperature
Operating Humidity
Protection Class
0.01 mg/L
≤60 seconds
0 to 60 degree C
5 to 95 % non-condensing
IP68 with integral rugged cable
Power
12 VDC Nominal
Signal Output
Compatible with Data Acquisition System
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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- 90°C
Accuracy
≤ 0.1°C
Resolution
≤ 0.1°C
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
4.25 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
2
3
Oil free Diaphragm type vacuum cum pressure pump improved model. 1
Free air displacement 55 lit/min. pressure 44 psi complete (1/2 HP
motor)
Laboratory hot air oven, double walled inner made of stainless steel, 1
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,
cord and connector size of inside chamber (450 x 450 x 450 mm)
Muffle furnace, quick heating type Light weight. Digital controller cum 1
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)
No.
No.
No.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
S. No.
Description of Items
Qty.
4
1
No.
6
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
10 to 500 C
10 to 1100 C
Digital pH meter electronic indicator, model 101 E
2
2
1
No.
No.
No.
7
Portable pen type digital pH meter range 0-14 pH.
1
No.
8
Sox let Extraction Apparatus with six Hot plates operation, with individual 2
sun Vic energy regulator control, indicator light, maximum surface
temperature : 3500 C with horizontal rods and gut keys
No.
9
Digital Display electronic hand held stop watch with extra facility for day 1
date and time reading 1/100 second.
No.
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 supplied
with the voltage stabilizer
Water still complete from inside & outside made of stainless steel sheet 1
for pyrogen free distilled water, complete with self ejecting type heating
elements, wall hanging arrangements, plug and cords outputs 4 1/h.
Laboratory report stand rectangular heavy type with rod, base size – 7 x 3
5‟ duly painted
5
11
12
No.
Nos.
13
14
Pipette stand plastic
Set of clamp and boss head made of brass
1
2
No.
No.
15
Burette clamp festered type made of brass
3
No.
16
2
2
2
2
4
2
No.
No.
No.
No.
No.
Nos.
2
2
Nos.
Nos.
3
Stainless steel tongs
6 inch
inch
10 inch
Asbestos hand gloves size 14
Bottle cleaning brush Nylon
1.5 tonne capacity window type air conditioner for conference room
complete with voltage stabilizes to match the capacity of AC.
Chemicals, Laboratory Glassware
Gooch crucibles disc Dia, 40mm, porosity G-3, Borosil R 50ml
Vacuum flask i.e. filtration flask capacity 500ml. With side tubular Borosil
R.
Evaporating dishes
50
Nos.
4
5
Desiccators large with cover size 250mm Borosil R.
Buchner funnel capacity 80 ml, disc Dia 40mm, porosity G-3
1
2
Nos.
Nos.
17
18
19
B
1.
2.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
S. No.
Description of Items
6
Measuring cylinder graduated Borosil R
1000 ml capacity
500 ml capacity
100 ml capacity
Burette with straight bore stop cock Borosil R
100ml capacity
50 ml capacity.
Conical flask Borosil
1000 ml capacity
500 ml capacity
100 ml capacity
Volumetric flask
1000 ml capacity
500 ml capacity
100 ml capacity
Reflux flask i.e COD flask capacity 250ml with B-24 joining Borosil
Volumetric pipettes i.e. Bulb pipette Borosil
50 ml capacity
20 ml capacity
10 ml capacity
ml capacity
2 ml capacity
Serological pipettes i.e. graduated pipette Borosil
25 ml capacity
10 ml capacity
ml capacity
Beaker Borosil
1000 ml capacity
500 ml capacity
250 ml capacity
100 ml capacity
50 ml capacity
Allhin condenser length 400mm with B-24 cone & socket Borosoil
Qty.
2
4
6
Nos.
Nos.
Nos.
2
2
Nos.
Nos.
2
10
15
Nos.
Nos.
Nos.
4
8
8
12
Nos.
Nos.
Nos.
Nos.
2
2
2
2
2
Nos.
Nos.
Nos.
Nos.
Nos.
2
4
4
Nos.
Nos.
Nos.
2
8
8
6
2
12
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
2
1
1
1
8
3
Nos.
No.
No.
No.
Nos.
Nos.
19
Wash bottle polythene filted with stopper & delivery tube capacity 500 4
ml.
Nos.
20
Glass rod 8mm Dia length 12
Nos.
7
8
9
10
11
12
13
14
15
16
17
18
Imhoff cones Borosil
Sediment sharp tip
Sediment Blunt tip
Kjeldahi apparatus
Plastic filter funnel Dia 4
Filter funnel Dia 4 brosil .
Labolene solution. (Glaxo 5 lit.)
4
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
S. No.
Description of Items
Qty.
21
Glass beads
1
No.
22
Connecting tube T shape
2
Nos.
23
24
Sample bottle with screw cap. Borosil cap. 30 ml.
BOD bottles cap. 300 ml Borosil
10
50
Nos.
Nos.
25
Carriage of materials
---
L.S.
C
Laboratory Chemicals And Reagents
1
PH tables
PH = 4(10 tablets)
PH = 7(10 tablets)
Filter papers (12.5 cm Dia) whatman make no.40(100 papers in one
pocket)
10
10
10
Nos.
Nos.
Nos.
2
3
Nos.
4
Filter papers (0.45cm) whatman make 47 mm Dia (100 papers in one 8
pocket)
Concentrated sulphuric acid
5
5
6
7
Mercuric sulphate (Hg 2 SO 4)
Ferrous Ammonium Sulphate
Potassium Dichromate (K2Cr2 07)
2
2
4
Nos.
500gm
500gm
8
Silver sulphate (Ag2SO4)
4
25gm
9
Ferrous sulphate (FeSO4. 6H2O)
2
500gm
10
1.10 phenanthroline Monohydrate GR.
2
5gm
11
12
Alkaline Pyrogalial Reagent
Hydrochloric acid (N/10) in ampoules pkg.
3
10
100gm
AMP
13
14
Sodium hydroxide (N/10) in ampoules pkg.
Potassium Hydroxide
5
2
Ltrs.
500gm
15
Potassium phosphate dibasic anhydrous
1
500gm
16
17
Potassium phosphate monobasic
Disodium hydrogen phosphate
1
1
500gm
500gm
18
Ammonium solution
2
500gm
19
Magnesium Sulphate
2
500gm
20
Calcium chloride
1
500gm
21
22
23
24
Ferric Chloride
Sodium Sulphate
2 Chloro 6 pyridine
Glucose reagent grade
1
1
1
1
500gm
500gm
250gm
500gm
25
26
Glucose acid reagent grade
Methylene Blue indicator solution
1
2
250gm
250ml
27
Phenolphthalein indicator solution
2
100ml
Nos.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
PART – 1
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 contractor’s 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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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
DESCRIPTION
1.
Total Assets
2.
Current Assets
3.
Total Liabilities
4.
Current liabilities
5.
Net worth (1-3)
6.
Working Capital (2-4)
7.
Annual Turn over
8.
Construction Services
2010-2011
2011-2012 2012-2013 2013-2014
Services related turn over
9.
Profit before taxes
10.
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:
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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.
DNIT OF 5.50 MLD STP (MBBR) FOR Haily Mandi TOWN DISTT. Gurgaon
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 Name,
Contra % of
Contract Contrac Actu Actual
Reason Value of
of
Location ct
Partici ual Date tual
al
Date
s for
work
Emplo , Nature Price
pation of
Date of Date of
Delay
completed
yer / &
in
of the Comme
complet of
Comple in
till
date
Client Descript Indian Comp nceion of Start tion of Comple supported
ion
of Rs.
any
ment of Work
of
work
tion, if with
Work
Construc
Work
any
certificate
tion
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.
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
1
pH
2
TSS
3
BOD
4
COD
5
Oil & Grease
6
Chromium Total
7
Phenolic Compound
After secondary treatment
After Tertiary Treatment
Requirement
Requirement Achievement
Achievement
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
SCHEDULE – 6
ELIGIBILITY CRITERIA DOCUMENT
LIST OF CURRENT PROJECTS
PROJECT
TITLE
WORKS
INVOLVED
CLIENT CONTRACT
VALUE
DATE OF
DUE DATE OF %AGEWISE EXPECTEDDATE
COMMENCEMENT COMPLETION COMPLETION OF COMPLETION
OF WORKS
Note : - Works to be listed separately as per the similarity.
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
SCHEDULE – 7
ELIGIBILITY CRITERIA DOCUMENT
INFORMATION
REGARDING
CURRENT
LITIGATION,
DEBARRING/
BLACKLISTING, EXPELLING OF APPLICANT OR ABANDONMENT OF WORK BY
APPLICANT
i)
a) Is the applicant currently involved in any arbitration/litigation Yes/No
to the contract works.
If yes, give details
ii)
a) Has the applicant or any of its constituent partners been Yes/No
debarred/expelled by any agency in India during the last 5
b) Ifyears
yes, give details
iii)
a) Has the applicant or any of its constituent
partners failed to complete any contract work
Yes/No
b) 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
against
client, cause
applicant
of litigation
and matter of
dispute
Current
value of
disputed
amount
Actual
awarded amount
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
144
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
145
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
146
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
147
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 Providing sewerage
scheme & Construction of Sewage Treatment Plant for Haily Mandi Town of District
Gurgaon “Designing, construction, erection, testing & commissioning of automatic & PLC
controlled with SCADA 5.50 MLD Main Pumping Station, construction of automatic &
PLC controlled with SCADA 5.50 MLD Sewage Treatment Plant based on Moving Bed
Biological Reactor Technology (Attached Growth Process), including Tertiary Treatment
(Dual Bed Filters), Disposal of sludge and Disposal treated effluent into Nala 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 MPS & Sewage Treatment Plant including Operation &
Maintenance for 12 months during defect liability period after trail run of 3 months and
five years thereafter at Haily Mandi Town of District Gurgaon (Under State Plan)”.
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, Sohna. (hereinafter called “ the Employer”) in the sum of Rs. 12.00 lacs (Rupees
Twelve Lac 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 ________ 2015. Any demand in
respect of this guarantee should reach the bank not later than the above date.
DATE____________
Witness _____________
Signature of the Bank___________________
Seal__________(Signature, name and address)
PART-II
Contractor
Witness
148
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
149
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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.
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.
Design Life
The design life of all structures & buildings shall be 60 years.
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
150
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
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. All metallic parts/
components used at MPS & STP (except SS pipe) shall be coated with epoxy paint to
Contractor
Witness
151
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
avoid rusting. All pipes coming in contact with the sewage shall be of SS 316 grade
made with minimum 3mm thick SS sheet.

All SS railing shall be of grade 304, 90cm height, vertical member 50mm diameter, 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.

No covering is required over the walkways but 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.
(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.
Contractor
Witness
152
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
(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 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 &
Contractor
Witness
153
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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
1
Walk ways.
CHQ. Tiles
2
MCC Room.
KS
DT (oil bound)
SSI+SSII
3
Office & Laboratory
Glazed tiles
DT (oil bound)
AL
4
Corridor & Lobby.
KS
DT (oil bound)
SSI+SSII
5
Pump Houses.
IF
WW
RS+ SSI+SSII
6
Filter Hose.
KS
WW
RS+SSI+SSII
7
Chlorination Room.
KS
DT (oil bound)
SSI+SSII
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
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).
Contractor
Witness
154
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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).
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.
White wash: with whiting to give an even shade in 3 or more coats (WW)
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)
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).
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.
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.
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 aluminium
fittings in MP teak wood frame (FD). Anti termite treatment is to be given on all the
woodwork.
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
Contractor
Witness
155
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
hinges sliding bolts handles tower bolts etc. complete in all respects including applying
priming coat of approved steel primer (SSI) & epoxy painted.
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 hinges, sliding bolts, handles tower
bolts etc. complete in all respects including applying priming coat of approved steel primer
(SS2) & epoxy painted.
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.
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
Contractor
Witness
156
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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 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 walkways shall
have railings as specified above. Railing shall consist of CI vertical posts of 0.9 M with
vertical height at distance of 2.0 M with 40 mm MS PVC Coated pipe in two horizontal
rows.
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 & 12½ 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
manufacturer’s workshop. After arrival of the equipment on site, the same shall be
Contractor
Witness
157
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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.
Main standards for civil works
Some of the important IS codes referred during execution of the work are as follows:
Earthwork
IS: 3764 – Safety code for excavation works
IS: 3720 – Methods of tests for soils
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
Contractor
Witness
158
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Building works
Shall be as per National Building/ PWD Haryana specifications only.
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.
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 supplier’s 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 supplier’s 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 Engineer’s power under
the provisions of the contract. The provisions of this clause shall also apply to materials
supplied by any nominated sub- Contractor.
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 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.
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
Contractor
Witness
159
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
strengths that are too low, corrective measures shall be taken at once, at the Engineer’s
direction, without waiting for the results of the 28 days tests.
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.
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.
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
Contractor
Witness
160
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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.
: 1 No.
Executive Table
: 1 No.
Revolving Chair
: 1 No.
Visitors Chair.
: 4 Nos.
Steel Almirah.
: 1 No.
Side Racks.
: 2 Nos.
Office.
: 1 No.
Executive Table
: 1 No.
Revolving Chair
: 1 No.
Visitors Chair.
: 4 Nos.
Steel Almirah.
: 1 No.
Side Racks.
: 2 Nos.
Computer Table
: 1 No.
Printer Table.
: 1 No.
Revolving chair.
: 1 No.
2.0.
Computer P 4 with 30 minutes UPS, Colored Printer, Monitor, with : 1 Lot.
all necessary software including window XP, AutoCAD.
3.0.
4.0.
Pump Houses each.
:
Visitors Chair.
: 1 Nos.
Steel Almirah.
: 1 No.
Office Table
: 1 No.
Sub Station.
: 1 No.
Executive Table
: 1 No.
Revolving Chair
: 1 No.
Visitors Chair.
: 4 Nos.
Steel Almirah.
: 1 No.
Side Racks.
: 2 Nos.
Contractor
Witness
161
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
PART – II
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 and as
per PWD Specifications unless a more rigorous requirement is specifically stipulated.
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 tenderer
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 than 4.75 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
Contractor
Witness
162
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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 manufacturer and submit to Engineer-inCharge 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-in-Charge 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.
Contractor
Witness
163
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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-inCharge.
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 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-inCharge for recreating and approval within fourteen (14) days of the date of which the
Engineer-in-Charge’s 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 contractor’s responsibility to ascertain the conditions and
service under which the equipment is required to operate and to warrant accordingly that
Contractor
Witness
164
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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
leveling 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.
Contractor
Witness
165
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.2 Technical Specifications of Non Clog Sewage Submersible Pump sets
6.2.2.1 General Construction : The pump set shall be of Mono-block construction having
solid shaft motor above the pump. The impeller shall be mounted directly onto the
extended motor shaft (without any coupling). The Pump set may be installed directly into
sump.
6.2.2.2 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.
The pump shall be capable of developing the required total head at rated capacity for its
continuous operation. Pumps of particular category shall be identical and shall be suitable
for parallel operation.
The Head - Capacity (H-Q) curve shall be continuously rising towards shut off with the
highest at shut off. The shut off head shall be at least 115% of the specified duty point
head.
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 up to L10 life of the bearings. The
bearing should be of Metric Series (& not Imperial one) with re-greasing 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.
Auto Coupling System
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) which is permanently bolted
on to the rising mains.
The automatic coupling system design should be such that a uni-built 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
Contractor
Witness
166
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
allowed as they are not conducive to replace flange gaskets (between the CI DF bend & the
pedestal).
To prevent swiveling of the pump set (while lowering into & pulling out of sump), for Larger
pumps with discharge size ≥ 125m) & /or Deep Installed (with installation depth more than
10m) pumps; the Auto Coupling system should prefferably have Two Guide Elements
(either Pipes or Wires) – i.e. Single Guide Element shall not be preffered.
To "fish out" a Vertically Installed Submerged pumpset (even if a chain has not been
attached to the lifting hook prior to the pumpset being lowered) the pump should have a
self centering lifting hook. Its design should be such that the lifting chain's hook can be
engaged to the pump's lifting hook without the need for man to enter the wet sump to
engage the same.
The scope of supply shall include Auto Coupling System (with Integral Duck Foot Bend), SS
Foundation Bolts, Alloy Steel Chain, Guide Rail Pipe / Wire & Level control probes (as per
sump depth).
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 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.
Submersible Cable
A watertight Cable Junction Box sealed from the motor shall be provided for the motor
power and signaling cables.
The cable shall be brought directly out of the submerged motor without joints, and shall be
of sufficient length, minimum 15 m to be terminated in an water tight junction box (in the
scope of contractor) outside adjacent to the wet well & above the HFL or Motor Panel.
They shall be sized in accordance with the electricity utility regulations and BS 7671.
It should have Power as well as Control Cables of Dual Sheathed PVC / EPRS type with
Copper Core of required size as per detail engineering.
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 or panel
6.2.2.3 Motor
The motor shall be dry Squirrel cage, induction type, air filled yet capable of water
immersion upto 20 mWC for S1 duty suitable for 415 V, + 6% & - 15 % V, 3 phase 50 +
5% c/s A.C.; continuous 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 cable’s 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
Contractor
Witness
167
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
6.2.2.4 Operating conditions
i) 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 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 electrode type,
which will be wired in the motor control circuit.
ii) 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.
iii) 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.
iv) Safe start time
The safe start time shall be greater than starting and normal overload relay operating time.
v) 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. . The
pump shall be designed to run safely in the reverse direction of rotation due to water
returning through the pump. The mechanical seals shall be suitable for running in both
directions without damage. The impellers should not get loosened during reverse rotation.
vi) Noise
Noise level shall be within the permissible limits as prescribed in the Indian standards.
6.2.2.5 Motor Protection
motor/pumps.
: The following protection/sensor shall be provided In
i) Thermal overload protection of Motor Winding : Bi-metallic Switch or PT 100
sensors, one in each phase of the stator windings shall be inbuilt .
ii) Reverse Rotation Protection to trip the motor in case of incorrect direction of
rotation motors. The pumps should be provided with reverse rotation trip feature for instant
stoppage on wrong electric connection.
Contractor
Witness
168
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
iii) Bearing Temperature Detector : Upper & Lower Bearing Temperature Detector to
detect temperature of DE & NDE bearing for motors rating. Bi-metalic Switch or PT 100
sensor.
iv) 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.
v) Secondary (Upper or Outboard) Seal Leakage Detector to detect the upper
mechanical seal failure for ratings > 250kW shall be provided
vi) Cable Connection Chamber Water Leakage Detector to detect water in cable
connection chamber for ≥ 75 kW
vii) Stator Body Water Leakage Detector to detect water leakage into stator body for
≥ 75 kW
6.2.2.6Testing
The pump sets 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 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.
i) 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.
Contractor
Witness
169
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
Measurement of Head, Discharge, Motor Input at least for 6 different points to plot the
Actual Performance Curves.
Pump performance shall be within the tolerance limits specified in BS: 5316: Part 2.
The motor shall be tested in accordance with IS 325, IS 4029 and IEEE 112
6.2.2.7 Material of construction of Pump Motor as per table given below :Materials of Construction
Pump Casing,
chamber
Motor
Casing,
Oil
Impeller
Cast Austenitic Stainless Steel ( CF 8M )
Motor Cooling
applicable)
Jacket
Shell
Pump Motor Shaft
Pump
Rotor
(if
SS 202
Stainless Steel only ( SS 410 or SS 431 )
Motor Upto 180 HP
200 HP & above
Mechanical
Seals
Aluminum Die Cast / Copper Bar
Copper Bar type
Primary ( Inboard ) : Silicon Carbide v/s Silicon
Carbide
( solid rings without shrink fitting )
Faces
Secondary ( Outboard ) : Carbon v/s Cast Chrome
Molybdenum Steel.
All “O” rings of Viton only & Bellows of either Viton
OR Nitrile
Elastomers
Fasteners
Auto
Couplin
g
System
C I FG 260 as per IS:210-1962
BHT Alloy Steel
Pedestal
C I FG 210 or above (IS:210-1962)
Bracket
Ductile Cast Iron (SG 400/12)
Guide Pipe / Wire
Fasteners
Bolts
Contractor
&
Foundation SS 202
Witness
170
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.2.8. Impeller Design, Speed & Motor Rating
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
b
c
d
E
f
g
h
i
Min
Solid
Handli
ng
Ability
ηpmin
Typical
Min Pump
Efficiency
Pmax
Ratio
µm
Selected
Min Motor
Rating
Maxi
mum
Speed
(in
mm)
for caln of
BkW
Impeller Design
Duty
Point
Flow
Rate of
Single
pump
(Q
in
m3/hr)
Minimum
Pump
Delivery
Nozzle
Outlet
Size (mm)
Minimum
Vertical
Delivery
Pipe Size
(mm)
≤ 25
≥26 to ≥ 50
≤ 50
≥ 65
≥51 to
≥ 80
≤ 75
≥ 80
≥76 to
≥ 100
≤ 150
≥ 100
Enclosure
Max No of
Vanes
allowable
Vortex
/
Free Flow/
Torque Flow ≥ 35
Vortex
/
≥ 50
Free Flow/
Torque Flow
Preferred
≥ 65
or
35%
Contractor
1.2
20%
40%
≥ 80
Witness
171
50%
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
commercial
ly available
motor
ratings are
:
≤
3000r
pm
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,
≤150
0rpm
for ≤
22kW
1.2
1.15
1/2
≥ 150
Min
Motor
Reser
ve
Margi
n
over
Pmax
25%
Semi Open
≥151
to
≤ ≥ 100
200
Typical
Max
Pump
Shaft
Input
Ratio
15%
Executive Engineer
for
>22k
W &
≤
110k
W
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
400,
kW
450
≤100
0rpm
for
Do
not >110
select less kW
than 3.7kW
under any
circumstan
ces
≥201
to
≤ ≥ 150
300
≥ 200
≥301
to
≤ ≥ 200
500
≥ 250
≥501
to
≤ ≥ 250
1000
≥ 300
≥1001
to
≤ ≥ 300
1200
≥ 350
≥1201
to
≤ ≥ 350
1600
≥
1601
≥ 400
to
≤
2000
Semi
Open
≥
10
0
1
1/2
Semi
Open
or
EnClo
sed
60%
1.15
65%
1.15
1
0
%
2/3
70%
1.10
≥ 400
75%
≥ 500
Mode of Installation :
Pump sets with Motor rating ≤ 11 ½ 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
Contractor
Witness
172
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.2.9 Specific Details of the Pumps requirementSp. 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.
+6% & -15 % voltage variation
Supply Condition
± 5% frequency variation
DOL up to 5kW
Method of Staring
Star Delta up to 45kW
ATS or Soft Starter for > 45 K.W.
Class of Insulation
Minimum Class “F” but Temperature rise restricted to that of class
“B” i.e. 75°C
Operating
Range
+ 15% & - 20% of the rated Duty Point
Head
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
6.2.2.10 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
5
IS 1231
Dimensions of three phase foot mounted induction motors
6
IS 2223
Dimensions of flange mounted AC induction motors
7
IS2253
Types of construction of mounting arrangement
Contractor
Witness
173
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
8.
IS 4691
Type of enclosures
9
IS 4729
Rotating electrical machine vibration
10
IS 4722
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.
Rotating electrical machines
6.2.2.11. 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 Orings and gasket.
6.2.2.12 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.
6.2.2.13 Name Plates: A name - plates as required shall be provided on each pump set.
6.2.2.14 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.
Test reports, performance curves and other particulars as required by applicable clauses of
this specification
Contractor
Witness
174
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.2.15 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
1
Make of Pump set
2
Model
3
Design Capacity LPM
4
Total Head Mt
5
Shut Off Head
6
Rated Speed & Supply
Frequency
7
Type of Impeller Vortex
Vortex / Semi Open/ Vortex
/
Semi Vortex / Semi Open/
/ Semi Open/ Enclosed
Enclosed
Open/ Enclosed
Enclosed
(tick the correct)
8
9
10
Particulars
No. of Vanes (tick the
correct
1 /2
/3
1 /2
/3
1 /2
/3
Permissible Solid size
--mm dia
Pump Efficiency @ duty
point
11
bkW at duty point for
1.05 Sp Gr
12
Maximum
throughout the
for 1.05 Sp Gr
13
Motor
(kW)
14
Motor Efficiency at Duty
point %
Rating
Contractor
bkw
Curve
offered
kW
kW
Witness
175
kW
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
14.1
Overall Efficiency %
14.2
Motor Margin @ Duty
%
Point @ 1.05 Sp Gr
%
%
16
Motor
Margin
at
maximum pump input %
(Pmax) @ 1.05 Sp Gr
%
%
17
Class of Insulation of
Motor
18
Minimum Submergence
required for effective mm
cooling of motor.
mm
mm
19
Fill of Motor
Air / Oil / Water
Air / Oil / Water
Air / Oil / Water
___mm2 x ___Cores ___mm2
x ___mm2 x ___Cores
x __ Runs
___Cores x __ Runs x __ Runs
20
Cable Size & MoC
21
Pump’s Delivery Nozzle
size
22
Recommended
Rising
mm
Delivery Pipe size
23
MoC of
Shaft
24
MoC of Pump Casing
25
MoC of Impeller
26
Weight of Pump set
___mm2 x ___Cores ___mm2
x ___mm2 x ___Cores
x __ Runs
___Cores x __ Runs x __ Runs
mm
mm
mm
mm
mm
Kg
Kg
motor-pump
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
Contractor
Stamp &Sign. of Contractor
Witness
176
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.2 .16. The number of pumps required for STP
i) For MPS / STP
No. of Pumps
ii) SAS Pumps:
Capacity and Head
Type
Liquid
Specific Gravity
Quantity
:
:
:
:
:
:
1 No. of 500m3/hr head 15 Mtr.
2 No. of 250m3/hr head 15 mtr. Each
2 Nos. of 125 m3/hr head 15mtr each
As per requirements
Submersible
Biological Sludge of 0.8 – 1% solids consistency
1.05
2 Nos. (1 No. W + 1 No. S)
iii) 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 Bidder’s Scope.
iv) 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
Type
Liquid
Specific gravity
Solid size
Efficiency
Quantity
:
:
:
:
:
:
:
As per the requirement
Positive Displacement Type Screw Pump
Biological Sludge of 0.8 – 1% Solids Consistency
1.05
40 mm (max.)
more than 30%
2 Nos. (1W + 1S)
All other accessories, whether specified or not, but required for complete shall form part of
contractors scope
v) Chlorination Feed Pumps
Capacity and Head
Type
Liquid
Specific gravity
Contractor
:
:
:
:
As per the requirement
Positive Displacement Type Screw Pump
Biological Sludge of 0.8 – 1% Solids Consistency
1.05
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Solid size
Efficiency
Quantity
:
:
:
40 mm (max.)
more than 30%
2 Nos. (1W + 1S)
All other accessories, whether specified or not, but required for complete shall form part of
contractors scope
vi) Filtration Units
a) Filter Feed Pump
Capacity and Head
:
As per the requirement
Quantity
:
2 Nos. (1W + 1S)
b) Air Blower for Scouring
Capacity and Head
:
As per the requirement
Quantity
:
2 Nos. (1W + 1S)
c) Dirty Wash Water Pump
No. of Pumps
Type of Pump
Solid Passage Size
Insulation
Protection
:
:
:
:
:
2 Nos.: (1W + 1S)
Submersible type non-clog design
100 mm max.
Class F
IP 68
All other accessories, whether specified or not, but required for completion of Contract shall form
the part of Bidder’s Scope.
vii) Treated Effluent Disposal Works
Capacity and Head
:
As per the requirement
Type ISI marked Submersible pumping sets, directly coupled with Submersible motors as per
BIS Specification No. IS:8034:1989 (as amended upto date) for pumps and IS:9283 : 1995 (As
amended up to date ) for motors.
Liquid
:
Clear Water (Treated Effluent)
Specific gravity
:
1.00
Quantity
:
2 Nos. (1W + 1S)
All other accessories, whether specified or not, but required for complete shall form part of
contractors scope.
6.2.3 D.I Pipes and Specials :
6.2.3.1 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.3.2 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.
6.2.3.3 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.
6.2.3.4 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.
6.2.3.5 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-in-Charge consider to be not of first class
appearance and quality. No plugging, welding or burning shall be resorted to.
6.2.3.6 The pipes used shall be as follows
S. No.
Type of pipe
Class
IS for supply
1.
2.
3.
4
5.
Ductile Iron S&S
Cast Iron S&S
Cast Iron Flanged
CI Specials
Asbestos Pipes
K-7 & K-9
LA
Heavy Duty
Class 15
8329
1536
7181
1538
1592
6.
Rigid PVC
10 Kg f/ Cm2 g
4985
7.
8.
GI
Stainless Steel
Heavy duty
1239 up to 150 NB
6913
9.
RCC Pipe S&S
NP3
458
10.
11.
MS Pipe
HDPE Pipe
Contractor
1239
4984
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.4 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. Sluice Valves & NRV shall be of CI. The rising Spindle & all seating in both sluice valves
and NRV’s shall be of SS-304. The valves shall be installed in a horizontal position. The valve shall
be provided with actuators & gears.
6.2.4.1. 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.)
6.2.4.2. 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: S. No.
Standard
Title
1
IS-778
Gunmetal gate, globe and check valves for general purpose.
2
IS-2685
Code of practice for selection, installation and maintenance of
valves.
3
IS-14846
DI Sluice valves for water works purpose (50 to 1200 mm)
4
API-594
Spring loaded dual plate check valve
5
IS-3042
Single faced Sluice Gate for the distribution chamber and filter
inlet.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.5. 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. The sluice gate shall be provided with gears &
actuators.
6.2.5.1 Materials of Construction
Frame
Door
Sealing faces
Spindle
Head stock
Hand Wheel
CI
CI
Gun Metal
S.S IS 410
CI
CI
6.2.6. Valve/ Sluice gate Actuators
Specifications
Conditions of operations
Isolation service
Contractor
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.
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
: Each actuator shall have position indicator for 0 to 100% travel.
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.
6.2.7. Gears for valves & gates
Type.
Self locking type with continuous indicator. Travelling nut &
screw type are not acceptable.
Specifications
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.7.1 Material of construction: Housing & cover.
CI Gr 25/ SG Gr 500- 7/ CS Gr
Quadrant.
SG Gr 500- 7.
Spur Gears.
EN- 8 with hardened pinions of EN- 19
Worm
EN- 19 hardened.
Bearings.
FAG/ SKF
‘O’ Ring.
Nitrile Rubber.
Hand Wheel.
Steel/ CI
6.2.8. 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.
6.2.8.1 Material of construction
Value Body, cover
Door
Disc face ring
Hinge pin
Hinge
Body Ring
Fasteners
Gasket
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
6.2.9. Butterfly Valve
Unless otherwise specified, valve body and disc shall be of close-grained grey cast iron. And valves
shall be mounted with shafts horizontal. Valves shall be fitted with indicators to show the position
of the disc, clearly marked with ‘open’ and ‘closed’ positions. Valves shall not contain any brasses
containing more than 5% zinc. Gunmetal conforming to BS 1400 Grade LG2, aluminum bronze, or
nickel components may be used for internal components. Resilient-seated valves shall have nitrile
rubber seals. For valves of 900mm and above, retaining rings shall be provided to enable the
sealing ring to be replaced without the need to remove the valve body from the pipe work. Metal
seated valves of possible, without the need to remove the valve body from the pipe work.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.10.Ball Valves
Ball valves shall conform where applicable to BS 5159.Multi piece bodies shall be used where work
on the ball and seats when installed may be needed. If valves need removal for servicing, one
piece bodies may be used. Seat materials shall be chosen for long life, with erosion and corrosion
resistance. Ball supports shall be of the floating ball or trunnion type. If line pressure is too low to
ensure a positive leak-free seal, built-in-seat loading devices, or specially shaped seating’s shall be
used to ensure sealing.
6.2.11. Pressure Relief Valve
Pressure-relief valves shall be designed to prevent the pressure in the pipeline upstream of the
valve rising above a pre set level. The valve shall remain closed at lower pressures. The pressure at
which the valve opens shall be adjustable. A pressure gauge shall be provided to indicate upstream
pressure over the operating range of the valve. Safety valves shall comply with BS 6759. Part 1.
They shall be designed to open at the specified pressure and re-close and prevent further release
of fluid after normal pressure has been restored. The pressure/temperature rating shall be in
accordance with Table PE-1 in BS 1560 Part 2. Shell material shall be from the materials listed in
table PE-1 BS 1560 :Part 2. Flanged ends shall be class 900, raised face type complying with ANSI
B16.25 or Table PE-1 of BS 1560 :Part 2. But welded ends shall be in accordance with section 8 of
BS 1868.
6.2.12. Knife Gate Valves for wastewater operations
6.2.12.1 General : The construction of knife gate valves shall be strictly in accordance with the
specifications mentioned hereunder. The knife gate valves shall be capable of performing the
isolation duties in water/waste water treatment plant &pumping stations. These shall be suitable for
use at suction and delivery side of pumps as well as in branch lines in sludge handling application
of treatment plants and pumping state and pumping stations ans shall be so constructed that there
is no undue wear or deterioration during its operative life and so designed that the maintenance is
kept to a minimum. The contractor shall provide these valves manufactured by an ISO : 9001 –
2008 certified company manufacturing the product for at least 5 years. The preferred manufacturer
shall be as state d in data sheet.
6.2.12.2. Design & constructional Details
The knife gate valves shall be manufactured generally as per the lates AWWA C520 standard. The
valve should be bonneted up to 300mm size and bonnet less for higher sizes. Valves should be
wafer lug type construction up to 400 mm size and wafer full flanged construction for higher sizes.
The valves should be provided with flange drilling suitable to mount between flanges as per ANSI B
16.5 150 with raised face or DIN PN10 or IS 1538-1993 Table VI/ Other constructional features and
details of components of the required valves are as under.
The valve body should be Cast iron/ cast ductile iron construction as specified. Valves up to 300
mm size should be designed to withstand 10 bar pressure and valves above 300mm size should be
designed to withstand 4 bar pressure generally applicable in sewerage pumping stations and
treatment plants. If the line/ system pressure is more than 4 bars ten valve design / material of
construction should be suitably modified to meet this requirement when specifically pre-informed by
the client.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
The valve should be provided with gate made of stainless steel of graded as specified and the gae
should have beveled knife edge at the bottom to cut through and easily enter in the solids settled
in the bottom and ensure positive shut-off/ closure in sewage environment. The valve should be
designed for sealing in uni-directional flow application.
The valve should be provided with replaceable type flexible sealing arrangement to offer drop tight
shut off. The seals should be made of EPDM rubber and should be held in place by an easily
removable type seal retainer ring. The seals should be mechanically retained in place in a
machined groove on the face of seal retainer ring. The sealing system should be field replaceable
at site.
The valve housing should have integral as cast tapered lugs provided for pushing the gate towards
replacement of gland packing. The stuffing “O” ring seal should be pressurized by thrust washer
forkm both the sides and should be pressurized/ tighten by thrust retainer nut. The bonnet-less
valve above 300mm size shall be provided with sufficient ply of gland packing’s in the in-built
stuffing box to seal the rear opening. The packing’s should e of graphite synthetic yarn to reduce
the friction and offer higher life. Provision shall be made to enable tighten the gland packing by
means of a pusher arrangement to minimize the leakage through the back of the valve.
Replacement of gland packing’s should be possible in installed condition of the valve without there
being line pressure.
The spindle should be double start/ single start and non-rising type for compact & safe operation
Gate opening indicating arrangement should be provided to find out the extent of gate opening/
closing/ The operation of the valves shall be manual/ motorized. Incase the valve is to be operated
from distance then it shall be provided with joining couplings, extension spindle, spindle guides
and mounting pedestal with suitable anchor bolts/ anchor fasteners on the platform.
6.2.12.3 Materials of construction
Body
:
Plain Cast iron IS 210 FG 260/ Ductile iron to BS 2789 Grade 420/12
Seal Retainer ring
:
Plain Cast iron IS 210 FG 260 / ductile iron toBS2789 Grade 420/12
Inlet Seal/ Rubber Seals/ O ring
:
EPDM Rubber
Knife Gate
:
Stainless Steel ASTM A 240 type 304
Spindle
:
Stainless Steel ASTM A 276 type 304
Assembly bolts, nuts and fastener
:
Spindle nut
:
Gunmetal/ Phosphor Bronze/ Brass
Bracket/ Adapter plate
:
Mild Steel to IS :2062 grade A Epoxy painted
Packing
:
Graphited synthetic yarn
Stainless Steel ASTM A 276 type 304
6.2.13. Painting
The D.I. piping valves etc shall be painted with bitumastic rustproof paint.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.14. Chlorination system
6.2.14.1 General
Chlorine solution diffusers shall be supplied and installed at the dosing point. Rapid mechanical
mixers shall be provided at the dosing point i.e. inlet chamber of the contact tank. Treated sewage
shall be dosed with chlorine gas at required concentration. Effluent from the chlorine contact tank
shall not have more than specified residual chlorine
6.2.14.2. Chlorinators
Required numbers of vacuum type chlorinators comprising of differential vacuum regulated flow
meter, vacuum regulating valve, flow regulating pressure valve, injector, vacuum pressure breaker,
variable area flow meter etc, shall be supplied, Chlorinators shall be free- standing and floormounted type. The dosing rate shall be manually set and each chlorinator shall be equipped with
required full scale and a manual dose setter over the complete range. Mal operation of the duty
chlorination system shall be indicated in the chlorination room. The change to the standby system
shall be carried out automatically in the event of failure of duty chlorinator. The installation should
comply with the requirements of IS 10553 (PT2) : 1983
6.2.14.3. Dosing pumps
The dosing pumps shall draw their water supply from plant water supply system. The pumps shall
be placed inside the chlorination room and its materials of construction shall be resistant to
corrosion by chlorine
6.2.14.4. Injectors
The injectors shall be located in the chlorination room
6.2.14.5. Pipe work
For chlorine application, under high pressure, piping should be extra heavy wrought iron or steel or
flexible annealed copper tested on 35 kg/ cm sq pressure. The discharge line form the chlorine
container should be flexible and slopping upwards, especially when chlorine is discharging in the
liquid state. Long pipe line should be avoided. Hard rubber (resistant to moist chlorine)/ Silver or
Platinum tubing should be used for conveyance of moist chlorine gas or aqueous chlorine solutions
at low pressure. For pipes up to 35 mm diameter, connection may be screwed, welded or flanged,
Screwed fittings should be of forged steel. If flanged facing should be small tongue or grove.
Gaskets should be made of antimony lead (with 2 to 3% antimony) or asbestos sheet.
6.2.14.6. Chlorine
Chlorine gas shall be supplied in 3 Tonners of capacity 900 kg each.
6.2.14.7. Chlorine storage
Storage shall be provided for chlorine tonners sufficient for at least one month’s usage at normal
rates of application. The system shall be designed to prevent freezing of the liquid chlorine at the
maximum rate of withdrawal. Chlorine ton cylinders on line tone cylinders on standby and full and
empty ton cylinders, shall be stored separately in the chlorine storage room .At least three sets of
cylinder rollers shall be provided. Cylinders not in use shall be stored on concrete cradles.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Electrically operated geared travelling trolley with electrical operated hoist and mono rail shall be
provided in the chlorine storage room for the following functions:
Off loading (and reloading) of cylinders from trucks
Handling of cylinders within the storage area
The above system shall serve the chlorine storage room width over the entire length including the
loading/ unloading areas. The hoist and traverse trolley shall be having Long traverse, Cross
traverse and slow/ high speed lifting arrangement. The container lifting beam shall be specifically
designed for handling chlorine containers and equipped with necessary shackles and hooks.
Operation of crane system shall be from the floor level using independent push button pendant
controls. Two lifting beams shall be provided and one cylinder weighed to be suspended form the
crane hoist. When the pressure in the duty chlorine cylinder falls to less than 1 kg/cm2, the
automatic changer over device shall operate to isolate the empty cylinder and to bring the full
standby cylinder on line. A pit and alkali absorption system shall be provide to contain and
neutralize chlorine in the event of leak. The system shall comprise a pit located in the chlorine
storage room and accessible by the overhead crane system/ the pit shall be surrounded with
removable guard railing. The pit shall be kept full with a neutralizing solution of lime. The pit shall
be capable of holding side by side two chlorine cylinders/ A provision shall be made to drain the pit.
Special consideration shall be given to any floor drainage system in the Chlorine storage room/
Adequate traps shall be provided to ensure that chlorine gas cannot escape. All leading tubes
carrying cables or pipes out of the building shall be sealed at either end to prevent any chlorine gas
leaking out.
6.2.14.8. chlorination Room
The chlorination room shall be constructed adjacent to the Chlorine storage room but with no
interconnecting door or other form of access. Gas lines from the chlorine storage room into the
chlorination room shall run in ducts to be sealed after installation and prior to commissioning.
6.2.14.9. Chlorine leak Detectors
Not less than three chlorine gas leak detectors shall be provided each with a single detector cell at
least two sensors shall be located in the Chlorine storage room and at least one sensor in the
chlorination room. The chlorine leak detectors in the chlorine storage room shall be mounted at
each end of the Chlorine Storage Room/ The chlorine leak detectors shall have two adjustable
alarm levels sensitive to chlorine concentrations above 1mg/m3. The low level alarm shall :









Initiate a local audible and visual alarm
Start the ventilation fans in the tonner and chlorination rooms
Raise an alarm at the local control panel and at the central control room
The high level alarm shall
Initiate local audible and visual alarm
Initiate audible and visual alarms outside the buildings(The alarm shall be sufficiently loud
to be heard in all buildings at the WWTP)
Raise an alarm at the local control panel and at the central control room
Shut down the chlorination system
Stop the chlorine storage room and chlorination room exhaust fans
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
The chlorine detectors shall have self – checking circuit and detector failure alarms shall be
provided at the local control panel and central control room. Detector failure alarms shall not be
combined with the leak alarms. Statutory warning notices relating to the storage and handling of
chlorine shall be provided. The signs shall be pictorial and provided at the local control panel and
central control room/ Detector failure alarms shall not be combined with the leak alarms. Statutory
warning notices relating to the storage and handling of chlorine shall be provided. The signs shall
be pictorial and provided in Nepali and English .
6.2.14.10. Ventilation system
Each area where chlorine is stored or used as gas or liquids all be provided with a forced ventilation
system. Air intakes shall be sized to allow uniform ventilation and positioned to prevent possible
recirculation. Exhaust air shall be ducted from low level and discharged at high level. An air change
rate of four per hour under normal condition and a minimum of twenty change so fair per hour
shall be used in the event that a chlorine leak is detected. Exhaust fans shall be heavy duty
industrial pattern manufactured from chlorine resistant material. Ductwork shall be manufacture
from UPVC extruded shets or circular sections. Ducts shall be designed in accordance with relevant
Indian standard specifications. Fan controls shall be lined to the gas leak detection system. Manual
fan controls shall be provided. An override shall be provided to operate the fans in the event of a
chlorine leak alarm Fan controls shall be grouped in an enclosure outside the ventilated area and
shall include the following :
Fan off/ on
Fan running/ failed indication lights
Low and high gas leakage indication alarm light
6.2.14.11. Chlorine Residual Monitors
Chlorine residual monitors shall be provided at the plant outlet. The monitor installation shall be
located in a covered location easily accessible for viewing and maintenance and shall be provided
with sampel pumps along with complete arrangement, as necessary, to ensure the continuity of the
samples. The sampling pipe work complete with isolation valves etc. shall be designed to ensure
the sample reached the monitor in a time not greater than 1 minute. The monitor drainage pipe
work shall permit the visual checking of the presence off low and shall discharge to the foul drain.
Sample wastewater not passed through the monitor shall be returned to the process. The residual
signals shall be displayed at the local control panel. High and low chlorine residual levels shall raise
alarms at the local control panel.
6.2.14.12. Safety Equipment
Materials and equipment necessary to ensure the safety of personnel operating the chlorination
plant and others shall be provided. The equipment shall include
Two sets of approved self contained breathing apparatus, each comprising an air set, carrying
harness, face mask and valves and ancillary equipment. Each set shall be provided with three 1200
liter capacity, 140 mm diameter, air cylinders
Two sets of approved positive airline breathing apparatus, each comprising body harness, face
masks and valves and 30 m of airline. One air trolley, comprising wheeled frame with two air
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
cylinders, control manifold, airline hose and hose winding drum. Two spare cylinders suitable for
changeover shall be provided
One electric motor driven air compressor for recharging air cylinders, compete with quick release air
hose coupling
Four sets of safety clothing in various sizes, each comprising PVC overalls, wellington boots with
steel toe caps, goggles, gloves and safety helmets
Each set of safety equipment shall be mounted in a glass-fronted non locking PVC coated steel
cabinet at approved locations on the outside of the building. Two emergency showers shall be
provided and shall be installed outside on either side of the tonner room. Each shower shall be
operated automatically by a quick acting hand or foot valve. Four eyebaths shall be supplied. Two
eyebaths shall be adjacent to each of the showers. Water for the showers. Etc shall be drawn from
the service water supply.
6.2.14.13 Chlorination power and control
A combined MCC and control panel shall be provided and located at a suitable location protected
from the weather and the effects of the process. The control panel shall provide facilities for display
status and values associated with the chlorination system; duty pumps selection, annunciate alarms
associated with the chlorination system
The chlorination system shall operate using a fixed manually set dose rate. The quantity of chlorine
dose will therefore be adjusted in direct proportion to the process flow at the dosing point. The
chlorine residual monitors to be provided shall be used for monitoring and alarm purposes only.
6.2.15. 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. All gantries shall be electrically
operated. 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
Minimum
Capacity
Blowers cum
Pump house.
From FFL to truck height.
2 MT
Chemical
House.
For Lifting of Chemicals from
ground floor to each solution
dosing
level.
For Lifting
of pumps.
1 MT tripod With chain
pulley lock.
Electrical operated
2 MT
Electrical operated
For Chlorine
Toners.
For Lifting of toners
location to truck height.
3 MT hoist
With chain pulley lock.
Electrical operated
For
Centrifuge
Building
For Lifting of centrifuges from
location to truck height
3 MT hoist
With chain pulley lock.
Electrical operated
Raw effluent
Pump house.
Contractor
from
Witness
Remarks
Electrical
operated
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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;
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
xviii) Brakes
Brakes shall be provided for hoisting motions. Brakes shall be thruster’s 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
Resistance’s 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
- standard red button.
Hoisting push button
- standard black button.
Lowering push button
- standard yellow button.
Micro hoisting push button
- standard black button.
Micro Lowering push button
- standard black button.
Micro Lowering push button
- standard black button.
Cross traverse reverse push button
- standard black button.
Micro Cross traverse forward push button
- standard black button
Micro Cross traverse reverse push button
- standard black button.
Long traverse forward push button
- standard black button.
Long traverse reverse push button
- standard black button
Micro Long traverse forward push button
- standard black button.
Micro Long traverse reverse push button
- standard black button.
Crane light ON/OFF push 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.15.1 Technical Particulars
A ) Capacity and size required sewage submersible Pump
Sr.No.
Particulates
Description
1.0.
Capacity
: Of suitable captivity to handle heaviest load + 25% extra.
2.0.
Span
: To suit actual pump house plan, approved by E I C
3.0.
Rated Speed
: 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
As per building plan approved by Engineer in Charge.
Length
(B) For Chlorination Shed/ Rooms.
1.0.
Capacity
: > 3 MT.
2.0.
Span
: To suit actual building plan, approved by E I C
3.0.
Rated Speed
: 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.
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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 Operator’s
cabin/pendant station Leaf lets on proprietary items such as Motors, brakes, gear box and
coupling etc., shall be submitted.
6.2.15.2 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.
6.2.15.3 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.
6.2.15.4. Electric Hoists
Electric driven, short headroom/ wire rope hosts with motor driven travelling trolley and Ibeams 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
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
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.
6.2.16. 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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 the blower
and the motor. Eyebolts shall be provided for ease of lifting and installation (as many per
blower as required for safety).
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Companion Flanges
Base Plate
Foundation Bolts
Suction Air Filter
Silencer
Pressure Relief Valve
Pressure Gauge
Bearing Temperature Detector
Spare parts (for 3 years operation from original
manufacturer)
Special Tools and Tackle
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Rotating
(2 sets)
Yes
assembly
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.17
MECHANICAL FINE SCREENS
1. General



2.
Mechanically operated step Screen completely made of stainless Steel having 6mm clear
spacing between the bars shall be provided in inlet screen channel for screening out floating
materials such as plastic pouches, bags rags floating debris, weeds, paper wastes and other
floating material from the raw sewage coming from the pumping station/gravity mains.
The screen shall include discharge chute as required to discharge the screenings on the belt/
screw convey or without employing any external mechanism/ rake mechanism.
The screen shall be factory assembled & movement tested at plant before dispatch to site&
shall only be installed at the site in factory assembled condition thereby avoiding chances of
misalignments.
SPECIFICATION

Material of construction :
The fixed as well as movable bars, mechanism, support frame, fixing discharges chute shall be
manufactured from stainless steel for long life in the aggressive sewage environment. No
component of the screen assembly shall be made of carbon steel or any other material, which can
get corroded in sewage environment.

Screen Construction :
The step screen shall be complete unit comprising of main frame with an integral mechanism
containing movable bars located in between fixed bars with out engagement of external
mechanism/ rake mechanism for pulling out the screened material ensuring minimum movement of
the mechanism.
The mechanism comprising of movable bars located between fixed bars shall gradually move the
screened material upward in the form of a mat and deliver on the up to the discharge chute.
The fixed as well as movable bars shall contain a series of steps to prevent the screening form
falling back into the main flow.
The mechanism shall be mechanically operated by Electro-motor or hydraulic system and shall be
suitable for automatic operation controlled by a level sensor.
The screen shall operate automatically when the upstream water level of the screen increases
beyond a per set limit and is shall stop when the upstream level decreases to a preset low level due
to upward travel of screened material.
The fine bar screen shall be capable of being tilted out of the sewage flow up to horizontal position
for the purpose of cleaning & maintenance.
The base of the screen shall be fitted with a specially profiled stainless steel plate to direct any grit
that may be present towards the screen and taken out along with other screened material thus
reducing the possibility of building up of grit in front of the screen.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Level Controller
The level controller shall be upstream type ultrasonic level switch.
Electrical Motor
The motor shall be TEFC type with IP 55 protection and shall be suitable for operation on 415V +
10% and frequency of 50 Hz + 5%
 Control Panel:
The control panel shall have IP 55 protection, painted with Epoxy paint and shall be comprising of
Mushroom head Emergency stop
Overload relays for motor protection
MCB*s HRC fuses and Glass Fuses
Circuitry to operate the screen with level sensor
Selector Switch to operate the screen on JOG mode
3. TESTING
The Fine bar screen shall be Factory assembled and subjected to following tests at the
manufacture’s premises.
Dimensional Test :- The overall dimensions of the screen shall be conforming to the approved
drawings.
Operational Test :- The completes screen including its mechanism, electric motor/ hydraulic
operating mechanism level probing system and control panel shall be integrated and mechanically
operated to verify free movement and satisfactory working.
6.2.18. Mechanical grit separator
The grit separator shall be square in size and twin unit construction. A Central drive mechanism of
worm reduction type driven through helical gear and motor or by geared motor shall be mounted
on the RCC platform spanning the tank. All exposed steel parts shall be sand blasted and painted
with epoxy. The walkway shall have RCFC posts and handrails of anodized aluminum. All wetted
parts shall be in mild steel with epoxy coating. The epoxy coating shall be suitable for corrosion as
well as abrasion of the grit. The drive shall be provided with electro-mechanical device, torque
indicating arrangement and mechanical trip contracts with electrical overload relays. Flow
regulating vanes shall be provided at the inlet side of the collection chamber and shall be FRP. The
vanes shall be adjusted the flow requirement. The weirs at the outlet of grit chamber shall be SS
304 with minimum 3mm thickness of FRP with minimum thickness of 6mm. The spacing of anchor
bolts of SS 304 for the fixing of the weir shall not be more than 450mm
Classifier Mechanism
The classified mechanism shall comprise of a screw driven by a suitable motor. The material of
construction of the mechanism shall be SS 304 and the diameter shall be minimum 400 mm . The
length of screw shall be such that the grit can be elevated up to the discharge and as in clause 2.4
section 4, sub-section II. SS puddle pipe shall be provided in the concrete through at the discharge
point of wet grit. An organic return pump with wetted parts in SS 304 shall be provided.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.19. DIFFUSED AERATION SYSTEM
This comprises piping to diffusers and the diffusers
Type of diffuser system
A fine bubble diffused aeration system shall be applied to both the selector zone and aeration tank
for oxygenation. The number of diffuser elements can be varied by the bidder depending on the
manufacture selected subject to the condition that sufficient design calculations are attached along
with it and the manufacture is a standard one having supplied the diffusers to various waste water
treatment plants for at last two years. The diffusers shall be of Silicon Rubber of polypropylene
material support tube.
Diffuser Elements
The diffuser elements shall be membrane type and resistant to such ingredients as hydrocarbons,
oil and grease. This afford a high oxygen transfer rate coupled with a minimal pressure drop
besides permitting simple erection onto the horizontal air manifold. They shall also permit easy
retrieval above the liquid surface by lifting the air vertical header feeding the horizontal air manifold.
They shall have minimal coupling/ attachments to the air manifold and horizontal air manifold.
They shall have minimal coupling/attachments to the air manifold and shall have self cleaning
properties while in action. Flat surfaces facing upward as membrane surfaces shall not be accepted.
The diffuser unit shall be of corrosion resistant material. The membrane diffusers shall permit
connection to the air manifolds of circular resistant material. Te membrane diffusers shall permit
connection to the air manifolds of circular of square cross section and the entire lot of diffusers shall
be capable of discharging designed flow of air at an average flow (maximum of summer and winter
requirement)with the nominal air flow per element shall not exceed 60 Nm3/h/m2 of diffuser surface
area when installed in the said aeration tanks.
The headers onto which the diffusers are fixed shall be standard imported PVC pipe section of
suitable inner bore and shape with custom fixtures of the diffuser elements as directed by the
membrane manufacturers. Alternative pipe material shall be acceptable provided the same are a
mandatory part of the diffuser supplier and have been in the supplier’s line of supply as original
equipment. The headers shall also be procured from the equipment manufacturers who are the
suppliers of the membrane diffusers. These headers shall have enough counterweight or alternative
arrangement to surmount any buoyancy lift from the floor during air charging. The connection
between the headers and the air piping from the compressor shall preferably permit a “quarter turn”
fitment and” quarter-turn” dismantling. This segment shall be assembled and installed above the
water level and in the horizontal travel of the air piping. The coupling shall have a minimum of two
neoprene washers to ensure against chance leakage of air, alternatively flanged fittings of SS 304
material shall also be permissible. Each header shall travel downward from the air piping by aligning
itself onto the sidewall of the aeration tank and there after travel horizontally onto the tank floor.
Suitable mechanical provision for lifting the headers easily above the water level for maintenance
without the need for draining the tank shall be provided for each header. Isolating valves of
polypropylene shall be provided upstream of the coupling to cut of the flow through the specified
header for purposes of attending to the diffuser header and also diffusers.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Air Supplying piping
The air piping from the blower to the basin header (above water) shall be of GI of Heavy class
material epoxy painted material and pressure rated for the sewage depth plus frictional losses etc.
These shall be fixed securely to the concrete surfaces in the horizontal plane and vertical shall be so
designed as to permit “in-situ” screw driven fitting. Breaking open concrete surfaces shall not be
permitted.
Tow spare drop pipes with diffuser elements shall be supplied by the contractor one for each
compartment. This will be used to replace the choked diffusers drop pipe or on preventive basis on
rotation. The chocked one will be attended to and used as spare drop pipe.
6.2.20. Instrumentation : Dissolved Oxygen Probe
The LDO sensor shall be coated with a luminescent material. Blue light from an LED is transmitted
to the sensor surface. The blue light excites the luminescent material. As the material relaxes it
emits red light. The time for the red light to be emitted is measure. Between the flashes of blue
light, a red LED is flashed on the sensor and used as an integral reference. Increased oxygen in the
sample decreases the time it takes for the red light to be emitted. The time measurements correlate
to the oxygen concentration.
Accuracy and Speed The sensor is unaffected by pH swings, hydrogen sulphide, wastewater
chemicals, heavy metals, or organic build-up on the sensor, Warm up time is unnecessary so the
analyser can start measuring within 30 seconds of when it’s turned on.
Applications
Aeration Tanks – Adequate dissolved oxygen levels in aeration basins are required for
microorganisms to remain active. The LDO probe can be used with a variable frequency drive or
PLC control system to control the amount of oxygen being injected into the tank.
Nitrification & De-nitrification Tanks.
Aerobic Digesters
NPDES Permit Monitoring – up and downstream from plant effluent and plant outfall. Full Featured
“Plug and Play” communications – multiple alarm/ control schemes are available using three relays
and two PID control outputs. Communications use analog 4-20mA and digital MODBUS®/RS485,
MODBUF®/RS232 protocols. Data logger – built – in data logger collects measurement data,
Calibration, verification points, and alarm history for up to 6 months.
Specifications : The dissolved oxygen probe shall be a continuous reading probe that utilizes
luminescent sensor technology. The probe material shall be foamed Noryl® and 316 stainless steel.
All parts of methacrylate. The measurements range shall be 0.00 to 20.00 mg/L dissolved oxygen,
The operation of the analyser shall not be affected by H2S, pH, K+1, Na+1, Mg+2, Ca+2, NH4+1,
AL+3, Pb+2, Cd+2, Zn+2, Cr(total) Fe+2, Fe+3, Mn+2, Cu+2, Ni+2, Co+2, CN-1, NO3-1, SO4, S2, PO4+3, Cl-1 anion active tensides, crude oils, or Cl2 -1, -1. The probe shall provide electrolyte
free operation without the requirements of sample conditioning.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
The probe shall be furnished with choice of pole or ball float mount kit. The sensor cap shall be
warranted for one full year against defects in material and workmanship. The probe shall be
warranted for five full years against defects in material and workmanship. The probe/ Sensor should
be of detachable type and should be supplied along with dual input digital controller.
Measuring Range 0 to 20.0 ppm, 0 to 20.0mg/L, 0 to 200% saturation; Sensitivity + 0.5% of span
Accuracy : Measurement Below 1 ppm + 0.1 ppm above 1 ppm + 0.2 ppm
Temperature + 0.20 C
Repeatability + 0.5% of span
Response Time at 200C to 90% in less than 40 seconds to 95% in less than 60 seconds
Resolution : Below 10 ppm + 0.01 ppm or mg/L +0.1% saturation above 10ppM : + 1 ppm or mg/L
+ 0.1% saturation
Operating Temperature : 0 to 500C (32 to 1220F) Flow Rate : None required
Probe Immersion Depth and Pressure Limits : 107 m (350ft) 1050 kPa( 150 psi), maximum
Transmission Distance : 100 m (328 ft) maximum 1000m (3280 ft.) maximum when used with a
termination box sensor cable (integral) 10 m (33ft) terminated with quick disconnect plug
Wetted Materials Probe : Foamed Noryl® and 316 stainless steel
Sensor : Ploybutyl methacrolate Warranties : Probe 3 years Sensor Cap : 1 year
6.2.21 AGITATORS FOR SLUDGE STORAGE TANK
The equipment shall include drive motor, coupling, turbine, impeller assembly, intermediate
bearings, basket, walkway with handrails and such other fittings devices or appurtenances
necessary for a complete operating installation.
Mounting Arrangement
The civil tank for the sludge storage will be provided with a minimum freeboard of 300mm. The
agitator drive unit shall be mounted on RCC platform spanning the tank., These shall be mounted
above the freeboard elevation over a RCC bridge walkway with necessary cut out for agitator shaft.
The walkway will be provided with hand railing of GI pipe and steel ladder with handrails. A portal
shall be provided permanently in the platform required for the maintenance work of the agitator
components.
Drive Motor
The drive motor shall not exceed an rpm of1500 and shall be directly coupled with the gear reducer.
It shall be wired for 415 volts, 50 cycles, and three phase service. It shall be totally enclosed, fan
cooled, and rated for severe chemical duty with a minimum services factor of 1:1.15
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Rotary Speed
The rotary speed of the impeller shall not exceed 100 rpm so that the solids are not sheared
Direct Coupling & Torque
The drive moor output shaft and the impeller rotary shaft shall be connected by a direct coupling
using such coupling as “Lovejoy” type to avoid cumbersome erections and de-erections. The
coupling shall be able to withstand continuous duty with occasional up ward thrusts. The drive
assembly for each agitator shall consist of a suitable drive motor, directly coupled to a helical
gearbox. The gear reducer shall be of heavy duty, high efficiency type with a rugged housing and
shall have a minimum services factor of2.0 and suitable for 24 hours continuous service. The gear
reducer shall have oil bath lubrication and dry well construction on the vertical out put shaft to
prevent leakage of lubrication. The casing of the gear reducer shall be of CI and the gears shall be
hardened and ground for precision.
Impeller Elements
The circulating element of the each agitator will consist of a single axial flow design
impeller having SS 316 blades
inclined
Mixing power
The minimum required mixing power should be provided at 8 watts per cum of tank contents
Fasteners & Anchor bolts
All fasteners and anchor bolts shall be of such metallurgy that shall be compatible with the duty
conditions shall be used
Parameters
Number
One
Type
Axial flow turbine
Material of construction
AISI SS 316
Type of mounting
On RCC platform spanning the tank
Speed reduction
By belt drive or helical reduction gear
6.2.22 CENTRIFUGE FEED PUMPS
These pumps shall be used for pumping sludge to centrifuge. The pumps shall be designed to
operate satisfactorily without detrimental surges, vibration, noise, or dynamic imbalance. Over the
required head range, the head-capacity curve of the pump shall have a continuously rising head
characteristic with decreasing capacity over the whole range of total head. The pump shall have the
maximum efficiency at the specified duty point. The unit shall be designed to operate safely at the
maximum speed attainable in the reverse direction of rotation due to sewage returning thro the
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
pump at times when power supply of the motor is interrupted. The first critical speed of the pump
set shall be at least 30% above the operating speed.
The pumps hall runs smooth without undue noise and vibration. The velocity of vibration shall be
within 4.5 mm/sec. The noise level shall be limited to 85 dBA at a distance of 1.86m.
All rotating parts shall be statically and dynamically balanced as per ISO standards. A stationary
coupling guard shall be provided for the coupling conforming to all relevant safety codes and
regulations. Guards shall be designed for easy installation and removal. Then shall be complete with
necessary support accessories and fastener.
The pumping unit shall be provided with a common base plate. The base plate shall be of sufficient
size and rigidity to maintain the pump and motor in proper alignment and position. The pump
design shall be as per IS 6595 and pump performance shall be as per IS 9137.
The power rating of the pump motor shall be the larger of following
(i) 115% of power required by the pump at the duty points
(ii) 110% of maximum power required by the pump from zero discharge to the runoff point total
head.
Material of construction
Type
Screw
MOC
Alloy Steel
Base plate
CI/MS Epoxy painted
Fastener
SS AISI 316
Parameters of pump
Capacity
As per bidder
Head
To pump to Centrifuge
Efficiency
Minimum 30%
Pump Speed
960 rpm (maximum)
Ball passing size
25 mm minimum
Applicable code
Design
IS 6595
Performance
IS 9137
Testing
Material test certificate
Casing Impeller, Shaft
Hydrostatic Test
1.5 times shut off head or twice the rated discharge head
Whichever is greater/
Performance test
IS 5120 and IS 9137 at full speed
Visual inspection
Pump shall be offered for visual inspection before shipment.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.23. POLYELECTROLYTE TANK & AGITATORS
The equipment shall include drive motor, direct coupling, impeller assembly, and such other fitting
devices of appurtenances necessary for a complete operating installation. The polyelectrolyte
requirement has been estimated a 2-3 kg/T of dry solids. The Polyelectrolyte solution shall be as
recommended by the centrifuge manufacture. The volume of the polyelectrolyte solution tank shall
be planned to hold at any time the requirement for 6 hours of feed solution of centrifuges in
operation. The contractor will provide two HDPE tanks. The agitator equipment for both the tanks
shall be provided along with independent supports. The preparation of Polyelectrolyte solution tank
shall commence one hour prior to exhaustion of supply of first tank.
The rotary speed of the impeller shall not exceed 100 rpm
The drive motor shall not exceed rpm of 1500 and directly coupled with the gear box. It shall be
wired for 415 volts, 50 cycles and 3 phase service and shall be totally on closed, fan cooled rated
for sever chemical duty with a minimum service factor of 1:1:50
The drive motor output shaft and the impeller rotary shaft be connected by a direct coupling using
such coupling as “Lovejoy’ type to avoid cumbersome erections and de-erections. The drive
assembly for each agitator shall consist of a suitable drive motor directly coupled to a helical
gearbox. The gear reducer shall be of heavy duty, high efficiency type with a rugged housing. It
shall have a minimum service factorof2.0 and suitable for 24 hours continuous services. The gear
reducer shall have oil bath lubrication and dry well construction on the vertical out put shaft to
prevent leakage of the lubricant. The casing of the gear reducer shall be of CI. The gears shall be
hardened and ground for precision. The impellers of the each agitator will consist of a single, axial
flowed sign. The inclined SS 304 blades shall be bolted to the centre hub. The impeller assembly will
be securely keyed to the shaft. Each impeller shaft shall be solid SS 316 shaft or suitable diameter
designed to resist the applied redial and axial thrust loads. Reinforced flange sat both ends will be
used to attach the impeller at the bottom and to the rigid drive coupling at the top. All fasteners
used in the assembly will be of SS 316. The rotating shaft is best designed as tubular structure for
better torque resistance.
All fasteners and anchor bolts shall be of such metallurgy that they are compatible with the
stipulated duty conditions shall be used.
6.2.24. POLYELECTROLYTE DOSING PUMPS
The polyelectrolyte solution from the preparation tanks shall be pumped by the use of
Polyelectrolyte solution dosing pumps to the Centrifuges. The pipe and the pipe fitting shall be
HDPE and valves shall be Polypropylene.
These pumps shall be capable of pumping the upto 0.5% Polyelectrolyte solution. There shall be
three pumps of which two shall be working and the other standby at any time. Dosing pump shall
be of the duplex type diaphragm type hydraulically operated. These shall permit manual override
and variable flow control at both sides of the chosen median duty point for the duty already stated
herein. These shall be able to handle a flow variation of plus 25% of the required flow. The
construction shall be totally enclosed and corrosion proof.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
The liquid end shall be in SS 316
Parameters
Number of pumps
2W+1S
Standby
Minimum 50%
Capacity of each pump
to suit each centrifuge requirement
Material of construction of wetted parts
AISI SS 304
Note: Bidder may offer progressive cavity pumps also with mechanical variator. To suite the
requirement of the centrifuges in operation. The specification shall be as per clause 18 above.
6.2.25. CENTRIFUGES
Centrifuge shall be capable of handling sludge consisting of minimum 8% solids by weight. The
dewatered cake shall be based on minimum consistency of 28% by weight dry solid. The centrifuge
shall be solid bowl centrifuge of co-current countercurrent design as decided by the bidder. The
centrifuge shall have sufficient clarifying length and differential RPM so that separation of solids is
effective. The centrifuge shall have central lubrication system. The centrifuge shall have adjustable
weir plate, so that its opened depth can be raised. The centrifuge and its accessories shall be
mounted on a common base frame so that entire assembly can be installed on an elevated
structure.
Suitable drive with V-beld arrangement and turbo-coupling shall be provided along with overload
protection device. The wetted parts of centrifuge shall be stainless steel 316. The tungsten carbide
lined convey liner across surface, feed chamber and solid discharge outlet shall be provided.
Differential speed and bowl speed should be adjusted by changing the pulleys, differential speed
may be adjustable by use of epicyclical-gear. The bowl shall be protected with flexible connections
so that vibrations are not transmitted to other equipment . The base frame shall be in epoxy
painted steel construction and provided with anti vibration pads. All steps necessary to prevent
transmission of structure borne noise shall be taken. The drive motor shall be of 1450 rpm.
Interlocking with centrifuge feed pump, polyelectrolyte dosing pump shall be provided. The noise
level shall be 88 dB (A) measure at 1 m distance under dry run. The vibration level shall be below
50 micron measure at pillow blocks under the rn condition. Adequate sound proof shall be carried
out for housing the centrifuges to ensure that the noise level at 5m distance from the enclosure is
less than 75 dB (A)
A hoist shall be provided above centrifuge for maintenance purpose. The hoist shall be such that it
shall be possible to erect order-erect the centrifuge while one centrifuge is in operation.
Chambers where access to a hand wheel would be impracticable, shall be operated by means of an
extension spindle and/ or keys. Valves shall be suitable for frequency operation as well as operation
after long periods of idleness in either the open or closed position. The valve stem, thrust washers,
screw, nuts and all other components exposed to the water shall be of a corrosion resistant grade of
stainless steel. All valves parts shall be in general of the material of construction best suited for the
proposed application. The inspection category Is detailed in subsection VII.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.2.26 Monorail Trolley , Chain Pulley Blocks for lifting
General : the monorail trolley and the chain pulley block shall be provided for lifting pumping sets
and screening container. The trolley and chain pulley block are hand driven
Rating : the capacity of the trolley and chain pulley block shall be 1.25 times the maximum weight
to be lifted during erection and maintenance of the equipment & 1 ton for screening material
Construction : the Monorail trolley & chain pulley system shall be resting on projected cantilever
girder. The main girders are supported on RCC columns. Another girder resting on main girder at
which the movement of monorail trolley to take place is provided throughout the entire length of
the sump with some projection double angle shall be provided for bracing of main girders.
The monorail trolley & chain pulley system with similar support system for lifting screening material
from screens up to a suitable height so it may be directly dumped into tractor trolleys by horizontal
movement after lifting screening material in complete has to e provided over two numbers
screening chambers by the contractor.
The trolleys shall be gearless. The travelling trolleys shall run on the lower flange of the rolled steel
joist. The trolleys shall have four wheels on both side of the joist web. The trolleys wheels shall be
signal flanged with treads machined to match the flange of the beam. The wheels shall be of carbon
steel casting conforming to IS 1020. The trolleys shall have an arrangement for fixing shall be
provided on the joist to prevent over travelling. The chain pulleys shall have frame hosing gears
load sheave, brake unit, hand chain wheel & load chain wheel and shall have hooks on both sides,
one for fixing with trolley and other for the load. The frame shall be of welded construction.
The gears shall be of spur type incorporating high grade cast & hardened carbon steel pinion and
heat treated carbon steel wheels. The width of the gear shall be of adequate size for long life. The
driving pinion shall be integral with the driven shaft. The hooks shall be manufactured from forged
steel and shall conform to IS 1875. Both the hook shall have 360 degree rotation. The load hook
(bottom hook) shall rotate on ball bearing. The chains shall be electrically welded accurately
calibrated pitched and polished. The load chain shall be manufactured from allowy steel conforming
to IS 3109. The length of the load chain shall be sufficient for taking out the pumps from the pit.
The hand chain shall be from alloy steel conforming to IS 2429. The hand chain wheel shall be
provided with roller type guarding to prevent slip of the chain. The hand chain wheel shall hang to
clear of the hook. The braking shall be automatic screw and function disc type and shall offer no
resistance. The load should be sustained in any position of lift when effort for hoisting or lowering is
removed. Each chain pulley block shall be supplied with one set of 1-ton slings with galvanized DShackle and clamps. The slings shall be about 3 meter long. The monorail shall be of one section
and shall be either (i) Supported on a frame structure at four or three places or (ii) fixed on slab at
number of places or (iii) Supported on a trolley at each end. The trolley – supported monorail shall
move on a rail of square section. The rail shall be fixed to the beam which is supported on
columns. The trolley shall be gearless having at least four wheels of carbon steel casting as per IS
1030. The wheels shall have flanges on both the sides. The trolley shall have arrangement for
moving the complete assembly on the rail. The containers shall be suitable of storing 0.5 cm for
storing & lifting screened material shall be ofSS-304 with lifting & tipping arrangements.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Geared Chain pulley blocks shall be adopted. The monorail and trolley an the chain pulley block
shall be provided for lifting the blowers and submersible pumps. The trolley and chain pulley block
shall be hand driven. The capacity of the trolley an the chain pulley block shall be for the maximum
weight to be lifted during erection and maintenance of the equipment but should not be less than I
tonne. The traveling trolley shall run joist web. The trolley wheels shall be single flanged with treads
machined to match the flange of the beam. The wheels shall be of carbon steel casting conforming
to IS 1030. The trolley shall have an arrangement for the fixing chain pulley block and sling.
Pushing the load shall move the trolley. Suitable arrangement shall be provided on the joist to
prevent over traveling. The chain pulley block shall have frame housing gears load heave, brake unit
hand chain wheel shall have hooks on both sides, one fixed with traveling and other for the load.
The frame shall be of welded construction.
The gears shall be spur type incorporation high grade hardened carbon steel pinion and heat
treated carbon steel wheels. The width of the gear shall be adequately sized for long life. The
driving pinion shall be integrated with the driving shaft. The load hook (bottom hook) shall rotate on
the ball bearing. The chain shall be electrically welded, accurately calibrated, pitched and polished.
The length of the load chain shall be sufficient for taking out the blower/ pumps from their location.
The hand chain wheel shall be provided with roller type guarding to prevent slipping the chain. The
hand chain wheel shall hang to cleat of the hook. The braking shall be automatic, the screw and
friction disc type and shall offer no resistance. The load shall be sustained in any position of lift
when effort for hoisting or lowering is removed. Each chain pulley block shall be supplied with one
set of 1 tonne sling with galvanized D-shackles and clamps. The sling shall be about 3 m long. The
monorail shall be ‘I’ section. The exposed mild steel surfaces shall be enamel be GI or cadmium
plated. The chain pulley block shall be tested for 150% overload through a length of lift which will
be ensure that every part of the block mechanism and every teeth of gears come under load.
6.2.27. Mandatory Spares
Following minimum spares needs to be maintained all the times at the site during entire
period of O & M:
SL.
NO.
1
2
3
EQUIPMENT
Pumps:
Non
Submersible
SPARES
QUANTITY
Sewage Impeller duly
machined, set of 2 Set of each type
Mechanical Seals, set of O-rings and
gasket,
Bearing set, set of spanners,
Seal Monitoring Kit
Pumps: Screw
Mechanical Seal
2 Set of each type
Stator
V-Belt
Bearing
Pumps: Metering for Polyelectrolyte Ceramic Balls
2 Set of each type
Dosing
O Ring
Suction Valve
Discharge Valve
Anti-siphon Valve
Contractor
clog
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
4
Air Blowers
8
Centrifuges: Solid Bowl Type
9
Chlorination System
10
Valves
11
12
Motorized Actuators
Electrical
13
Instruments
14
PLC
15
Others
Suction Air Filter
V-Belts
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
1
1
1
Set
Set
Set
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
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
PART – II
SUB 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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-in-Charge 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 manufacturer’s 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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-in-charge.
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 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.
Scope of work
The Electrical works would cover the receiving of power from the distribution company, metering
equipment, HTVCB Step down transformer and 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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)
ON/OFF switch assembly
b)
D.O fuse assembly
c)
Lightening arrestor
d)
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 : 2026 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)
Temperature rise winding
Windings
:ONAN
:3
: 50 HZ.
: Delta/ Star
: DY n 11
:500C
: 500C
: 550C
: Copper, Double
Maximum Current Density.
2.6 A/mm2
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
level gauge for all transformers of capacity 50 KVA and above.
and oil
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
viii)Thermometer pocket with plug for all transformers of capacity 100 KVA and above.
ix)Winding temperature indicator
x)Drain valve with plug
xi)Filter valve with plug and adopter
xii)Hand hole of sufficient size for access to interior
xiii)Two grounding terminals
xiv)Tank covers lifting eyes
xv)Uni-directional rollers
xvi)Jacking pads, handling and lifting lugs
xvii)Neutral bushing for LV windings
xviii)Rating diagram and terminal marking plate.
xix)Additional neutral separately brought out on a bushing for earthing.
xx)Radiator assembly
xxi)First feeling of oil confirming to IS 335 : 1993 including make a fill during installation.
xxii)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 ½ 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%.
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 manufacturer’s test report should be
furnished. The tenderer shall furnish full performance data of transformer as specified in IS 20261962 or the latest for proper evaluation of their equipment.
The following pre-commissioning tests shall be carried out at the site of work.
a) Visual inspection for broken parts, cracks, leaks, oil level, top up if oil level is low
b) Two samples of oil shall be taken from the bottom of the tank and tested to withstand voltage
of 40 KV for 60 seconds
c) 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.
d) Transformer body and neutral shall be earthed as per standard conventions.
6.3. 4 Specification of HT VCB Panel
The supply from metering 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 bus bar, floor mounting, metal clad, indoor, extensible type,
flush fronted horizontal draw out, 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:
i) Insulation Level
a)1.2/ 50 micro second impulses with stand. :
b) One Minute power withstand voltage
:
12 KV Peak
28 KV
ii) Rated Current for Bus Bar/ Drops/ VCB
:
630 A
iii) Rating making capacity
:
62.5 KV Peak
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
iv) Total breaking time
:
7 Cycles (Max)
v) Control Circuit
:
Power pack of 110 V AC to DC
vi)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. - 28 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- Bus-bar chamber including a set of 3 phase, suitable capacity copper bus-bars.
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
Maximum Temperature of Bus Bars : 850C
Short circuit withstand (one second) : 50 KA
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.3.5.
Specification of Main Control Panel
The supply from secondary of the Transformer and DG set shall be connected to the Main Electrical
Panel; which shall be provided in accordance with following specifications
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.
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 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 surfacemounted cabinets in finished areas unless so indicated. Where conflicting data is indicated verify
mounting requirements prior to ordering cabinets.
All modules of 800 A, and above shall be provided with draw out type Air Circuit Breaker (ACB). All
A.C.B’S 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.B’S shall be provided with operating handle and Outdoor
interlock.
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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
be interlocked with its front door so that the door cannot be opened in the CLOSED position of the
switch.
A) Indoor Cubical type dust proof and vermin proof LT Panel extensible type free standing, floor
mounting with IP 52 degree protection made out of 3 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
1 No Incoming from secondary of transformer
And
1 No Incoming from DG set
Suitable capacity, LT /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 :
One minute power frequency voltage
: 2.5 KV (Power circuit) & 1.5 KV control circuit
Ambient Temperature
: 50 °C
Maximum Temperature of bus bar
: 85 °C
Short circuit withstand (1 second)
: 50 KV
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 padlocking.
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.
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 IEC60947-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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
B). 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
Phase to earth
Current Density
:
85 °C
:
:
:
25.4 mm
25.4 mm
1.2 A/mm2
C) Outgoing
Adequate Nos. of outgoing feeders for local control centers in pump houses for Raw Sewage
pumps, SAS pumps , Sludge Transfer(centrifuge feed pumps), Chlorine Feed pumps, Filter Feed
pumps, Dirty Wash Water pumps, Treated Sewage Disposal pumps, Air Blowers for Reactors,
Sludge Thickener, Filter Scouring each equip with MCCBs 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 MCCB
Suitable sets of outgoing feeder for Auxiliaries & Lighting loads each with suitable capacity 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 bus-bar.
True contact position indicator.
Provision for a Label holder.
The connection from bus-bar to MCCBs and MCBs with solid copper bar of suitable size.
D) Red, Yellow, Blue, phase indicating lamps with Piano type switches
E) Voltmeter suitably scaled with three way and off selector switch with CTs as per IS 1248.
F) 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
6.3.6 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.
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.
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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.3.7 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.
Starter :
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.
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
Star Delta Starters
Fully Automatic factory manufactured star delta starter suitable of having following accessories of
suitable rating for respective motors.
1. MCCB of suitable capacity
– 1 No
2. Contactor of suitable capacity (AC – 3 duty)
– 3 No
3. Electronic Motor protection relay with display
4. Timer Electronic 0.60 second
– 1 No
5. Single phase preventor – 415 voltage AC
– 1 No
6. Push button
– 2 No
7 Amp. Meter 0 -400 Amp with selector switch
- 1 No
8. Volt Meter 0-500 Amp with selector switch
- 1 No.
9. CTS of suitable ratio, VA burden and class of accuracy – 3 No
10. Auto manual switch
11. Pump running indication lamp pump
12 fault indicating lamps
13 Phase indicating lamps
14 Low level indication lamps.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Soft Starter:
1
The soft starter shall have a unique feature of adaptive acceleration to change accelerationdeceleration profiles based on output demand.
2 The soft starter shall have power through function to keep continuous operation of the unit in
event of failure of an SCR.
3 The soft starter shall have real time monitoring and at least 80 event log recording with time
stamping for easier diagnostics.
4 The soft starter shall have a flexible control voltage supply of 110-440 VAC.
5 The soft starter shall be loaded with a full set of advanced adjustable protection levels,
adjustable protection delays and selectable protection actions.
6 The soft starter shall have auto-detection of 3-wire and 6-wire configuration of motor.
7 The soft starter shall have built-in Real Time Clock (RTC) for time stamping.
8 The soft starter shall have adjustable bus-bars for ease of panel mounting.
9 The soft starter shall have a unique simulation function to test the working without connecting
mains supply.
10 The soft starter shall be suitable for use in ambient temperatures upto 60ºC with suitable derating.
VFD (Variable Frequency Drive):
1
The VFD shall be designed for Heavy Duty with 150% overload for 60 Seconds and for normal
duty with 120% overload for 60 seconds. The VFDs shall be suitable for induction motors as
well as Permanent Magnet motors.
2 The VFDs shall be selected based on 50ºC ambient without any de-rating and the VFDs shall be
suitable for use upto 60ºC with suitable de-rating.
3 The VFDs shall be provided with conformal coating from manufacturing plant.
4 The keypad shall be detachable for mounting the same on panel door.
5 The VFD shall be suitable for MODBUS communication & required hardware/ software shall be
included in the supplies.
6 The VFD shall have intelligent detachable terminal block with parameter backup and shall be
common for any rating of given VFD model.
7 The VFD shall have maintenance monitor functions to monitor life of various power components
such as IGBT, fan, pre-charge relay contactor etc.
8 The VFD shall have a USB port for easier interfacing and monitoring with PC.
9 The VFD shall have six ways of programming backup.
10 The VFD shall have facility for software & hardware lock.
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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
Sl. No.
1
2
3.
HP Rating
Up to 5
7.5 to 50
Above 50
Type of starter
DOL
Star Delta.
VFD or Soft Starters
L.T. switchgear
Standards: S.
Standard Description
1.
No.
60947
Switchgear general requirement
2.
61947
Factory built assemblies of switchgear & control gear for voltages including 650 V.
3.
2147
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
Marking and arrangement for switchgear bus bars main connection auxiliary
wiring.
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Technical parameters
a)
b)
Designation & quantity
TPN bus bar details
MCC
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 2.5 KV RMS, 50 Hz for one minute
voltage 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)
0-3 min – co-3 min – co.
j)
Operating duty cycle for
bar
CT details
k)
ACBs
PT details
l)
MCCB details
Shall be with TMD releases, current limiting feature & aux
switch for alarm / indication.
m)
Indicating Lamps
n)
Motor control supply
On, off and Auto-trip indications on module door for each
drive.110V, AC, 1 ph, common control transformer.
415/
o)
Selector switch details
As for Ammeter with R, Y, B Off positions and VS for
p)
Indicating Meter Details
q)
Integrating Meter details
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
Accuracy Class
1.0 CT-PT ratio Accuracy
Train gearfeeders.
type, calibrated
for reqd.
r)
Push button details
ClassPB;
1.0momentary type, 2 NO & 2NC contacts of 10A
OFF
s)
Indicating lamp details
7 Watts filament type with series resistance
t)
u)
Control fuse details
Miscellaneous details
HRC cartridge type with base & carrier Ratting contractor
Control
to selectWiring 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
Contractor
Cast resin, bar primary type, I A CT of suitable CT ratio,
burden and class of accuracy.
Shall be with static releases, current limiting features &
aux switch for alarm / indication.
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
6.3.8 Specification of Automatic power factor correction device :
Cubical type dust and vermin proof of suitable capacity of 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 dry 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.
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 resisters
As per IS 2834 – 1986 revised
As per IS 13947 (part 1 and part IV) 1993 revised upto date.
Incomer
1- MCCB of suitable capacity
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Outgoing
a) Adequate set of 32 A 415 V power contractor with fuses
b) Adequate set of 63 A 415 V power contractor with fuses
1-TPN Busbar of suitable capacity
3 ½ 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
6.3.9 Specification of Metering Panel :
Indoor 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.
6.3.10 Specification of Diesel Generating Set
Diesel Generating set complete with turbo charged Diesel Engine, Alternator and AMF Control Panel
conforming to the specifications given below. Turbo charged Diesel Engine and Alternator shall be
closely coupled or provided with flexible coupling and mounted on a base frame of robust in
construction. DG set shall meet the requirements of environmental protection rules, 1986 as laid
down by Ministry of Environmental & Forest read with GSR 371 (E) dated 17.05.2002. GSR 520 (E)
dated 01.07.2003 & GSR 448 (E) date 12.07.2004, amended upto date, in respect of “emission
norms” for the engine and in respect of “noise norms” for DG sets. All turbocharged engines shall
conform to IS : 13018/1990(reaffirmed 2005) and IS : 10,00 series.
DG set should have protection against under voltage, over voltage, under frequency, over
frequency, low battery voltage, over current earth fault, short circuit phase sequence change etc.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Alternator:
The alternator of make specified in Section-8 confirming to IS: 13364 (Part – 2) 1992 (reaffirmed
2008) shall be suitable of running at 415 + 6% volts, 50 cycles, 3 Phase, 4 wire 0.8 power factor,
1500 RPM, brush less, self excited, self regulated, foot mounted, screen protected drip proof type in
IP 21 or better degree of protection enclosures as per IS 4691/85 (reaffirmed 2004) of specified
KVA, 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.
Turbo diesel Engine:The turbocharged Diesel Engine shall be water cooled, electric start developing required BHP at
1500 RPM with class A-2 or better governing to deliver specified continuous required KVA output at
0.8 Power Factor Lag at NTP conditions. The Diesel engine should be capable of providing 10%
overload for one hour in every 12 hours continuous running at full load. Specific fuel consumption
(SFC) shall be as per IS specification. The turbocharged engines shall conform to IS :
13018/1990(reaffirmed 2005) and IS : 10,00 series with following accessories.
a) Engine Speed governor (Electronic backed up by Mechanical) Class A-2 or better Governing as
per BS 5514
b) Fly wheel
c) Air cleaner with filter
d) Turbo charge & after cooler
e) Radiator & Fan Assembly
f) Torsion Vibration damper
g)24 Volts electrical starting arrangement consisting of dynamo and self starter
h) Battery Charging alternator
i) Gear pump for forced Feed lubrication
j) Fuel injection pump
k) Fuel Filters
l) Lubricating oil filter and lubricating oil cooler
m) EPU for over speed, high cooling water temperature and low lubricating oil pressure with alarm
and shut down facility
n) Instrument panel comprising of cutout Control, push Button for auto starter/remote start and
auto stop, Temperature gauge for cooling water, Tacho cum hour counter, temperature and
pressure gauge for lubricating oil, fuses and battery charging ammeter.
o) Flexible rubber coupling
p) Heavy Duty residential type exhaust silencer
q) 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
r) Safety control to shut down the engine in the event of over speed, low lube oil pressure and high
engine water temperature.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
s) fuel level should be indicating with the help of fuel gauge meter
t) There should be provision for filling the fuel from outside (as in case of automobiles) with locking
arrangement.
u) 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.
v) 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
AMF control panel shall be able to start up the DG set and transfer the load to DG set on the Mains
failure without requiring any human intervention. Similarly on restoration of the Mains supply it shall
be able to transfer the load to Mains supply and switch off the DG set automatically.
The AMF control panel shall be fabricated from steel sheet of 2.0 mm thickness minimum duly
pretreated and aesthetically finished. The control panel shall be totally enclosed, dust and vermin
proof, floor mounted type with degree of protection IP – 53 as per IS/IEC : 60947 (part – 1)/ 2004
The AMF control panel shall consists of following instruments of which any of the items can be
supplied in a combined relay/ meter also.
a) Micro processor based AMF rely.
b) AC voltmeter (s) of class 1.5 accuracy, 0-500 volts with selector switch, Separate voltmeter
shall be provided for Mains and Alternator.
c) AC Ammeter (s) of class 1.5 accuracy and of suitable range, with selector switch,
d) Mode selector switch for steering the panel on any one position such as off or auto or
manual or test.
e) Engine ON-OFF switch (push button type)
f) HRC fuses of suitable ratings
g) Rectangular aluminum bus bars (1 No. for each phase, neutral and earthing terminal) of
adequate rating duly colour coded with head shrinkable PVC sleeves.
h) Two nos. power contractor (one for mains and one for generator) upto 360 KVA & EDO
breaker for DG sets above 360 KVA, ACB will be complete with O/L U/V release, short circuit
protection
i) Under voltage relay for mains
j) Three attempt engine start/ engine cranking relay
k) On delay timer for load changeover
l) On delay timer for engine shut off
m) Pilot lamps three nos.
n) Battery charger complete with voltage regulator, float or booster selector switch, ON-OFF
switch, voltmeter and Ammeter for charging the battery from Mains. This will be in addition
to the battery charging alternator fitted on the engine.
o) Instruments and control fuses 06 (six)nos. power fuses of suitable rating
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
p) Five nos. indicating lamps to indicate Mains low voltage, Load On Mains. DG set running,
Load on set and Battery charger ON.
q) Audio visual alarm for low lubricating oil pressure, High water temperature,
Start Failure and DG O/L
(r) Over current realy protection
Acoustic Enclosure
The acoustic enclosure shall conform to the drawings TYPE approved by a Govt lab for
conformity to noise norm. This aspect shall also be verified by QA officer at the time of
INSPECTION. The QA officer shall tally the enclosure offered with the approved drawing.
The Acoustic enclosure should consist of following
a) The enclosure should be fabricated out of CRCA sheet of minimum 1.6 m thick.
b) The sheet metal components should be suitably pretreated and should be powder coated
to have long life of enclosure.
c) The battery should be accommodated in a separate tray in the enclosure.
d) There should be provision of drain plugs for draining lube oil and diesel.
e) The doors should be gasketed with quality gaskets to avoid leakage of sound
f) The door handle should be lockable type
g) Sound proofing of enclosures should be done with high quality rock wool/ mineral wool/
foam/ fiberglass wool
h) The rock, mineral, fiberglass wool is further covered with fiberglass cloth and perforated
powder coated sheet.
i) A special residential silencer should be provided along with the enclosure control exhaust
noise.
j) Specially designed louvers should be provided to control sound at air entry the container
and exit from the container.
k) It should have type approval certificate and also COP certificate (if applicable) from
certification agencies mentioning MOEF notification No GSR 371 (E)dated 17.05.2002 or
as amended and applicable at the time of supply.
l) Ambient temperature limit inside the canopy should be specified.
m) There shall be provision for emergency STOP from out side the enclosure
n) Acoustic Enclosure shall conform to pollution noise norms stipulated in notification GSR
371 (E) dated 17.05.2002 amended upto date.
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
Design of Changeover Switches shall be modular cassette type and shall have provision of in-built
mechanical self-interlock 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 panel room including
cost of thimbles, lugs, solder etc. for making connection as per specification given below:
Suitable size (ISI marked) 3.5 core, 1100 Volts Galvanized steel strip armoured PVC cable with
aluminum conductor of standard make in ground covered with sand & brick in trenches/ in pipe.
Earthing
This section covers the earthing requirement of DG set installations. Copper plate earthing (Neutral
Grounding) shall be provided for DG sets of capacity 500 KVA or above, where as G.I Plate earthing
(Neutral Grounding) shall be provided for DG Sets below 500 KVA capacity. The body earthing shall
generally be of G.I.
The generating set and all associated equipments control and switch gear and switch gear panels
must be earthed before the set in put into operation.
Four numbers earth sets for each DG Sets are required as under :
-2 earthing sets for Genset/ control panel body.
-2 earthing sets for neutral.
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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
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.
6.3.11 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
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.3.12 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 junction box
including cost of thimbles lugs solder etc for making connection as per specifications given below :
ISI marked suitable size 1100 volts 3 & 3 ½ 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 ½ Core 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.
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 150mm 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. 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 3-meter 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.
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. 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.
Standard for cables
No.
Standard
Description
1
IS 7098 part 1
XLPE cables for low and medium voltage
2
IS 7098 part 2
XLPE cables for high voltage
3
1554 part 1
PVC insulated cables for low and medium voltage
4
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
8.
9.
1753
9283 (1979)
Aluminium conductors for insulated cables
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.
The work of HT & LT cables shall be executed as per DNIT and PWD Specifications.
Drawing and documents required: - Cable catalogue
6.3.13 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 contractor’s 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Conductor size for connections to various equipments shall be as per the table as
follows
Equipment
Motors
Up to 11kW
up to 22k W
up to 37.5 kW to 90kW
MCC / PDB
Local control station, street light op
junction box
Main earth grid
SLDB
Lighting Panel
Outdoor fixtures
Transformers
to above 200 kW
Conductor
8 SWG GI
25 x 3 mm GI
25 x 6 mm GI
50 x 6 mm GI flat
8 SWG GI wire
40x 6 mm GI
50
50 xx 6
6 mm
mm GI
GI Flat
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 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. 14. 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. LP’s 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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 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
2.
IS: 1777
fittings. lighting fittings with metal reflector.
Industrial
3.
IS: 5077
Decorative lighting outfits
4.
IS: 2149
Luminaries for street lighting
5.
IS: 6665
COU for Industrial Lighting
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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
4.
Type – Outdoor
Vitreous Enamelled
Conduit for fluorescent tube lights
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 rustresistant treatment prime coat and a final coat of manufacturer’s 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.
6.3.15. TECHNICAL SPECIFICATAION FOR HIGH MAST LIGHTING
6.3.15.1. Scope
The scope of this specification covers the manufacture, transport, installation, testing and
commissioning of the complete lighting system, using Raising and lowering type of high mast
towers, including the civil Foundation Works.
The bidder has to conduct wind tunnel test on specimen to establish the force coefficients of the 20
side polygon and the value received from the wind tunnel test is to be taken in design. Further type
test is to be done on a full size mast at SERC or other reputed institutions to validate the structural
program. The winches are to be type tested through reputed institutions like IIT as consultants.
The high mast manufacturer should have in house civil structural and product design facilities and
the shaft is to be manufactured from ISO 9001, ISO 14001 and ISO 18001 certified factory taking
care of all aspects of design, quality, environment and safety. The Luminaries supplier shall have
their own in house testing facilities for testing of photometry other electrical and mechanical
parameters or luminaries with facilities to prepare illumination design for out door areas.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.3.15.2. APPLICABLE STANDARDS :
Code No.
1
2
3
4
5
6
7
8
9
TR No. 7
SABS 0225 : 1991
IS 875 Part 3
BS EN 10025 : 1993
IS 2062
BS EN ISO 1461
IS 3459 / 2266
IS 9968 part – I
IS 325
High Masts for lighting and CCTV (2000 edition) of ILE, U.K
High Mast natural frequency calculation
Wind Loading
High Tensile Steel Sheets
Mile steel
Galvanization
Stainless steel wire rope
Trailing Cable
Motor
6.3.15.3. HIGH MAST
a) Structure :
The High mast shall be of continuously tapered, polygonal cross section, 20 sided, preventing a
good and pleasing appearance and shall be based on proven In-Tension design conforming to the
standards referred to above to give an assured performance and reliable service. The dimensions of
the mast and other details are as per the enclosed data sheet.
b) Construction
The mast shaft shall be manufactured from high tensile steel plates confirming to BS EN 10025
having minimum yield strength of 355N/Sq.mm. Each mast shaft section shall have only one
longtidinal weld and without any circumferential weld joint. Sections with more than one
longitudinal weld shall not be accepted. The mast base flange shall be free from any lamination or
incursion and provided with supplementary gussets between the bolt-holes to ensure elimination of
helical stress concentration.
The minimum A/F dimension of top shall be 150mm and bottom as per design and data sheet
enclosed. The minimum section length except for the top section shall be 10.98 m and top shall
depend on the length required to make the specified height. The masts sections shall be joint at site
by slip stress fit method and minimum overlap distance shall be 1.5 times the diameter at
penetration.
A door reinforced with welded steel section, vandal resistant, weather proof with Allen bolts and pad
locking facility of dimension 1250 mm x 250 mm shall be provided at a height 2 times the width of
door from the base of mast to provide clear access to base compartment equipment winch, motro,
cable connector etc.
For the environmental protection of the mast, the entire fabricated mast shall be hot dip galvanized
internally and externally in single dip having a uniform average thickness of 85 microns for plates
more than 5 mm and 70 microns for 5mm or less thickness.
c) Dynamic Loading for the Mast
The mast structure shall be suitable to sustain an assumed maximum reaction arising from a wind
speed as per IS 875 i.e. 39 M/s (three second gust) and shall be measure at a height of 10 meters
above ground level. The design life of the mast shall be 25 years. The force co-efficient taken for
design of the polygonal structure is to be established from the wind tunnel test data.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
d) Luminaries carriage
Hot dip galvanized Luminaries carriage designed to install luminaries as specified in data sheet or as
per illumination design, its control gear boxes and junction box. The same is to be fabricated from
ERW tubes in two halves and flanges joined at site with stainless steel bolts and nylon nuts. Holes
are to be provided in the bottom side of tubes to act as conduit for wiring cable. PVC lining is to be
provided in the inner side of carriage of avoid metal contact with mast surface.
Cast Aluminum weather proof junction box shall be provided on the Carriage Assembly for
terminating the trailing cable and power cable to luminaries.
6.3.15.4. Raising and lowering mechanism
a) Winch
The double drum winch shall be completely self sustaining without the need for brake shoe, springs
or clutches and self lubricating type by means of an oil bath. The wom gear ratio shall be 53.1 and
safe working load 750 kg. The drums are to be grooved to provided perfect seat for stable and tidy
rope lay and arrangement for distortion free rope and termination.
The winch shall have provision to operate manually by a handle or electrically through power tool.
The capacity, operating speed safe working load, recommended lubrication and serial number of the
winch shall be marked on each winch.,
The winch shall be type tested through reputed institutions like IIT as consultants and the type test
report shall be submitted along with offer. A test certificate is to be submitted along with supplies.
b) Head Frame
The hot dip galvanized head frame is to be designed as a capping unit of the mast is of welded steel
construction and provided with guides and separators between the ropes and cable. The LM6
Aluminum pulley’s with bush bearing mounted through stainless steel shaft shall be suitable to
accommodate wire ropes and multi core trailing cable. The head frame shall be provided with
guides and stops with PVC buffer for the docking of luminaries carriage. The pulley assembly shall
be covered by a hot dip galvanized canopy.
c) Stainless steel wire ropes
The stainless steel wire ropes shall be in AISI 316 grade 7/19 construction with central core in the
same material of 6 mm diameter. The breaking laod of each rope shall not be less than 2350 Kg
giving a factor of safety of over 5 for the system at full load as per the TR – 7. The end construction
of rope for the winch drum shall be fitted with talurit and for two continuous ropes the end
termination in luminary’s carriage shall be with stainless steel thimble and copper splicing and for
others with stainless steel thimble and bull dog grips.
6.3.15.5. Electrical system, cable and cable connections
The multi core trailing cable from base compartment to junction box at luminaries carriage shall be
1.1. KV grade EPR insulated, PCP sheathed copper conductor with male female connectors of size
minimum 5 core x 4 sq.mm. Wiring from junction box to luminaries is to be done using 3 core 1.5
sq.mm PVC insulated , PVC sheathed copper conductor flexible cable
Suitable arrangement is to be provided in the base compartment to receive and terminate incoming
power cable and MCB in a box for isolation of incoming power supply
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.3.15.6 Power tool for the winch
Three phase, single speed, 67 pole high motor of rating suitable to lift the load mounted on
adjustable plate to adjust the length of winch motor coupling chain is to be provided in base
compartment.
Mechanical torque limiter is to be mounted on motor shaft to stop transmission of motion from
motor to winch in case of excess load and thus prevent the damage to winch and breakage of rope.
6.3.15.7. Lightning Finial
One number heavy duty 1.2 m long hot dip galvanized lighting final shall be provided for each mast
on the head frame to get a direct conducting path to the earth through the mast
6.3.15.8. Aviation obstruction lights
Supply of twin dome aviation obstruction lights of type BJAOL 2 with two nos. no 100 GLS lamp
6.3.15.9. Earthing Terminals
Earth terminal using 12mm diameter hot dip galvanized bolts shall be provided on the door stiffener
of the mast for lighting and electrical earthing of the mast.
6.3.15.10 Feeder Pillar
Each mast shall be provided with a feeder pillar with 63 A TPN MCB incomer, single dial time switch,
45 A TP contractor for the automatic switching of luminaries, power tool control with 2 no. 9 A
contractors and raise lower push button, Incoming 35 sq.mm and outgoing 16 & 2.5 sq. mm
terminals
6.3.15.11. Luminaries
The flood light luminaries shall be grey epoxy powder coated die cast aluminum housing with frame,
heat resistant clear toughened glass fixed to the frame with silicon gasket with electrochemically
brightened, polished and anodized aluminum reflector with cast aluminum control gear box, copper
ballast and 400 WMH/SV Lamps.
6.3.16 First Aid Box
Providing of First aid box as approved by St. John Ambulance Brigade/ Indian Red Cross conforming
to IS 2217 : 1963
6.3.17 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)
6.3.18 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)
6.3.19 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.
6.3.20 Fire extinguishers
a) Providing and fixing of 4 Nos. 4.5 Kg capacity carbon dioxide (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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
6.3.21 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.
6.3.22 Civil works
All civil/ structural works, required for electrical installation is included in the contractor’s 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.
Only boundary wall (without entrance/main gate), staff quarters, path ways/ roads (except plinth
protection of MPS & STP structures) will be paid as per HSR items. All other components are
included in lump sum job/items.
6.3.23 Specifications of Level Switches





The level transmitter shall be mounted in suitable weatherproof locable pedestal
enclosures near the level sensor
Ultrasonic type flow measuring devices shall comprise of a transducer, a transmitter,
remote flow indicator & all other items required completing the control system.
The level sensor & the field – mounted transmitter shall be separate & inter connected by
integral cable of sufficient length
The transmitter will be provided an isolated 4 – 20 mA 2 wire o/p
To remove the effect of water turbulence in reservoirs averaging facility should be
provided in the transmitter unit.
Transmitters (Ultrasonic Type)
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
6.3.24 Specifications of Flow Meter
A flow meter/ flow transmitter (Ultrasonic type) shall be provided for measurement of raw effluent
flow in open channel.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
S. No. Title
Description
1
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
½ “NPT
13.
14.
Cable Type
Cable Glands
Multi stand Cu conductor, 1.5 sq mm with PVC ins screened
Armoured
½
“NPT Double Compression in S.S.
15.
Enclosure
Weatherproof, IS 2147 / IP 65
16
Accuracy
+/- 2% FSR
6.3.22 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 ¾” BSP
6.
Mounting
Threaded on siphon
7.
Accessories
8.
Application
Siphon with needle valve arrangement for ¾” BSP connection socket and
pressure gauge
Water
9.
Working Pressure
0-10 Kg/ cm2
10.
Accuracy
+/- 1.0% FSR
6.3.25 Site Calibration
All field instruments shall be calibrated at site under supervision of supplier’s 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 instruments standard calibration documentation shall be
prepared at the time of calibration. Calibration shall be performed in the prsence of the Engineer-inCharge 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
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
PART - II
SUB 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 standards–shall 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-in-charge 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
(2) Service water
Grey-changing to Blue as per
quality
Dark Blue
(3) Chemical solution lines
Green
(4)Sludge lines
Brown
(5) Air
Contractor
Sky Blue
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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-in-charge. 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 Engineerin-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
 All Wetted Parts requiring epoxy paint.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON

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 on all RCC
water retaining structures.
 Finish 2 coats of finish with a DFT 250 – 300 microns on all RCC water retaining
structures.
 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 manufacturer’s 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
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
PART – II
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 6 years (72 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
The basic requirements of successful operation and maintenance of STP are:
 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
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 Contractor’s 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) Supply and use of consumptive items part of contractors rates and provision of 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 no 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 coagulants gas
for treatment purposes and polyelectrolyte’s to be injected before centrifuge and all other
consumptive items shall be supplied and injected by the contractor and cost of which shall be part of
their rates and cot of diesel only will be reimbursed as above.
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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
anticorrosive paints. Dampness inside buildings could be reduced by proper ventilation.
Wherever necessary, exhaust fans and forced ventilation should be adopted.
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
manufacturer’s 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 overheading. 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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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. 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
manufacturer’s 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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
7.8. Operations
a. Daily Operations of Sewage Treatment Plant
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 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
 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.
7.11. Employer’s 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 Contractor’s 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
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 Employer’s 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 Contractor’s
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
Contractor’s 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
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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/byelaws/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. Contractor’s 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 Contractor’s obligations under the Contract. The Contractor shall nominate a competent
and authorized representative (Contractor Representative) approved by the Engineer-inCharge and that may be withdrawn any time. The Contractor’s Representative shall give its
whole time to the superintendence of the operations. The Contractor’s 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.
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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 sub-Contractor 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 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 Employer’s 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.
k) The Contractor, in the judgment 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 Contractor’s
equipment, temporary works and materials as it may think proper.
b) If the Contract is terminated because of an Contractor’s 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 Contractor’s 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
Contractor’s 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 Engineer’s Certificate.
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
2) If the Employer, before the expiry of the above notice period, or immediately thereafter
removes the cause of its default, the Contractor’s 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 Workmen’s 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.
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 Contractor’s 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 Contractor’s All risk (CAR) Insurance Policy.
 The covers shall be obtained from the Directorate of Insurance, Maharashtra State only.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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;
 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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
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 Contractor’s equipment which is on the Site and repatriate its entire staff and
labour from the site.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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 Contractor’s 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.
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
 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
 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
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
 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. Name
of Maintenance
to Frequency/time
No section
or be carried out
Internal at which
part to be
inspection
and
attended.
maintenance to
be done.
1.
Bearings
Checking
of Two months
temperature
with thermometer
2.
Glands
3.
Bearing
4.
Gauges
5.
Valves
6.
Exhaust
pump and its
auxiliaries
Impeller
7.
Contractor
Changing of gland Two months
packing
Lubricants
Two months
(greasing)
Checking
of
pressure
and
vacuum gauge
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.
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.
Three months
Six months
Six months
year
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
7.26.2 Electrical Motors
S. Name
of Maintenance
No section
or carried out
part to be
attended
1.
be Frequency/time
Internal
at
which
inspection and
maintenance to
be done.
Induction motor Opening of end covers One month
stator and rotor dust
blowing
and
checking of air gap
2.
Slip ring
device
3.
4
Bearings
Windings
to
Remarks
Depending
on
the
working conditions &
maintenance
staff
available.
Cleaning of slip rings One month
and
adjustment
of
carbon brushes short
circuiting jaws, oiling of
clutch etc.
Proper lubrication
Two months
Checking of motor after Two years
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
7.26.3 Power Transformer
S.
Name of section or part Maintenance
Frequency/time Remarks
No. to be attended.
to be carried Internal
at
out
which
inspection and
maintenance to
be done.
1.
Checking of silica gel. Six months
Check
and
if
Topping of transformer oil.
required silica gel
Temperature gauge vent
must be changed
pipe, voltage tap changing
before
the
switch
outbreak
of
monsoon.
2.
Filtration of oil, checking of Year
If the transformer
dielectric.
Strength,
oil with stands
checking of viscosity of oil,
insulation
test
terminal boxes (HT &LT
upto 40KV for one
both) insulators, neutral
minutes it is not
earthing, lightening of nuts
necessary to dry
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
3.
4.
bolts,
cable
sockets
stopping of leakages if any
through points.
Checking of its functioning
Year
and
fill
the
transformer oil.
Checking of condition of 5 Years
core of the transformer and
its
windings
insulation
conditions.
7.26.4 Switchgears
S.
Name of section Maintenance
No. or part to be carried out
attended.
1.
2.
3.
4.
Contractor
to
be Frequency/ti
Remarks
me
Internal
at
which
inspection
and
maintenance
to be done.
Oil circuit breaker
Checking, cleaning
Six months
or
air
circuit and tightening of nuts,
breaker
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.
Oil tank
Cleaning & topping
of oil & checking
dielectric strength of
transformer oil.
Contacts
Changing of old & Three months
wearing out contacts
(fixed moving auxiliaries
etc.)
Oil circuit breaker
Checking, cleaning
Six months
or
air
circuit and tightening of nuts,
breaker
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.
Witness
Depending on the
source
of
power
supply & its tripping
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
Sr.
No.
Designation
Qualification
Period
of
Employment
Diploma in Civil / Environmental
Science / Engineer or B.Sc, Chemistry
cum
having 2 years Experience in O&M of Full time
similar works.
1
Plant Supervisor
Sanitary Chemist
2
Operators
3
Foreman Electrical cum Certificate ITI
Mechanical
4
Mechanical
Operator
5
Unskilled
Sewerman
6
Helper
7
Laboratory Technician
Certificate ITI or Matric with 5 years
Full time
experience
Part time
Certificate ITI or matric with 5 years
Part time
experience
Labours
/ Literate
Literate
As per requirement
Full time
Full time
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
HSPCB for NOC/ Consent and shall submit consolidated monthly statement at the time of
claiming payment. The contractor shall be liable for punishment under provision of water Act
1974, in case consent to operate is refused by HSPCB at any time or it is observed that
treated effluent is not meeting the prescribed standard stated in the Agreement.
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.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
 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.
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 chlorination’s
1.
2.
pH
Temp
X
X
√
X
X
X
3.
4.
BOD
COD
X
X
X
X
X
X
5.
TSS
X
X
X
6.
MLSS
X
X
X
7.
DO
X
X
X
8.
Residual
X
X
X
chlorine
In addition to above any other test required by Pollution Control Board for grant of NOC
shall be carried out by the contractor.
This scope of work includes painting, white washing, distempering of plant, building &
equipments at the time of handing over of the plant and after every 2 years of operation &
maintenance period.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
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.
7.32 Scope classification Chart
Sr. Activity/ Facility
Contractor Owner
Remarks
No
Scope
Scope
1.
Manpower for operation & maintenance
√
2.
Operation and maintenance of facilities
√
3.
Regular record keeping & log maintenance
√
4.
Uniform & other requirements of O & M staff √
5.
Routine & experts visits from contractor √
experts
6.
ESI, PF & Labour License
√
7.
Spares for various Equipment
√
8
Tools & Tackles
√
9.
Statutory clearances
√
10. Telephone, fax & E-mail for staff
√
11. Workshop repairs if required
√
14. Canteen & Transport facility for O & M Staff
√
12. Sample collection and testing charges from √
any outside lab.
13. Sludge Transportation its treatment & √
disposal to
Disposal Facility
14. Any other item of O & M
√
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
equivalent to the guaranteed effluent shall pay liquidated damages @ Rs. 5,000/- per
quality)
day of delay shall be recovered from monthly
bills in addition.
Note: For the payment calculations, a month shall consist of 30 days.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
PART – II
SECTION – 8
APPROVED VENDOR LIST
Sr.No
Item
Make
2.
3.
Non – clog submersible
pumps
Centrifuge Pumps
HT/L.T. Motors
4.
5.
6.
7.
8.
9.
10.
Screw Pumps
Knife Gate Valves
Zero Velocity Valves
Pressure Release Valves
Air Valves
Sluices Valves
Sluices Gates
11.
12.
13.
Non – Return Valves
Gas Valves
Exhaust Fans
14.
15.
18.
19.
Pressure Gauge
a) Crane
b) Chain Pulley Block
HT/ L.T. Switchgear
415V Switchgear Control
Gear Components / Bus
Duct
11 KV Switchgear
HT / LT Cables
Kishor / KSB / Pullen / Flyght / ABS / Grundfos / Aqua / Ebara /
Kirloskar/ M & P - wilo
Kirloskar / Mather & Platt / Jyoti / KSB / Grundfos/ ABS/ Becaon.
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.
ROTO / Netzsch / Alpha Helical / Ramo
VAG / Forbes / IVC / YASH
Kirloskar Brothers Ltd./ Indian Valve Company (Nasik)./ VAG
Kirloskar Brothers Ltd./ Indian Valve Company (Nasik)./ VAG
Kirloskar Brothers Ltd./ Indian Valve Company (Nasik)/ VAG
Kirloskar Brothers Ltd./ Indian Valve Company(Nasik)/ VAG
JASH / Oriental / Upadhyay / Kirloskar Brothers Ltd./ Indian Valve
Company (Nasik).
Kirloskar Brothers Ltd. / Indian Valve Company(Nasik) / VAG
AUDCO / BDK
Bajaj Electronics Ltd./ Crompton Greaves Ltd./ General Electric Co. /
Havells / ALSTOM/ Jay Engg. Works.
Bells Controls / Forbes Marshal / H. Guru / Manometer India Ltd.
Hercules Hoist Ltd./ INDEF / W.H. Brady & Co. Ltd.
Hercules Hoist Ltd./ INDEF / W.H. Brady & Co. Ltd.
GEC/ L&T/ Siemens/ Kirloskar / Schneider
ABB/ L&T/ Siemens / Voltas / Jyoti / English Electric Ltd./ Electric
Control Gear Ltd., / ASPL/ Schneider
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
Optical Fiber Cables
Sanitary Wares.
Gaseous Chlorinators
Actuators
Switches
HRC Fuses
Contactors
Bimetal O/L Relay
Thermostat Relay
Control Fuses
Push Buttons
31.
32.
For Non – Flame Proof
Flame proof / Weather
Proof
Indicating Lamp
1.
16.
17.
33.
34.
35.
36.
Contractor
Timers
C.T.S & P.T.S.
Outdoor Transformer /
HT Panel
Siemens /ABB / Areva/ L&T / Crompton/ Schneider.
Indian Cables Ltd./ Finolex / Havells / Gloster / Universal / Fort
Gloster Industries Ltd./ Indian Cable Co. / Asian Cables Corporation
Ltd./ Gemscab.
Delkin / CORDS/ RR Cables / ICON / AKSH
Hindustan / Perry Ware / KOHLER / CERA
JASICO / PENWALT / Chloro – Control / Industrial Devices.
AUMA / BEACON – ROTORK / LIMIT TORQUE / MARSH / L&T
Siemens / L&T / Culter – Hammer / GE / Schneider
Schneider India / C&S / GE / L&T
Siemens/ L&T / GE / Schneider
Siemens / L&T / GE / Schneider
L&T / Siemens / GE / Schneider
L&T / GE Power / Siemens / Schneider
Siemens / L&T / Concord / Culter – Hammer / C&S / Vashinov /
Bhartiya Culter Hammer / Leygrand
Siemens
FCC / BALIGA
Siemens / L&T / Concord / Cutler – Hammer / Vashinov / Bharatiya
Cutler Hammer / Schneider
Siemens / L&T / Schneider
Siemens / AEP / Pactil / Kappa
GE / Crompton / Kirloskar / ITE / VOLTAMP / EMCO (Nasik) / ETC
(Thana)/ Voltas / CG/ Areva
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
Indicating Instrument
Protective Relays
Terminals
MCB
MCCB
IDMT Relay
Wires / Cables
Monorail with Trolley
Fire Extinguishers
Battery
47.
48.
49.
Battery Charger
Butterfly Valve
Air Blowers
50.
PH, BOD, COD, TSS,
NO3, CL, TOC, DO, TDS,
Temp. Meters (online)
51.
52.
53.
Jar Testing Apparatus
Vacuum Pump
Turbidity Meter (Online)
54.
55.
57.
Levels Sensing Probe
Transmitter & Level
Controllers
Instrument control panel
along with logic control
system.
Instrument & Meters
58.
60.
61.
Instrument Transformer
Flow integrators
Flow Meters
62.
Ultrasonic Insertion Type
Flow Meter
Electromagnetic Flow
meter
Level switches
Digital LED Indicators
Multimeter
Timer
Chlorine Toner
Chlorinator
PLC
Lighting Fixtures
415 V Air Circuit Breaker
Power Capacitors
Voltage & Frequency
Stabilizer
Lightening Protection
unit
Relays (for 1.1KV 11 KV
Switchgears)
56.
63.
64.
65.
66.
67.
68.
69.
70.
71.
72.
73.
74.
75.
76.
Contractor
AEP / Meco / MECIBUS / PYROTECH
ABB / Easun / Rerolley / GE/ SEG/L&T.
Elmex / C & PHONIX
GE / L & T / Schneider/ Leygrand
Siemens / L&T / Schneider
GE / C&S / ABB
Finolex / Fort Closter / KEI/ L &T
Brasdy / ELDROF / Everest
Safex / Newage / Firexe / Minimax / Vijay/ Amco / Ahluwalia
Exide / SF / Standard batteries Ltd. / Chloride India Ltd./ Amco
Batteries Ltd./ Tata Green.
UPTRON / AEL/APCO/ CHABI / STATCOM
Kirloskar / Fouress / Audco / IVC / VAG
Kay / Everest / Swam / Shankra Machine Tools Pvt. Ltd/
Ingersoil Rand / Chicago Pneumatic (I) Ltd.
Lvibond / Systeronics / HATCH / ELICO / TATA HONEYWELL /
Forbes Marshall / SCAN/ Polymetron / Chemtrols / Dr. Lange /
Royce / Endress
Philips & bird company / Geo miller / Metrex
Kirloskar / Inger Sole Rand / Promivac.
Tata Honey Well / Lectro Tex / Aplav / Plico / Systeronics / Forbes
Marshall/ Polymetron / SWAN / SCAN/ Analytical Instruments /
Chemtrols / Dr. Lange / Royce / Endress / Hauser / Hach.
EPIC / Level Tech / Nova / GE
Level Tech / Nova / Lectro Tex / Tata Honey Well / GE.
ICA / Siemens /GE / Pyrotech / Rittal / SAI Technologies / Newtch
Universal Electrics Ltd./ Automatic Electric Ltd. / Meco Instruments
(P) Ltd. / Havells / Gollica /Industrial Motors Ltd.
Mysore Electrical Industries / Automatic Electric Pvt. Ltd.
Blue Star / Level Tech / Nova / Fobres / GE
Forbes Marshall / ABB / Schumburger / Endress Hauser / YBL
Yokogawa / Magnetrol/ SCAN
Danfoss, Endress + Hauser, ABB, Ultaflux, France, GE
Endress + Hauser, Rosemount (Emerson), ABB
Nova / EPLC / Levcon
Nishko / Switzer / Lectro Tex / System devices / MEASIBUS / MECO.
Excrope / Motwane
GEC / L&T / Siemens / BCH / Concorde
ISGEF / ANUP
Toshcon Jesco / Pennwatt / Aldos / Metito
A Bradley / Siemens / L&T / GE – FANUC
BAJAJ / Crompton Greaves / Philips / Wipro Ltd.
English Electrical / L&T / Siemens/ Schneider
Crompton Greaves./ L&T/ Voltas / Domain / Siemens (Apcos).
Jindal / Surya / Sercocon / Logicstat / Globe / Allied Electronic Ltd.
NELCO / LPT
EEL / Areva/ Universal Electrics/ Easun Reyrolles Relays / Asian
Brown Boveri / Siemens / L&T / Domain
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
77.
78.
79.
80.
81.
82.
83.
84.
85.
86.
87.
88.
Nuts & Bolts
Ceiling Fans
CEMENT
STEEL (TMT)
PCC/MCC
IS- 61947-II
Flow indicating Totalizer
Open Channel Ultrasonic
Flow Meter
Ultrasonic Type Level
Measurement Device
Float & Board Type Level
Measuring System
Conductivity Type Level
Switch
Pressure Transmitter
93.
Differential Pressure
Transmitter
Pressure Switch
Gear Reducer
Electronic Ballast
Micro Processor Based
relays for Motor
Protection
Scrubber
94.
95.
96.
Bar Screen
Wash Compactor
Sump Pump
97.
98.
99.
100.
101.
VFD
Agitator
Submersible Mixer
Temperature Scanners
Instrumentation and
Control Cable
SCADA Software
Alarm Annunciation
89.
90.
91.
92.
102.
103.
104.
105.
106.
107.
108.
109.
110.
111.
112.
113.
Contractor
Multi Function power
Monitor
Receiver / Indicator
(Micro processor Based)
Analog Signal Multiplier
Printer
Monitor
Lightening Protection
Unit
UPS
Panel Enclosures & PC
consoles
Computer (Servers &
Workstation)
Communication System
Integrator
TATA /B&W
BAJAJ/ORIENT/USHA/CROMPTON/Khaitan/HAV ELLS
JK / ULTRA TEC/ AMBUJA / BIRLA / VIKRAM / GRASIM / SHRI
TISCO / SAIL / RINL
Tricolite / L & T / SIEMENS / Bhartiya Cutler Hammer / C&SG.
Lectro Tex, Masibus, Nishko, GE, ABB, ULTRE FLUX
Endress + Hauser, Honeywell, Hycontorls, UK
Endress + Hauser, Honeywell, Hycontorls, UK
Nivo (Toshniwal), Endress + Hauser, Pune Techtrol
Pune Techtrol / Endress Hauser / Nivo (Toshniwal)/ SBEM / HATCH/
Orbit / EIP / ABB / Level Cone / Magnetrol / Fobres Marshall
Fisher Rosemount, Foxbro System, Endress + Hauser, ABB, Warne,
YOKOGAWA / Hach
Fisher Rosemount, Foxbro System, Endress + Hauser, ABB, Warne,
YOKOGAWA / Hach
Danfoss, Switzer, Varma / Varna Trifag / High Tech (Orion)
Essen Pro / Radicon / Elecon / Garves / Graves Cotton / Allen Beri.
Philips / OPAL / WASH / BAJAJ/HAVELLS / Crompton Greaves.
GE Power / Rockwell/ L&T / Siemens / Areva/Schneider
Pilani / Eurotech / Innovative Environmental Technology / Green
Power
JASH Eng. / Johnson Screen Ind. Ltd./ Hans Huber / Geo Miller
Geo Miller / Jash – Eng. Ltd
SU Motor P. Ltd./ Mody Ind./ FC Pvt. Ltd./ Grunfos – Pumps /
Darling / Harison / Aqua / Kishore Pumps / KSB.
ABB / Siemens/ L&T
REMI / Shivpal / Micro Transmission / Triveni
Grundfos/ ABB/ Siemens
Pyrotech/ Masibus/ Nishko/ Lectrotex
Thermpad/ Hyderabad/ Suyog Chords/ Thermo Control Systen
Siemens (Win CC)/ Rockwell Software/ GE/ FANUC/ L&T
Instaalarm Controls/ Industrial Control & Applicances/ Aplab/
Minilec
Trinity/ Enercon/ L&T/ Masibus
Masibus/ Sai Tech/ Nishko/ Lectrotex/ PYROTEC
Secure/ Sai Tech/ MTL/ INSTS/ NISHKO/L&T
Epson/ Wipro/ HP/ Samsung
Philips/ L.G./ Samsung/ Dell
MTL Instruments/ Rittmeyer/ P&F
Tata Emerson/ Merlin Gerin / Mitsubishi / APC / Numeric, Hirel
Rittal/ President/ Manshu/ Cuttler Hammer/ Schmeider/
Pyrotec/L&T
HP – Compaq/ IBM/DELL
Sheetal Wireless Tech. Pvt. Ltd. Pune/ Saravani Telecom,
Hyderabad / MIDAS, Ahemdabad / Sai Technologies, Baroda /
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
114.
115.
116.
117
118
119
120
121
122
123
On Line Turbidity, TOC,
MLSS, Residual Chlorine,
- Do meter measuring
system
Furniture
Level Transmitter
Diesel Generating Set
a) Engine
b) Alternator
Hoist / Monorail with
trolly
Clarifier & Thickener
Grit Mechanism
Centrifuge Feed Pump
Centrifuge Unit
MBBR Media
VIOLA - FINNLAND
Endress + Hauser / Fobres / Khrone Marshal / Fisher Rosemount
(Emerson), HACH, Honeywell, Pennwalt
Wipro/Evok/Godrej/Durian
Toshniwal / Hack / Level Tech / OTT / GLI
Cummins / Greaves Cotton / Kirloskar / Lyland / Catter Pillar
Crompton / Jyoti / Stampford / NGEF / GEC / SYMO
Brady / ELDROF
Triveni / Micro transmission / Voltas/Geomiller/Paramount
Triveni/ Jash/ Voltas
ROTO/ Tushaco/ Ramo/ Alpha laval
Humboldt/ Pannwalt/ Alpha Laval/ Hiller
Veolia Inc. (Anox KaldnesTMK3)/Siemens WaterTechnologies
Corp.( ABC4TM) /Etex Technologies Inc.(BioPortzTM) /Advanced
Wastewater Treatment Solutions (Aqwise)
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 Bidder’s Offer by the Engineer-incharge/ 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
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Sizing Calculations for 5.50 MLD Capacity Sewage Treatment Plant Based on Moving Bio Film
Reactor at Haily Mandi
Sl. No.
Particulars
Specifications/ Calculations
References
MAIN PUMPING STATION
1.0.0.
Design Parameters
1.1.0.
Capacity: -
5.50
1.1.1.
Peak Flow
16.50
a)
Pumping hours, Hours/Day
24
b)
Flor rate, M^3/ Day
5500
c)
Peak Factor
3
d)
Peak flow, M^3/ Day
16500
e)
M^3/ Hr.
687.50
f)
M^3/Min.
11.458
g)
M^3/Sec
0.190
1.1.2.
Average Flow
a)
Pumping hours, Hours/Day
24
b)
Flor rate, M^3/ Day
5500
c)
M^3/ Hr.
229.16
d)
M^3/Min.
3.819
e)
M^3/Sec
0.064
2.1.0.
Receiving Chamber: -
2.1.0
Inlet Pipe: -
2.1.1.
Inlet Pipe, D: mΦ
600
2.1.2.
Flow, M^3/Sec
0.09
Q
2.1.3.
Maximim Velocity, MPS
0.318
[Q*4/(π*D^2)]
2.1.4.
π
3.143
2.2.0.
Chamber: -
2.2.1.
Flow, M^3/Sec
0.09
2.2.2.
Hydraulic Retention Time, Sec.
45
2.2.3.
Volume, V: M^3
4.05
2.2.4.
Desired SWD, M
1.5
2.2.5.
Length/ Width
2
2.2.6.
Width of Sides, M
1.0
Say
2.00
0.60
V
(V/SWD*2)^0.5
2.3.0.
Sluice Gate Sizing: -
2.3.1.
Maximum Flow, M^3/ Sec.
0.09
2.3.2.
Maximum Velocity, MPS.
1.35
2.3.3.
Type.
Rectangular
2.3.4.
A, Flow sectional area.
B, Width in M.
0.66
M^2
0.50
M
0.30
M
2.3.5.
Say
2.3.6.
Contractor
D, Depth in M
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
2.4.0.
Coarse Screen
2.4.1.
Peak Design Flow, M^3/ Sec.
0.09
2.4.2.
Maximum Velocity, MPS.
1.35
2.4.3.
Clear area of opening through the
rack, M^2.
0.14
Manual Clear Spacing of bars, m
0.02
Mechanical Clear Spacing of bars, m
0.01
a)
Size of SS flat to be used for bar, mm
Manual Width, b in M
0.01
b)
Depth, b in M
0.05
2.4.4.
2.4.5.
2.4.6.
Gross submerged area of the screen
when half clogged, M^2.
0.289
2.4.8.
Submerged cross- sectional area
of the screen with 45˚, inclination for
manual
Sine45°
0.3
0.707
2.4.9.
Maximum velocity of flow through the
0.4775
2.4.10.
screen opening, MPS.
Width of the screen, M
Wherein;
10
n
Liquid depth in Mnual screen, M
0.1787
0.191
say
0.250
2.4.12
Length of the Screen Channel
4.000
2.5.0.
Out let Weir
2.5.1.
2.5.2.
2.5.3.
Type.
Height of the water above still of the
notch.
Width/ Length of the notch.
2.5.4.
Horizontal strip at a depth ‘h’ from
2.5.5.
the water level
Area of strip.
2.5.6.
The horizontal velocity of water
2.4.7.
a)
2.4.11.
0.565
M
Rectangular
H
B
dh
B*dh
through the strip.
(2*g*h)^ 0.5
2.5.7.
Let d q.
Discharge through the strip.
2.5.8.
Coefficient of discharge.
C
D
2.5.9.
dq
C
D*B*dh*(2*g*h)^0.5
2.5.10.
The discharge over the whole notch
H
may be found by integrating the
ò CD*B*dh*(2*g*h)^0.5
equation as above.
0
2.953*CD*B*h ^3/2.
2.5.11.
Contractor
Calculations: Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
CD
0.6
Q, M^3/ Sec.
0.09
g, m/ sec. ^2
9.81
Desired B.
h.
0.91
0.23
2.6.0.
Sewage puming station: -
2.6.1.
Inlet sewer pipe mmf.
600
2.6.2.
Invert level of sewer, M.
219.20
2.6.3.
Ground Level, M.
225.18
2.6.4.
FGL, M
Hydraulic Retention Time at peak flow,
Min.
226.78
2.6.5.
2.6.6.
0.6
10
Flow, M^3/Sec
a)
Average Flow, MLD
5.50
M^3/ Day
5500
M^3/ Hour
229.16
M^3/ Min.
3.819
M^3/ Sec
0.064
Peak Flow, MLD
16.50
M^3/ Day
16500
M^3/ Hour
687.50
M^3/ Min.
11.458
M^3/ Sec
0.190
2.6.7.
Peak, M^3/ Min.
11.458
2.6.8.
Volume, M^3
104.2
2.6.9.
Side Water depth, mm.
2.5
2.6.10.
Diameter, M ø.
7.28
Say
8.00
b)
2.7.0.
Raw Sewage Lifting Pumps: -
2.7.1.
General: a) Application.
Raw Sewage pumping.
b) Specific Gravity.
1.05
c) Make.
2.7.2.
d) Type.
Non- Clog Submersible.
Design Data.
As per manufacturer data sheet.
a) Capacity, M^3/ Hr.
250.0
3 (2W+1SB)
125.0
2(1W+1SB)
b) Head
15
Provide
Contractor
125 M^3
2(1W+1SB)
250 M^3
2(1W+1SB)
500 M^3
1(1W+ 0SB)
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
2.7.3.
c) Number of stages.
:
d) Efficiency %.
:
e) BHP
:
f) Motor HP recommended.
:
g) Maximum Solid size, permissible, mm.
: 100
Material of Construction.
2.7.4.
a) Casing
: CI
b) Impeller semi open.
: CF- 8M (SS)
c) Rotor Shaft
: SS- 410
d) Fasteners in liquid.
: SS- 410
e) Motor Housing.
: CI
f) Guide Pipe
: SS- 304
g) Lifting Chain
: SS- 304
Motors.
a) Type.
: Submersible.
b) RPM.
: 1450
c) Frequency
: 50± 3% Hz.
d) Voltage
: 415+6%- 10%
e) Insulation.
: Class- F.
f) Enclosure.
: IP- 68
g) Quantity.
: 1 No. Each Pump.
2.8.0.
Pipe sizes, mmf
2.8.1.
Pipe Sizes
1st pump
Say
After 2nd pump
Say
After 3rd pump
After 4th pump
2.8.2.
Size of common header, mmø
2.8.3.
2.8.4.
Material of construction.
DI/CI
Velocity, MPS
2.1
3.0.0.
Sewage Treatment Plant Flow
Rates, M^3
3.1.0.
Flow Rate, M^3
3.1.1.
Flow for design of all
0
inlets & outlets .
a)
M^3/ Day
5500
b)
M^3/ Hour
229.16
c)
M^3/Min.
3.819
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
d)
3.1.2.
M^3/Sec
0.064
Flow for design of all Units
a)
M^3/ Day
5500
b)
M^3/ Hour
229.16
c)
M^3/Min.
3.819
d)
M^3/Sec
0.064
3.2.0.
Receiving Chamber: -
3.2.1.
Inlet Pipe: -
3.2.2.
Inlet Pipe, D: mΦ
300.0
3.2.3.
Flow, M^3/Sec
0.064
Q
3.2.4.
Maximim Velocity, MPS
1.0
[Q*4/(π*D^2)]
3.2.5
π
3.143
3.3.0.
Chamber: -
3.3.1.
Flow, M^3/Sec
0.064
3.3.2.
Hydraulic Retention Time, Sec.
30
3.3.3.
Volume, V: M^3
2.08
3.3.4.
Desired SWD, M
2.00
3.3.5.
Length/ Width
1.00
3.3.6.
Width of Sides, M
1.0
Say
1.0
0.30
V
(V/SWD*2)^0.5
3.4.0.
Sluice Gate Sizing: -
3.4.1.
Maximum Flow, M^3/ Sec.
0.064
3.4.2.
Maximum Velocity, MPS.
1.2
3.4.3.
Type.
Rectangular
3.4.4.
A, Flow sectional area.
B, Width in M.
0.058
M^2
0.34
M
Say
0.30
0.15
3.5.0.
D, Depth in M
Fine Screen
3.5.1.
Peak Design Flow, M^3/ Sec.
0.064
3.5.2.
Maximum Velocity, MPS.
1.2
3.5.3.
Clear area of opening through the
3.4.5.
3.4.6.
rack, M^2.
0.06
3.5.4.
Manual Clear Spacing of bars, m
0.01
3.5.5.
a)
Size of SS flat to be used for bar, mm
Manual Width, b in M
0.015
b)
Depth, b in M
0.05
3.5.6.
Gross submerged area of the screen
when half clogged, M^2.
3.5.7.
M
0.116
Submerged cross- sectional area
of the screen with 45˚
inclination for manual, M^2.
Contractor
0.2
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
3.5.8.
Sine45°
3.5.9.
Maximum velocity of flow through the
0.42
3.5.10.
screen opening, MPS.
Width of the screen, M
Wherein;
0.765
Say
1.00
n
30
0.091
a)
0.707
3.5.11.
Liquid depth in Mnual screen, M
3.6.0.
Out let Weir
3.6.1.
3.6.2.
3.6.3.
Type.
Height of the water above still of the
notch.
Width/ Length of the notch.
3.6.4.
Horizontal strip at a depth ‘h’ from
3.6.5.
the water level
Area of strip.
3.6.6.
The horizontal velocity of water
Rectangular
H
B
dh
B*dh
through the strip.
(2*g*h)^ 0.5
3.6.7.
Let d q.
Discharge through the strip.
3.6.8.
Coefficient of discharge.
C
D
3.6.9.
dq
C
D*B*dh*(2*g*h)^0.5
3.6.10.
The discharge over the whole notch
may be found by integrating the
H
ò CD*B*dh*(2*g*h)^0.5
equation as above.
0
2.953*CD*B*h ^3/2.
3.6.11.
4.0.0.
4.1.0.
Calculations: CD
0.6
Q, M^3/ Sec.
0.064
g, m/ sec. ^2
9.81
Desired B.
h.
0.765
0.14
Grit Channel: Design Parameters
a)
Peak flow, M^3/ sec.
0.064
b)
Size of grit to be removed, mm dia.
0.15
c)
Specific gravity of grit considered
2.65
d)
Minimum Temperature, º C.
20
Applying Stroke, s Law; Vs
(g/ 18)*(Ps-p)*d^2/v Or (g/18)*(Ss-1)*d^2/v.
4.2.0.
Wherein;
a)
0.020170596
9.81
MPS
b)
Settling Velocity, Vs, MPS
Acceleration due to gravity, g, m/ s2.
c)
Mass Density of grit particle, Ps,
2650
Kg s/ M3.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
d)
Mass density of liquid, P, Kg s/ M3.
1000
e)
Specific gravity of grit particle,
2.65
f)
Size of the particle, d, M.
0.00015
g)
Kinematics viscosity of sewage, v,
1.0031E-06
Check for Reynolds’s Number, RN
(Vs* d/ v)
Stroke’s law does not apply because.
3.016239082
Transitions Law; Range for RN
0.5<RN<10^3
[0.707*(Ss-1)* d^
0.6)]^0.714
4.3.0.
4.4.0.
4.5.0.
Formula, Vs
dimension less.
M^2/ s at 20 °C
> 0.5
1.6
* v^(-
0.017748423527
4.6.0.
4.7.0.
Hence Considering
<0.018
0.018
Settling Velocity, Vs, MPS
1533.46
M^3/ M^2/ Day
However due to turbulence & short circuiting due to several factors as eddy, wind & density
currents, the actual value to be adopted has to be reduced taking in to account the performance of
the basin & the desired efficiency of the particles removed.
4.7.1.
To determine actual over flow rate,
the formula to be used, ή
assuming Efficiency of removal of
desirable
(1-(1-n*Vs/( Q/A)) ^(–1/n)
4.7.2.
particles.
0.75
Q/A
Vs* n/ (1- ή)^(-n)- 1
Assuming, n
0.125
1013.1
M^3/ M^2/ Day
4.7.4.
Plan Area of grit Channel, M^2
5.92
M^2
4.8.0.
Dimensions, M
4.8.1.
Plan Area of grit Channel, M^2
5.92
M^2
4.8.2.
Dimensions, M
4.8.3.
Number of Grit Channel
4.8.4.
Area per Grit Channel, M^2
2
3.0
M^2
Length, M
7.0
M
Width, M
1.5
M
Side Water depth, m.
0.28
M
Say
1.0
M
4.8.8.
Free Board, m
0.4
M
5.0.0.
Sewage Characterstics: -
5.1.0.
Influent Sewage Charcterstics.
5.1.1.
BOD5
250
5.1.2.
Influent BOD5 kgs/ Day
1500
5.1.3.
TSS
400
5.1.4.
Influent TSS, Kgs/ Day
2400
5.1.11.
COD
450
6.0.0
Aeration Tank: -
8.1.0.
Design Parameters
4.7.3.
4.8.5.
4.8.6.
4.8.7.
Contractor
Witness
ή
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
8.1.1.
Type.
Rectangular
8.1.2.
Basis of Design
Attached Growth
8.1.3.
Flow Regime
Attached Growth
8.1.4.
MLSS. Mg/ L
3000-5000
8.1.5.
BOD5 Loading/ 100M^2 media
1.4
8.1.6.
BOD5 Loading/ M^3 reactor
2.00
8.1.7.
Hydraulic Retension Time, θ in Hours
As per Design
8.1.8.
Sludge Retension Time, θc, days
10 to 25
8.1.9.
O2/ Kgs BOD5
8.2.0.
8.2.1.
Effluent BOD5 & efficiency: -
1.0 to 1.2
S: Ks*[1+KD*SRT]/[SRT*[(µm-Kd)-1]
1
4500
10
1.2
mg/L
Wherein;
Activated Sludge Kinetic Coefficients for heterophic bacteria at 20 ° C
8.2.2.
a)
Coefficient & Units
Range
µm, gVSS/ gVSS.ds
3.0- 13.2
Typical Value
6
µmT, gVSS/ gVSS.ds
µm*θ^(T-20)
b)
Ks, gbCOD/M^3
5.0- 40.0
20
c)
Y, gVSS/ gbBOD
0.40- 0.70
0.5
d)
Kd, gVSS/ gVSS.d
0.06-0.20
0.12
KdT, gVSS/ gVSS.d
K20*θ^(T-20)
fd, unit less
0.08- 0.20
0.15
µm, Unitless
1.03 - 1.08
1.07
Kd, Unitless
1.03- 1.08
1.04
e)
6.00
0.120
θ, Values
Ks, unitless
1.000
Activated Sludge nitrification kinetic Coefficients for bacteria at 20 ° C
8.2.3.
a)
1
Coefficient & Units
Range
µmn, gVSS/ gVSS.ds
0.2- 0.9
0.75
Typical Value
µmnT, gVSS/ gVSS.ds
µmn*θ^(T-20)
0.19
b)
Kn, gNH4-N/M^3
0.5-1.0
0.74
c)
Yn, gVSS/ gNH4- N
0.1-0.15
0.12
d)
Kdn, gVSS/ gVSS.d
0.05-0.15
0.08
e)
Ko, g/ M^3
0.4- 0.6
0.5
θ, Values
f)
µn, Unitless
1.06 - 1.123
1.07
g)
Kn, Unitless
1.03- 1.123
1.053
h)
Kdn, unitless
1.03-1.08
T
°C
µn: (µnm*N/ Kn+N)*(DO/Ko+DO)- Kdn
0.162
g/g.d
a)
µnm at 20° C
0.750
g/ g.d
b)
Kn at 20° C
Kdn at 20° C
0.740
g/ M^3
0.080
g/g.d
8.2.4.
c)
Contractor
Witness
1.04
20
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
d)
Ne
0.5
g/M^3
e)
2.0
g/M^3
f)
DO
Ko
0.5
g/M^3
g)
SRT: 1/µn
6.18
Days
h)
FS: TKN Peak/ TKN Average
1.5
SRT
9
Kg O2/ BOD5 removed
1.0 to 1.2
i
8.2.5.
8.3.0.
Days
Determine Bio mass production
Pxbio
QY(SoS)/(1+(Kd)*SRT)+[(fd)*(kd)*Q*Y*(SoS)*SRT/(1
+(kd)*SRT)+
Q*Yn*(NOx)/(1+(Kdn)*SRT)
Wherein;
8.3.1.
Q, M^3/ Day
5500
Y, VSS/ gBOD
0.5
So, gBOD
250
Kd g/g.d
0.12
µm, g/g.d
5.50
S
18.9
BOD5 in effluent
18.0
TSS at effluent
30.0
Yn, gVSS/ gNOx
0.12
Kdn, g/g.d
0.080
NOx
0
Desired
Pxbio
QY(So-S)/(1+(Kd)*SRT) +
[(fd)*(kd)*Q*Y*(SoS)*SRT/(1+(kd)*SRT)+
328.334
Q*Yn*(NOx)/(1+(Kdn)*SRT)
0.0
34.0
362.3
8.3.2.
a)
Mass
Px*SRT
PxVSS
PxVSS+Q*nbVSS
1262.3
b)
PxTSS
Mass of VSS, XVss*V
Kgs VSS/ D
PxVSS+Q*nbVSS+Q*(TSSo-VSSo)
1562.3
8.3.3.
Kgs VSS/ D
Kgs TSS/ D
PxVSS*SRT
11693
8.3.4.
Mass of MLSS, XTss*V
PxTSS*SRT
14472
8.3.5.
V*PxTSS
14472
Desired MLSS
4500
V
934.1
8.3.6.
Tank HRT
3.736
8.4.0.
Determine MLVSS
0.808
Contractor
Witness
Hours
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
3636
8.5.0.
Determine F/ M & BOD volumatric
loading
8.5.1.
F/M
Q*So/ XV
0.442
8.5.2.
Volumatric BOD Loading
Lorg
Q*So/ V
1.61
8.6.0.
Determine the observed yield based on
TSS
& VSS.
8.6.1.
a)
Observed Yield: gTSS/ gBOD
kg TSS/ Kg BOD
bBOD
1849
Observed Yield based on TSS
Yobs,TSS
b)
0.845
Observed Yield based on VSS
Yobs,VSS
0.683
8.7.0.
8.7.1.
Calculate Oxygen Requirement
Theoretical Oxygen requirement, O 2 Kg/
Day.
: 1.2*Q (So- S)/ (BOD5/ BODL) –
1.42* P x, bio+4.33*Q*(NOx)
8.7.2.
Oxygen transfer in field conditions N Kg
s/ Hr.
1932
No/(((C WALT b – CL)/ CSW)* α*
(1.024)^(T - 20))(2.86gO2/gNO3-N)*((NOxNoe)*Q*10^(-3)
Wherein;
a)
b)
c)
d)
e)
No, Theoretical Oxygen requirement
CWALT, Solubility of Oxygen in tap
water at
field conditions at 20° C with 5000 PPM
TDS.
1932
8.81
h)
i)
j)
mg/L
β, Salinity surface tension factor, usually
0.95 for sewage.
0.95
CL, Operating oxygen concentration
CSW, Solubility of Oxygen in tap water
at
2
mg/ L
standard conditions.
9.15
α, Oxygen transfer correction factor.
0.8
mg/L
For Coarse
diffusers
T, Liquid Temprature, °C
Oxygen solubility correction factor for
elevation
266.0
(1- Altitude, M/ 9450), Fa
0.98
Altitude
Average temperature of wastewater in
the basin
200
f)
g)
Kgs/ Day
M
(0 C) under field conditions. T
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
(A f T a + Q Ti)/ (A f + Q)
266.0
k)
A, Surface area of aeration Tanks, M^2.
187
l)
f, Proportionality factor.
0.5
m)
Q
5500
n)
Ta, avwrage ambient temperature, ° C
48
o)
20
p)
Ti, Average inf;luent temprature, ° C
No, Theoretical Oxygen transfer in field
Conditions
q)
Oxygen% by weight in air, %
0.232
r)
Air Density
1.21
s)
Diffuser efficiency, %
20.00
t)
Air requirement, M^3/ Hr.
Air required for mixing, M^3/ M^3
reactor volume/ Hour.
Air required for mixing conditions, M^3/
Hr.
1434
Air provided, M^3/ hr.
1434
u)
v)
w)
(m/ d)
10
0.9
841
Provide 2 Nos, Air Blowers each of 825 m3/hr Capacity
8.7.3.
MBBR Reactors
a)
Length/ Width
1
Length, M
9.7
Width,M
9.7
b)
SWD, M
5
c)
Quantity
2
8.8.0.
MBBR, Media
a)
Surface Area, M^2/M^3
500
b)
Loading, Kgs/100M^2
Surface Area Required in MBBR reactors,
M^2
Volume of media required in each Ist
reactor, M^3
Volume of media required in each 2nd
reactor, M^3
1.4
Total Volume of media, M^3
264
c)
d)
132056.2
132
132
9.0.0.
Secondary Settling Tank/ Clarifier:
9.1.0.
General.
9.1.1.
Type.
Circular with mechanical scrapper.
9.1.2.
Quantity
1
9.1.3.
Design flow to secondary clarifier
a)
9.1.4.
9.1.5.
9.1.6.
9.1.7.
Contractor
Average design flow
Hence design flow to the secondary
clarifier.
0.064
Solids loading Kg s/ M^2/ Day
Peak flow to the secondary clarifiers,
M^3/ Sec.
Peak flow to the each secondary
clarifier, M^3/ Sec.
110
0.208
M^3/Sec
0.208
0.208
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
9.2.0.
Central Column.
9.2.1.
Inlet Pipe, D: mΦ
400
0.40
a)
Flow, M^3/Sec
0.064
Q
b)
Maximim Velocity, MPS
0.4
[Q*4/(π*D^2)]
c)
π
3.143
d)
Outer Dia of shaft, M
0.85
Dimensions.
Required surface area at average flow,
M^2
736
Available solids loading at peak flow.
110.0
10.3.0.
a)
b)
10.3.1.
M
<170, hence O.K
Check for overflow rate.
a)
At average flow, M^3/ M^2/ Day
8.15
At peak flow, M^3/ M^2/ Day.
8.1
Influent Box
10
<15
M^3/M^2/Day
<25
M^3/M^2/Day
% of clarifier
diameter
a)
Surface Area, M^2.
736
M^2
b)
Diameter of each clarifier.
30.79
M
Say
31.00
M
c)
Influent Box Diameter, mmf.
3.06
d)
Say
3.25
b)
9.3.2.
9.4.0.
Launder design.
9.4.1
Launder Design: -
9.4.2
Maximum Flow, M^3/ Sec.
0.208
9.4.3.
Maximum flow, M^3/ Sec./ clarifier
0.21
9.4.4.
0.10
9.4.5
Maximum flow, M^3/ Sec/ half clarifier
Maximum Velocity, MPS.
9.4.6
Flow section Area, M^2
0.12
9.4.7
Width/ Liquid depth
2
9.4.8
Width, m.
0.48
9.4.9
Liquid depth, M
0.24
say Width
0.40
Say Liquid Depth
0.20
9.5.0
Slope
1
10.0.0
Sewage characteristics.
10.1.0.
Volume of Biological sludge.
M
0.90
In 10
Waste activated
156.23
M^3/ Day
10.2.0.
BOD5
504.3
Kgs/ Day
10.3.0.
TSS
1562.3
Kgs/ Day
10.5.0.
Total TSS in Kgs
1562.3
10.6.0.
Total Volume, M^3
156
11.0.0.
Thickeners: -
11.1.0.
General.
11.1.1.
Type.
Circular with mechanical scrapper.
11.1.2.
Quantity
1
Contractor
Witness
Units
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
11.2.0.
Design
11.2.1.
Design flow in the thickeners, M^3/ Day.
156
11.2..2.
TSS, kgs/ Day
1562
11.2.3.
Solids loadings, Kg s/ M^2/ Day.
30
11.2.4.
Overflow loading, M^3/ M^2/ Day
12
11.3.0.
Surface Area, M^2.
39.06
As per surface loading
13.02
As per solids loading.
39.06
11.4.0.
Dimensions.
11.4.1.
Peak flow to the thickeners, M^3/ Sec.
0.005
11.4.2.
Peak flow to each thickener, M^3/ Sec.
0.005
11.4.3.
Central Column.
Inlet Pipe, D: mΦ
80
a)
Flow, M^3/Sec
0.005
Q
b)
Maximim Velocity, MPS
1.1
[Q*4/(π*D^2)]
c)
π
3.143
d)
Outer Dia of shaft, M
0.48
M
Influent Box
10
% of Thickener
diameter
a)
Surface Area, M^2.
39.1
M^2
b)
Diameter of each Thickener.
7.1
M
M
11.4.4.
Dimensions.
say
7.25
c)
Influent Box Diameter, mmf.
0.7
d)
Say
1.00
11.5.0.
Launder design.
11.5.1.
Launder Design: -
11.5.2.
Maximum Flow, M^3/ Sec.
0.005
11.5.3.
Maximum flow, M^3/ Sec./ Thickener
0.01
11.5.4.
0.01
11.5.5.
Maximum flow, M^3/ Sec/ half thickener
Maximum Velocity, MPS.
11.5.6.
Flow section Area, M^2
0.01
11.5.7.
Width/ Liquid depth
1
11.5.8.
Width, m.
0.08
11.5.9.
Liquid depth, M
0.08
Say Width
0.20
Say Liquid Depth
0.20
11.6.0
Slope
1
11.7.0.
Side water depth, M.
4
11.8.0.
Biological Sludge Sump.
11.8.1.
Hydraulic Retension Time, Min.
60
11.8.2.
Flow, M^3/Sec
0.005
11.8.3.
Volume, M^3.
20
11.8.4.
Side water depth, M.
3
11.8.5.
Diameter, M
3
Contractor
0.08
M
0.90
Witness
In 10
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
11.9.0.
Excess Activated Sludge Pumps to
thickeners.
11.9.1.
General
a)
Application
Activated Sludge
b)
Specific Gravity
1.03
c)
Type.
Non- Clog Submersible Pumps.
d)
Quantity
2(1W+1SB)
11.9.2.
Design Parameters
a)
Capacity, M^3/ Hour
20
b)
Head, MWC
15
11.9.3.
Material of Consruction
a)
Casing
CI
b)
Impeller semi open
CF- 8M
c)
Rotor Shaft
SS- 410
d)
Fastners in Liquid
SS- 410
e)
Motor Housing
CI
11.10.4.
a)
Motors.
Type.
TEFC Squirrel cage Induction
Motor
b)
RPM
c)
Frequancy
50± 3% Hz
d)
Voltage
415 ±6%-10%
e)
Insulation
Class- F
f)
Enclosure
IP- 68
11.10.5.
Pipe Sizes, MΦ
Capacity, M^3/ Day
a)
M^3/ Sec
468.7
0.062
Say
0.08
11.10.6.
Maximum Velocity, MPS.
1.8
11.10.7.
Material of Consruction
CI/ DI
12.0.0.
Thickened Sludge characteristics.
12.1.0.
Solid Capture efficiency, %
0.0054
85
1328
12.2.0.
Concentration, %
4.0
12.3.0.
Density
1.04
12.4.0.
Volume
31.92
13.0.0.
Thickened Sludge Sump.
13.1.0.
Hydraulic Retension Time, Min.
360
13.2.0.
Flow, M^3/Sec
0.00074
13.3.0.
Volume, M^3.
16
13.4.0.
Side water depth, M.
2
13.5.0.
Diameter, M
2.602
Kgs/ Day
2.7
13.6.0.
Thickened Sludge Pumps.
13.6.1.
General
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
a)
Application
Thickened Sludge
b)
Specific Gravity
1.04
c)
Type.
Non- Clog Submersible Pumps.
d)
Quantity
2(1W+1SB)
13.6.2.
Design Parameters
a)
Capacity, M^3/ Hour
2.66
b)
Head, MWC
10
13.6.3.
Material of Consruction
a)
Casing
CI
b)
Impeller semi open
CF- 8M
c)
Rotor Shaft
SS- 410
d)
Fastners in Liquid
SS- 410
e)
Motor Housing
CI
13.6.4.
a)
Motors.
Type.
TEFC Squirrel cage Induction
Motor
b)
RPM
c)
Frequancy
50± 3% Hz
d)
Voltage
415 ±6%-10%
e)
Insulation
Class- F
f)
Enclosure
IP- 68
13.6.5.
Pipe Sizes, MΦ
Capacity, M^3/ Day
a)
M^3/ Sec
63.8
0.03
0.0009
Say
0.04
13.6.6.
Maximum Velocity, MPS.
1.8
13.6.7.
Material of Consruction
PVC/ HDPE
13.6.8.
Size of pump House.
13.6.9.
Diameter, m.
2.7
M
13.7.0.
Ceiling Height.
4.0
M
14.0.0.
Sludge Drying Beds: -
14.1.0.
Thickened Sludge volume, M^3/ Day
31.92
14.2.0.
Sludge Drying Period
10
14.3.0.
Total Sludge Volume, M^3
319.2
14.4.0.
Sludge Depth over bed, M
0.3
14.5.0.
Bed Area, M^2
1064.1
14.6.0.
Number of bedes
10
14.7.0.
Length/ Width
2
14.8.0.
Length, M
14.588
14.00
14.9.0.
Width, M
But 2 No. Sludge Drying Beds of
Size 10.00 x 5.00 Proposed to be
Constructed
Chlorine contact/ Treated Effluent
Sump: -
7.294
7.00
15.0.0.
Contractor
Witness
Days
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
15.1.0.
HRT, Min.
20
15.2.0.
Capacity, M^3/ Day
5500
15.3.0.
Volume, M^3
76
15.4.0.
Number of comartments
1
15.5.0.
SWD, M
3
15.6.0.
Length/ Width
3
15.7.0.
Length, M
9.13
9.25
15.8.0.
Width, M
3.04
3.00
16.0.0.
Air Blowers: -
16.1.0.
Type.
Twin Lobe
16.2.0.
Quantity
3(2W+1SB)
16.3.0.
Flow, m3/ Hr.
717.0591896
Say
750
16.4.0.
Discharge Pressure, Kgf/ cm2 g
0.55
16.5.0.
Delivery, mm
0.100696425
16.6.0.
Motor: -
a)
Type.
b)
: TEFC, Squirrel cage induction
motor suitable for 415±6%V, 3ph
c)
RPM
d)
HP
e)
Insulation
Class- F
f)
Enclosure
IP- 55
17.0.0.
Deep Bed Media Filter Feed Pumps
Average Flow
17.1.1
1450
as per data sheet
6
MLD
250
m3/hr
No. of working Pumps provied
2
No
Pump Capacity provided
125
m3/hr
No., of standby Pumps provided
1
No
Head Provided
5
m
6
MLD
250
m3/hr
Average Filteration Rate
8
m3/hr/m2
Filtration Area required
31.25
m2
No. of working Filter Beds provied
2
No
No., of standby Filter Beds provided
0
No
Filtration Area required for each filtert
15.62
m2
Width
3
m
Length
Depth of Coarse and Sand Media
Provided
5.25
m
2
m
Depth of Anthrasite Provided
0.5
m
Standing Depth of Water Provided
2
m
Depth of underdrain provided
0.5
m
Dimension of Filter Beds
Design Flow
Contractor
0.8
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
17.1.2
17.1.3
Contractor
Freeboard provided
0.5
m
Total Depth provided
5.5
m
Area of One Filter Bed
15.75
m2
Air Scouring Rate Provided
50
m3/hr/m2
Air Required
787.50
m3/hr
No. of working Air Blowers provided
1
No
Capacity of each Air Blower Provided
800.00
m3/hr
No. of standby Air Blowers provided
1
No
Head provided
0.5
kg/cm2
Duration of Air Flow for each Filter
4
min
Area of One Filter Bed
15.75
m2
Area of Two Filter Beds
31.50
m2
Backwash Flow Rate Considered
50
m3/hr/m2
No. of Backwash in one cycle
2
No
Backwash Flow required
1575
m3/hr
Backwash time considered
4
mintues
Backwash water required
Volume of Overhead Wash water tank
required
210
m3
250
m3
Air Scour Blowers
Overhead Wash Water Tank
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
PART – 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. The brief description of the works of
schedule items is given as under:
(i)
Staff Quarter (2 No. at STP of 41 sqm each)
(ii)
Boundary Wall for MPS & STP (881 mtr length)
(iii)
Cement Concrete Road /Pathway for MPS & STP (2000sqm)
(iv)
Construction of R.C.C.Sluge Carrier from STP to Nala.
B. Non Schedule Items
Sr.
No
Sewage Treatment plant Unit
A-1
Main Pumping Station
Design, construction, erection, testing and commissioning of
MPS including 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, rectangular
collecting tank suitable for 5.50 MLD average flow with peak
factor of 3.00, landscaping of the campus, providing and
installing 1 No. of 500m3 / hour, 2 No. of 250m3 / hour and
2 No. of 125m3 / 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 complete
in all respects.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
(iii)K-9 D.I. Pipe of suitable dia at MPS including welding and
screwing of Flanges. ISI Marked D.I. fittings, Sluice Valves,
Non return valves as per requirement even for bye pass
arrangement complete in all respects.
(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 including fittings on each pole
complete in all respects.
(v) 3 Nos. CI Gear Operated Sluice Gate as per design 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 1 No.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.
(vii) Supply and installation of 2 Nos. mechanical coarse
screens of minimum length 6 meters for 5.50 MLD average
flow with peak factor of 3.00.
Note:
1. The connecting sewer of same diameter and material of
construction, laid at adequate depth between proposed
sewers to newly constructed structures is included in
scope of work.
2. All the infrastructure except construction of staff quarter,
boundary wall, 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.
3. 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 site
through broadband internet facility.
4. 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.
5. All DI pipes within the area of MPS & STP will be
provided by the Agency
A-2
SEWAGE TREATMENT PLANT
“Design, construction, erection, testing & commissioning of
5.50 MLD capacity Sewage Treatment Plant based on
Moving Bed Bio Reactor (MBBR) Technology with tertiary
treatment with dual bed filters, complete gaseous
chlorination system complete in all respect including
disposal of treated effluent by gravity, Landscaping, MCC
Panel Room & all other contingent Electrical, Mechanical,
Piping & Instrumentation works with PLC & SCADA
Arrangement for STP & MPS along with Synchronizing it
with each other including furniture & laboratory equipments,
Construction of effluent channel upto B.Wall as per design
and as per detail given in the bid document and including
following components
(i) 2 No. High Mast of 12 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.
(ii) Supply and installation of 1 No. 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.
Contractor
Witness
Complete
Job
1 job
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
A-3
A-4
i.
ii.
iii.
iv.
A-6
(iii) Supply and installation of 2 No mechanical fine screens
of minimum length 6 meters for 5.50 MLD average flow with
peak factor of 3.00.
(iv) Providing and installing 2 No. centrifuges (1 Working + 1
Stand bye) including centrifuge feed pump, all fittings,
instrumentations, electric panel board etc. as per design
complete in all respect.
CCTV CAMERAS
Providing and Installing 13 CCTV Cameras (8 Cameras for
STP and 5 Cameras for MPS) 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
MPS Site with connectors, cables, poles and power supply
with online real-time output facility. The cameras at both the
sites i.e. MPS and STP shall be synchronized at STP site.
Cameras:
i) At STP - 1 Nos PTZ speed dome 360 degree 50X zoom
camera, 5 Nos. 12mm lens size, 2 Nos 3.6mm lens size.
ii) At MPS - 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.
TRANSFORMER, D.G. SET & FENCED ENCLOSURES
Design, Supply & Erection of 1 No. Transformers of 400 KVA
(at STP) capacity of standard make outdoor type, VCB
Panel, 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 and getting it passed
from Chief Electrical Officer.One act as stand by.
Design, Supply & Erection of 1 Nos. DG Set of 300 KVA (at
STP) capacity each with Acoustic Canopy, AMF Panel and
Copper earthing of suitable rate with change over switch &
synchronizing panel complete as per DNIT.
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.
Construction of HT / LT Panel room, PLC room, Centrifuge
house, blower room and Lab cum office building including
doors, windows & fittings with toilet block including all
Sanitary fittings etc. as per drawings attached in DNIT at
MPS & STP site 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.. Covered Area (587 sqm)
OPERATION & MAINTENANCE
The rate to be quoted shall include operation & maintenance
of MPS, STP units and Roads, Staff Quarters, office building
with toilet block etc. & Boundary Wall as illustrated in the
scope of work including manpower, repairs, all consumables
except Diesel and Electric Power.
a) For 1 Year defect liability period immediately after expiry
Contractor
Witness
Complete
Job
1 job
Complete
Job
1 job
Complete
Job
1 job
Complete
Job
1 job
Per Sqm
587
Per year
Job
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
1/NS
2/NS
of three months trial period.
b) For 1st Year O&M after completion of defect liability
period.
c) For 2nd Year O&M after completion of defect liability
period
d) For 3rd Year O&M after completion of defect liability
period
e) For 4th Year O&M after completion of defect liability
period
f) For 5th Year O&M after completion of defect liability period
Total A-1 to A- 6
In words
Supplying laying, jointing, using neat fusion/electro Fusion,
cutting and testing of DN 630 mm grade PE 100 PN-6 with
wall thicknes mximum 42.8 mm & minimum 35.7 mm HDPE
pipe for sewer for average depth upto 6.4 Mtr. & ancillary
works by trenchless technology with suitable machine
including Civil & Structural work required for laying in position
as per given specification, all item of works i.e. soil
investigation and excavation all works in or under water/liquid
mud as required, dewatering of sub soil water road cutting
necessary barricading, including of flickering lights etc.
Disposal of surplus earth as per direction of Engineer-in –
charge submission of 3 sets of completion of drawing
showing completion of allingnment level of the work etc.
required for the successful completion of the work turn key
basis as per IS code 14333-1996 as amended upto date for
crossing the road & minor.
a) 630 mm PE 100 PN6 grade HDPE pipe.
Construction of RCC manhole chamber of suitavble size
including excavation foundation concrete 1:4:8 brick work in
1:5 cement sand mortar, RCC slab 1:1-1/2:3 plaster 1:2 and
making benching in cement concrete 1:2:4 etc with providing
& fixing of SFRC (EHD-35) manhole cover & frames
including steps as per PHED standard design complete in all
respects including cost of dewatering of sub soil water 2 Nos
each for road crossing & minor crossing.
a ) For 630 mm PE 100 PN6 grade HDPE pipe.
Contractor
Witness
Per year
Job
Per year
Job
Per year
Job
Per year
Job
Per year
Job
50 Mtr
4 Nos.
Per Mtr
Each
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
SCHEDULE OF PAYMENTS
Sr.No Particulars
% of quoted value excluding O&M
A-1
Civil Works :Design, Construction, erection, testing & Commissioning of
Main Pumping Station and 5.50 MLD Sewage Treatment
Plant including all Civil Works
1.1
Survey , Investigation, SBC, Design & Drawing
1.2
Testing, Commissioning & Trial Run
2.0
Break up of Civil Works for A – II Only
2.1
Inlet Chamber
2.2
Screen Chamber
2.3
Grit Chamber
2.4
MBBR Tanks
2.5
Secondary Clarifier
2.6
Biological Sludge Sump
2.7
Sludge Drying Beds and Sludge Storage Platform
2.8
Supernatant, Scouring and Filtrate Recycling to STP
2.9
Chlorine Contract Tank
2.10
Dual Bed Filters
2.11
Main Control Panel Room
Further Stage Wise Break Up of unit shall be as here under:3.0
MCC/ Office Block and Security Guard Room
Excavation
Foundations & Columns
Construction of Walls up to Second Roof Level and RCC
Slab
Flooring
Doors, windows & Painting
Tiles & Parapet
Veranda & Porch
Wiring & Illumination Work
4.1
Inlet Chamber
Excavation
P.C.C. & R.C.C. Bed
Construction of side walls 1/3rd
Construction of walls 23rd
Completion of wall
Hydraulic testing
4.2
Screen and Grit Chamber
Excavation
Columns & R.C.C. Bed
Construction of Side walls
Completion of wall
Hydraulic testing
4.3
Distribution Box
Excavation
Contractor
Witness
1%
10%
1%
1%
3%
28%
24%
6%
10%
3%
3%
5%
5%
10%
25%
30%
10%
10%
5%
5%
5%
5%
25%
25%
20%
15%
10%
5%
25%
40%
20%
10%
5%
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
P.C.C. & R.C.C. Bed
25%
rd
Construction of side walls 1/3
25%
Construction of walls 23rd
20%
Completion of wall
15%
Hydraulic testing
10%
4.4
MPS, MBBR Tanks, Secondary Clarifier & Biological Sludge Sump
Excavation
10%
P.C.C. & R.C.C. Bed
20%
rd
Construction of side walls 1/3
15%
Construction of walls 23rd
20%
Completion of wall, Launders & Walkway
25%
Hydraulic testing
10%
4.5
Dual Bed Filters
Excavation
10%
P.C.C. & R.C.C. Bed
20%
Construction of Dual Bed Filters complete
30%
Filter Media & fixing of Launder
20%
Construction of Sluice Valve chambers, Sluice Valves &
10%
Finishing.
Completion of Dual Bed Filters
10%
5.0
Rising Main
Laying of DI Pipes & Specials
80%
Construction of Thrust Block
3%
Construction of Sluice, Scour & Air Valve Chamber on
Rising Main
Sluice valve Chamber
3%
Air valve Chamber
4%
Testing of Rising Main
10%
Note : Payment shall be proportionate to per mtr. Length completed and per set completed.
7.0
Platform and Fencing of Transformer, DG Set, Blowers &
sludge Drying Beds
Excavation & Compaction
5%
Lean Concrete
20%
Construction of Pedestals, trough, Floor and enclosures
65%
Finishing
10%
2
Note : Payment shall be proportionate to RM/M are completed
Note : - Break up Cost for supply & erection of mechanical, electrical, instrumentation equipment:
Sr.No Items
Percentage
1.0
Submission of Design and Data Sheet.
3%
2.0
Supply of Equipment at Site of Work
75%
3.0
Installation at Desired Place.
17%
4.0
Testing of Equipment.
5%
The mechanical works includes all types of pipes, specials, Valves etc., along with other equipment.
1) Further item wise break up for sub units of each unit as above for Mechanical, Instrumentation,
Electrical Equipment shall be submitted by the successful bidder for approval from the “The
Superintending Engineer, Public Health Engineering Circle, Gurgaon.
2) The payment for operation & maintenance charges shall be made on pro rata basis
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Providing sewerage scheme & Construction of Sewage Treatment Plant for Haily
Mandi Town of District Gurgaon “Designing, construction, erection, testing &
commissioning of automatic & PLC controlled with SCADA 5.50 MLD Main Pumping
Station, Rising Main upto STP, construction of automatic & PLC controlled with
SCADA 5.50 MLD Sewage Treatment Plant based on Moving Bed Biological Reactor
Technology (Attached Growth Process), including Tertiary Treatment (Dual Bed Filters),
Disposal of sludge and Disposal treated effluent into Nala 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 MPS & Sewage Treatment Plant including Operation &
Maintenance for 12 months during defect liability period after trail run of 3 months
and five years thereafter at Haily Mandi Town of District Gurgaon (Under State
Plan)”.
Amount :- 690.00 Lacs
PART-III
FINAL ABSTRACT OF COST
Sr.No Sub Heads
Description
Amount in Rs
HSR Items
1.
Sub Head No.1
Staff Quarter (2 No. at STP)
11,65,200.00
2.
Sub Head No. 2
Boundary Wall
35,65,950.00
3.
Sub Head No. 3
Cement Concrete Road & Pathway at
STP & MPS Site(1193610+1567300)
27,60,910.00
4.
Sub Head No. 4
Construction of R.C.C.Sluge Carrier from
STP to Nala
11767092.00
Sub Total HSR Items
5.
Sub Head No. 5
N.S. Items
19259152
49731000
68990152.00
Say
Contractor
690.00 Lacs
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
A.
Schedule Items
DETAIL OF COST OF STAFF QUARTER 2 Nos. (41 Sqm each)
S.
No
HSR
Item
Description
1
6.6
2
Unit
Rate
Earth work in excavation in
40
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
100
cum
1108.10
10.34
Cement concrete 1:5:10 with
brick ballast 40 mm nominal size
in foundation and plinth.
30
Cum
354.05
3
11.1
First class brick work laid in
cement sand mortar 1:7 in
Foundation & Plinth
35
Cum
382.15
4
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
85
Cum
403.15
5
10.114
DPC 40mm thick of cement
concrete 1:2:4 suing stone
aggregate as per HSR
35
Sqm
35.05
6
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
15
Cum
997.90
7.
10.86
Cement concrete 1:2:4 with
stone aggregate 20mm nominal
size for reinforced concrete
work for walls exceeding 20 cm
4
Cum
1101.85
Contractor
Qty
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
thickness (straight and curved)
beams girders, stairs columns
(square or rectangular) battens
and inlets etc. excluding steel
reinforcement
8.
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.
2
Cum
1622.05
9
11.48
(a)
11.43 cm thick brick wall laid in
cement sand mortar 1:4 in
superstructure.
60
Sqm
55.10
10
13.13
Terracing consisting of tiles
22.86 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
160
Sqm
52.95
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.
a)
100mm Dia Pipe
28
Mtr
88.25
13.47
Providing and fixing cast iron
head for rain water pipe
wooden plugs fixed on wall face
including filling the joints with
spun yarn and cement mortar
1:2
4
Each
36.55
12
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
13
13.48
Providing and fixing cast iron
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
4
Each
31.05
14
13.5
Top khurra 0.6 m x 0.6m for rain
water pipe in 25 mm thick
cement concrete 1:2:4 over
50mm thick cement concrete
1:8:16
4
Each
12.30
15
13.57
Bottom khurra on ground 1.2m
x 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
4
Each
64.30
16
14.12
Conglomerate floor 40mm thick
cement concrete 1:2:4 on
100mm cement concrete 1:8:16
and 100mm sand or stone filling
160
Sqm
68.45
17
14.79
Prov. & fixing glass strips, 4mm
thick in floor
220
Mtr
3.50
a) 40mm wide
18
15.6
12mm thick cement plaster 1:5
700
Sqm
11.60
19
15.52
10mm thick cement plaster 1:4
100
Sqm
12.65
20
15.60
Cement pointing 1:2 deep
variety on brick and tile work.
800
Sqm
9.90
21
16.48
White wash three coats
900
Sqm
1.25
22
16.61
Finishing walls with exterior
decorative cement based paints
such as snowcem, Robbiacem
etc. on new work, two coats to
give an even shade
800
Sqm
7.25
23
16.2
Applying pink primer or
aluminum priming coat on wood
work including preparation of
90
Sqm
3.60
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
surface, knotting and stopping
etc
24
16.3
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.
90
Sqm
8.05
25
17.12
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
2
Cum
11745
26
17.3
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.
90
Sqm
295.05
27
18.22
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
25
Qtl
917.05
28
18.38
Providing & fixing fan hooks 80
cm long of required shape and
size :L.R
8
Each
13.40
29
31.1
Wiring in 1.5 sq. mm. PVC
insulated aluminum conductor
cable in 1.6 mm thick conduit
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
pipe.
i) Fan Point
b) Medium Point
8
Each
1360
a) Short Point
20
Each
69
b) Medium Point
16
Each
106
12
Each
93.00
4
Each
112
ii) Light Point
viii) 3 pin 5/15 amp., multi plug
point including earthing the 3rd
pin etc., with 4 sa.mm PVC
insulated aluminum conductor
cable
Short Point
30
31.17
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.
TOTAL
Cost of 2 No. Staff Quarters at STP
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
DETAIL OF COST OF R.C.C./BRICK MASONRY BOUNDARY WALL (1.80 Mtr High)
Sr.
No.
Item
No.
1
6.6
Description
No.
L.B.H
Unit
Rate
100
cum
1108.10
cum
403.10
Cum
407.60
Cum
428.60
Qty.
Earth work is
excavation in
founcations, trenches,
etc. in all kinds of soils,
not exceeding 2 metres
depth including
dressing of bottom and
sides of trenches,
stacking the excavated
soil, clear from the
edge of excavation and
subsequent filling
around masonry, in 15
cm layers with
compaction, including
deisposal of all surplus
soil, as directed within
a lead of 30 metres.
Boundary wall
267.44
For Pillars
115.20
382.64
2
10.39
Cement concrete 1:4:8
with stone aggregate
40 mm nominal size in
foundation and plinth
Under wall
Under pillars
3
4
11.3
11.8
First class brick work
laid in cement sand
mortar 1:5 in foundation
and plinth
Ist step
2nd step
3rd step upto NGL
4th step upto DPC
First class brick work
laid in cement sand
mortar 1:5 in first
storey upto 4 metres
above plinth level
For walls above DPC
66.86
28.80
95.66
70.47
56.37
42.28
192.61
361.73
228.31
228.31
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
5
10.115
6
15.6
7
15.60
Damp proof course 25
mm thick of cement
concrete 1:2:4 using
stone aggregate 20 mm
moninal size with 2
coats of bitumen 20/30
penetration, at 1.65 kg.
Per sqm laid hot and
sanded
12 mm thick cement
plaster 1:5
Inside walls
10.86
9
Sqm
26.40
2290.60
Per
sqm
11.60
2026.30
Per
sqm
9.90
32.42
Per
Cum
1101.85
Per
Cum
Per
Cum
Qtl
1101.85
Cement pointing 1:2
deep variety on brick
and tile work
Out side of wall
8
187.91
Cement concrete
1:2:4
R.C.C.beam
R.C.C.Pillars
Footing
43.20
Colom
42.85
86.05
10
14.8
Toping 1:2:4
15.20
11
18.22
TMT steel
106.62
37.60
917.05
Total Rs.
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Construction of Cement Concrete Path, size 275 mtr x 4.0mtr at MPS & STP
S. No.
HSR
Item
No.
Description
1
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.
275x4.0x0.10
2
10.38
10.66
Rate
110
100
cum
1108.10
165
cum
420.00
275
cum
780
Cement concrete 1:4:8 with
Stone aggregate 20 mm
nominal size in foundation and
plinth.
275x4.0x0.15
3
Quantity Unit
Design Mix Cement Concrete
of Grade M-25 with minimum
cement contents 405kg/cum
in foundation and plinth
275 x 4.0 x 0.25
Total
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Construction of Cement Concrete Road, size 270 mtr x 3.0mtr & Pathway 1.0m wide
S. No.
HSR
Item
No.
Description
1
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.
2
3
Quantity
Unit
Rate
C.C. Road = 270x3.0x0.10
81
100
cum
1108.10
C.C. Pathway
100 x 1 x 0.125
12.5
100
cum
1108.10
C.C. Road = 270x3.0x0.15
121.50
cum
420.00
C.C. Pathway
100 x 1 x 0.075
7.50
cum
420.00
C.C. Road 270 x 3.0 x 0.25
202.50
cum
780
C.C. Pathway
100 x 1 x 0.050
5.00
cum
780
10.38 Cement concrete 1:4:8
with Stone aggregate 20
mm nominal size in
foundation and plinth.
10.66 Design Mix Cement
Concrete of Grade M-25
with minimum cement
contents 405kg/cum in
foundation and plinth
5.50 MLD STP AT HAILY MANDI MBBR TECHNOLOGY
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
CAPACITY OF GENSETS & TRANSFORMERS
S. No.
Name of Equipment
H.P of each
unit
No. of working
units
Total HP
2
1
2
For MPS
1.
Mechanical Coarse Screen
2
Raw Sewage Lift Pump
i)
500 m3 / hr 15 mtr Head
40
0
0
ii)
250 m3 / hr 15 mtr Head
20
2
40
iii)
125 m3 / hr 15 mtr Head
10
2
20
Subtotal
62.00
46.25 KW
Miscellaneous & Campus lighting
15.00 KW
61.25 KW
Say
62.00
KW
Capacity of Gen. set – 62/0.8/0.8
96.87 KVA
Say
100 KVA
Capacity of Transformer
100.00
Add overloading 15%
Subtotal
15.00
115.00
KVA
Say
150 KVA
For STP
1
Fine Screen
2
1
2
2
Grit Removal
3
1
3
3
Air Blower
55
2
110
5
1
5
90 m3/ hr
5
1
5
1500 m3/ hr
4
SAS Pumps
99.20m3/hr
5
Sludge Handling Unit
i)
Air Blower
ii)
Sludge Feed Pump
5
1
5
iii)
Thickned Sludge Pump
3
1
3
6
Chlorination Feed Pump
2
1
2
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
7
Filteration Unit
i)
Filter Feed Pump
250m3/ hr 5 mtr head
ii)
iii)
5
1
5
600 m3/ hr
5
1
5
Dirty Wash Water Pump
3
1
3
Air Blower for Scouring
148.00
HP
110.40
KW
18.00
KW
128.40
KW
Miscellaneous and Campus Lighting
Total
Say
130
CAPACITY OF GENSETS
Capacity of the Genset
130/0.8/0.8
203.12
KVA
Say 200 KVA capacity
CAPACITY OF TRANSFORMER
203.12
Add overloading @15%
30.47
Total required capacity
233.59
KVA
Provide 1 No. Transformer of 150 KVA + 250 =400 KVA capacity
Provide 1 No. Gen set of 100 +200 KVA =300 KVA capacity
Contractor
Witness
Executive Engineer
DNIT OF 5.50MLD STP (MBBR) FOR HAILY MANDI TOWN DISTT. GURGAON
Contractor
Witness
Executive Engineer